Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
104903 G L HOFF - CONTRACT - BID - 6006 STEWART CASE PARK SITE IMPROVEMENTS
0 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Stewart Case Park -Site Improvements BID NO.6006 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 22, 2006 — 3:00 P.M. (OUR CLOCK) the underlying bedding material. Placing of riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted. All material going into riprap protection for channel slopes or bottoms shall be so placed and distributed that there will be no large accumulations of either the larger or smaller sizes of stone. Some hand placement may be required to achieve this distribution. It is the intent of these Specifications to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. Unless otherwise authorized by the ENGINEER, the riprap protection shall be placed in conjunction with the construction of embankments or channel bottoms with only sufficient delay in construction of the riprap protection, as may be necessary, to allow for proper construction of the portion of the embankment and channel bottom which is to be protected. The CONTRACTOR shall maintain the riprap protection until accepted. Any material displaced for any reason shall be replaced to the lines and grades shown on the Drawings at no additional cost to the OWNER. If the bedding materials are removed or disturbed, such material shall be replaced prior to replacing the displaced riprap. B. Hand placement will be required where necessary to correct obvious irregularities and to prevent damage to adjacent improvements and wherever equipment placement methods are unsatisfactory. Hand placed riprap shall be performed during machine placement of riprap and shall conform to all the requirements of Section 02375. Hand placed riprap shall also be required when the depth of riprap is less than 2 times the nominal stone size, or when required by the Drawings or Specifications. After the riprap has been placed, hand placing or rearranging of individual stones by mechanical equipment shall be required to the extent necessary to secure a flat uniform surface and the specified depth of riprap, to the lines and grades as shown on the Drawings. Riprap shall be securely bedded with larger rocks firmly in contact one to another. Spaces between larger rocks shall be filled with smaller rocks. Smaller rocks shall not be grouped as a substitute for larger rock. Flat slab rock shall be laid on edge. C. Soil Replacement In and Over Riprap: Where riprap is designated to be buried, place onsite excavated material that is free from trash and organic matter in riprap voids by washing and rodding. Prevent excessive washing of material into stream. When voids are filled and the surface accepted by the ENGINEER, place a nominal 6 inches of soil over the area, or as designated on the Drawings. Fine grade, seed, and mulch per the Specifications. D. Rejection of Work and Materials: The ENGINEER shall reject placed riprap which does not conform to this Section and the CONTRACTOR shall immediately remove and relay the riprap to conform with said sections. Riprap shall be rejected, which is either delivered to the job site or placed, that does not conform to this Section. Rejected riprap shall be removed from the project site by the CONTRACTOR and at his expense. E. Geotextile fabric shall be installed according to the manufacturer's specifications. Material proposed for use shall be submitted and approved by the ENGINEER prior to installation. END OF SECTION DRAWINGS Detail 2, STEPPING PATH BOULDER SETTING, BD-1, See Attached Drawing cerufiiates of ntsurincc rand other ectdence of insurance whioh--eifhar-tf them--tx-,3nv-04t14icxwl-instnecl-.may reaasortably---raytlest reiluesicti M OWNER) which i'O\TR;\f`IOR-an3-s>Rti1=14ar ea:1rvriv we is required to purchase and maintain in accordmce with praragmplis i d. � 6 and � 7 Preeonstruetion Conference: S. AA'ithm twcnh days atter tfic Contract Ilines start to run but before anv %Pork at the site is started, a conference attended bra COSIi'R!V'TOR. ENGINEER and others as appropriate will be held to c:rablish a working understanding among the parties as to the tliork and to discuss the schedules referred to in rviragrnph ^ 6, procedures for handling Shy± Drawings and other submittals proccslug :Ay111ications for payment tmd maintaining required records Initially .icc'eplable Sc%edale.% 29 Unless otherwise provided in the Concoct IkwuIII enn, at -least -tan duos IVIiae sulnirecsi>ri rrl the fitw -ipplieati. si-t r l4iymeni h t .r • uric w rk .:t the one h�1111c a conference attended by C N I RAC 10k, I •\Gi\I?HR 'mt1 others In; appropriate dt ignaud In• 01 "v'l;.R, will be held to review for acceptability to h,NiINFFR as provided below the schedules submitted in accordance with paragraph,ti And Division I,,- ygneral_Requirements. CONTRACTOR shall hays an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER As providing an orderly progression of the Work to completion within any specified Milestones and the Contract Iimes. but such acceptance will neither impose on 6-*IGINMR responsibilit}} for the sequencing, scheduling or progress of the W2 nor interfere with or relieve CONTRACTOR from CONTRACTOWs full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample subtnissions will be acceptable to ENGINEER as providing a workable Arrangement fix reviewing and processing the rvWired submittals CONTRACTOR's schedule of values will be acceptable to LNGINHER as to form And substance. ,ARTICLE 3--CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR com:errung the Work. The Contract Documents are complementary; what is called for by one is as binding As if called for by all. The Conirait Documents will be construed in accordance with the law of the place of the prgject. 3.2 It is the intent of the Contract Documents to F:JCD4 GENI:-[tAl, COh'D1710t CS 1910-s it "ll EdtiaU w; U iY of FORT C'oLiA ins MCIDIF1CA"r10NS OU,, V 42a0a1 descnlx a tumlionallc Complete Protect lot ttut thereotj to be construed in accordance with the Contract Documents. :Any Work. materials or equipment that may reasonably he inferred front the Comirao rhxrumrnls Is - from pact ailing custom or trade usage as heing required to produce the intended result will be furnished and lIerfixmei whether or not specificeliv called fir. When words or phrases which leave n well -kmmit technical or corn-truction industry' or trade mcanirr are used to de�nbe ;A'ork. materi:rki or equipmau. such worihi or phrases shall be interpreted in accordance with that meaning, 1'larifiwuicns :and inlerfretatiow cf the Contract Documents shall be issued Ix FNGI\I-;FR as froyided in I> mabraph 9.4. 3.3. Reference to .Varidardv and .Specifications of Technical Societies: Retnrrdng and Resolving Uiserepanciec .:1 kefcrencc to siandxdh srr<n i.:!tnms. manuals or codes of any technical society. organization or association, or to the laws or Resulations of anv !rnrrnmcntal authonn. wl>ithir such wloc ncc he spwili. ,r to ir,p;aan,%i:. =hill mein the standard specification, manualcode or I.ows or Rcgulatiorns in eflect at the time ill olannig oTRids for" on the 611ltctivc Late of the Agreement if there were no Bids), except as may he otherwise specifically stated in the Contract Documents 33.'. If. during the performance of the. \fork. CONI-RACIOR discovers anv conflict. error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such I.aw or Regulation applicable to the performance of the Work or of art• such standard, specificatun manual or code or of any instruction of any Supplier referred to in paragraph 63, CON•TR.ACPOR shall report it to ENGINEER in writing at trace, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergeray as authorized by paragraph 6.=4) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in llamgraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or fiNGINEHR for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof 3.3.3. hiwepk as otherwise specifiwlty stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and. 3 ?.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or rot Miccifacally incorporated by reference in the (7ntmet Metiments); or 3.-33_' the provisions of am- such laws or Regulations applicable to the performance of the Work- (unless such an interpretation of the provisions of the Contract Documents onuld resuh in viclatiun of such Law or KCgulationt- 3.3.4. In the event of conilietine or annbituous "<o pronosion titany such standard spe�dtajr n. manual code or instruction shall be effective to change the dutics nod respxmsibihties of OWNER_. CONTRACTOR or f'�a 3I\t?FiR or am of their avI� stractors.-oncuitants. n•�ents or ant plonees from those s-t north to the Contract loocuments, nor shall it be effective to assign to OR'NFR, ENGINFER or any of I•;NOINMER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Wok or any duty or authority to undertake responsibility in onsistem with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3A. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved' or terms of like effect or import are usccA or the adjectives "reasonable", "suitable", "acceptable", "proper" to "satisfactory` or adjectives of like effect or import arc used to describe a requirement; d rection review is judTnera of FNIGINEER as to the Work, it is intended that so requirement, direction, review or judgrnem will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Doatments (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to LMINEiER any ditty or authority to supervise or direct the famishing or performance of the Work or any duty or aut 9city to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supptrmarring Conoco Doxarments: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways. 3,5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or MOCUENFRN, CONOITIOA'S 1910.8 (19!)o Ec6nian w.' (]TY OF FORT COUINS MODIFICATIONS (REV -0ROoo) 351 a i\ork ChnnEe IAreclINC (pursuaut to paragraph 10.1) 36 in atklition. the reyuiremems of the Contract Document, man be supplemented. and minor vuriations and devinvons in the N\�ork mn_v he authorized, in one or more of the following wa vs. 3.6.1, AI Idd t.hder rptuswmt to panmraph 3,6_1 E\i;1NFERSapproval ofaShopDrawing or Sample Ipurswgr'p6 and 6.?71, or 3.63- LNGI:tEL-R's written ulcgrctution or clarification (pursuant to patragraph 9 41 Reuse of'Docunrentsr 3.7. C'O.\'CR1( ft)K. and am Subeontmctor or Supphcr cv other jt-r-4m or nnni an,�n pertornune or Banishing any of the \fork urnkr a direct or indirect eanntrah with OWNER fii shrill not line or nn3uire am• WIC to ur oteneishtl) ngbt.. in :mc of the 1)rav:in"e 5fxedllcau�ai; or Iher dn.umenu i..r coptr+ of :M thereof) prepared Dry' or hearing the seal of HNGINFIiR or F,NIGINTE.ER's Consultant, and (nit shall viol reuse any of such Drawings, Specifications, other documents or copies of extensions of the project or any other project without written ccaisent of OWNER and ENGIINEER and spocific wTitten verification or adaptation by h;NGINFER, ARTICLE 4--AVAILABILITY OF LANDS; SUTIMIRFACE AND PHYSICAL COMMONS; REFERENCE POINTS AnnllablHry oflandv: 4.1. OWNTER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be parlbmted, rights -of --way and easements for access thereto, and such otter lends which are designated for the use of CONTRACTOR > t orb-renwrtehlr wFittanresuest of—or—#tung,_e—macbarme'6 I> -against cash -lends-in OWNER shall identify any encumbrances or restndioru not of general application but specifically related to use of lards so furnished writh which CONTRACTOR will have to comply in performing the WorL Easements for perrmamrA structures or permanent changes in ox-vusting facilifies will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR mxi OWNL-'R are unable to ugree orn entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNfR's furnishing these lands, rights -of - way or casements, CONTRACTOR may make a claim therefor as provided in Articles I and 12. C'O\TR:\(_`I OR stall provide fix all idldinon l lands and access thereto that may be required for temporary consamtion facilities or stotage of materials and equipment a_'. Subsurface and Phrsieal ConrGtlnnr. 41. Reporrs and D)asings: Reterence is mask io the Sut3rlementan, Conditions for identification of 4' 1.1. Suhsrrrlactt C'nruliao s: Those repers of explorations and tests of subsurface conditions at Or contiguous to the site that have been utilized by bKGCNFER in preparing the Contract Documents. and 4.=-1_2. Pin•sical C•cvidtrionsr Thane drawings Oil fiysic l condnions in or relating to existing surt:acc or subsurlace structures al or contiguous to die site �oNc.ept I ndcrenwnd facdnicc) that halo h•cn utilized Lon EX76LNEER in preparing the Contract Documents 4,, l.anof a hef:ance li}' r-r 1_+- loit'tr At :,tali.-er<l: Tectnnical Oale: CON IZA(`I'UR may rely upon the gencral accuracy of flu "technical data" wntnined in such reports ancf drawings. but such repots and drawings are not Contract Documents. Such 'technical data" is identified in One Supplementary Condators_ Except for suchreliance on such "technical datv', CONTRACTOR may, not, rely upon or make s m claim agoinst OWNER, ENGI NTRER or any of I NGINI:EIZ's Consultants with respect to: 422A1 the completeness of such repots and drawings for CONfRACTOR's purposes, including, but not limited to, any aspects of the meant, methods, techuaques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 42 2.3. any, CONTRACTOR interpretation of or conclusion drawn from any 'technical data" or any such data, interpretations, opinions or information. 4.2.3. airce o% Di(jering Subsurface or Pllvsical Condirio ns if CONTRACTOR believes that any subsurface or physical condition at or cor iguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any 'tettutical data' on whiddn CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 42.2 is materially inaccurate. or 42.3.2, is of such a nature as to require a change in the Contract Dbutmems, or 4,233, differs materially from that shown car E1C'DC GENE1tAL CONDITI©83191U-8 (1U90 Ed1im1 wCITY OF FORT WLLi NS MWIFrCATIONS (REV atlWal indicted in the Contract Documents. oa 4_2.3.4, is of an unusual nature. and differs materially from conditions ordinarily rmvuntered and gencrallc recognized is inherent in work of the character provided for in the Contract Documents: then CON'IRAC7'OR shall. promptly immediately abler becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connccticn therewith f except in an cmer`_erup as permitted trv_ paramaphti_iL notify OkI.Nkk and Ei� CA.\FER in writing about such condition. CUNI'RACTOR shall not further disturb such conditions or perform any Work in connection therewith (cxecpt as aforesaid-) mail receipt of written order to do so. 42.4 ENGLVFER'z Reyiea: EMI.NEMR will pn,mpth' rcvicw du �rinuni .:ondmonc determuu the necessity of U NER's obtaining additional exploration or tents with respect thereto and advise (A NER in writing !rash n copy it, UO`,'MACMK, of h•:'i(31 EF1Z's hndin,s and conelusions 425, Possible Contract Decrements Charge: if ENGINEER concludes that a change in the Contract Documents is retluired as a result of a condition that meets one or more of the categories at paragraph 4.2.3, a Work Chang Duorctive or a Change Order will be issued as prrn•ided in Article 10 to reflect and document the consequences of such chance.. 4.26. Possible Price aid Times Ac#'uvbnenis: An equitable adjustment in the Contract price or in the Comract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes ton increase or decrease in CONTRACTOR's cost of, or time required for performance of the Work: subject, however, to the following: 4.2.6.1. such condition must meet any ine or more of the categories described in paragrnphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2 fi2. a change in the Contract Documents pursuant to piragralib 42.5 will not be an automatic authorimtion of nor a condition firmdent to entitlement to any such adjustmerrk 42.6 3, with respect to Work that is paid for art a Unit Price Basis, arty adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9: and 4.2.6.4. CONTRACTOR shall not be entitled to mry adjustment in the Contract Price cr Times if, 4.164.1 CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Rice and Contract Times by the subril lion %)I a bid tv betixxnmg bexntd under a neLoliated contract: tr 4?_64, the "isience of such condition c xdd reasonably have been discmered or revenled as a result of any examination invcstigation cxplonition, test or stuLK of the site mid contiguous arras required by the 13id6ng Requirements M Camtract Documents to he conducted M or for CONTRACTOR prior to CONTRACTOP:s makin: such final ctwmitmenc or 42_.64i. CONTRACTOR failed to give the written notice within the time and as requffcd by paragraph 4.23 If OWNER and CON 'I'K.V'I'OR are unable to agree on entitlement to or as io the amount or ten-th of amsuch equitable adjustment in dic Contract Price or Contract Times. n claim may he mnde therefor as provided in Articles 11 and I' Ho+u.•e.•i. C)'ANER, liAC;Il;?pR and 1 }ail"sI}SRs JI, ll not 10 hahie t+' C't)NTRAC I OR far any clainhs casts. losWs or damages sustained by CONTRACTOR on or in connection with any other pmjdct or anticilmied project. 4.3. Phrsicwl CvnrGtinnr-Under�+raand F'aciliJies. 43.1, Shoup orhaa4cote& The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished hi OW'NE12 or FNGiNEER by the owners of such Urdergreaud Facilities or by others, finless it is otherwise expressly provided in the SupplementaR� Conditions_ 4.3.1.1. OWNER and ENGINEER shall not be responsible for die accuracy or completeness of arty such information or data; and 43.1,2. The cast (fall cif the following will be included in the Comma Rice and CONTRACTOR shall have full resporisttllity for: (1) reviewing and checking all such information and data, (a) locating all Underground Facilities shown or indicated in the Contract Doeuments,(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in parag aph 6.20 and repairing any damage thereto resulting pion the Work. 4.3.2. Nor Shoaar or Indicated: If an Undergramd Facility is uncovered or revealed at or cone uous la the site which was not shown or indicated in the Contruct Documents. CON TRACTOR shall. promptly unmediatel alter becoming aware thereof and before Ember disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragtaph6.23). identify the owner of such Underground Facility and EJCDC(i1:.N'ERAL CONL)inocas I9143 (lvso eastia) W7 0TY OF FORT COLUM MODIFICATIONS MEV 4f:aatq gave tsnttar anticc io llial owner and to OWNER and ENGINEER. 0,GfNTiER will promptly review the Underground Facility and determine the extent, if nr»°_ io avhich a change is required in the Contract locunrenis to reflect and document the consequcmcs A the existence of the underground Facility If ( GI TE;R conclu&u that it change in the Contract Documents is required. a It cuk Change Duectn e or a Change Ureter kill ba issued as rrovided in Article ]U to reflect and document such consequences. During such time. CONTRACTOR shall be responsible fur the safety and prcacctiom of such Underground Facihty as provided in paragraph 6-'o CO? 7 R.ACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract I -Imes. or both. to the extent that they are aunbuiable to die existence of any Underground Fticday that was not shown or indicated in the Cantraa Documents and that C'ONfRAC'FOR did not know of and could not reasnnahlr have been cxpected to he aware of or to lace anticipated. If OW 1\ER aril CuN'1 R:>l: TUR are unable to agree on entitlement to or the amount or Iciwfli -zinc such adjustment in Contract Price at page; I i re, ,'r JN I RAC] Ok any mfike a (bona therefor as provided in Articles I I and 13. flmvever, OWNER. I:NGINF,ER and F.NGiNIFEWs Constdtants shall not he liable to CONTRACTOR for any claims, ecru, losses or damages incurred or sustained by CONTRACTOR on or in connection w'idh any other project or anticipated project. Reference Points: 4.4_ OWNER shall provide crigincemtg surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Woik, shall Protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall repot to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall he responsible for the accurate replacement or relocation of such reference points by professionally qualified Personnel 4.5. As&dos, PCBs, Peavieam, Raardots Waste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawittprs or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property expvscd thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible 4. 2W,olk with " (x>v }'R:1C'1LaR-r;iwllammeehataly, ttl stop all :. in any irrun-rnraF�ert<y +rs--rrcWrrad-.I'Y--- 'in t>pH41-'_-...---anal-.{+i;Nrti fv r�W'�Rlb--turd-¢'�3k+IES; sR--Egml-tlwrcafier--errraia such rxrioe in--writing)--._.OWMtR-slwi}-prrmtptly comudt with FINGiNT:ER-MRthe neetwvity fix OWNER tv retain a qualified expert to evaluate such ha;na ta}:ke-eorreeiivt-twtie t-if-nn . CONTRACTOR shall not be required to resmie Work ttratunrttctiaa-wit#t��usk-k� ertnditiort min env "ftffected urevt-wrFil-x#ter-E11L^,*ih".li -has <alrtairxvl any required perm -its -related. -thereto and delivered to C'4�,'v�i�1E'FfyR-sprcia}writtasrrratise-{ij-s7xc+Eying that such acinditim and -any aRestedsrm is orlins-heen render ed-.^ram-;esuumptiaa--of- Work: --or tn)<:peedf mgoff -s}xetel"eunditiartsuttdcv-wluuhweh W ork-mnv---he-_resumed-:surly--N=-b-t4b-'tiF:i" -and CO}vl RA{'fOR-"cannot agree -as ice -entitlement toor doe-antourst-+>r-eximt-eaf-am-ac4frttiwxmt: it amv:...in l OmFWA-A406 oF 4.:OHIFLWIas-64eSul *AL -such \\W411 s oppage or- iiiehsl*atel c�more; under which Wotk is i veed-lts- 4A);I'JRAi"TOR-9<o4e-resuaxd .ether pany.may make a cliimi ifxrer w ati provhkd_m "Articles -}.}_ and] :7_ 4._-54� writteh-matii!2 CONTRACT -OR- does not+gree tea-resmte such work (0-FeSUP18 Mail oonditionr;""then-(")1a4 F1� me}�uder""such-posit xit of .a W" that is in conneefiso h-ha;:nrdws oondthortor-tn-"sueh--alleeted area to be -deletet+Trom k}}t eamxtt 43gr28-89-E9tttE1�AT@rt-f98r-}lh'EtE%�24-fffaFl edltrstmenk-i€"-eRtreet-Times Wyk; the either -party -may- tnakaa mails therefor as provided in portion of -ilia- WorlF-perfotrned . O W 7ER's- own foroesofttfter&imae®ardanaewitlrArticle I> -f;aws-and ReBaleturts;--9VUt•1B�1#--aMa14-iealanrtafj� arx4-}a9d herimless---C4DNT-RAGTG4L--- Soboontractors, of#icerst-----dirVGtorS;---.emptoye6s;---ngenLa.--_other Exrtbxllt®tta tmd- each-tatd-any.--of ewnnegngence- 4 .. arks enler4attha-site WX GENERAL COND1710M 1910-9 (1990 E(ttiou wr QTY OF FORT W1.Lt NS k OMICAT1ONS (RE-V't200a1 .K) IC LE ,�- IIONDS AND 1 NSUR VNCE Performance. Yarnrent and Other Bondv: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds. each in an amount at least equal to the Contract Price as security" for the faithful per(mirance and payment of all t t oN"I RAC I (IW% obhgaliems under the Contract Documents. These Bonds shall remain in effect at least until one vcar after the date when final payment becomes due, except as provided otherwise by haws or Regulations or by the Contract bucuments. CONTRACT OR shall also lumsh such other Bonds as are required by the Sull)lcme Mary Conditions, All Bond% shall be in the form prescribed by the Contract Documents except as prow tded othem rw bt faw;% or Regulation and shall be executtxl In such :urents ,e, are named in the current hit, iol "r'ompanto, Poidnno Ccnsftcates of Authority as acceptable Sureties on Federal Bonds and as Acceptahle Remsuring. Comps nies" ns published in Circular i?u ianicnded, be the duds `;tatl. Hur,.u: of . rc�renvnent i m:m;:nil t gVI:r,ion+ I S Treason Iklartment All Honda signed h}' in agent must be accompanied be a cerulied copy of such agent's authority to act 2 11 the surely on any Bond furnished by CONTRACTOR is declared a bonkrupt or becomes insolvent tx its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of paragraph 5.1. CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER ra.3. Licensed .Sureties and Insurers; Certificates of Insurance: 4;11. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be drained from surety or insurance eomparties that are dully licensed or authorised in the jurisdiction in which the project is located to issue Bonds or insurance policies for the limits and coverages so required Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplememary Conditions. 533. CONTRACTOR shall deliver to OWR3Ek with copies to each additional usurod identified in the Supplementary Conditiexis, certificates of insurance (and other evidence of issuance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with pamgmph 5 4. OWNER -shall additiaul insured identified in the Sutmlemcnlary pata�ephs� Fintvd3-X Meree}= COATR4C7012's Liability Insurance: 5 4 (I)V'RACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work heing pertormed and furnished and as will provide protection from claims set forth below which may arise out of or result from C(—)NIR.\CTOR's performance and furnishing of the 14urk and CO\TRACT'OR's other obligations under the Conuact Documents, whether it is to be performed or furnished by COMRACTOR, any SubXvutra Clot or Supplier, or by anyone directly or mdirectic employed by any of them to perform cir furnish ar y of the \\ ork. or by anyone lir %show acts any of them mac he liable 5 4 1 clauns under w(rkerti wmpertsutiun disability Ixr.: fits and other snnilar emplcn•cr Ixrntit acts; 4 - :suns Jr'r darriLey becamsc of hodik. mlun occupauomil sickness or disease, or death of COST R AC I'OR's employees; -• a : , ;mm-. for VPemSe A h.xldy injury sickness or disease:, or death ofany person either than CO\TR:-f{)R'semployees, 5A.4_ claims fix- eiumages- insured--hy-, ou torrutw petsrtearf-rn) u+r-liebtht+` i? F 4 sr�vs rt+ e-resalE+rf-arr-el%a9a des as- irtdir�ctby related to, dw employment-ef-sushpwgta+-hy t={.'>,-1-k:\1.'1=4.)1L—<x-+ii) eny other reason, 5A4 claims for dunages, other than to the Work itself, because of injury to or destruction of tangible propene wherever located, including loss of use rendting theretircun. and 5A 6 clauns for damages because of bodily injury or death of any Nrsol or properm' damage arising out of the ownership. maintenance or use of any motor v'c4micle. The policies of insurance so required by this paragraph 5A to be purchased and maintained shall: SA 7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inchisive and SA 9 include as additional insureds (subject to arty customary exclusion in respect of professional hab h j. OWNER, ENGINEER, ENGINEWs Consultants and any other perstms or entities alerthfted in the Supplementary Conditions, all of whom shall be listed as additional vhsawads, and include coverage for the respective officers steel employees of all such additional insureds; 5.1.3 include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions; or required by Laws or Regulations. whichever is greater. 5.49include completed operations insurance; h.r(7DCttE��t7tAL CONllI'nUAT lYl e-S I l4'la Bnitiml wi QTY OF FORT COId M rdODlllo'.ATIONS(RrSV 41:aaa) 5A 10. include contractual liability insurance covering CONTRACTOR's indemnit) obligatitms under pararaphs 6_I �. 6 16 and 6 31 thrntiA t, 33 4.11 ommin a provision or endorsement ihni the coverage afforded will not h cancelled materially dranged or renewal refused until at lecist rhuty &N s prior written notice has been given to ON"\1iR and (AAA RAC FOR and to each other additi,mal insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of irsumince furnmhed 1?y the CO\TRACTOR pursuant to paragraph 5 3' will So provide); 5.4.12. remain in effect at ]cult until tirial Ixrcmrnt and at all times thereatier when ('( )'\ fRA(TUR ram be sorrcwCing. removmg or ieplucing kkclrrc 1l'ork in accordance with paragraph I I :inl 5-413 with respect to completed operations insurance. aril -an insui:inve %quern on a cleats -made hasis remain in ctle.t for at le;ut mo years after final payrnem land 0A I H.-"I (+R shall furnish OWNER and each other additicmil insured identified in the Supplementan• Conditions to whom a certificate of insurance has been issued evidence satisfactory to OXV.,N rR and may such additional insured of continuation of such insurance at irtal payment and one year thereafter) - OWR cR's Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5 4, OW E-R, at OW'NI ER's option may purchase and maintain at MWER's expense OVVINTR's own liability mvarance as will protect OWrNER against claims which may arise from operations under the Commet Documents Prwyeoty Insurance: -54-- .ids}cam-otherwise-pre#ided-in "-Suppleme %" Conditions:,, 0ANER: Aiall :puri"se .and minim Werit et, it, die rase of the full repMseahrent_.ca -thereof {sulyad-to-such decAtecible--ameants-as_may.be- lsovioiatd--n__fhb Stgrplernertery C•uert�tions- or .required.. by Laws- and Refit+leuo+rs} =fh� itraraarrceslwl}, c ent8iac iderrfitad•+n-tire Supplanrett"-Faaalitiems: to dare aninvtrbMr-iMereat arR#shahl-be-list�assn• additior�l-iraaarbck 5.6.2; bewrittenon Builder's Rink "all ram" of "ll at least iftelude -I at IVAA tlr°—following—irerils.=---ligtrEning-44einded ccrrrlee, theft- vamiahstu alai maLnais msschiel. cwrilxldakcs,,-- axaNapW,,---delIM--renxwal---denrelitiun Estcrszivtatil-by-a�nkrrerrtrrnt-e?f�-baw�siuxl-Ra�ulaNer+k wrimer ALrmag,..-.Aral -urell 4,41 er - faerils- , filmy AV slxxifa;ellYlafuired by-tlte ,�ut�+lrutentary-t'axtditi.+ns: 5.6.. imlude expenses imurred in the repwr m wlalncrment of ally Insured i tncludnr` No not lirfnw -u>--Gras -Heal--charees of--engineers---and architects). 5:4C:41AwerAtaterwlsAmlatthe-site ix at am-Aher lactation that was agreed ill in wntine tA� 3WN:'ER-pats-ta--1varg_.ita:.: wratrit-in the -Wrung: provided that sua,h-ntakra� It.taxi rquipntrnl-Mn eheen irxlude&in.fin :dpplicration li?r pavinent reetaunaer eW b%li-Ni INLI.R.and .:,13-S.--IV maainamxl in elfect until final gxivinent is made._ lillleca - Mferavase aO�reed 1. m- wnlAlx, -_Iv tilk;kslt-i-ta?:3 tv�t-}t:rT-._aex4--Lr'.Fil�l.ii_--acikh thaw-dnw4 written mvice-to each <eher-adilvoloal n�aardro wlxml-a crn dx-ete t�{ Invurarxr hys hten �s arrl * 7---OWNFR- shall -purelaase laid "morairin sueh 4xiiief Aral-maeltilaevry--insurance-car-raddiFicarud- }lropefly insurance as cony -be -required by die Sulalllementaay Coxintons or 1. -- will-inekak e t kAkN>°F�.FF:)?:'l�RA4.1-4N2—Suhar•Aatniekerrr-to- ;ltiIsIFR: 144t�1ti1?bk'st'caysuluatsarxl-env-ether-fW50ris Of entities idant+t+ed-in-Uie-SupplernentAw_{_FandaHaatts;-eA. hxaf-vdxRn is.deerned-tofmvefin insurable interest and shall -be -listed as �g--�ieirvesf-irlstaamar Eand t}re eertfreetes-er ether--+a++idaaae--iharaeft--required-tea•--be--purelrasral.-and mairaained.by OU NMR in acctxdance with.paregraplis 5A rmd .r.-}will-eartirtin-a-petwtyiearn-ur.-rnduraemrnt-�r�.-iha 4x,verage-a$•orded--will mx be cAncelkd of materially diangedor-renewelrefused urfidat least .thirty -days! -prier written-nice--Mass--been- -riven. to-- OWNER --and C(4N`f-RAC40R aced -au .at4r-eat}ter--addojenal itv%ar to whora a-eentfieate of-inguninrre-has been issued and will coalotn - waiveF--prOvissions, in ac xirdallee "-" with paoigisiph444- 59. OWNER shall not be responsible fix purchasing and maintaining any property insurance to protect the Ulteress of CONTRACTOR. Subcontractors if others in the 4wt to the aiamil of may idarrlifieal-irt-duo-surpPderrmtary-C=4xrilitiwr..._;The-ris6t -e{ lcaas-witltirtaus#ritianit(had-dacluakrblauanutrnt, will-lar.burtte such-lassand.iteery of-t}rem-wishes-propert}naslaimm verage.widrin the-limits-of-sadr-amcwntt--eaeh- may pF661r95B&Flfl-ni9H1iN1rFit-at•the purchasee&(livrivxPen:a. 5.Ill. if CO`7TR.- kJOR requests in writing that other J'A , if passible, the eadi F. T"bYWff0pFFiHtd st Chsyage.-L#der-ar---Writtea---Anwndmen1--.-.P iar—te 70 EJCUC6ENGRALCONLN77UKS191a-8t197ilEd6wJ wr 01Y OF FORT COLLINS MODIFICAIIONS tREV 4120[01 ccreuntan;,enteari of the ""4k at the site, ONV,'vJik shall In wrttingadv' oilrar itiwruncr has 1•eett prt�tar,�hy-0'v�4v'Eit: 5,11; __1ittiveraflttgktst SAIA. I. f. OWNER and CONTRACTOR intend "tall policies purchased in aceorcbiace with parograph0k arR!--*-7—wi14-prt�rei--�3w';':l�i�-E Cap3 F.it-\C__"It=�R: Sulx;cvttra:xcxs. FFNtiINEE1Z HN4JINEER's r'aariailtraasamlali-ix�F aFFertlities.itkkNi4feri in-x....Sapttlrmrntarv--C©ttAitivrns--ka-l�r-}is1a�1-ws insureds or additioruf insureds in such policiesand avill-vruvide 'Fitarui-oecerage•-(uF-afl-aas Had damepes-vAused..bv-{lla-pert!soavered therelw---:Ill suah rxalieiew-shall ecastain-prevtsienshi-the-etTeetthat in the event Y#aeriF-H(.. an-4ois-l'f-loam W-_the insurers-waN-have-m-,siehtsef-reooverv-aetrirta-aetrxri the..rnsureds a__ additional ---insuretls_thereurxks: r lµ N�4-:--and 1'4 a:.;FR-i1'l-i-)ll--wsavr-_a N._.nelits agairrsl-eaeh-c we-arl-fiea+rs; diractors,-employees- and -agents -for -all- kisses -and claaltaiges.earrsr.i 1, v-.-arv.aie clot-4ill lrsufiio .fraetr i;nv 4 )he-txrlls 1-..,vered-1-4- ijeh-p:>li:,irs and anv other-ffiverty- Insurance -app{ieahle..to-the -work. nn�; in- --additicat-_--waive---all---sta..Ft-..-rights..-.-flonst 5;ut±etwtmelora.-._._._.--ldti(il$1131i1�—,___.13N6; t?:ls#R's Consultantaiand oil other perseris-(frentihesidervified tuinsrcis er-aktditi<wiiaies fee lasuw �-so-sauaed---Wane of the -above wavers-:Jytll-extend--to-Nte--tiahLa-,ihat--etty--party rnaking-suit-waiver-may-have-to the. -proceeds of Payable taRiar anypoiicY-seitsued 5-114 4" add;,ioft3WNEiii a = v®- 'n —ram agairtst_._.. CO 7%%"-7OR. _subaatitroders• Allm)ersf'_d WA(il*,iises' ployee�d-agonta.4(..-" -of Fees fife.use, _or- Apia{ ..tow e)(terrding bs9tand -`direct--�}ryl "-lr�-oF ..,daniflg0 -ta arcs nS iM t 4 or, rastdt#rsg lhxtt-fireor-other-parll: wiultharorrrat insured -by OW1,1E R;.wR1 rt%:OVery agsuisi may of ( U6TRAI "I Ok> tiuhccvxI actors. Ir"si4',I}SIiI�.R, -F�Aiv f'rv}3I'sR's-4 tmn2riutets-xmI 4he-"frfi'rrt$4 direeters;roexpleyrrs-andugrnks >Fam-ofthem: Receipt and.-Ipptiea6en of Insurance ProceerG. >.i'. Any insured loss under the policies of ircurnce required by paraztaphe.> 6 and 5.1 will he adjusted a-uh OWNER and mace pavable to Ol\ NIJ2 as Iiduciary for the insureds. as their interests ntav appear, subl"I to die requirements of anv applicable mortgage clause and of paragraph 5.13, C VNER shall derx? it in a scrrarxte account anv money so reccn•ed and shnll distribute a in accordance with such agrcement as the parties in interest may reach If no other special agreement m reached the damaged Work shall Ix rclxtired dr replaced the moncy:s s received applied on ascounl thereof and the \fork mil the cost thcrenf covacd by un appropriate Change I )rder cr Written Amendlment. 5.13. ON'LNER as f'ducian" shall have pcnver to adjust and settle nnv Inns with the insurers unless one of the prude¢ in uacitst shill ;41lect in na'rianp avithn'. fifieer .kits -!ter the "I I... ; to r all tit]"s r i :l ,hj,: power. If such ol)jection I. made, Olik\kk as tiductary shall make settlement taitht die insurers in ac ordancc e'ub such agreement as the parties in interest may reach. If no such agreement among the parties in interest is renchtd, O\ NER as fiduciary shall adjust and settle the loss with the insurers nrttf;—ter tfy riy--Hi IrtfereSE-<)LL�ivISR-as- trfhtH:iriry-shilif... glvt fxItd-tor-the pr."slte'rtterfemtnt+ce-ef st><anduties. Acceptance rrfl3onds and Insurance; Option to Replace: 5-14. If eithee--party-{ er f A£1�Rj OWNER has any objection to the coverage afforded by or oilier provisidxts of the I3artdsor insurance required to' he purchased and maintained by the other—Imrty CONTRACTOR in accordance with Article 5 on the basis of non carfom ante with the Contract Documents. the odecting'pony shall --sow the other-p uty GkIINM will 0jb,-QQN,T A4T,OR in writir within ten fifteen days after receipt delivery of tine certificates (err, cvther"evidenee regUestedj 1 QWNER.-as required by paragraph '__7. other-sttclt-addtiarwl-btformatiat-in-respect of insurance Partial Utilization —Property Insurance: 5,15. If OWNER far& it necessary to occupy or use a portion or portions of the Rork prior to Substantial EK1>CtrEMaM CONDIT10M 1910.8 (1990 EeNlimn xt 0T1' OF FORT COLt M MODIFICAATIONS(RLti'n 0(an Connploiigi set all the \\brk, such use or occupancy may be accomplished in accordance with paragraph 14.1(t,, provided that no such use or occupancy stall commence before the insunrs prnciding the lmarwrg insurance have acknowledged notice thercof and in writing effected any changes in coverage necessitated thereto• The insurers prov dirW the pioperiy ireiurance shall consent by endorsement on the poliew or poficies, but the properh° insurance shall not be cancelled or permitted to lapse on account ot;my such partial use or croculzancv ARl-ICLE 6--COM'RAUTOR'S RFSPONSI III Li TIES Sullen .+inn and Superintendence: I N, WI -raft shah; euj>i n-irk_ etc •ct and direct the \V,,tk competently and efficiently. devoting such nitention thereto mid applying such skills and six 7v as mat I c rcccs+:any to pee leant the Worl: set a.c, r.:a'me with ncc i'rxuract ; a, aamems (v A IRAC I OR shall he solehy responsible for the means naethxds, tecdnniques, sequences and procedures of construction but C(l i fR,NcroR shall not he responsible for the negligence of others in the design or specification Lit a specific means, method, technique, sequence or pnxedurc of construction which is shown of indicated in and expressly- required by the. ('dmtrnct Documents. CON I RA('I OR shall he responsible to sex that the completed Work orimphes accurately with the Contract Documents 62, CONTRACTOR slmll keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGNEER except under cxxtraordintary circumstances_ The superintendent will be CONTRAC70R'8 representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR, Labor, AlateiaLv and Equipment: 63. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and constrtict the Work as required by the Contract Documents. CONTRACTOR shall at sit times maintain good dis �plute and order at the site. Except as otherwise required for the safety or protection of persona or the Work or property at the site a adjacent thereto, and except as otherwise indicated in the Contract Documentu, all Work at the site shall be performed during regular waking hags and CONTRACTOR will not permit overtime w•ak or the performance of Work on Saturday, Sunday or any legal htolidav without OWNER's writteat consent given after prior written notice to ENGItN7EER CONTRACTOR shall submit requests to the E1VNGMEER no. leis than 48 hours in advance.of any- Work to be pxrfainad uu SaIS today _Sunday, HolidaLs or outside the Regrtlar 1Vork4!JT0 trs oA_ Fnless othtervis,, Npxedied in the General contents x is lollowed by words rcadu>c thou no like, Requirements, CONTRACTOR shall furnish and assume equivalent or "cr-equal" item or no sulntiunion i; full respunsihility for all materials. equipment, latex. permitted. other items of material or equipment or transpxlauon, eonsinatlon equipment and machinery. material or equipment of other'Suppliers mac It tools, appliamcs, fuel. power. light heat, telephone. water. escepled b} E 61-NEER under the foll�,n-mg sanitary facilities. tempornn- facilities and all other circumstances facilities and incidentals necessary lour the furnishing. performance. testing,start-up mxi completion of the ki,ork o7.11 'ni)-Equal". if in L, Ul\litik's -Alv di cMiem an item of material or cquipment 61,4�_ Nrchrsa Resirtku us ('OR I RAt-I O: 1 rulx xd In CON I R.\(`f OR is functicur:i Ili must canpls with the (in g_pun.hasutg-restoctions. A equal to that named and sufficiently similar so that gore of the resalulivns are a} adal h for_r_et sex m the no flange in related l4ork will be required. it mac offices of the Purchasing_ and Risk\lmurtgement ie considered by li\Gl\l- :R as an "or -equal` Division_ or_the. .Cit4_derk'soffice . item, in which caw review red approval of the propcxed item may. in E\ UM1._R's vile 0.1___ CcmentReArictions(itv_ -of Port Collins discretion he accemiphshd witheun compliance Res-I_t requires thatpuVpli anelgrochtcers with rime or all of the requirements for of coin nt or products containint cement to ccrtl} that .tcceptmce of pmpov:d suhstiwtC Items the _ce�tr tnl H'ns_yr at made in, c intent lulrtt that burn 6.7.1._. Subslih le Iknn. 11in E.\c rl\EP:Rb: tide - harnrJ usaa,ie_as a lucl dinrcn,e. an item of mntCnal cr a,uy+mcnt Ixcpx"ed b\ t'U?:fkA(C]OR does not quahr\ as 6 i All materinls and equipment shall be of poach an "m-equnl" item tinder w. bM ngrnph 6.7 1 1. it gmhty and nett ccecpt as othomtse prodded in the ic:ll be ca ricidercd a pacq+oseJ subsnnae �tC-n ('antract [)"content=. _11l mimmnr; and auamnto i (-(;`.lj. V,I+)I: shall suhnnt .urti.i.nt specifically called for hA, the Specifieatiorts shall expressly mfomtafion as provided Mow to allow run to the hatetit of OWNER. If required by ENGJ1\EFR, FN-('TINF.FR to determine that the item of material CONTRACTOR shall furnish satisfactory evidence nr equipment proposed is essentially equivalent to (including reports of required tests) as to the kind and that named and an acceptable substitute therefix. quality of materials and equipment All materials and The procedure for review try the ENGINEER twill 'I'll equipment -Mall he applied, installed, connected, erected, include the following as supplemented the used cleaned and conditioned in accordance with General Requirements and as ENGINE ,kk map instructions of the applicable Supplier, cscepx as otherwise decide is appropriate under the circumstances. provided in the Contract Documents Requests for review of proposed substitute )tents of material or equipment will not be accepted by YrowessSckedale: ENGINEER from anvone other than CONTRACTOR If CONTRA('fOR wishes to 6A CONTRACTOR shall achere to the progress furnish or use a substitute item of mataiat or schedule established in accordance with paragraph 29 as it equipment, CONTRACTOR shrill first make may be adjusted from time to time asprowided below written application to liNCiINTER for acceptance thereof. certifying that the proposed substitute will 6.6.1. CONURACTOR shall submit to LNG[_ SER 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 prcVm in substance to that specified and be suited to the schedule that will not charge the Contras Times (or same we as that specified The application will 'vtilestates). Such adjustments will conform generally state the extent if any, to which the evaluation to the progress schedule then in effect and additionally and acceptame of the proposed substitute will will comply with any provisions of the Geneml prejudice CONTRACTOR's achievement of Requirements applicable thereto, Substantial Completion on time, whether or not acceptance of the substitute for use in the Work 6.62 Proposed adjustments in the progress schedule will require a change in any of the Contract that will charge the Contract Times (or Milestones) Documents (or in the proyisiorts of am other shall be submitted in accordance with the requirements direct cxniraet with OWNER for work on the of paragraph 12.1. Such adjustments may only be Proiect) to adapt the design to the proposed mark by a Change Osier or Written Amendment in substitute and whether or not incorporation or use acccrdance with Article 11 of the substitute in connection with the Work is subject to payment of any license fee or royalty. G7. S4rb.+firules and "Or Equal"[lints All variations of the proposed substitute faun the specified will be identified in the application and 6.7.1. Whenever an item of material or equipment is available maintenance. repair and replacement speeded or described in the Contract Documents by service will be indicated The application will tisaag the tame of a propriettararyy stem or the name of a Strpplia, also contain an itemized estimate of all costs or particular the specification or description is credits that will result directly or indirectly from attended to establish the type, function and quality u=ptance of such substitute, including costs of requited, Unless; the specification or description redesign and claims of other contractors affected EJCDC F,R OENAL CONDITIONS 191" (1990E&tiar) 1? JCITY OFFOkTCou,INSMODa7Cnnbrrstp VV20oo) by die resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to Ibmish additional dw:i a xn the proposed substitute. 6.7.13 C cV %M 1 CTOR a La peror: :111 dint to }x }Yovtdcil by CONIRACTOR in suppnt of any proposed "or -equal" or substitute item -,%ill be at CON KAC"f OR's expense- 6 T:. Salasiia ae C'wnintOron i terhl.e:ls or Nrocednars: If a specific means, method technique. sequence or procedure of a msi udi m is shown or indicated in and expressly, required M• the Contract Documents. CONTRIC"COR may furnish or luilirc a substitute maim. method, tecluiique. sequence or prcxedurc of construction acccntahle io f:\C;ISI(IJ, COA+I-RACTOR shall submit sufficient mfonmatioxl W allow- F.. 419-1iR in I " GIN'FFR'c axle die reuon to deiemmhe that the substitute prolxsed is equi%alent to that expressly called for by the Contract Dmi menns. the pn.cedute lin rc%icu- he !-:'9C;1\F.FEt ,01 la a M i i ar to that provided in subf,imi}traph 71 6.7.3. Engineer's Evulantio n: FNGINFER will he allowed( a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. EiGLN'EER willbe the sole judge of acceptability. No "or.:yual" or suhstiiute will be ordered, installed or utilized without FNGINFER's prior written acceptance which will be evideneed by either a Change Order or an approved Shop Drawing. OWNER. may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER'S Consultants in evaluating substitutes proposed or submitted by 6.9. CONTRACTOR pursuant to paragraphs 0.7.1.2 and 6.7.2 and in making changes in the Contract f?oeuments (or in the provisions of any other direct contract with OWNER for work (sl the Project) occasioned thereby Whether or not ENGINEER accepts a substituteitem so proposed or submitted by CONTRACTOR CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINF"E R's Consultants for evaluating each such proposed substitute item. 6_$. Concerning Subconrradorts Suppllers and Others: 6.8.1. CONTRACTOR shall .not employ any Subcontractor, Supplier or other parson or tiro (Including, those acceptable to OWNER�ani ENGINEER as indicated in paragraph 6.8.2), whether imuatly or as a substitute, agaira whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor. Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has tetrsanable objection. E)COC GENERAL COM)t7ION-S191" (W" Edam) usO YOF FORT MLIAM MODIFICATIONS(Rh140000) t_O_ I R\CIOR_-slktll _pertirm rid Ids; than percent ofthe Wok with its own faces (that_ is, without subwntraetin._)._ The 21) pence t requirement shall he undknt(%X1 io Taber to the \lore the value of Much tutrils not less than +) percent of the t `tmtra t Price. 6.8.2- If tl>z )upplennemms Ctatadiut>tss ISiti,luy; Documents require the identih of certain Subcontractors. Suppllers or other persons or aganiuuitxs (including those I%ho are to furnish the principal items of materials or equipment} it, be suhmiucd to (MNER in advance of the specified date prior to the Effective Late of tile Agreement for neceptance by OWNI-R and F\GI1litilt.-_and_.if has -..submitted--a_..lea thereof in twet�rcJara;e--with.-tlte---;�uppletnenturv._. E'wtditiutts:, OW' I.Rs or acceptance (either in "stint}, or by foiling to make written objection thereto h% the dale indicated for ac cl t ince or bleciton in the bidding documents or the Contract Documents, of any -such --Subcontractor, Supplier -rr-ether-person-or :xganrnttnrr *tAlentifted mat he re",i etl-rxr--t1w Ixtats-<;{-rea wahle-obtetttots after chic nn%egf8niten. in--which-ease..- CON"YRA4 71-OR--shau-sabnat--an fteeprable--Rule.attune;--Ahe--c-o"im et....Awe --will--be adlusterf by-tlte-teal%rence-tit-Elie t)e�-oeeastoned,-hv s eK substitution fund- an- appropriate -Change - order ++dam will constitute a condition of the Contract requiring the use of the named subcontractors, Stmhers or other persPnssororganiuntwori on, the Work unlgs prior Hnnen aMAIi is oltatned &opt n1iiNER and h.NGINIIER No acceptance by OWNER or FNGINFER of any such Subcontractor, Supplier or other person or organization shill} constitute a waiver of any right of OWNER or ENGINEER to reject rlrfecnve Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and anissioas of the Subcontractors, Suppliers and other persom and organizations performing or furnishing any of the Work urxler a direct or indirect ccntruct with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for tote benefit of any such Subcontractor. Supplier or other person or organization arry contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to PAY or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OhVreTsR orE, , N , in N. furnish to aML%.x omractor jum6er or ohern o�cxeanizapot evidenceam of otrns -paid to CONTRACTOR in accordance with CONTRAL-LO-R'S" Iicatio Kbr& meal", IK ATTACHMENTS Bid Schedule 2. Definition 3. Detail 2, Sheet BD-1 4. Prebid Attendees Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 092 t_7 )A IR\i_ I OR shall be solely" r s}xmsible fix scheduling aril coordinating the Work of Subountracturs. Suppliers and other persons and organimlions ixrfr,nning or furnishing any or the 1\'ark wider a direct or indirect contract with COVI'RA(7OR. CON "I'K\('l'OK shall require all Subvi,ntradtOTS. Supplizts and such other persons and orgdriiriuons pertirnting or hrmslrutg any of the V%ork to communicate with the LNG �iNEER through ('ON'fKAC7OR 6.10. The din icons and sections of the Sp ccifications and the identifications; of env Drm%mgs shall nor control CO\TRA(-JUR in dividing the \Perk aniong Subcontractors or Suppliers or delineating the Work to le performed by any specif is trade. 6.11 All \i,,& pertbnned for CONTRACIOR hg a Subcontractor or Sup rher t} ill be pursuant to an appr:_q+note 3MCCnnrnt helw'ien ('O\I RAC'fOR and the Subcontractor or Supplier which speciticailc binds the Suhmntractor or Supplier to the applicable terms .and condilions it the Cv!gm,s IUscwnenic het the licnerit. of A%.LR lioda->+il`.ia iR 11 hoiuvermw such-aLareemena is-wrilt-a- Subcontractor ;x-_ Supplier .-whx>-.is..lulled -as"-oil additional ...iaisured-on-. the.. Jxeperty-insutetree._provided -in paragmp!Ks ,, 4--ox.__s 7_.._the...._,3greemant._-hetwxeal---ilte CONTRACTOR uid one Subcdnttactor-or Supplier will taitHain lxc+vrvrcnsswlxrclny-1hr,5tibc�utitrad¢er-ear--Supplier F3.'v6ttil;l�l2--liN4iF*:rl�4R'S-_('ortst+ltaats-_root--alJ--cnthev additionfrt-aysur�tis-Ii all h�saes and-damegev-sowed.{ay, artsisg--out of-o f resulting front ttmyof4te- Per &covered by the-Wor1r -- iftheinsurers-on--ems such--pc$iai,nc-require separate-waiver-fonto-to-lte-s fed by-mty-liubeerftraetec-der _. wtllcaAtatn-Ihevtatae. Parent Fees and Rntvrthes- 6.12. (,'0NTRACIOR shall pay all license tees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, prows, product or device which is the subject of patent rights or copyrights held by others, If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be dischued by OWNER in the Contract Documents. To die fullest extent permitted by Laws and Regulations, CONTRACTOR shall indmnify and hold harmless OWNER, ENGINEER. ENGINEEWs Consultants and the officers. directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any inGingement of patent rights or copyrghts incident to the use in the performance of the Work. or resulting from the incorporation in the Work of any imention, design. process, product or device not specified in the Contract Documents. 14 E1CDC'(iEtrER.4LCOh'g77ON81910-9(1990Ecfilrm) wi (31Y OF FORT C OLL] M M0IMNF1C0171ON9 tREV 4i2000) Perntirs: 613, Unless otherwise provided in the Supplemenurn Conditions. CONi"RAtTOR shall ripens and panfor all construction permits and licenses. 01NNER shall assist CON I R O rlOR, when neeestan. . in eM:oning such permits and licenses. CONTRACTOR shall poor all goeenmrental charge,; and inspection fees nzczssaq' for the prosecution of the Work, which are applicable at the time of treeing of Bids, or, if there are no Bids. on the Effective Nate of the Agreement CONTRA(-rOk shall pray all charges of utilit\. Ovners for connections to the \\ark. and O\k'NER shall pay all charges of such utility owners for capital costs related thereto such as plant investment tees 6.14. Laws andRegalations: 6-14.1. CONTRACT"OR shall gave all notices and comilk, math all Laws and Rcgulatons appicable to furnishing arid performance of the Wwk. E.xeept where otherwise expressly required by applicable .aws and Rcgulation s, neither (n1V"`:I--R nix ,t,R slnll be respons+hle for monaormg CO\TRA('I0R's compliance with any Laws or Regulations. 6.141 if CONTRACTOR pxrtonns any Work knowing or havirtg reason to know that it is contrary to laws or Regulations. CON'fRAM'OR shall hear all claims. costs, losses and damages caused by, arising out of or resulting iherclnni; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Spocificatiais and Drawings are in accordance with Laws and Regulations, but this Mall not relieve CONTRACTOR of CONCRAC'TOR's obligations under paragraph 3.3.2. TOM. 615. CONTRACTOR shall pay all sales, consumer, use and other similar poxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.15.1, is exempt to Colorado State and local sales and _usg,,,.]*axes o r _ mat rmk to be permanentltlyincurppratedintothepr9ject ,Saiftx-ees shall ant be includkd in the Contract. Price. CONTRACTOR mast apply for and receive a Certificate of Exemption from the Colorxub e srhnent of Revenue far construction materials to bn•_ph,ca1lY tncocrat�gd into the lga�t,•_ Cert- T titre i>tt rem provides thsi the CON RAC'rOR shall neilfnerpay nor include in his Sao Sales and Use .Taxes on ,those buhlmg_�._. te:nstruction n ate phystvuhx' incorixrated in¢o the ro zdK Addiyw— Culorado D e rtment orReverme State Capital Annex 1 375 Sherman Street Lktrver Coloadcy 80261 Sales and Use Tries for the State of ('olorado. itr„payttpal T n}Txiricatig )jStLet LR1_I.l�. gri certain Colorado counties are w1lected by the State of Cglyrado and are included in the Certification of B m t on. All _appliwble"_Sale�_ and Use Iaxes _(mcludir Stale collected at. sib on any items other than wmuructiom and buildir matenalsQh�aicalh mtgmoratrd into_t_hc project are to be -paid by ('O , t RAC CUR and are to beincluded n fate-bici,iteins, l use ofPremises.- 6 16 CON TRAC I OR shall confine construction Lquipment. the storage of matcrials and equipment and die :yierafions of workers to the sne and land and ereas idertti.fied in and perrititted by de Contract Documents and -Aber land and areas permitted by I iws and Regulations.. r i; htaol-way.. peen It, and ea'cenI ent s. and shall nut unrew,o,mhly eneuntivr the premascs with acn;tnichon equipment or other materials or equipment. C.ON7RA(JOR shall assume full tesprrortsibility Dix any damage to any such land or area, or to the owner or occupant thereof or of any ailjatent land or areas, resulting from the performance of the Work Should am claim he made by any such owner or occupant la:cause of the perfomancee of the Work, CONTRACTOR shall promptly settle with such cotter party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at taw. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless O)ANI R, F.NG1.NEER, iNG1NEER's Consultant and anyone directly or indirectly employed by any of theist from and against all claims, costs, losses and damages arising out of or resulting from anv claim or action, legal or equitable, brought by any such Owner or occupant against OWNER, ENGINEER or any other patty indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of die Work. 6.17- During the progress of the Work, CONTRACTOR shall keep the premises five from accumulations of waste materials, rubbish and other debris resulting from the Work At the Completion of the Wok CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materiels. CONTRACTOR shall leave the site clean and ready for occupancy by OMNNFR at Substantial Completion of the Wb& CONTRACTOR shall restore to Original condition all property not designated few alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of env structure to be loaded in um* manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents. EX71)C aEN19U], (A)PI MOMS 1910-8 uwo t¢rbuau car CITY OF FORT COt.t M MOCHt7CAT1ONS tR6l+4R0UU) 019 ('()-\ l7LVC'7 OR slaali mamtam Ina sate plan at the site Line record copy of all Drawings Specifics tams• Addenda, Written Amendments. Change Orders. Work Change Directives, Field Cinders and written interpretations and clarifications (issued pursuant to p-wm2raph(4.4) in good order mid annotated to shoxv nil cha%,es made during construction These record doaunems together with all approved Samples and a counterpart of all apprrn ed Shop Drawings will be available to EN(; WEER for reference. Upon cvmpldion of the Work, and prior to release of Canal m vmeru. these record documents. Samples and Shop Drawings will be delivered to 6SG 1;4};gR ftr Otk'N h;k, Safe!t' and Yrtneerim, 620. CC UM RAC I OR stall be responsible llr mitiaun>'m;ontanling and supervising all safety precautions and programs in cexuechon with the Work. ('(" lI RACI(r k shill take all rwcees an precautions for the saliiv oC and shall provide the necessary protection to prevent damage, injury or lost lo- rs'o ' aII per;.vn an the 1\'ork one or who ram. 1, affected by the 1\brk. 6.2_0' all the Work and materials and equipment to be mcorinrated thereirt whether in storage on or off Ole site: aril 0.2-03 ether property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of coatstructicn. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property o to protect them from damage, injury or Ions, and shaft erect and maintain all necessary safeguards tin such safety and protection. CONTRACTOR shall notifv owners of adjacent property and of Underground Facilities and utility owners when prosectitiot of the Work may affect them, and shall cooperate with them in the protection, removal, reloeation and replacement of their property. All damage, miury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in while or in pan, by CONTRACTOR, any Subcorarictor, Supplier or any otixr person or orgam ;non diroctiy or indirectly employed by any of them to perform or furnish any of the Wok or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Spectifaatiom or to the acts or omissions of OWNER or ENGINEER.or ENGINEER's Cortsultara or anyone employed by any of theist or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or neghgerx:e of CONTRACTOR or any Subcontractor, Supplier or other person or orginization directly or indirectly employed by any of them). CONTRACTOR's duties and responisiliitities for the safety and pnAection of the Work shall continue until such time as all the Wok is completed and ENGCNEEdR. has issued a 15 notice to t )11 :tiLR and CON I Ri<ACITOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with mhmamial Complerirm). 6.21. Safeg- Representative: ('(�N I RACTOR shall designate a qualified and cxpericnud safety representative at the site whose duties tmd reslronsihihiies shall he the prevention of accidents and the maintaining and supervising of safety precautions and program+ Hazard Cgmitnrinication h•ogrants: h-'' CON 'IR:ACIOR shall he responsiblc for c'oordinaung any exchange of material safety data sheets or other heard communication information required to he made available to or exchanged between or among emrdncers at the sae m accoraaner with L;ms or Regulau.vls- F:m eigencme i.21 In cm erecncics affecting the safety or protection of persons or the Work or property at flit site m adjaccrit thereto. CON TRACTOR, without special instruction or authorir uoxt from OW'NF,R or FNGTNF,ER, is obligated to act to prevent threatened damage, injury or loss. CON I RAC [OR shall give ENGINEER prompt written notice if CONTRACTOR believes that arty significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract DoctrmenLc is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of'such action 6.24. .Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph2.9). All submittals will be identified as ENGINEER may require anti in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGMER the muterads and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6-24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop DmwirCs and Sample submittals. Each Sample will be identified dearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and uthowise as ENGINEER may require to enable ENGINEER to review the submittal for the limited EJC DC GENERAL CO%U'ILONi 191"r1990E&J mi 16 m+ CITY OF FORT COLLINS MODIICATIONS(REV42ttaa) p rlxwts requited by Isuagniph b'o. The numbers of each Sample to be sutnninel will be as specified in the Specifications. 6.25. Submittal Proeedurrs: 0.2-5.1. Before submitunu each Shop Drawing or Smmple. 0)N] \UJ(,1R skill Ivne determined and yeriiicd. (1,25-1-1_ all field measurements, quantities. dimensionn. specified perfonmanev ritcria. installation requirements, materials. axttaloa numbers and similar information with respect thereto. 6.25.1,2, all materials with respect to intended use, fabrication. shippme handhne_ storage, assembly anal nutallution pertauamg to the Irrtiinnance ni' [he 1A'ork. ❑na 625.1_3 all information relative to ('(l•.: I'RA,-If11W, sale n•s,x>ny.ihihlr m iemlrct f mwvr.meth:+d:; ie.:hnnlue', v.:gcrnce; and procedures of construction and safety precautions and profit -ants incident thereto. CONTRACTOR shall also Have reviewed and coordinated each Shop Driving or S:miplc with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or spocific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under fix Contract Documents with respect to CONTRACTOR's review and approval of chat nnbmittal. 625.3_ At tare little of each Submission, CONTRACTOR shall give ENGNUR specific written notice of such variations. if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal: and, in addition, shall cause it specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each Seth variation. 626 ENGINEER will review and approve Shop Drawings and Sarnples in accurdanrx with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEERS review and approval will be only to determine if the items covered by the submittals will, after insallaticn or incorporation in the Work, enform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a fumxioning whole as indicated by the Contract Documents. ENGMEER's review and approval will not extend to means, methods, techniques, sequences or procedures of coststructiwi (except where a particular means, method, technique, sequence or procedure of construction is r,pecilicaik and c\prccsh' called for by the Contract Documents) or to safety precautions or programs incident thereto. The rdh icw Witt approval of a separate item as such will net milicaw approval of the a<sembly in which the item lomut,ris r'Q'�7-RACTOR shall make corrections required hr t'�t;C�F,h;R. and shrill return the required number of etir-rccted copid� of Shop Drawings and submit as nyuued nets tramples liar review and approval. C'USl RACTOR shall direct ti}p'nfic anenti<•n in writing to recisions other thun the corrections called for In ENGI's EER cn prosious submittals 6'7 Ii\61A1-1-Ws review and approval of Shop Dras ings or Samples shall not relieve CONTRACTOR from respomihiht,v lie nnv snriation from the requirements of the Contract I h cumats unlcss COYTR:A(TOR has in tsriuna called I:.i(.ilNhER's attention to each such sariation at the timc of suhrnmslon as required by paragraph 6.1S3 and Ei .61NE'ER has gn•en written uhl-rosel :1; cneh sw:h craft n hs n clt:,ilic written notation 11MOf incorporated In Of accompanying the Shop I)rnwine or Sample approval: nor will any approval In• 1A,, \PFh: i.hcrr lions tr�pixtsibilits t'r cnmI'kan_dai'„her Ir�r, �n.rn I rt�raph b.,�t 629. Where a Sfrcrp Dramvtrrg or Smriple is required by the Contract Pocumenis or the schedule of Shop Drawing and Sample suhnissionr accepted by ENGINEER as required be paragraph ',9. env related Work performed prior 0 ENMM'F R's review and approval of the lteertnmenl suhnintal will be at the sole expense and responsibility of CONTRA( "I"OR Continuing the 16brk: 6.'9. CONTR\C'TOR shall carry do the Work and acll)ere to the pnigresos schedule during all disputes or disagreements with O\\NT:R. No Work shall be delayed cc postponed pending resolution of arty disputes or disagreements, exc pt as pennined by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6,30. C074TR1CT0R's General Iflarrtanryy and Guarantee. 630.1,C0N'fRACT0R warrants and guarantees to OWNER LNGIIeTMIZ and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. MNTRACTOR's wamtmy and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper mautlentnce or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.12. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform grid complete the Work in accordance with the Contract Documents slali be absolute. of the following will constitute an acceptance of Work that is not in EKDCUEN LUC_oNDMO S tvtas (1vvo Edam) coscaw OF EOxr coi.t.tn's stcwttad:,nttoxs ixE� nn_orxn accordance with the Contract Dmumcnts or it releasc of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6:302.1 observations byI:NOTNEER. 6302_2. recommendation of any progress or total payment by L•'NGLNLER, 63u.2.3. the issuance of a ccrtiliatte of Substantial Ccatmpletion or any payment by OWNER to CONTRACTOR uridcr the Contract Ikxaments; 63112.4. use or ox:uptincy of the Work or arm pan thereof by OWNER: 6.3025_ any acceptance by i)lV\IiR or Wtv failure to do so. e.30_.6_ any review and approval of a Shop Drawing or Sample vuhninal m the issuance of a notice of:iccvptahihn ht EKa;I", It F.R pursuant to parigraph 14 1 ', 6.30.2 7 any inspetrati test or aplroval hp others: or 6302.5, any correction of dilective Work by OWNER, lndenuriftcatimr: 631. To the fullest extern ermitted be laws and Regulation, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, E,NGINEER's Consultarris and the officers, directors. employees, agents and other consultants of each and any of them from and against all claims, cuts, losses and damages (including, but not limited to, all fees and charges of cNincers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by. arising out of or resulting from the perfexmance of the Work, provided that any such claim, cost, toys or damage: (i) is attributable to bodily injury, sickness• disease or death or to injury to or de6truction of tangible property (either than the Work itself), including the loss of use resulting therefrom, and (u) is caused in whole or in part by any negligent act er o mssion of CONTRACTOR Way Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish anyy of the Work err anyone for whose acts any of them may he liable, regardless of whef}izr or not caused in ppaartrt by airy negGgmce or omission of a person or entity indemnified hereunder or whether liability is imposed upon suer indemnified pactp by Laws and Regulations regardless of the negligence of any such person or entity 6.32. In any and all claims against OWNER or ENGL'xrEER or any of their respective cmsultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, arty Subountractox, any Supplier, any person or organization directly or indirectly employed by 17 any of them to ixriona or furnrJt ;ins of ih: 'Aork or imyone for whose acts any of them may be liable, the indemnification obligation under poragrapho.31 shall not be liniaed in are way by arm limitation on the amount on i3ry of damages. cooper ativn or lxmcfa.s payable by or for CON'l R.41'"FOR or nnv such Subconuactor- Suppler or ether person or organisation under worker; compensation acts. dnsibddy benefit acts or other anployee bent fit acts 533. The indemnification obhu'anon> end CONTRACTOR under pma�uaph t431 shall not emend u it), liabilih of ENGINEEX and I-NOI--C1:R's t'oniullams. officers, directom employees or :went, caused by the professional neghgence. errors or antis:;lons of any d thtin Sundial of Obligations: r„4 All representations. indcinm6dan:ats 'ram nucs tad guarantees made m required b% or -even in aucordancc :cidt the Conicict Vo.umonm as •.r; it '. all C_,ntuuim.• gbligatiots indicated in the Corona Dourlenb, will survive final payment, completion and acceptance of the lCoa'1: ;lad lenrllnatll'a or compkurn of the ,t reemcnt ARTICLE 7--OTIIFR NV'ORIC Related Mork, at Site. 7..1 OlV'N .K may perform other work related to the project at the site by 0XV NER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work px rformcd by utility, owners. If the fad that such other work is to be performed was not noted in the Contract Documents, then. (i) written notice thereof will be n_,iven to CO\ fR1CTOR prior to starting any such other work and (ii)CONTRACTOR may make a claim therefor as provided in Articles I 1 and 12 if CONTRACTOR believes that such performance will ivolve additional expense to CONTMCTOR or requires additional time and the ponies are unable to agree as to the amount or extent thereof. 7.2- CONT F-ACTOR shall aflird each other contractor who is a party to such a direct contract and ench utility owner (and OWNER if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opfxrtunay for the irilroduction and storage of materials and equipment and the exeuution of such other work and shall properly coariect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR Malt do all cutting, fitting and patching of the Work that may be required to make its several parts cone together properly and integrate with such other work. CONTRACTOR shall not endanger any work of other by cutting. excavating tr othenvtse altering their work iron will only cut or alter their work with the written consent cif ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the beaiefit of such utility owners and other contractors to the extent that there are comparable IS EX -'DC GENERAL CONDITIONS 1910-8(1990 Editiau wr (1IY OF FOR F IA)LLINS MODIFI (_4'rtONS O(EV 720W) pnoyisnats for the benefit of C0N-Jl.'1C'f0R m said direct contracts between OWNER and such utility owners and other contractor. 7 3, If the Irolxr escrution ar results of any pan of COX I Kf \(TOR's Work depends upon work performed by others under this Article 7. CONTRACTOR shall inspect such other work and pi-emrptly report to L[\GINLI'R in writing, am delays. defects or deficiencies in such other work that render it unavadable or unsuitable lie the proper execution and results of COOT RACTOR's \York. r'O\ fRVCTOR's failure so in report will constitute an acceptance of such other work as tit and proper for integration with CONTRVCTOR's Work except for latent or nompparent defects and deficiencies in such other work Coorrlinatitw: ?4 I] ,onn;wt� with others for the performance of other work on the Project at the site, the following will he set forth in Supplementary Conditions? 74 1 the pare+n. lion , r corp?rauon mho will Nave authority and responsibility for coordination of the acriciLes among the various prime contractors will he identified'. 7.42- the specific matters to be covered by such authority and responsibility will be itemized. and 7.4.3. the extent of such authority and responsihihties will lac- provided Unless othemisc provided in the Supplementary Conditions, OWNER shall have sole authority and resp oitsibiliry in respect of such coordination ARTICLE S--OWNFR'S RFSPONSIBILITIFS SA. Iixcept as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. &2 In case of termination of the employment of ENGINEER, OWNER shall appoint an againsit whom f iNTRAC-TC-OR-mekea no toast na�rebjeetioe� whose status under the Contract Documents shall be that of the former ENGINEER, 8.3. OWNER shall furnish the data required of OWNER tinder the Contract Documents promptly an dl shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8A. OVVNER's duties in respect of providing lards and caacincnls and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 42 refers to OWNEWs identifying and making available to CONTRACTOR copies of reports of exploration and tests of subsurface conditions at the site and drawings of physical conditions in existing still Mures at or Wnnguous la di; site that hove IV en uohre.i by ENGINI MM in preparing the Contract Documents t*�---4)1k'NWt�+i��spttavilarFitirs-ir+rrst+ivk+>Ei�tlra�hanine and-maim/rirting- liabilityandpiroperw-inwr+mcr-ere- el Birth in paragraphs cc through 5 10 't OA NM is obligated to eNecule Change Older., as indicated in pragraph 11 A 87 OA\-NER's resTonsibility in respect of certain inspections, tests and apprcrnalS is set ninth in paragraph 1..4. 9 X In connection with c )14N I R's right to stop 1\'nrk or suspend ]Fork see paragraphs 13 lu and 15 1 Psaagnaph 15.2 deals with 014\rl-R's tight to terminate services of i'f A 1"RACI OR under certain eircummance, X,i ]'he tn11'\LR slvlll not sufc iw.. dir.,r ..r have control or audwriiv over, nor be resWM]llle lit. CONTRI{CI OR's menus methods technique& sequences of pnkrdures of ccnnsuuction 01 dr MfelN Iaerauutsas ;end lIt,crams ummdent thormo or for am Fnhtn' .,I t ON"I RACI OR to comply with laws and Regulations applicable to die furnishing or pertbirrance of the Work. OWNER will not he responsible for CONTRACTOR'S failure to perform or furnish the %York in acoordtmce with the Contract Documents. 944---{-yt1',' EWE--req.000 i 41-rely-in.-rer�rcF..4 undiwlosod :ashestci�--V{r}3sr--Fieetrolsoon---Wt+;»nrdaas--l4oste—ex Radionetive A4ateriah uncovered tar revealed -et -the site is I widte�3x y Ainirieiel atrangemems -knave--beat-made. to--satistg... trik'tyI32's responsibilit+r-in fespeut thervrof-will-tax its scwforda it the S tpplententety Conditions. ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Reprearntath-e. 91, ENGINEER will be OWrNIER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNEWs representative during construction are set forth in the Contract Documents and shall not be emaided without written consent of Ott'NER and ENGINEER. Picts to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress EXW OENVAAL CONUTIOM 19103 /1990 Edon) i., OTY Of FORT coLLltas MODIFICATIONS (M arzoatt that has bawl made and Cie quality of die carious aspects of CONTRACTOR'S executed Work fused on information obtained during such visits and observations. EtiC fXYf:R mill endeavor for the henefit of i WNT:R to determine. in general, if die il'ork is pr Needing in accordance with the Contract Documenis I ♦61NE—lik will not he required to make exhaustive or continuous on - site inspections to check die quality or quantity of the 1\'ork. I""GLNEER's efforts tail] tx daccicd toward preciclirig for t)\\'NI:R a greater degree of conlidewe that the completed Work will conConn generally it) the ('ontraet I.)Oc.'umCmS. Cin the basis of =ugh visits and on - site chunationS I::N0INEkR will keep (A) \fit: informed of the progres's of die 11'ork and Mill endeavor to _guard OWNER against <lefeenve kk,,rT; ti\GI'titilSR's rises and on -site ohse.rvmions are subject to all the hnuu:tion= on t tiUl'NLk:R's authority and respcnsibihty- .wt forth in parignph 9.1 and paniculark. 1,ut % th'mt hmiunion during or as a resilt of E\til'\LL-R's on site C U;d4 nr,,i,A'n'AneYac i,: 'r l'.t;L: V"t'� 1iJrk E (ANUR will not supenlSe. dhrcct. conuol or have authority over or he responsible for Cci�ifRAo'"ft)R's mr.mnictliMs,tcchniqucs. zdyuenc" or of or the afrt) i,. e..;uuon, : nd pro rani: incident thereto, or for any failure of CUA I R:tt'I OR to comply with taws and Regulations applicable to the furnishing ou performance of the \6"ork i'roject Representabiv: 9.3 If ()W'NER and ENGINEER itgree. FN(UN5ER will furnish a Resident Project Representaiwe to assist ENIGLNEER in providing more continuous ohskmation of the ]fork. The resporisibilitirs and authority and limitations thereon of any such Resident i'rojcct Representative and assistants will be as provided in fio agraphsi U and 913 and—ire-tlx-};upplenrmlwt}• Condrtiom of these General Conditions. If 01iW IZ designates another representative. or agent to represent OWNER at the site who is not ENIGINFERs Cou,,,ham, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Sttppiemeritar+=-E eaiditiem Nragtaph 9.� of these Cntieraltanrhu(ns. If the ENGINEER furnishes a "resident , Pruaect, Rmesentahvs ._Q2PR) or \ 'r assistants,. it if the OWNER designates a Representative or agent all as tmwickd in narasya' h 9 i o f the General Corxlntons Me-%Re„prest;ntatiyes shall have the audx pW, and neranitauonsas -provided in_paragraph 913 of the General C,ondi'tions and shall bz su ect to the foumt;ii� 9.31 The Reoresematives dealings in matters pertatnirrg to the on -site work wi1L in eemrai be with the ENGINEER and t�IN'TRACTOR SuL the Reprexrilative will keep„ the OWNER_lX9Lxrly jiszd ,otr�syg}3_rtlal , -, The Rem, itauve's dealmlps with subcontractors will_only be throug�t or with the. full knowledge and approval of _the CTOR 9.3.21Duties acid RgMirsibilities �W_esentative will. 9.3.2.1. Schedules - Review the nrcgress 19 schedule and other xhedi les_Lektred b_i the CONTRACTOk artcl consult with the El�'LGMURconcerningxcctptabili{�, =_-_.C( rcrives__a_nd._ \leetiitg__-..._;3t4e!1J meeting with the 1CON'I R •a 1 OR such as prec:onstruction conferences, proUTess meetings and other Sob ccmterences and prgiare and circulate copies of minutes of mcctitms. 9 32.3. Liaison 9.3.2-3.1. -- _____.__ _-_..._ with CGTR4CTC>�_tvw4:irta,�xinc�ll3. through i ()\ I l{AC I ()H S superintendent to assist the CON MAC-1 OR in_ understanding the Contract Documents. 9.'.33z2=. _ lysr linobl umgl mt>11\lk additional detnik or mromcann11. when mIguireA for uoc r csecution of the "ork 93'33 Wkisc doe and ('010R \0 1 (* ai thr commencement of ..._._... ___._. __---_. anyWork requIrme— a Shop..lhauing.or sp is suhmiswitm_if the submission has not heen approved hv the t N( INEIER, 5,3 ,4,Reyjgw of lytak, RefecLon. of Det'ec, Work, lnspccucros and I'csts - y3 A.I__ Conduct nn-site olxen•a[ian5 of e W in ro¢r ss t assist the E.NG sP EER in determining 1Vork is procxiing.in aucardance with the Contract D_ggumenis 9_3 2 1,. _ARwmP—a _ ris ling u v!_:Co tr i revMine oublic or other agencies having J.__L ctign over a Pn_jeU retbtd,.,t __resall_ts of Utess umegioru and report to the ENGINEER. 9:3 n�. S _,_ LnWXretation of Contract �lydtlel�4,—_$Qtiott to EN�Ni,_ whrn dati 5mfions atxi itterpretatitms of the Corthu t etas ikree,,....ed stilfrarsmit„fo CONTRACT OR lariGahon aril uetergteta_.tgm of the Contract Documents as issued by the ENGIlVEE,F 9.3.16. ModiGcgtiwts. Consider and evaluate CONTRACTOR'S suggestions fx W)COENERALCONM7IONlS 1910-8(1990Ec ion) 20 wi MY OF FORT COLIA M MODIFICATIONS ft-V d2000) mr�itfii rti¢n_m Drawun�;� or _� -glicatiom and report these recommemithtions to 1—'NIGNEGR. Acruratck trart_ann ._.to - _CONTRACTOR iircisiwis mmed by the F.\tT EER - - 93 .2. 7- Rccor&s. A3.2.7.1 Maintain at the ReprescnWtive's e6-+aiinenii _ `1.3.2. 7.2. Keep a duir. dark report fcnm,_gr Ie¢ txx?k,_record ne hours on th< joh mwt 1%cadwr Conditions data id:ait e 1`,,jLW1AI0nS o t rant, din uh chan_e:. C ange Orde g or changed con&o nx, list of site t_isitors dallS..0 [n hDesy ccisions observations in general and specific ohservahot>,s m more ektail as in thg case_ or observing test procedures. send copies to the k:NG1N}F:R. 9.3.27.3. Record names_ addrmsses_ and ul_c,�lxmc_ numbers of all SQ fRAMRS. subcontrnntors alai in -or supplicrg of cquipmctt and materials 9;3,',8,. R_q)o 93 £ 1 . __,Fua'njsl2. _t7�GJf ER .periodic reports, as. rgtfwrgtl, oC the_pr+ ress of tlx: Wort and of the CON ACTOR'S comp40tice 1kjtlt tkle prog_M_pclx(lule_arxi schedule of _s1wP Drawing and sample subm!ttals, ... 934,&,'.. ___So soft_with b _JL,T,GR in adyance,ot_._s0hetlulrrry;....,_ma)or_ tests, lions or start of important phases of the work. 9 3 2 & 3 Drr( Dosed ("txan�e Orders and Wnrk ,_D¢ecuve _Chatages.. obtanme brwkup in teaial from the CONTRACTUR and recuti mend to FN(jINEER. Chnnee Os ter Work Directive Cha&es_and Geld %e-4rs 9.3.2.8.4. Repot immediately to ENGINM- R grid OWNER the pccmrCnC< Of an+ auhdent. 9.3.2.9. Payment Requests Review a licati_oss f _p Mcilt with CONTRACTOR for coon gncc with the established lnrocedure for their submission and forward with recommendation to l\v1\I;LR nouiy panxularb Uxrelationshirot the paatnent requested W the schedule of values, Stork completc'rl, and tnatenals__:r2d equipnenl delivered at the site but not morrpoxakxl in the 9.:.-.Io. Completion 93.', 19. I. Before ENGINEER issues a t crillicatc of Substantial f'c}nlpleuon wlm_nt io CONTRACTOR _ a list of obsen ed items rcyurirt� uxrection orootnplrlion, 10_ Conduct feared ins coon, in the .ompam of_the kN(r1hfF}R, ()\4\f—R and CON l7ZAC IOR and pretiare a final list of items to be corrected or cgmplr�ecl, ' a 103 C 'aye. {hat all teem.. art tJ,l tin�l list. hat e Ixen ca•reetnl or a+mplanl and make_. recommendations to ENGINEER crimmi_n aec 4iTw ��= L,nutu.rzol Auth.xuv he Repro ;Lnt�ute :hall not cr t 4 1 Authorize. any deviations from the ntract I7oxumens nr Coim— Matefullsjor..equipmem..unless authorized by_the t•:NGINI ER. y 3 3 _ _E'xeced limitations of ENUINEhR'S nuthom ' as set forth in the Coxttract Documens P 3 ra, _ _ Undertake an of the_ resparsabilities of the CONTRACTOR Sulxomraetors or CQNTl; 1AQTnit'Ssupennivaadca 93 34 _.! 'ts5 on,.,or tssu; tl1X_ed!9r rzlahge to, or agvrne a;ntrnl._aer,any aspect, of the meansm, xht ds Itchatgties sgcalerices of prOcedN(CS,._. G9.#,ZSt!Gt1c?.It ??id. such t4 specifically called for to the, Corttract;potuments. 9 3 3 5 Aclyisc on or issue dtratiof s reldtn3$_9f as341S)mf_ ovr@r9J_eYeS.__safet}' Precautions and proVgniA in connectiorns_with the R Ore 9.3.3.6. "Accept__Shop, Drawings,,, pr sample submittals from anyone either than the CONTRACTOR. 9.3.3_7. authorize OWNER to occupy the yY xk in wholt or in t)ert 9.3.3 & Phi eg�te in galiaed Geld laboratc tests or trspeators catducted by others ceo.ept as"._. spen5cally. authorize by, the > NNGIN - . 0anfreaticros and Interpreftbons, 9.4. ENGINEER will issue with reasonable pFumpuless such written clarifications or interpretatiors of the EICDC UENERAL C016DI110N'51910-5 (IS$" Edtlm) wf Ctry c)F FURT C4AAA s a toDltxnnorts(REV4n000) redpnrealents rf Ure Contrno Documents im the Conn of Drawings or otherwise) as L•" NGINTER. may determine necessary. which shall be consistent with the intent of and reasomb. y inferable from the Comract lkxuments. Such written elan ficttions Lind interpretations will be balding on OWNER and CONTRACTOR If OWNER or CONTRACTOR believes that a written clarification or intzrprztation justilizs an adjustment In the Contract Price or the Contract Times and the parties are unable to agree to the amount or eaten( thercof, if nun. Crw\'L.R or CO'yTRACTUR may make a written claim therefor as Provided in:kiricle I I or Anide I Authorized I ariations in Rork. 9.5- t'NC11NhHR mev authorize minor variations in the Work from the ieyuiremenls of the Contract Documents which do not mvohc an adjustment in the Contract Price or the (Amtmdt Times Lind are compatible with the design ronapt oI the c,tmp!eIed Protect as a fum:tioning whole as indicated b} UIe Contract Dmumems These may he accomplished by a Field Order and will Iv hinding on CrIC'�: F.R and alv, on ('I A I'R.AC I UR Ni ho shall pertomr the \\ ark tnvMN od promptly_ If O\l'Nl:R or CON IkA('"CUR hcheves that a Field Order justifiesan adjustment in the Contract Pricer or the Ccmtmct Times and the patties are unable to agree as to the amount or eaten thereof', OW'NFR or CONTRACTOR may make a wrinen cla6n therefor as provided in Article I I or 12. Pejec6ng Defective Work: 9.6. 6NGINPUR will have authority to dwa�prone or reject Work which FNGINEER heliev to tin dz*nve, Of that ENGINEER believes will to produce a completed Projed that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed Shop DratinS4 Change OrdersandPavments 9J. In connection with ENGTA'EER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 98. In connection with ENGM-ER's authority as to Change Ordas, see Articles 10,11,and 12. 9.9. In connection with ENGINFER's authority as to Applications for Payment, we Article 14. Determinations for Unit Pykes: 9.10. ENGINEER will determine the actual quantities and clarifications of Unit %cc Work performed by CONTRACTOR. ENGINEER will review with OONTRACTOR the ENGINFER's preliminary detvminatiors on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or eiherwnset FMXVLER's written decision thereon will be final and hindinge upon OWNER and CONTRACTOR, urless, within ten Jays after the date of any such decision- either (M-NER or C'ONIRACTOR delivers tee, the other and to ENGINEER written notice of intention Ey appeal born FNC31NHER's decision and O an appeal from ENGTNTER's ckcision is taken within the time limits and in accordance with die procedures set forth in Exhibit GC -A, "Dispute Resolution Agreenrent", entered into between OWNER and CONTRACTOR pursuant to Article 16, cr (n) i f no such Dispute Resolution Agoement has been entered into. a formal proceeding is instituted by the a tealtrig part\* in a forum of cxtmpetent jurisdiction to exercise such rights or remedies as the appealing perry may have with respect to E\C,1NEl,R's decision unless otherwise agreed in coning by ONk;NER and C'ON ACYOR. Such appeal will tux be subject to the proc:cdures of para raph 11, 11. Decision%wi Okparnc 9.11 ENGINEER will he the initial interpreter of the requirrmcni od the r' nu as IX4nment.and lodge of the accermbdi t of the 1i. nr, thermx!er ('Isuns dispute: had other ntanem relating to the acceptabila'v of the kk'ork or the interpretation of the requirements of the Contract I:ktcuments pertaining to the performance and furnishing of the Work and claims under Articles i 1 and 1 _ in respect of changes in the Contract Nice or Contract Times will be referred initially to ENGINEER in writing with a request for a fomml decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered h}' the claimant to ENGINEER and the other party to the .agreement promptly (but in no event later than thirty ditys) after the stan of the occurrence or even giving rise thereto, and written su ing data will be submitted W ENGINEER and the er party within sixty clays after the start of'sueh occurrence or event unless ENGINEER allows an additional period of time for the submission (if additional o- more accurate data in support of such claim, dispute of other matter. The opposing party shall submit any response to ENGINEER and the claimant withal thirty clays after receipt of the clauirras last suhmimal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submitted, if any, in accordance with this paragraph ENGIINL—T 's written decision on such claim, dispute car other matter will be final and binding upon OWNER and CONTRACTOR unless (i) an appeal from LNGINEER's decision is taken within the time limits and in accordance with the tires set forth in EXH1131T GC -A, "Dispute solution Agreement", entered into betweertOWN'ER and CONTRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution. Agreement has been entered into, a written notice of intention to appeal from ENGI MER's written decision is delivered by OWNER or CONTRACTOR to the other oral to ENGMER within thirty days alter the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in ac ordance with applicable Laws and Regulations within sixty days of the date of such U7DCGENERALCONLE'llOM 1910-8(199a Edtian) " costTYOFFOa'I't-OLLINSMODIFICA'rioNs(REy42(M) decwon. tmlesv othenvrse agreed in wntnig by (Ak't LR and CONTRACTOR 01' When functioning as interpreter and jueg,e under panigraphs9.1(1 anti 9,11. ENGINEER will not show pmmhty to OWNER or CONTRACTOR and will not he liable in c0onectim with any interpretation or decision rendered in good faith in such capacity. The rendering of a ckcision by LNG ENEER pursuant to paragraphs 9. W or u 11 tsith respect to am such claim. dispute or other matter t except any which have been waived by the making of acceptance of final payment as pmvideJ in ptmgraph 14 15) will he a condition precedent to any excicise by OWNER NER or CONTRACTOR of such rights ur remedies i s either may otherwise have under the (-ntrnct Documents or by Laws or Regulations in resp:dt of any such claim, cispute or other matter pursuentto Anwle-lb. 9.13. Limitations an EVG1;Vi' f-R's lutharirr and Re-spnadibiritiee` 91?.1 Neither ENGINEER's nuthonw• or ry=.nrvibihn- under this Ailicle 9 or Umki :via other I r't isic,n nt the C'Onwici I ltwunoentl nor . m de, 1s011 made by ENGINEER in good faith either to exercise ox not (Nercisc such authority or responsihilm or the urxlertnking, exercise or performance of any authority or responsibility by E.NGTNF,ER stall create, impose o; give rise to any duty owed by ENGLN:EER to CONTRACTOR, any Subcontractor, any Supplier, any other person ororgani�tion, or to any surety for or employee or agent of any of than. 9.13.1 LiNGIN-UR will not supervise, direct, control or have authority over or he 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 ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3.. ENGLNMER will not be responsible for the acts cir omissions of CONTRACTOR or of any Subcontractor, arty Supplier, or of any other person or organizatioat per cing or furnishing any of the Work. 9.13.4. ENGINEb'R's review of the final Application for Payment rmd accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonk and certificates of inspectiM testis and approvals and other documentation rewired to be delivered by paragraph 14,12 will orgy be to determine generally that their contem complies with the requirements of, and in the case of certificates of inspectiom, testis and approvals that the results certified indicate compliance with the Contract Documents 9.13-5, The limitations upon authority and responsibibrN set forth in this paragrapl 9.1.3 shall also apply to ENGIN'EERs Consultants. Residem Project Representative and assistants. ARTICLE 10—CHANCKS IN THE A60RK 111.1. Without im•aliclatmtg the Agreement and walnut notice to anv surety. OWNER may. at anv time or from time to time. order additions. deletions o revisions in the %1, ork. Such additions deletions or revisions will be authorized by a Written Amendiment a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work tmolved which will be perliormed under the apphcabic conditions of the Contract Documcnts iexc pi as otherhvise specifically provided). 1n... If OWNER and CONTRAC"IOR are unable to agree as to the extent, it' any, of an adjustment in the ( `onuact price is, an adlustnhcni of the ('onvact I inies that shouid he ailoued as a re afli A n 11 orl, Chnnee ! )irmwe_ a claim may he made therefor as provided in Article I 1 or . atiele 12. 103. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not reyuircd by the Contract @�cuments ms amended, modified and supplemented as provi&d in paragraphs 3.5 and 3.6. except in the case of an emergency as provided in paragraph 6.23 or in the pas of uncovering Work as provided in paragraph 13.9. 10A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10,4.1. changes in the Work which are fi) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defector Work under Paragraph 13.13 or conectintg defective Work under paragraph 13.14, or (iii) agreed to by the parties. 104changes in the Contract Price or Contract Times which are agreed to by the parties; and )0.43. changes in the Contract Price or Contract Times which embody the substance of any Written decision re miffed by ENGINEER purmant to paragraph 9�11, provided that, in lieu of executing arty such Change Order, an tsppeal may be taken from any such decision in accwciance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appal, COM RACTOR shall on the Work and adhere to the progress schedule as provided in paragraph 6?9. 10.5. if notice of arty change affecting the genial scope of the Work or the provisions of the Contract Ikicumenm kWDC(iFNhKAL CON)ITIONS 191" (1990E inm) W, CITY OF FORT COLUN's MODIFICATION'S 1REV 412(I00) (including, but not Iminai to, Contract Price or Contract Times) is required by the provisions of any Bond to be invert to a surety. the giving of any such notice will be N )N' 'RACTOR's tesix)nsibility_ and the amount of each applicable BOW will IV av[iusted accordingly. t R'I'IC LF II --CHANGE Oh CON "IRAC. f I'RI('.li I1.1. The Contract Price constitutes the total compensation (subject at authoized adjustments) payable to CONTRACTOR lbr performing rite Work. All duties responsibilities and Obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 112 The Contract Price may only he changed by a Change Order or by a Written Ame"Iem Any claim for an adjustment in the Cauract Price shall be based on written notice delivered by the party making die claim to the other party and to LN43MER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claun. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such Ocurrence or event (unless ENIGTNEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and stall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OW`N`RR and CONTRACTOR cannot otherwise agree on the amount involved- No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 112 11.3 The value of am Work covered by a Change Order or of any claim f<x an adjustment in the Contract Price will be detemmned as follows; 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 $ u $ SECTION 01800 — DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work lines, notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specification sections. The contractor shall refer to the technical specifications that apply to the individual components. GENERAL REQUIREMENTS Bid Item 1 - Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project, as well as the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. Payment for this item will follow in accordance with CDOT Standard Specifications for Road and Bridge Construction, Section 626. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Bid Item 2 - Survevino Contractor shall furnish a licensed surveyor for construction staking and to verify grades as stated in the specifications including, but not limited to, Section 01340, 1.16. Contractor shall submit a schedule of values for all surveying to be performed in accordance with the Drawings and Specifications prior to the preconstruction conference. DEMOLITION Bid Item 3 - Removal of 4 & 5' Concrete Contractor shall remove concrete as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 4 - Remove of Planting Beds Contractor shall remove planting beds with plant material and topsoil as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 5 - Removal of Playground Header & Wall Contractor shall remove exposed aggregate playground header and wall as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. EARTHWORK Bid Item 6 -Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications. These items are subject to City Stormwater inspection and approval. SIDEWALKS AND COURT Bid Item 7 - Concrete - 6 Inch Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, irrigation sleeving, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 8 - Colored Concrete - 6 Inch Exposed Aggregate Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct -flatwork for a complete item. The price bid shall also include: Furnishing and placing the colored concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials. Work item to include base course as required under the flatwork areas, irrigation sleeving, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Colored Concrete to be: Davis Color San Diego Buff or equal. Bid Item 9 - Concrete Basketball Court Contractor shall provide all labor, material, and equipment to construct the basketball court per drawings and specifications. Work includes earthwork, concrete, reinforcement, finishing, and painting lines for a complete item in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Pagel of 3 paragaliis I I v I through 119 i, inclusn'e); 11.3.'. xhcre the Work involved is net covered by unit prices contained in the Contract DOCUMCIFtt5, by a niuivally agreed payment basis. including lump sum iwhtch mac include an allowance for overhead and profit n>t mx:cssrniv in accordance with lxwwaph 11 11 33. where the Work invoh'ed is not covered by unit prices contained in the Contract D ocurn ms and agicciitcni to a lump sum is not reached under Iutragraph 11 3__ on the basis of the Cost of the Work (determined its provided in paragraphs 11.4 and 11.5) Plus a (•O" I RAt'TOR's fee for overhead and profit idetermmed as provided in Paragraph 11,6). Cnsr oj'die It ork_ I I a I hr irrm �'o ( A dr 1C ork means the sum of all cosu ncccuaru\ alrurred and paid by CONTRACTOR in the proper performance of the Work. }ixcept as otherwise mac lY :101 �cd io vI dd none by (M AER_ such costs Qmll P. in amounlno h7,htr than rhos. p; evndina in the loanhn of the Protect shall include only the follrnwine items and shall not include any of die costs itcrtiimd in paragraph 11.5 11 4 1 Anroll costs for employees in the direct employ or CON I RACTOR in the performance of the Work under schedules of job classifications agreed upmi by (Ak NhR and CON I RACI OR. Such emiployces shall include without limitation superintendents, foremen and other personnel cnnployed full-time at the site. payroll costs for employees not employed full-time on the Work shall Iv apprntiuned on the basis of their time spent out the Wo& payroll costs shall mcktde,but not be limited for salaries and wages plus the coat of fringe benefits which shall include social security ocritributions, unemployment, excise and payroll taxes, workers' compensation, health and-tetirernent benefitsi-benusesr sick des va<wrie�nand"}toHdaypay applicable thereto, The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holiday& shall be Included in the above to the extent authorized by OWNER 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposirts funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade dmoamis, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to O%VNER and CONTRACTOR shall make provisions so that they may be obtained. 11.43 payments made by CONTRACTOR to the Subcontractors for Work perfumed or furnished by Subcontractors. If required by OWNER, 24 ER9C(3ENER.AL CONU1nONS 191"(IMEdam) w.'CITY OF FORTCOLLI NS hIMVICA]IONS(RtiV 4r200at CUMRACIUR shall obmm conyeutne bids horn Subcontractm acceptable to OWIv'ER and CONTRACTOR and shall deliver such bids to OWNER who will then determine wish the adt ice of EdGINEER which bi& if arty. will be accepted. If any subcontract provides that the Snlrontmcior is to be paid on the basis of Cost of the Wak plus a fec. the Subcontractor's Cost of die IN ork and tee rJiall be determined in the same manner as (').M R:AC I OR's Cost of the Wdxk and fee as pn,vtdcd in paragraphs 1 LA, Ili, Ho and 117, All subcontracts shall be subject to the ether provisions of the Contract Documents mcofar as applicable_ 11.44. Costs of specal consultants (mcluelm but not limited to engineers. architects. testlne laboratories surveyors. attomes5 and uccountult5) emplowcd for ser'ices spenti nth rckticd to the Work. 11.4.5. Supplemental costs utcludina the following. 114 i l l-hc PF"I't u,ut A ncccssan trnnsporiauon, travel and, :h,,3:z n 0 pme� 111 CON'I RACTOR's cmployees incurred indischarge of duties connected with the Work i i A 5 2. Cost, including transportation and maintetarnee, of all materials, supplies equipment, machinery, appliances. office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the Performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.53. Rcntah; of all construction equipment awl maclarim are] the pans thereof whether rented from CON-1 P-;%(-T(-)R or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER. and the costs of Irarisponation, loading, unloading, installation dismantling attd removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work 11.4.5.4. Sales, co mumer, use or similar taxes related to the Wort:, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than rreglt of CONTRACTOR , any Subbcs eta qr anyone directly or indirectly employed by any of than or for whose acts any of them may be liable, and royalty payments and foes for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in mrmeetion with the Ivitbnuance :and funushmg of the \k'ork (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with para_•mph Strf prmidhd th•v Iwce resulted from caries other than the ne�hgence of I'OA'I'RWIOR. any Subcontractor, or anyone dirccth or indirccth employed by rem, of diem or for worse acts any of them may he Gable Such losses shall mcfude .wnlenrcnts made with the wnaon consent and approval of (A% -MA< No such losses, damages and expenses shall be included in the C'cnl of the \\ork for the purlx±sc of determinate CONTRACT, &R fee. If. however. am such Ices or dimaee requires reconstruction and C \ I kA6 OR is placed in charce thereof CONTRACTOR shill L,< 1-tad for xntas a fee prolnori tonatc to that stated in paranraph I I f- " t 1 a � 7 Thy :ra ,.., ::nh::ea_ ti:cl :cod samtan facilities at the site 11 4 is, 'Irma eye. n>.r- such us te!c lasts. Ic! _ .h,cinee te'Wl,hono teleph—nc xn'r.e :ra the site. expressage and similar petty cash items in conrncction with the Rork. 11419 Cast of premiums for additional Bonds and insurance required beatuse of changes in the \\'oi k. I I. The term Cost of the U"ore shall not include any of the following_ 115_I Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general manages, engincers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents. expediters, timekeepers. clerks and other personnel employed by CONTRACTOR whether at the site or in CON'TRACTOR's principal or a branch office fix general administration of the 1\-oyk and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph If .4.4-all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2 expenses of CO TRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.53. Any part of CONTRACTOR's capital expenses, including interest ar CONTRACTOR'S Mcapital employed for the Work and charges against NTR�\CTOR for delinquent payments. 1 LSA Cot of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contact Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). FJCUOGEA%E7tAL (tiN171IlOtvS 191 OS i l9!q Etdtian wi 0TY OF PORT ('01AANS hiODII JcAlloNS (REV-02lgtn I_iS. Costs due to the negligence of CONTRACTOR any Subcontractor, ur anyone directly or indirectly employed by any of them or for paht)a- acts any of them may be liahfc, inchRlinf, but not limited to. the correction of *Teethe Work. dispovtl of materials or equipment wrongly supplied and making gaol any damage toproperty.— 11.i,6, Other overhead a general expense costs of any kind and the costs of any item not specificalh• and expressly included in paragraph 11 4- 11.6. fhe CON'rRAC'I'OR's tie allowed to CONTRACTOR for overhead and profit shall be determined as follows- 11.6.1. a mutually acceptable feed fee, or 11.6.__ if a fixed fee is not agreed upon. then a fee hawd on the follmkim_ percent:a_ ,; of the vnrtnus Portions of the Coat of the Work: I 1 6_ I for cents incuncd under fxmialaphs 11 a 1 and 11 a'. the CON I KA(ATOR's fie shah be fifteen pereenc. 11.6.2.=. for costs incurred under rsttagraph i 1 4.3. the CONTRACTOR's fee shall be live percent, I16.23, where one or more hers of subcontracts are on the basis of Cost of the work Plus a fec and no fixed fee is agreed upon, the Intent of paragraphs 11 Al, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually per r s or d a f o f the eeen k' at whatever tier, Paid percent of the costs incurred by such Subcontractor under paragraphs 11 4.1 and 11 4,2 and that any higher ter Subcontractor and CONTRACTOR will each be paid a feaaf five-paraant-pB•ihaameurdaidyo the sera fewer her Subcontractor; to be ttegptieteo tn,8 x # ith wig) th-0..,QA—VN � tq#_ ifot to eta tie rccrtt of the arrourit mid to the_rrext",lower tier, 50por tp ur, 11.6?.4no fee shall be payable on the basis of casts itemized tender parragmphs 11,44. 11.4.5 and 11.5; 116.15. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in gust will be the amount of the actual net docreese in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percept of such net decrease; and 11.6.2.6. when both additions and credits are involved in any due chine, the adjustment in CONTRACTOR's fee stall be computed on the basis of the net change in accordance with paragraphs 11.621 through 11.6.2.5, inclusive 11.7_ \\'henever the cost of any Work is to he 25 detcinrawd plasuant io paragraphs 11 a and I I CONTRACTOR trill establish and maintain records thereof in accordance pith generally accepted accvuntmg riactices and submit in form neccpud±le It' FYCiIIFLR an itemized ct>51 brahkdown t(>trther with supporting d.:ma Cash. tllmrances: I I.D. It is underskxxl that CON IRACIi aR has indutled in the Contract Price all allowances so rcuned in die Contract Documents and shall cruse the Work st, covered to be furnished and peilcnned for such sums as may be acceptable to OWNER and I-,NGlNl+R Ct )A I RAC I ON agrees Halt: I I 8.1. the allowances include the cost to CONTRACTOR (It�ss any applicable trade drsccxmts, of materials and equipment required by the nlloyvanc ti to bo delivered tit the site, and all upphcable taxes. and 11.8'. CONTI}AC IC)R•s costs for unloadvrg ,aid bundling on the site, lahor, ingnllation costs. overhead. prom and olh.r espenn•s contcrnphicd L+i the olkM;1nLIes Iznr Been ineludcd in the t-onirst 14i.c and not in Vic allowances and no demand i,x additional payment on account of any of the tdregome, wifl be valid Prior to final payment, an appropriate Change Order will be issued as recommended by ENMINFER to reflect actual amounts due CONTP-AC. TOR on aecoum of Work txwerM by allowances, and the Contract Pncc shall be correspondingly adjusted. 11.9. Unit I'tice Work 11.9.1. Where the Contract Documents provide that all or pail of the Wait is to be Unit Price Work, antially the Contract Price will be deca ed to include for all Unit Price Work an amount equal to the sum of the established unt prices for each separately identified item of Unit Price Work times the estimated quantity of each dean as indicated in die Agreement_ The estimated quantities of items of Unit Price Work are not guaranteed and are solely fbr the papose of comparison of Bids and determining an initial Contract Price. Determinations of the acuatl quantities anti clasoficatios of Unit Price Work performed by CONTRACTOR will be made by ENGINTIMR in accordance with paragraph 9.10, 11.9.2. FAwh unit price will be domed to include an amount Gon idaed by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWINER or CONTRACTOR may make a claim for an adjustment in the Contract Price in aecordance with Article 11 if: 11,9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and signifieatdly from the estimated quantity of such item indicated in the Agreememc „�6 WDCOMO ALCONIA110M 191(i-8 t199(t IF&II(n) wt(3lYOFFORT'CULLINSNIODWICA'17ONSCR7:4' 1`ItRxll and 11.9.3'. there is no coresp*nding adjustment wide re q-,Ti Ic, ant• ither item of 1['<Ak_ and 119.33 it CONI'RA(`I'OR believes that CONTRACTOR is entitled to an increase in Coruract Mice as it result of having incurred additional espense or OR:\TR believes that OWN I:R rs ensiled to a decease in Contract Price and the parties are unable to agce as to the amount of an, such increase or decrease. 11_?_3,4_.__CONTRaCTOR__acknowlcdges that the OWN F N has the right to add or delete items in the lied or chatlee ertanotics n1 Ot1_N_E' 'S_scnle diseretiIt al1eelai�)Ix (onlraq Prig of :nv reinftmm_, acre u, lone ac the deletjexo or iddtUivt_Jees nol_.e,�t.ced n+ent� ant prrcctt_.of the nrwiml tram `'ontmct lice AR17CtF. 12-CIIA\GF: M CON TRt.Cl-I'INIF.S 12.1 The Contract Times (or Milestone." may nnh• he changed by n Change Order or it Written Amendment. :1ny clam (i,r an adlus me a of the Contract Times (o Milestones) shall tx based on written notice delivered by the party making the claim to the other party, and to E. ANEIER prompth• (hut in no ct•cnt later than thirty days) after the occurrence of the event giving rise to the claim and stating the gcmcral mature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless kNGINFER allows additional time to ascertain more accurate data in suplxut of the claim) and shall be accompanied by the claimant's writun statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe A is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or \Tilestaies) shall be determined by ENCr1NEF.R in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or N ilestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2 All time l mits suited in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Conhad Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) wilt be extended in an amount equal to time lost due to such delav if a claim is made therefor as provided in paragraph 121. Delays levurxl the control of coKTRACTOR shall include, but nut be limited to, acts or neglect by OWNER, acts or neglect of ufihty owners or ether contractors performing other wok as contemplated by Article 7, foes, floods; epidemics, abnormal weather a_nditicns or acts of God. Delays attributable to and within the control of a Subeonlructor or Supplier shall Iv deemed to be delays within the control of CONTRACTOR 1' 4 Where C (r,� I RAC 1OR is prevented farm completing any part of the l','ork within the C vIntmct I'imcs (or Milestones) ckie io delay heyond the control of Mrh OA NTR and ( O: IRACTOIi, an extennsion of the Contract Times (or Milestones) an an amount equal to the time kaY due to such delay shall be CONTRACTOR's sole :md tmclusive remedy for such delay-. In no event shall ( `NEWER be liable. to C( )NTRICTOR, any Suba)ntracto, any Supplier. any other person or organization or to anc surety for or employee or agent of anv of them.. for damages arising out of or resurting from (1) delays caused IA, or within the control of the CONIRAC'1'OR or (id-) delays Ixyo nd the control of Ixah parties including, but not limited to. tires. 1100 , epnlemics, abnormal weather conditions, act; of C;ed or acts or neglect by utility owners or other contmttors perf orim mg other work as contemplated by Article AR1',ICLE 13--I-ES3'ti AND INSPECTIONS; CORRE("11ON, R1,1MOVAL OR ACCEIIIANCE OE DIEP'ECTIIL NA OR 13.1. Notice of Defects: Prompt notice of all tkjf crive Weitz of which OWNER or F,NGLNEER have actual knowledge will be given to CONTRACTOR All defective Work may be rejected; correctedor accepted as provided in this Article 13. Aceessto IDinrk: 13?. O\LTNT-P, LINrGI�,'EER, LNGINTXR(s Consultants. niter representatives and personnel of OWNER independent testing laboratories and governmental agencies with jurisdictional interests will have seem to the Work at ressonable-times fir their observation. inspecting and tasting. CONTRACTOR shall provide them proper and safe conditions fir such seem and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Teals and Inspections: 13.3. CON TRACTOR shall give ENGINEER timely notice of readiness of the Work for all required, inspections. tests or approvals, and shall ocopenite with inspection and testing personnel to facilitate required inspections or tests. 13A, OWNER shall employ and pay for the services of en irtd�tdent testing laboratory to perform all inapedicas tests, or approvals required by the Contract Documents except: 13.4.1. for inpectiorn% tests or approvals covered by paragraph 13.5 below, 13.4.2. that costs incurred in connection with tests or kTectiom conducted Pursuant to paragraphT39 E]C,1X0E-%UQ1. CONU1TI0M 1910a 099(iEditim) w1 C1TY OF FORT MUINS MODIFICATIONS (REV 4/2006) wlo+v rinall v>< pod as provided in sud paragraph I3.9; and 13 a 3 as oili rwiw specifically provided in the Contract IxIcuments. 135, If Laws or Regulations of anc public bide havine ) LIT sdicion Icquire any 1Fork (act- part thereof, slxciIca Ily to Ile inspccic l tested or approved b% an employe or other n.Trasentatiae of such public NXIv, CON IR CI OR shall assume full resptnsibilin' for arranging and obtaining such inspections. tests or approvals, pa} all costs in connection therewith_ and tumash E\GI.NI:FR the required eerlificates of imWcuon, or approval. ('()SIR 1("1(* shall also Ix resportsihle for armnemg and ohtamina and shall Pay all casts in connection with any inspoeuons. te:Ai or upprovak required for On.-." ER's and 1 A 6L:1,1 h s acceptance of mat trials or equitoncm to it mcorporatnl in the Work, or of materials, mtc desists. or egwpmcn; sUbnrtm\l t:v arpmrnl poor to ("U\TKIVAUR'3 purchase thercttf for mcorIkvation in the Work I "" it anc l\.ork .or the w.Ak ai other.,, tmi r, t,, i, inspected- tested or approved is covered by CONTRAM OR INidaatl written co,:uLnence of ENGINEER. it must, if requested by E\UINEFR, be uncovered for observaiot 137 1lnoovcring Work ws povided m paragraph 13.6 shall he at CONTRA FOR's expense unit r_s CONTRACT OR has given ENGINEER timely notice of CONTR\CTOR's intention to cover the same and ENGINEER has no acted with reasonable prompxncm in response to such notice. Uncm-wing Work- 13.8 If any Work is cowered contrary to the written request of l NGINEER, it must, if requested by ENGINEER, be uncovered for ENGI EL.R's obser ation and replaced at CONTRACTOR's expense. 13.9.. If ENGIEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGTINEER's request, shall uncover, expose or otherwise make available for observation. inspection or testing as ENGINEER may require, that potion of the Wok in question funnishmg all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all cleans, costs, losses end damages caused by, arising out of or resulting from[ such uncovering, exposure, observation, inspection and testing and of satisfadory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of otlhem); and OWNER shall he entitled to an appropriate decrease in the Contract Price, and if the parties me unable to agree as to the amount thereo( may make a claim therefor as provided in Article I I. 1C however, such Work is not found to be abfectim CONTRACTOR shall be allowed an incase in the Contract Price or an extension of the Contract Times (o Milestones), or both, directly attributable to such '7 uneovernig• cxpc»vrc, observation, inspection- tcsthng, replacement and rcconstruction, anal if the parties are umble to amee as to the amount or extent thereof. CONTRACTOR may make a claim therefor as pro%i(k-,dl in .Articles i I and 12. OIiA'ER Slat Siopthe Bork: 13 la If the Work is de(ecnre, or C'.7N'IRL)LCi0R fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the )fork in such a eeav that the completed Work will conform to the Contract Ikxuments. OWNER may order (.ON TRACTOR to stop the Work or any' portion thereof, until the cause for such order has been eliminated: however, this right of OWNER to stop the ll'ork shall not give rise to any duty on the part of MILA:R to exercise this right for die benefit of CO\T RAC I OR or any surety or: Cher pare Correcrion rrltenmval ofDcfeetire 11 orkr U" 11 If required by F;NGIN'1sER CONTRA( -FOR shall pI,ntptic_ ,s ehrected. either cornet all ckk,-Jnv lkofi nthniper or not Inbncatxi. msl:dled or completed IT it the VV rk has hecn rejected by 1.N(ilAhAR, remove it than the site and replace a with Work that is not defctive. CONTRACTOR shall pay all claims, costs lasses and damages caused by or resulting from such correction or removal Omluding but not limited to all casts of repair or replacement of work of others). 13.12. Correction period, 13.12.E if within eneweer, two yea after the date of Substantial Completion or such longer penal 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, any Work is found to be effective, CONTRACTOR shall promptly, without cost to OWNER and m accordance with OW'N$R's written instructions: (i) correct such drjecftve Work, or, if it has been rejected by OWNLR, remove it from the site and replace it with Work that is not defective, and (it) satisfactorily correct or retrieve and replace any damage to tither Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage. OWNER may have the okfective Work corrected or the rejected Wok removed and replaced and all claims, costs, losses and damages caused or resulting from such removal and replacement ((iincluding but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12-3 Where defecrive Work (and damage to other 2s racncvr;NEMc0t1"n0t11S lvlo-saysa>;(filim) w Q1Y OF FORT OOLW MS MODIFICATIONS ft-V 424100) t\brk remtltmg thvreGaml has been orrcdcJ, removed or replaced under this paragruph 13.12. the correction period hereunder with respect to such Work will he cx1mik-d for an addilianal period of line -_vela two— %rur4 after such correction Or removal and replacement tons Men sanstictnniv completed .-lceepmnee of Defech ve I fork: 13.1 3. It . irtnead of reunion, corrcdie1n Ur rentoral and replacement of dt%ecore Work- O%VNER (and, prior to ENGINUR's rcctmmeralation of final praymel. also I No,I\FER) prefers to accept it, OW,\Hk may cep so CON-MAC'TOR shell pay all claims, ulsts. losses and damages attrihutabde to ()i1\FR's evaluation of and determination to accept such cp/ective Work isudh costs to M appmced by f7NG[\kiliR as to reasomble»essl. Ham such a"cptonce occurs prier to F\GlShdil<s recommendation of frral lnvment, a Change Order will be ISeUc.l mc,rle-•rnnpc die nc,esaan- rcyrsnin in the Contract Documents with re^spoyt to the l4`ork. and OkVNER shall he entitled to an appnnimate decrease in the Coraract Priceand if the parties are unable Io acre, nN to the ameunl Ihrr. I, (>1\ `.1{R may make .t damn tlhoretor as provided in Article I . If the acceptance "cum after such recommendation an appopriate amount will be paid M' CONFR ACTOR to OWNER 01};'v'ERMaFCorrect Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defecrnre Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Wort: in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR correct and remedy any such deficiency. In exercising the rights and remedies wider this paragraph OWNER shall proceed expedaously. In connectiap with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and mcorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONT%M--TOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees OWNE12's other contractors and ENGINEER and ENGINEER's Consultants seem to the site to amble OWNER to exercise the rights and remedies under this pamgmph, All claims, costs, lasses and damages incurred or susmined by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with raped to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article d 1- Such claims, costs, losses and damages will include Intl not be limited to all costs of reprar or replacement of work of others destroyed or damaged by correction removal or replacement of CC)A'i'kA(1 ()R's Iel carve Work CO\TRACTOR shall not be allowed an extension of die Cbntracl Times for Milestones) because of orw delay in performance of the Work attributable to the cxe-rcise by OWNER of 011.A`ER's ri; Jos and remedies bereunier. ARTICLE t4--PAYME. PsTO('O\TRACTORA—ND CONIPLET'ION Schedule of I aluec 14 1. 1 he vhedulc of values established as provided in Ixtrogrrph _.9 wdl !wrve its the basis for progress ptyntents an,l will hd, inn,, a tenn of Als,licauon for l9aymenl acceptable to L:ti( l\EER.. Rogress payments on account of Unit Price Work will he based on the number of tm!t€ cnniplcted _ ipplidrarion for Progress Pornrent id."_. :V least twrnty days before the date established lir each progress; payment (but not more often than once a motah). CONJILACTOR shall sutartil to LMMNEIER for review an Application far Payment filled out anal signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such soppoting documentation as is required by the Contact DocumentsIf payment is requested on the basis of materials and equipment not incorporated in the Wok but delivered and suitably stored at the site or at another location agreed w in writing, the Application for i'aymertt shalt also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER Ins received the material, and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OXVNE'R's interest therein, all of which will be satisfactory to 014TIER. The amount of retamage with respect to progress payments will be as stipulated in the Agreement Any _furnls dialarewithheld by, the OWNER shall not be subject' to substiimion by the CONT&1CTOR with securities orsny_arrtngvtnertts irwohitag;uvg* Q%t cx custodianship., 13y..esecutirg#he_apphwtion,_for pn.,ymenl form the CONTRACTORemessIvwaiveshis rjaht to the beoi of Coloradp"Rzv axed Stiptute� Sent-ton_'491,-1 01, et sec. COATR4CTOR's;Pw7ia tyofrifle: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment mvered by any Application for payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of pxiyment free and clear of tilt Liens. Review of ApplicutionsforProgrexsPayment 14.4. ENGINEER will, within ten days after receipt of each Application for Patmtent, either indicate in writing a icconnniedauon of payment and prescnt the Application to OWNER, or return the Application to CuNI R-A('TOR indicating in writing ENI OTNTER's reawns for refusing to recommend payment In the latter case_ CO \'TRACTOR may make the necvssar< corrections and resubmit the Application I'm clays after presentation of the Application for Pavmcnt to CAVNEiZ with ENGNMER's recommendation the anxaurt recommended will (subject to to the provisions of the last sentence of paragraph 14.7) Income due and when due will he Ixnd by (_)l{\liR to GO? TRACTOR 145, V.\. (iINI-I;W% recommendation of any pAvment requested in an Application for Payment will coltstitute a representntion by FNGINFHFk to (FiVNFR, hstsed on FNMNEER's on -site obscrvatiorx of the executed Work as an erpenenced and qualified design profossnonal and on EK(;ItilaiR's review of the Application for Pavivient and the accompanying ditua and schedules. that to the best of F\t 11%. FL-R's knowic&e- inforntntion and belie I' la.i.l. the Work has progressed to the point iliraled 14. 5.2. the quality of the 11brk is generally in accordance with the Contract Documents (suhjcct to an evaluation of the Work as a functioning whole Irior to or upon Substantial Completioon to the results of any subsequent tests called lot in the Contract D )cumaats, to a final determination of quantities and classifictitions for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.:3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGLNrEER's responsibility to observe the Work. However, by revornmendung any such payment 1NGINEER will not thereby be deemed to have represented that: (i)exhaustive o continuous ormile inspection., have been made to check the quality or the quantity of the Work beyond the respnonsrbtlities specifically assigned to ENGINEER in the Caramel Documents or (it) that there may not he other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER o- crattle OWNER to widnhokl payment to CONTRACTOR. 14.6. ENGINEWs recommendation of any payment. including frrial paymen4 ;pall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of constructii n, or the safety pre�utions and programs incident th atic, a for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the turn' hang or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would he inconreet to make the representations to EJGUC GE;d6RAL t'oNUl'nONS 191a-S (19')a &Luau) 29 w, t77Y OF FOR I d'OIA I?,S MODIFICATIONS tRF V 4!1 talc) OWNER refund to um paragraph 14 s L'ti61tiLLilt nosy also refuse to recommend any such payment- or, because of subsequently discovered evidence or the results of suhsetptent inspections or rests- nullify anv such payment previously recommended, to such extent as may be necessary in ENGINFFR's Minion to protect OWNI,k from lossbec.auwc 14.7.I. the Work is de(•c9nw, or co nplcted \Work has been damaged rcquirm., correction or replacement. 143.2. the Contract Price has been educed by Written Amendmermt or Chinee Order. 14.7.3. OW"NER has been required to correct elefective Work or complete W%otk in accordance with paragmph 13.14. or 14.7.4. ENGINEER Iris actual knowledge of the oecurmicc A any of the ceents anummued in paragraphs 15. 1 through 15._.4 inclusive. ONVP :NR airy refuse k) make patmeot A the full amouru rec.ommcnd .i 1w i f 1 l,' lxo..iva 1475. clauns have been made against 041NFR on account of CON IR A( -I OR's performance or famishing of the Work. 14.7.6. Liens have been tiled in connection with the Work, except where CO! l-RA(TOR has delivered a Specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.73. there are other itemts entitling OWNER to a sc- off against the amount reamamended, or 147.8. 01VNT1"sR has actual knowledge of the occurrence of anv of the events enumerated in praragraphs14,7.1 &>ugh 14.73 or pragaf>)is152.] through 15.2.4 inclusive, but OWNER must give CONMCTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheltt or any adpustmem thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR correcis to OWNER's satisfaction the reasons for such action. Substanaal Compkition: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER. and ENGINEER m writing that the entire Wok is substantially complete (except for items specifically fisted by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If hi MFFR does not consider the Work suhetantialiy complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER 30 tXDC U ;NEM C,ONti M.%' I gl o-s usgtm Ed�tiaa cal al'Y Or t••okr cx)u.0 vas amrxtrtcarIONS (RL V anaoo) carisaekrs the 1%,xk substantially complete. LM;1NEiiR will prepare and ekliver to OWNER a tentative certificate of Substantial C'onpletion which shall fix the date of Substantial Completion There shall Ire allitched to the certifcae a tentative list of items to be completed or corrected before final payment. OW" F.R shall have seven days after receipt of the tentative certificate during which to make written ohjection to I;NU1h7 ER as to any provisions of the certificate or attached list. If. after cortsicknng such obiLc eons. ENl31NEER corrludc; that the Work is not subsiantially complete. IiNGINEEK will Within fourteen days after submission of the tentative centttante to ER sou&• ('ON'fk.Ai"fOR in canting, stating the reasons thelefoi. If, after consideration of MVAI-'R's objections. ENGINEER considers the Work sulastamialiv complete, IiNUINEFR will within said ibuneen dues e-,ecute and etehver to OWNER and Co", I'RACIOR a definitive crtitic:ate of 5ulxtantial Ccm)plcuon iwnh a revised tentative list of items to be con)pleied or :,-rreetcdl re':lecumg such aharwes from the tentativc certificate as ENUINEER believes justified after crosidemtion of amw objections from OWNER. At the lime rf doh, o% of the tentativc ccrt5licate of Substarinal ;rn plea,^n 'r. v ;I'•,I+1R will dolner to O%\\kk umd CON FR.ACTOR a written recommendation as to division of rsfiormbilatcs pending final payment between OWNHK and CONURACTOR with respect to scovrtty- operation safety, maintenance, heat, utilities, insurance and warranties and guarantees Unless OWNER and ('ONI'RACfOR agree otherwise in writing and so inform ENGINEER in writing prior to F,NGiNF.ER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OAA'NE•R and CONTRACTOR until fowl payment. 14.9. OWNER shall have the right to exclude CONTRACTOR Gom the Work 24r the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items cat the tentative list. Pmrial L'tYGmtion. 14.10 Use 1)y OWNER m OWNER'S option of any substantially completed part of the Work, which (i) has specifically been identified in the Contract Documents, or (u) 0lirNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Subsi mial Completion of all the Work subject to the following: 14.10. L.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Weal which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such Fart of the Work is subatm ially complete, CONTRACTOR will certify to OWNER and ENGINEER that such ppaaTt of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CON I ItAC IOR at 81W time may noun- OWNER and rm,im-7R in writing that CONTRACTOR considers tiny such pan of the Work ready for its intended use and suhslarrlially complete and nYittest EM3MMER to issue a eertifitmte of Substantial Completion for that pan of the Work. Within a res_stmahle time after either such request, OWNT-R CON?RA('TOR and ENGINEER shall make an inspection of that }cut Of the Work to determine its status of completion. If EN61\1-ER does not consider that pan of the Woik to be suh'tantirlly complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENG1NEP.R considers that pan of the Work to be substantially complete. the provisions of pamgmphs 14-& and 14.1) will apply with respect to unification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 1.1 1, " \e occupaia.v or separate operauon of 1*try eel the t\ork will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of p�, l>`etc insurance Final ln.yrection: 14.11. Upon written notice from CONTRAACIOR that the entire Work or an agreed portion thereof is complete, LNGUNEER will make a final inspection with OWNER and t'O\TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the 4L'ork is moonplctc or ikfective" CON TRACTOR shall immediately take such measures as are necessary to complete such work fir remedy such deficiencies. Final Apptiearion for Payment.• 14.11 After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered or accordanw with the Contract Documents oil maintenance and operating instructions, schedules guoramees Bonds, certificates or other evidence of insurance required by paregiaph 5.4, certificates of inspection, marked -up record documents (as. provided in patagmph6l9) and other documents. CONTRACTOR may make applicationfor final payment following the procedure for progress payments. The final Application for PIC met shall be accompanied (except as previously delivered) by: (i)all documentation called for in the Contract Documerrm including but not limited to the evidence of insurance required by sublawagraphS.4.13, (a)consent of the surety, if any, to rural payment, and (iinii complete and legally effective releases or waivers (saiisf tctcvy to OXYNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waiver$ of Liew and as approved by OWNER, CONTRACTOR may famish receipts or releases in full and affidavit of CONTRACTOR that: (�) the releases and rctxipts include all labor• services. material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER'.s property might in any way be responsible have been paid or otherwise :satisfied. if any Subcontractor or -Supplier fails E)MC GENVUU, CONUTION5191" (1990 E3tiaq xCITY OF FORT C'OLLIM MOOnICKFION5 (REV 412CM) in turmsh such a release Ur receipt at lull, CONTRACTOR may famish a 13omd or other collateral satisfactory to OWNER to irdenrnify OWNER against amy I ien Releases o traiv, m of lien and the consent of the smretk,tn .1.'apahtr ty:mnn tor. w..l r sulmitte l_oti forms conforming to the format of the ( 7}l `HR'S sttinclrird fyrms honer in the Project manual. - -- -- Final Pavnrent wulAccq)tmce: 14-I3. If, on the basis of FNGINT:ER's observation of the Work during contraction and final inspection, and HNGINEF.'R's review of the final Apphcnuin for Payment and accompanying dounncmmion as required by die ('nmrad Dnwmems. EVIItiHR)L is satisfied that the Work- has been completed and CON-IRA(-I0R's other obligations under the Comma Documents have been fulfilled I:N<; IA liiil2 will. e ithm ten days ahcr receipt of the final Application for Payment. indicate in writing h`dc�l EFIHR's rs„mnn•nd:a is of parment and prceenu the Application to VICNER fur tiayn ent At tln same time HNG[NI'sHR will also give written notice to OWNIHR and ('O\ I R.V'"IOk Mist VIC 1\lak is :trccpCihlC suhiect to the prow mesa: of rue r;q,'r: 14 1; e aher;e:,:e. fNGiNhfR will return the Applicauroo to CONTRACTOR, Indicating- g- in writing the reasmts for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thuty days after preurnaUun W OWNER of the Application and accorripanying documentation, in appropriate form and suhstance and with MilNI ER's recommendation and notice of acceptability, the amount recommended by ENGINEER wall become due and will be paid by OWNER to CONTRACTOR erect t par�r}ph 17�Ci 2 u(t rsr Gat�Jal.�txisftlion>. 14.14. if through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if FSIGIN'EER so contains, OWNER squill, upon receipt of CONTRACTOR's final Application for payment oral recommendation of ENGINEER- and without terminating the Agreement, make payment of the balance due for that "bon of the Work fully completed and acceptedf if the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retatnage stipulated in the Agreement, and if Boods have been furnished as required in paragraph 5.1, the written consent of fire surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Applicationfor such payinent Such payment shall be made under the terms and conditions governing final payment, except that it shall not ou stitute a waiver of claims Waher ofCfafms 14.15, The making and Cie"paricc of final payment will constitute: 14,15.1.a waiver of all claims by OWNER against CONTRACTOR, except ciaiins arising from unsettled Liens, from &fecrhe Work appearing after 31 titai arspecum pursuant to paragraph 1411, from failure to comply with the Contract Documents or the tents of any special guarantees specified thereirt• or rrom C )VI<ACCTOR's continuing ohligruitms under the Contract Documents: and 14.1� \ waiver of all claims tw i'(")NTRAt"TOR against t WNLR other than those previously made at writing and still unsettled. IRTTCLE IS-STSI'TiNS105 OF WORK XN'D 'I ERNII NAT[ON' ONNEW Mai S441tend11orhr I5] At asp time :urd without cause. OIANHR mat' u+pcnd ifs tCark or :inn p,,rnon t1wleo( for a p:nM of not more than ninety clays by notice M writing to CO'N1 RAC)OR nntd l-N."; Rit''HR which will fix the date on tdltich ll'utf 1.ctll Ix ,JrWd ('( 1AI'k W1ok slutll r,tanc the Fl ork on lbr .Lice lined ''(i`�I kACI?)k 0all IV allowed an adjustment in the Contract IYna or an extension of the Contract "time& or both directly attributable to any such nusprnsion if CON -IRAC'fOR makes an appnwed claim therefor as provided in Articles I 1 and I 1 OW'N R ,.far Terminate: 752_ Capon the eecurrenee of any one or more of the following everts: d CONTRACTOR persistently Tails to perform the Work in accordance with the Contract Documents (including. but not limited to, failure to supply sufficient skilled workers or sritahie materials or equipment or failure to adhere to the progress schedule established under paragraph2.9 as adjusted from time to time pursuant to paragraph 6.6); 1522 if CONTRACTOR disregards Laws or Regulations of any pub] is body having jurisdictkm; 1523, if CONTRACTOR disregards the authority of ENGfNEHR; or 152.4- if CONTRACTOR otherwise violates in any substantial way tiny provisions of the Contract Documents. OWNER may, after giving CONTRACTOR (and the surety. if tiny) seven days written notice and to the extent. permitted by Laws and Regutlations, terminate the services of CONTRACTOR exclude CONTRACTOR Goat the site and take possession of the Work and of all CON'TRA(_']OWs tools. appharw•m construction equipment and machinery at the site aril use the same to the full extent they could be used !ry CONTRACTOR (without liability to CONTRACTOR for tresptiss or conversion), incorporate in the Work all materials, and equipment stored at the site or for which OWNER has paid EJCDC GENERAL CONEW IONN 191"t199a E(blidn) �� w, (TIY OF FORT OOLLI NS MODtF1CA I KMS (RLV 4r1a00r CON IRACTOR but which are stored elsewhere- and finish the Work as OWNER may deem expedient. in such case CONTRACTOR shall rot be entitled to receive arn- furdwr pa;mtcnt until the Work is finished. if ihr unpaid hat lance of the Contract Price exceeds all claims. costx lacs� and damaees sustained by Ol>,Nhk artsmL out of or resulting from compk tmg the Welk such excess will be paid to CONTRACTOR If such claims, costs, losses dill damages exceed such unpaid balance. CONTRACTOR shall pay the diflerence to OWNER, Such daimss costs. losses and damages incurred by OWNER will be reviewed by P.-NG NIEER as to their reasonableness and when so approved by HNGINl:U incorporated in a Change order. provided that when exercising any rights or remedies under this paragraph OWNHR droll not he required to obtain the lowestprice for the Work performed I i..i. Where CONA It.ACTOR's services Im c heen s<n lermuatcd by OWNER. the termination will not ailed any nohLs or remcdic, of (A FN a_;unst CONIFLNCIOR then cxisng air which may thereafter accrue. Any retention or payment of moneys due C ff) I RACI ()R by (Ak NF.R will sat r.•Ir.o.c C'! -�, I"Rawl OR from hahthly 15.4, Upon seven days' wtitlen notice to CONfRAC1.OR and ENGIN}iM OAANIsR may. without cause and without prejudice to any other right or remedy of OWNER elect to terminate the \greemcnt. In such case, CthMRACi'OR shall be laid (without duplication of any items): 15A.1, for completed and acceptable lVork executed in accordance with the Contract iocuments prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expanses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in ctxmectiom with uncompleted Work, plus fair and reasonable sums for overhead eadand profs on such i:xpenses, 15.4.3. for all claims, costs• losses anti damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15A.4, for reasonable otpenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or can economic loss misinrg out of or resdthug from such termination CONTRACTOR May &vp Work or Terminate. 15.5. IC flirough no act or fault of CONTRA(" 1.OR the Work is suspended for a period of more den rawly days by OWNER or under an order of avert or other pubic authority, or ENGMEER fails to ad on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum linally determined to be due. then C'OiyI RAt_'I OR may, upon seven days' written mice to OtA1Hk and E� df."gEER. arcs provided OIN,'\TR or E-. Cib\EER do nor remedy arch smsT�nmon or failure within than time. tcrtinate the Agreement and rccovcr from f-)%VNI:R M%ment on the same terms as prow lded to paragraph l.; i. In lieu of terminating the A> zrccment and without lxcjudtcc to an, other right or remedy. if E\d;I,Ilt:li has failed to act on an Application for Pax ment %%akin thirty days after it is submitted or 0W\FR has I uled Ibr th,ny days to pi CO? TRACTOR anv sum finally determined to he clue, CONrRAC'TOR may upon seven day.' written notice to OWNER and kV1 ;lAI.ER stop the Work until pn}ment of all such amounts due CO\7RACIOR including interest thereon The provisions of this rvingraph IS.� are not intended to pra9ude COX] kev'luR from making claim under Articles I I and f'- toe an tnczcase in Cortuazt Price oT Contract I"imes or (ahentisc tic cyvnscs or damage duceth attributable to CONI RA(I C)la stopping Wort, m IcrmineJ hs this para>ctph AR FICLE 16--1?ISPI ""f F: RE -SOH LION If and to the extent that O19KCiR and CO.N IR-A(A OR have aureed on the method and procedure for resolving disputes between them hat may arise under this Agreement, such dispute resolution method and procedure. if am,, shall be as set forth in Exhibit d;C-,\, "Dispute Resolution Agreement", to he attached hereto and made a pan hereof If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.1(k 9.11 and 9-12, OWNER and CONTRACTOR may exercise such Tights or remedies as either may otherwise have under the Contract Documents or by Laws or Rcgutatio ns in respect of any dispute. ARTICLE 17-1VIISCELI.ANEOUS iwving ivonre: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the axporation for wham it is intended or if delivered at or Sent by registered or certified mail, postage [repair!, to the last business address known to the giver of the notice. 17.2. Compmtation of Time: 17 2.1. When any period of time is referred to in the Contract Documents b>v drys it will be computed to exclude the first arse include the last day of such Period If the last day of any such periods falls on a Saturday or Sunday or on a day made a lepI holiday by the liw of the applicable jurisdietian, such Jay will be omitted from the computation. EJCDC(rENFIIeLCOND1'I1ONS 1910-8 f "Ilidtiau wi CITY OF FORT COLLINS MODIFIC.4ttONn nitV 42otio) 17.2.2. A calendar day of twenty-four hours measured front midnght to the next midnight will constitute a clay \'ounce of ('!aim - 17.3- Should (AA Is:ZR or CONTRACTOR suffer injury or damage to person or property because of any error, omurton or act of the other pang or of any of the other pany5 emplavees or agents or orders for whose acts the other party is legally liable, claim will be made in writing to the other Ixony within a reasonable time of the first observarrce of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of Imutatuvrs or repose.0 umuladve Reme&eK 17.4, The duties and obligations imposed by these ;encral Conditions and the nelns and remedies available Iereundlci to the parties hereto, and. in particular but without limitation. the warranties.. guarantees and uhltpauons nnlxra•d upon RA('TOR by 1%,ragraph,b 1' d (r:.. 6 3o. n.zl. n i_- 1 i I_ i3 1'- 13 la. 1 d. , and 15 2 and all of the rights and remedies available to OWN' R and h.N(11'\TER durcunder, are in addition to- and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations In special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated slxcifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Profikxwonal Fees and Court CoxikIneluded: 17.5. Wherever reference is made to "claims, costs, lasses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 1):F The, la>ys al' Lltt-,�iate-of_Col4tasto_.>lx Tethis :Agreemartt Rzlerence to,hvopertitleM_tmalocb,.atatutes are as follows 17.6.. If a cjm is Glue s OWNER is required by !>,wSC3i5 3b ?6-1 t77� to withhold from all patmterns to CONTRACTOR suflicjait hints to the mnent of all clamts for Iabnor materials.[ to— susterwaz. " JLnwisidxns, prwOlder or dating sutwlies used or consumed by C0NTRAC`fOR or This 33 Bid Item 10 -Basketball Court Striping Contractor shall provide all labor, material and equipment for painting lines on the basketball court, as shown on the drawings; for a complete item in accordance with Drawings and Specifications. PLAYGROUND AREAS Bid Item 11 - Exposed Aaaregate Wall Contractor shall provide all labor, materials, and equipment to construct playground retaining wall as shown on the drawings. Work includes minor earthwork, reinforcement, chamfered edges, and an exposed aggregate finish finishing for a complete item in accordance with Drawings and Specifications. Bid Item 12 - Exposed Agareaate Playground Header Contractor shall provide all labor, material and equipment to construct the playground header on large playground area as shown on the drawings. Work includes earthwork, concrete, and an exposed aggregate finishing for a complete item in accordance with Drawings and Specifications. Bid Item 13 - Engineered Wood Safety Surfacing Includes all labor, materials, shipping, placement costs and all related work for the installation of engineered wood mulch safety surfacing at a depth of 15" in the new addition to the playground area. Item includes geotextile fabric installed under safety surfacing as shown on the detail drawings. Bid Item 14 - Poured -in -Place Safety Surfacina Includes all labor, materials, shipping, placement costs and all related work for the installation of the poured -in -place safety surfacing at a depth of 1 3/4" thick in the new playground area. Item also includes aggregate base course installed under safety surfacing as shown on the detail drawings. Bid Item 15 - Climbing Boulder Includes all labor, materials, shipping, placement costs and all related work for the installation of the climbing boulder play equipment as shown on the drawings. SITE FURNISHINGS Bid Item 16 - Prefabricated Picnic Shelter Contractor shall furnish and install shelter per specifications and manufacturer's recommendations. Bid amount includes excavation; earthwork; footings and foundations; columns; roofing; and all related items. Bid amount includes all labor; equipment; material; City Building Code Inspections for a complete item in accordance with Drawings and Specifications. (Note: Building permit fees to be paid by City) Bid Item 17 - Bench - Non -Backed Contractor shall provide all labor, material and equipment to install 5(five) non -backed benches in accordance with Drawings and Specifications. Bid Item 18 - Bench - Backed Contractor shall provide all labor, material and equipment to install 1(one) backed bench in accordance with Drawings and Specifications. Bid Item 19 - Bench - 6 Foot Swing Contractor shall provide all labor, material and equipment to install 1(one) 6 foot bench swing in accordance with Drawings and Specifications. Bid Item 20 -Picnic Table Contractor shall provide all labor, material and equipment to install 2(two) picnic tables at the new prefabricated picnic shelter area in accordance with Drawings and Specifications. Bid Item 21 - Bicycle Rack Contractor shall provide all labor, material and equipment to install 1(one) bicycle rack near restroom in accordance with Drawings and Specifications. Bid Item 22 - Basketball Equipment Contractor shall provide all labor, material and equipment to install 1 pair of basketball rims, backboards, and poles including footings in accordance with Drawings and Specifications. Bid Item 23 - Relocation of Drinkinq Fountain Contractor shall provide all labor, material and equipment to relocate the existing drinking fountain including tie into existing drinking fountain water and sewer connection, materials, preparation and labor for a complete relocation. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Page2 of 3 FIKID ULMA ALCONDITION71910-8(1990E(lillal) 34 wi0TY OF FORT COLLINSMWIFICATIONS (nV 421x10) (Ibis page left blank iauntiimalIN.. ) EKDC;OENERALCONDInONS 1910S (199DLMAI n) 35 w. OTf OF FORTCOWNS MODIMCAnONS (REV 4,':0W) 36 61CDCOkNEKALCONDMOM 1910-8(IME(6tfal) wr C1'tY OF FOR "1' COLUNS MOCAFI CATIONS (REV V2000) EXHIBIT GC -A to General Conditions of the Construction Contract Beht-een OWNER and CONTRACTOR DIST4TE RESOLIMON AGREEMENT 0%\'\ER and C0\1R UJOR hereby ain't• that ,-'article 16 of the General ClnditilMS of the Construction Contract between OWNER and CONTRACTOR is amended to include the following ataueement of the parties: 161 All daims dislvnes ind other matters in questam bowctin OWNER and COATRACTOR ansl>: out of or relaiin_ to the (bmrne! I)nenmenis or the breach thereoi'trsnln l'a claims which ha%c I> Ctl wall"ed be the making or acceptance of final payment as provided iw• paragraph 1415) will be derided by arhuratima in accordance wnh the 'n;truoh n In:lusnr ,lrhmai on Rules of Die American Arbitration :association then obtaining. subject to the limitations of the Article 16. "1 his agreement so to arbitrate and any other agreementor consent to arbitrate entered into in accordance herewith as provided in this Anide 16 will he specifically enforceable under the prevailing law of any court having junsdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to F.NGINUk initially for decision in accordance with paragraph 9.11 will be made until die earlier of (a) the state on which ENGINHU'R has rendered a written decision or (h) the thirty -fast day, after the parties have presented their evidence to ENGEdrR if a written decision has not been rendered by HNGINEER before that date. No deriland for arbitration of any such claim, dispute or other matter will be made later than dirty days after the state it which FNGTNF.ER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days period will result in ENGINMER's decision being final and binding upon 014�~N°ER and CONTRACTOR If FNGINF.,ER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is aeceptabile to the parties eoncemed. No demand fir arbitration of any wTitten decision of FNGINTER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9_I0. 163. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association. and a copy will be sent to ENGINTER for information The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 162 as applicable, and in all other cases within a reasonable line after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would he barred by the applicable statute of limitations. EtCDC OE.N-EM CON©n74NS 19MS 41 WO E(linmr ter•/ (ITT OF FORT COLLINS MODIFICtMNS (REV 9199) ire.-!. Except as provideol u) paragraph 16� Iclow. no arbitration arising out of or relating to the Contract Dacuments shall include by consolidation. joinder or in any other manner any other Ixrson or cmily iincludine LNGINEER, ENGINEER's Consultant and the olliwers. directors, agents employees or consultants A nny of them) "he is not a party to this c raract unless: 16.4. 1. the inclusion of such other person or entity is necessan if complete relief is to be allotted among thou wlx) are already parties to the arbitration, and 16.4.'. such other person or eni nv is suhstantmlly im okcd in a question of law or fact which is common to those who are already patties to the nhtrmion and which will arise in such proceedings, and 164., the written eonscni of the other Ixrson or ;rainy sought to be included and of OWNiR and f't ATRACIOR, has ]wen ohtauned I'�r such m.lusrnn. ")rich consent shall make specific reference to this panigmph, but tin such consent shall constitute consent tv :i1l'tra sun of arc dispute not s )c, the rllc Jcscribed rn ,I;i l) consern cx to arbarahon acnh finer 1-von not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between Ot1NER and CONTRACTOR involves the Work of a Subcontractor, cthei OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration hevwern OWNER and ('ON I RACI OR hereunder. CON "TRACT OR shall include in all subcontracts required by paragraph 6 11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between Ot1N'F-R and CONTRACTOR involyu� the Work of such Subcontractor. No ilarg in this paragraph 16.5 nun in doe Provision of such subcontract consenting W joinder shall create any claim, right or cause of action in favor or Subcontractor and against OAWER, ENGENEER or ENGLNELR's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereat; and it will not be subject to modification or appeal. I&T OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaim& disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction hxh sby Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 O>nrugh 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the panics. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 163 above shorn be suspended with respect to a dispute submitted to mediation within them same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of anidispute submitted to mediation order this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. (IC -Al EICDC OF,NIMAL CONDITIONS 191 0-811590 Falionl w+ CITY OF FORT COLUNS MODIFICATIONS (REI' 9'94> GC -Al SE 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-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 below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). 7/96 Section 00800 Page 1 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960 Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/99 Section 00950 Page 1 Spctinn nngtin 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 The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 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. The above Amount Due This Application is requested by the CONTRACTOR. I Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. I 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 9/997/96 Section 00960 Page 1 $0.00 Bid Item 24 - Reoaintina Shelter/Restroom Contractor shall provide all labor, materials, preparation and equipment for a complete repainting of the existing picnic shelter excluding metal roofing. Work item includes repainting the restroom post, doors, and soffet in accordance with Drawings and Specifications. LANDSCAPING Bid Item 25 - 2 Inch Caliper Deciduous Tree Contractor shall provide all labor, trees, fertilizer, mulch, stakes and other items for the planting of deciduous trees in accordance with Drawings and Specifications. Bid Item 26 - 6 Foot Everareen Tree Contractor shall provide all labor, trees, fertilizer, mulch, stakes and other items for the planting of evergreen trees in accordance with Drawings and Specifications. Bid Item 27 - Relocation of Existing Tree Contractor shall provide all labor, equipment, materials, preparation, and labor for complete relocation of 2(two) existing trees to specified areas on the drawings. Bid Item 28 - Deciduous Shrub #5 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 29 - Ornamental Grass #1 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 30 - Irrigated Fescue Sod Contractor shall provide all soil preparation, amendment, herbicide, fertilizer, sod, labor, equipment and maintenance to sod areas in accordance with Drawings and Specifications. Bid Item 31 - Granite Turf Area Boulders Contractor shall provide labor and equipment to transport and install boulders in turf and turf beds as shown on the drawings. The bid price for this item shall include all of the CONTRACTOR'S costs of whatsoever nature including loading, hauling, weighing, delivering, placing, and all other incidental items for a complete item in accordance with Drawings and Specifications. Bid Item 32 - Granite Steoaing Path Boulders Contractor shall provide labor and equipment to transport and install stepping path boulders in the northeast corner of the irrigation pond as shown on the drawings. The bid price for this item shall include all of the CONTRACTOR'S costs of whatsoever nature including loading, hauling, weighing, delivering, placing, installing a temporary coffer dam and all other incidental items for a complete item in accordance with Drawings and Specifications. ALTERNATE BID ITEMS Alternate Bid Item 1 - Irrigated Fescue Seed Contractor shall provide all soil preparation, amendment, herbicide, fertilizer, seed, labor, equipment and maintenance to sod areas in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Page3 of 3 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 7/96 Section 0096d Page 2 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods 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 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 7/96 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4OF4 On Hand This 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 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 4 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION i GENERAL REOUIREMENTS Schedule of Drawings Section 01000 Project Summary Section 01100 Summary of Work Section 01160 Site Conditions Section 01300 Coordination and Project Meetings Section 01310 Construction Schedules Section 01330 Shop Drawings, Product Data and Samples Section 01340 Survey Data Section 01450 Quality Control and Testing Section 01500 Temporary Controls Section 0 15 10 Temporary Utilities Section 01570 Traffic Control Section 01600 Material and Equipment Section 01700 Contract Close -Out Section 01800 Definition of Bid Items DIVISION 2 SITEWORK Section 02100 Mobilization Section 02122 Tree Protection Section 02200 Earthwork and Grading Section 02220 Demolition Section 02221 Trenching, Backfilling and Compaction Section 02240 Water Control and Dewatering Section 02250 Topsoil Section 02304 Aggregate Base Course Section 02306 Recondition Subgrade Section 02315 Excavation and Embankment Section 02375 Rip Rap, Bedding and Feature Rock Section 02750 Portland Cement Concrete Paving Section 02810 Irrigation Section 02870 Site Furnishings Section 02875 Prefabricated Shelters Section 02912 Landscape Trees, Shrubs, Perennials Section 02920 Seed Construction Section 02930 Sod Construction Section 02935 Planting Maintenance DIVISION 3 CONCRETE Section 03100 Concrete Formwork Section 03200 Concrete Reinforcement Section 03300 Cast -In -Place Concrete City of Fort Collins Table of Contents Park Planning and Development Page 1 of 2 DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07900 Sealants and Joint Fillcrs DIVISION 9 FINISHES Section 09900 Painting City of Fort Collins Table of Contents Park Planning and Development Page 2 of 2 DIVISION 1 SECTION 01000 — PROJECT SUMMARY PART 1 -GENERAL 1.01 Scope A. This section contains general requirements that are applicable to this project. 1.02 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. 1.03 City Furnished Materials A. None. 1.04 Conditions of Work A. Area of Work: The Contractor shall confine his operations to the immediate work area. Material storage shall be confined to areas shown on the Drawings or desi-nated by the Cih. B. Regulations: The Contractor shall comply with all applicable Federal, State, and local regulations pertaining to safety, traffic control, fire prevention, erosion control and environmental 'protection. C. Working Hours: The Contractor's working hours shall be between 7:00 a.m. and 5:00 p.m., with no work on weekends or Federal holidays, unless otherwise approved by the City. D. Material Storage: The Contractor's material and equipment storage site shall be limited to the area of the project site. The area shall be kept orderly and free of litter. 1.05 Project Cleanup A. The Contractor is responsible to maintain the construction site in a clean and orderly condition from the start of the project to completion. Daily cleanups are required. 1. The City may require Contractor to perform cleanup within 100 feet of the progress of the work and perform cleanup of the site daily prior to work stoppage. B. Store volatile wastes in covered containers and dispose off -site. 1. Provide on -site covered containers for the collection of waste materials, debris and rubbish. 2. Neatly store construction materials, such as concrete forms, when not in use. C. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. D. At project completion the Contractor shall remove all equipment, materials, and debris from the site including toilets and dumpsters. Areas around work sites shall be cleaned with dirt and grass surfaces raked clean of any slag from the Contractor's operations. Broom clean exterior paved surfaces. 1.06 Trash Removal A. All non -salvageable items and trash shall be hauled off the site and disposed of in accordance with applicable state and local regulations. Items shall be transported in tarp -covered or closed vehicles. Any materials dropped or blown off vehicles shall be picked up immediately by Contractor. City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning & Development Division Page 1 of 4 1.07 Verification of Dimensions A. The Contractor shall be responsible for the coordination and proper relation oft he work. He shall field verify all dimensions and advise the City of any discrepancies prior to proceeding with that phase of the work. 1.08 Fire Hydrants A. Fire Hydrant Connections: City's permission is required for connection to fire hydrants. Only compatible adapters shall be utilized for hydrant connections. A gate valve shall be provided and installed by the Contractor between the hydrant and supply hoses to control flow. Connection shall include backflow protection. Temporary connections to fire hydrants shall he disconnected at the end of each working day. No quick closing valves such as plug or butterfly valves will he used. 1.09 Outages A. Utility outages necessitated by the work shall be requested in writing at least fifteen (15) working days prior to the proposed outage. The request shall be directed to the City and shall stipulate the specific utility system(s) and circuits to be affected, the location of the work, the time at which the shutdown will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in number and in duration. Where multiple outages are required, as many outages as can be accurately scheduled shall he submitted as a group. 1.10 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. 1.11 Parking A. Parking of the Contractor's vehicles shall be restricted to an area designated by the City. 1.12 Telephone A. Business Telephone: At the beginning of construction, the Contractor shall provide the City with a telephone number at which the Contractor or his representative may be contacted at any time during regular working hours. The Contractor shall also provide a phone number for after -duty hours contact. 1.13 Sanitary Provisions A. The Contractor shall provide temporary toilets for the use of construction personnel. Location, type, proposed maintenance, etc., shall be approved by the City prior to placing toilets. Temporary toilets shall be removed at the completion of construction and the adjacent area restored to the condition existing prior to the start of construction or as indicated on the plans. 1.14 Pollution Abatement A. Transporting materials to or from the site shall be accomplished in a manner preventing materials or particles from becoming airborne. Earth materials shall be covered, wetted or otherwise protected. Gravel, sand and concrete shall be contained within vehicles to prevent spillage. B. Prevent the deposit of dirt, mud or debris on improved streets and roads, and remove all should such deposition occur. C. Burning of any material on site is prohibited. D. Stream beds, lakes, drainage ways, sanitary and storm sewers, etc., shall not be polluted by fuels, oils, bitumen, acids, or other harmful materials. Surface drainage from the construction site, which contains harmful amounts of sediment, shall not be allowed to drain onto adjacent areas. All grading shall be accomplished to allow sedimentation to settle out prior to flowing onto adjacent areas. City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning & Development Division Page 2 of 4 F. Flushing of concrete uucks is allowed only at the project site or the designated connector storage area. with the responsibility of control and cleanup resting with the Contractor. F. Toxic, corrosive and Flammable materials for construction other than specified shall not be used without prior approval of the City of Fort Collins. When approved, disposal of these materials or their containers will be off site and conform to state and federal regulations. 1.15 Protection of Property A. Initiate, maintain and supervise necessary protection to prevent damage, injury or loss to: The Work and materials and equipment to be incorporated in the project, whether in storage on or off the site: and 2. Property at the site or adjacent thereto, including fences, patios, driveways, sidewalks, pavement, trees, shrubs, lawns, walks, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. B. Maintain, protect, and support existing utilities and other appurtenances against damage by shoring, bracing, or other means. C. Do not stockpile excavated material against existing appurtenances. 1.16 Survey Requirements Contractor shall be responsible for construction staking necessary for proper and accurate completion of the work covered by this contract. The Contractor shall provide experienced instrument personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. Survey work shall be performed under the direction of a licensed professional surveyor in the State of Colorado. In addition, Contractor shall furnish, without charge, competent personnel and such tools, stakes, and other materials as Engineer may require in checking survey, layout, and measurement Work performed by the Contractor. B. All work shall be performed to the lines, grades, and elevations shown on the Drawings. When construction falls within the following tolerances, the installation will be acceptable to the Owner, with respect to the lines and grades. If the tolerances are not met, the Contractor shall be responsible for performing modifications to the facilities to bring the project components into the tolerances. Description: Horizontal location of structures & playground features Horizontal location of paved areas & underground installations Horizontal location of grading & surface features (i.e. berms, swales, etc.) Vertical elevation of structures & playground features Vertical elevation of paved areas Vertical elevation of underground installations Vertical elevation of grading & surface features (i.e. berms, swales, etc.) Maximum Permissible Deviation from Alignment and Elevation shown on the Drawings: 0.05 feet 0.10 feet 0.50 feet 0.05 feet 0.05 feet 0.05 feet 0.10 feet City of Fort Collins Park Planning & Development Division SECTION 01000 - PROJECT SUMMARY Page 3 of 4 Contractor shall rernme and reconstruct Work that is improperly located_ Horizontal and verlical alignments shall be checked regularly as the Work progresses. Contractor shall report results to the Eneioecr. D. If the construction survey uncovers any discrepancies, the Contractor shall notify the Engineer, in writing, prior to construction proceeding. If the Contractor proceeds with work that includes apparent discrepancies without resolution by the Engineer, he assumes full responsibility for any subsequent necessary modifications. 1.17 Construction Superintendent A. The construction superintendent shall beat the job site any time work is being accomplished by any of the trades per General Conditions including, but not limited to, Article 6. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins SECTION 01000 — PROJECT SUMMARY Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01100 - SUMMARY OF WORK PART 1 - GENERAL 1.01 Description of Work A. The City of Fort Collins Stewart Case Park — Site Improvements project is located on 2351 Pinecone Cr., northeast from Fort Collins High School in Fort Collins, Colorado. The work for the project includes demolition; earthwork grading; concrete installation: picnic shelter; boulder setting; soil preparation and fine grading; irrigation; landscaping; installation of site furnishings and miscellaneous items of work. The park site is approximately 15 acres in size of which 5-6 acres will be disturbed and constructed upon. B. Protection and Restoration. I . Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. 1.02 Notices to Private Owners and Authorities A. Notify private owners of adjacent property, utilities, aflecled governmental agencies, and school district when execution of the work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items that would affect their daily operation. E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. Water - City of Fort Collins, Colorado 221-6681 Storm Sewer - City of Fort Collins, Colorado 221-6605 Sanitary Sewer - City of Fort Collins, Colorado 221-6681 Electrical - City of Fort Collins, Colorado 482-5922, 221-8553 Gas - Public Service Company of Colorado 482-5922, 221-8553 Telephone - U.S. West Communications 484-0300, 226-6310 Roads - City of Ft. Collins, Colorado 221-6815 Cable Television — AT&T Cable Services 493-7400 Utility Locates - One -call System 1-800-922-1987 Safety - Occupational Safety and Health Administration (OSHA) 844-3061 Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911 Police - City of Fort Collins Police Department Non -Emergency 221-6550 / Emergency 911 Larimer County Sheriffs Department - Non -Emergency 221-7177 Postmaster - United States Postal Service 482-2837 Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911 Public Transportation - TransFort 221-6620 Traffic Control - Traffic Engineering 221-6815 City of Fort Collins SECTION 01100 - SUMMARY OF WORK Park Planning & Development Division Page 1 of 2 STEPPING BOULDER SURFACE TO BE MINIMUM 4'' ABOVE HIGH WATER_ (TO BE DETERMINED ON SITE.) \000� mm%ww STEPPING BOULDER APPROXIMATE HIGH WATER LEVEL T�'PE 2 GRANULAR BEDDING MATERIAL T`r'PE h'I RIP -RAP (D50 12 ") SEE SPECIFICATIONS. STEEPING FATH 5OULDER SETT f NCB SECTION A -A N.T.S. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01100 — SUMMARY OF WORK Park Planning & Development Division Page 2 of 2 DIVISION 1 SECTION 01160 — SITE CONDITIONS PART 1 - SITE INVESTIGATIONS AND REPRESENTATION 1.01 General Investigations A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 1.02 Soil Conditions A. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the axadable information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 1.03 Contractor Representation A. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. PART 2 - INFORMATION ON SITE CONDITIONS 2.01 General Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. A. Differing Subsurface Conditions: 1. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Owner in writing of such changed conditions. 2. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. City of Fort Collins SECTION 01160 — SITE CONDITIONS Park Planning R Development Division Page 1 of 3 B. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans. however. it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. PART 3 - CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 3.01 General A. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted. locate, expose. and provide temporary support for all existing underground utilities. C. The Contractor shall protect all Litilily poles from damage. if interference of power poles, telephone poles, guy wires, or anchors is encountered, notify the Owner's Representative and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure.' D. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. E. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. F. If the Contractor while performing the Contract discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owners and the utility in writing. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 3.02 Interfering Structures A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 3.03 Field Relocation A. During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Owner's Representative. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Owner's Representative before continuing with the construction in order that the Owner's Representative may make such field revision as necessary to avoid conflict with the existing structures. City of Fort Collins SECTION 01160 - SITE CONDITIONS Park Planning & Development Division Page 2 of 3 If the Contractor shall fail to so notifv the Owners Representatke when an existing structure is encountered, and shall proceed xvith the construction despite the interference, he shall do so at his omen risk. 3.04 Easements A. Easements and permits will be obtained by the Owner where portions of the work are located on public or private property Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractot shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Owner's Representative, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. B. It is anticipated that the required easements and permits will be obtained before construction is started. HoNve\ er, should the procurement of any easement or permit be delayed. the Contractor shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 3.05 Land Monuments A. The Contractor shall notify the Owner's Representative of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Owner's Representative at least two (2) weeks in advance of the proposed construction in order that the Owner's Representative will have ample opportunity to notify the proper authority and reference these monuments for later replacement. END OF SECTION City of Fort Collins SECTION 01160 —SITE CONDITIONS Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01300 — COORDINATION AND PROJECT MEETINGS PART 1-GENERAL 1.01 General A. In order to provide for an orderly progression of work, all parties involved in the construction will meet at various times during the project to discuss pertinent items regarding the work. B. Coordinate operations under contract in a manner that will facilitate progress of the Work. C. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations that affect the service of such utilities, agencies, or public safety. 1.02 Conferences The pre -construction conference will be held at a time to be determined by the Owner, after the award of the contract and prior to the issuance of the Notice to Proceed. The meeting will involve the Owner, the Engineer, the Contractor and representatives of the owners of utilities and other properties that will be directly affected by the work. Among the Contractor's representative on the site. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. B. Hold conferences for coordination of the Work when necessary. C. The City may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1.03 Progress Meetings A. Contractor and the City shall schedule and hold regular progress meetings at least weekly and at other times as requested by the City or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent 2. Owners Representative 3. Landscape Architect 4. Others as may be requested by contractor, Landscape Architect or Owner C. Minimum Agenda shall include: 1. Review of work progress since last meeting 2. Identification and discussion of problems affecting progress 3. Review of any pending change orders 4. Revisions of Construction Schedule as appropriate 1.04 Job Site Administration A. Contract administration and construction observation services will be provided by the Owner. The Owner will make decisions regarding changes in the work and adjustments in contract quantities and/or unit prices. END OF SECTION City of Fort Collins SECTION 01300 — COORDINATION AND PROJECT MEETINGS Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01310 - CONSTRUCTION SCHEDULES PART1-GENERAL 1.01 General A. h is the intent of the Owner to begin construction on approximately February 1, 2006. The signing of the contract and issuance of a Notice to Proceed will be completed promptly to accomplish that objective. The Notice to Proceed will authorize the Contractor to begin project administration and construction work on the site. Construction work shall not begin on site prior to the pre -construction conference. B. The Contractor shall complete all work, as specified in the Agreement, subject to the "Liquidated Damages" provision described under "Instructions to Bidders." C. Delays during project contract period outside control of the Contractor are subject to time extension consideration but not financial compensation unless such delay is significant enough to reasonably require Owner initiated work suspension (demobilization) as determined in the field by the Owner at the time of occurrence. See Paragraph 1.04 for requirements for modifying the Contract Time due to weather delays. D. Contractor shall plan and schedule his own work effort (personnel, equipment and material) to complete the project satisfactorily within the project time limits. Such schedule shall be in general conformance with the schedule submitted at the pre -construction conference. This includes the requirement that the Contractor conduct his operations to enable a shift of work effort from one part of the project to another to reasonably accommodate unexpected delays, and to conduct his daily operations so as to not create a public nuisance including but not limited to access or traffic obstruction, dust and mud generation, work outside of construction limits, noise, unsatisfactory cleanup or site restoration, unacceptable equipment/materials staging, flooding, etc. No work is to begin at the site until Citv's acceptance of the Construction Schedule. E. Contractor shall prepare and submit a Critical Path Method (CPM) schedule. The schedule shall show all work completed within the contract time and shall cover the time from the date of Notice to Proceed to the completion date. Contractor shall use Microsoft Project 2000 or approved equivalent to develop and manage the CPM schedule. F. Schedule shall include milestones that demonstrate the Contractor's approach to completing the project within project time limits. Milestones shall be of sufficient number to indicate regular progress of work and shall identify major components of the work. Milestones are subject to Owner approval prior to work beginning at the site. If Contractor fails to meet a milestone, contractor shall submit an updated schedule subject to Owner approval and demonstrate how the remaining milestones will be met. The Owner may order work shut down or suspended for nonconformance with the approved schedule (See Paragraph G. below) G. Milestones (minimum required items) The following items shall be indicated on the schedule with completion dates: H. The Contractor may voluntarily shut down or suspend work due to conditions beyond his control provided a minimum of 24 hours notice is provided to the Owner together with the reasons for subject suspension of work. The Contractor shall leave the project conditions in such a way so as not to cause a public nuisance or a threat to public safety. Neither remobilization costs nor additional time will be allowed for such suspension unless agreed to in writing in advance. 1. The Owner or Engineer may order work shut down or suspended for such nonconformance issues as unsafe conditions, nonconformance with schedule, cause of public nuisance, unnecessary private property disturbance, materials and labor unsuited to the task, nonconformance to technical specifications, failure to comply with permits, etc. The Owner or Engineer will give a written warning to the Contractor with a specified deadline during which time the Contractor shall remedy the cause(s) described on the warning. Failure to do so shall justify the Owner or Engineer to order work shut down City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 1 of 4 or suspended. Such shutdown Neill not be compensated by cost reimbursement or time schedule adjustment. Failure to promptly execute the approved schedule in the judgment of the Owner will result in a written warning submitted to the Contractor explaining the specific compliance needed. Failure of the Contractor to remedy the noted items may be considered a breach of contract possibly leading to work shutdown for cause or contract termination. 1.02 Format and Submissions A. Prepare Construction and Procurement schedules in a graphic fonnat suitable for displaying schedule and actual progress. B. Submit two copies of each schedule to owner for review. Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 1.03 Progress Revisions A. A schedule update shall be submitted to the Owner at each weekly progress meeting that will reflect work performed in the previous week and the upcoming two-(2) weeks. Schedule updates shall not change any Contract times. B. A complete schedule update shall be submitted with each application for progress payment. C. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. D. Provide a narrative report as needed to define: Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of other work. 1.04 Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the times for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates a "Normal" weather and climate condition in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. B. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 2 of 4 JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof The Contractor shall notify the Construction Coordinator in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delaved during each month. C. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of workdays delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. D. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather - dependent activities. E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 1.05 City's Responsibility A. City's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 3 of 4 13. 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 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1-GENERAL 1.01 Shop Drawings A. Submit newly prepared infomlation drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing- B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates, and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings on sheets at least 8-1/2 by I 1 inches but no larger than 24 by 36 inches. 7. Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Contractor for distribution. The Owner's Representative will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record Document." 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.02 Product Data A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 1 of 3 0 0.. r` 0 r co cli - MI z r 0 U E— F- ATTENDANCE RECORD PREBID CONFERENCE Project: 6006 Stewart Case Park Site Improvements Time: 3:00 P.M. Date: November in,'2006 7 1_ne. �tian-715 Mason Street Ran 4A- PRINT PRINT ADDRESS TELEPHONE FAX # E-MAIL ADDRESS NAME FIRM NAME Qi��oo7- Tit►^ 2AVs:f- Wa `l .28le-4000 2$rJ-?87.2 r4p4w Alv;;l ,f � j��j �R { UdF� 2K 6vo Z4�� �y�:r/4Grti+rJ�= lzeilylt� �Rl�i<eav�o. c cwc� Div c �ek SC,4rnI � G"WL'P � 1 %ZSD Grto.rr e �7d -,?CiI iG170 I9b2-9o�31 on �c � ro c . lcJ•.• o� Sor � � 1/Ct1/L- '� ir% LC�i� q 11%/t f r`) , '✓ /"�f/� �VIJLPJ(tP1�hQM� 90vkc .\A0^-tom` -:7 7 Gi% f 3� I- !t` � i L 'Co 3�8 I-IX,4/001tl �/lGr'3 t,¢,O.C�sS 5 J qS7 6J T1S rr e- t" P u fy Ld t uG1 33�'-917/ 5DG - D57} ym �sY�le� t � q70 39a'��'� a b 3�a -o�9S� �ne,G� \7Gr✓Ff•rnc}Mn� <.,�.,. 4. Submittals: Submit 2 copies of each required submittal: submit 4 copies where required for maintenance manuals Plus additional copies as needed by the Contractor for distribution. The Owner will retain one and will return the other marked with action taken and corrections or modifications required. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of'Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.03 Samples A. Submit full-size, full -fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. c. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicated special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. 3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. The Owner will review and return preliminary submittals with the Owner's notation, indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 3 sets. The Owner will return one set marked with the action taken. 5. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 2 of 3 a. Unless noncompliance with Contract Document provisions is observed. the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1.04 Quality Assurance Submittals A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. I. Signature: an officer of the manufacturer or other authorized individual shall sign Certification documents. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division I Section "Quality Control and Tesline." and in the applicable technical specifications. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION City of Fort Collins SECTION 01330 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01340 - SURVEY DATA PART 1 - GENERAL 1.01 Survey Requirements A. Contractor is responsible for the layout of the Work. The City will not provide surveying. B. Base all measurements, both horizontal and vertical, on established control points. Verify all established control points at site prior to laying out the work. C. Perform layout of the Work with qualified personnel. 1. At a minimum stake comers and shelter post locations. 2. At a minimum, stake concrete sidewalks, concrete pavement and changes in pavement type at grade changes, changes in horizontal alignment, and at 25-foot stations along the sidewalk centerline. D. All field books, notes, and other data developed by Contractor in performing surveys required by the Work will be available to City for examination throughout the construction period. 1.02 Submittals A. Submit to City all survey data with other documentation required for final acceptance. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01340 - SURVEY DATA Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01450 - QUALITY CONTROL AND TESTING PART 1 - GENERAL 1.01 General A. Provide such equipment and facilities as the City may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product that becomes unfit for use after approval hereof shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.02 Test Reports A. Submit 2 copies of the reports of all tests made by testing laboratories, plus copies to be returned to the contractor. 1.03 City's Responsibilities A. City of Fort Collins shall be responsible for and shall pay all costs in connection with the following testing: 1. Soils compaction tests. 2. Pipe and structural bedding. 3. Tests not called for by the Specifications of materials delivered to the site. 4. Concrete, mortar and grout tests. 1.04 Contractor's Responsibilities A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under 1.03 above. 3. Testing of pipe. 4. Vacuum testing of manholes. 5. Concrete materials and mix designs. 6. Gradation tests for embedment, fill and backfill materials. 7. Irrigation mainline pressure test and operational test. City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING Park Planning & Development Division Page 1 of 2 8. Material Substitution - any test for basic material or labrication of equipment offered as a substitution for a specified item on which a test may be required in order to prove it compliant with the specifications. Nothing contained herein is intended to imply that the Contractor does not have the right to have tests performed on any material at any time for his/her own information and job control so long as the Owner does not assume responsibility for the cost or for giving them consideration when appraising quality materials. 1.05 Transmittal of Test Reports A. Submit 2 copies of each report of tests and engineering data furnished by the Contractor for City Representative's review. The Owner's Representative will retain one and will return the other marked with action taken and corrections or modifications required. B. The testing laboratory retained by the Owner will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the City Representative and one (1) copy to the Contractor within seven (7) days after each test is completed. 1.06 Contractor's Quality Control System A. General: The Contractor shall establish a quality control system to pedonn sufficient inspection and tests of all items of work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City. Contractor's control system shall specifically include all testing required by the various sections of the Specifications. B. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. C. Records: maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the City and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to City in a reasonable time. D. Pipe alignment and grade is to be maintained through the use of suitable surveying instruments or laser equipment operated continuously during construction. Horizontal tolerances of+ 0.3 feet and vertical tolerances of+ 0.1 feet maximum deviation from plan and construction staking are to be maintained, except that visible "snaking" of the horizontal alignment and changes in directions of slope will not be permitted. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING Park Planning & Development Division Page 2 of 2 DIVISION 1 SECTION 01500 -TEMPORARY CONTROLS 1.01 Noise Control A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.02 Dust Control A. Dusty materials in piles or in transit shall be covered to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. I. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.03 Pollution Control A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. I . Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.04 Erosion Control A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. 1. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to the greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. END OF SECTION City of Fort Collins SECTION 01500 —TEMPORARY CONTROLS Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01510 -TEMPORARY UTILITIES PART 1 - GENERAL 1.01 Utilities A. Furnish all utilities necessary for construction including, but not limited to temporary electric power and pay all cost associated with utilities during and used for the contract period. All temporary utilities installation shall meet the construction safety requirements of OSHA, State and local governing agencies. 1.02 Water A. Contractor is responsible for obtaining water for construction and shall pay all costs associated with establishing a temporary meter used during construction. 1.03 Sanitary Facilities A. Furnish temporary sanitary facilities at the site in the vicinity of the construction for the needs of construction x� orkcrs and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure sanitary facilities from public view to the greatest extent practical. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01510 - TEMPORARY UTILITIES Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01570 - TRAFFIC CONTROL PART 1-GENERAL 1.01 General A. Traffic Control necessary to complete the project as depicted in the plans and specifications will be provided by the Contractor and will not be paid for separately. B. The Contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. Limited closures may be permitted for short periods up to three days to allow installation of concrete pavemeut. Closures must be requested and approved 72 hours prior to anticipated closure. E. Limited alternalmL one-wav traffic operation may be permitted during the hours from 9:00 A.M. to 3:30 P.M. One-way traffic operation must be requested and approved 72 hours prior to anticipated operation. F. At all times, Contractor must maintain two-way traffic with a minimum of one lane of traffic in each direction. Limited closures may be allowed. G. The Contractor must coordinate with adjacent residents to provide and maintain them sufficient access during the duration of the project. It will be the Contractor's responsibility to coordinate and communicate with the residents during construction. H. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. Keep fire hydrants and utility control devices free from obstruction and available for use at all times. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. K. Provide and maintain temporary approaches or crossings at streets, businesses, and residences. L. Keep roads open and in acceptable condition, unless closure or detour has been approved by City's Traffic Control Coordinator 72 hours prior to closure or detour. M. Define a temporary pedestrian access route for children coming from the surrounding neighborhoods. This pedestrian access route shall be located outside of the project limits. The pedestrian access route shall be kept free of excavated material, construction equipment, pipe, and other materials. 1.02 Traffic Control Plan A. Submit a detailed traffic control plan to Traffic Control Coordinator for review and acceptance. Plan must be accepted 72 hours prior to work commencing at the site. Maintain the accepted plan throughout all phases of construction. Provide copy to Owner prior to submittal. 1. Notify police, sheriff, ambulance services, and fire authorities of traffic control plan and the schedule of it. Distribute copies if requested. 1.03 Flagmen A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional authorities. City of Fort Collins SECTION 01570 - TRAFFIC CONTROL Park Planning & Development Division Page 1 of 2 B. Shall be properly equipped and licensed. 1.04 Warning Signs and Lights A. Provide suitable barricades and warning signs for: 1. Open trenches and other excavations. 2. Obstructions, such as material piles, equipment, piled embankment. B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise. C. Protect roads and driveways by effective barricades on which are placed acceptable warning signs. 1.05 Parking A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with private property, public traffic, City's operations, or construction activities. Such parking shall occur on the project site or another suitable location, approved by the City. 1.06 Roadway Usage between Operations A. At all times when Work is not actually in progress, Contractor shall make passable and shall open to tralTic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and City and all authorities having jurisdiction over any properties involved. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01570 - TRAFFIC CONTROL Park Planning & Development Division Page 2 of 2 DIVISION 1 SECTION 01600 — MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.02 Summary This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1.03 Definitions A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties, "'systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well -recognized meanings in the construction inilustrv. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "systems," and terms of similar intent. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 1.04 Submittals A. Product List: Prepare a list showing products specified in tabular form acceptable to the Owner. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare product list with information on each item tabulated under the following column headings: a. Related Specifications Section number. b. Generic name used in Contract Documents. C. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. 3. Initial Submittal: Within 30 days of date commencement of the Work, submit 3 copies of an initial product list. Provide a written explanation of omissions of data and for known variations from Contract requirements. 4. Complete List: Within 60 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. City of Fort Collins SECTION 01600 - MATERIALS AND EQUIPMENT Park Ptanning & Development Division Page 1 of 3 W 0 z is +M m 0 L0 0 z co 0 M 0 i 0 z ATTENDANCE RECORD PRESID CONFERENCE Project: 6006 Stewart Case Park Site Improvements Time: 3:00 P.Ni. Date: November-22, 20W_7 Location:215 Mason Street Roam tA—,IA PRINT PRINT ADDRESS TELEPHONE FAX # E-MAIL ADDRESS NAME FIRM NAME �1� FI�`t�Lj �l�.e� B�t Cd#'"�j11rY� ��%,��!•�0�� q�1.1��•� Q�(tl ei��Srin�jL:�7G!{Dtl.t"•G/Yt wjlf14 �/f�f�/%ice •�.�./� C,-ts CsT 141 �rre Dc. f. o. bA&Migv. R 2zt • i S ZZi -Moo 1605 •Z • I a ^^^fff-✓✓��;� ,Tmq/,;;r ";.v co r—C ffAtrf1f7t-Vj &7'7-7 77/D�7o7 ���,�aJ'���i;rv�• S. Owners Action: The Owner will respond in writing to Contractor \� ithin 2 weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Owner's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.05 Quality Assurance A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. B. Compatibility of Options: When the Contractor is given the option of seeking between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. C. Foreign Product Limitations: Except under one or more of the following conditions provide domestic products, not foreign products, for inclusion in the Work: 1. Not available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. 1.06 Product Delivery, Storage and Handling A. Delivery, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. I. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Delivery products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather -tight enclosure, with ventilation adequate to prevent condensation. PART 2 -PRODUCTS 2.01 Product Selection A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. B. Product Selection procedures: The Contract Documents and governing regulations govern product selection. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted. 2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers or where Specifications specify products or manufacturers by name, accompanied City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 2 of 3 by the tern "or equal" or "or approved equal," provide one of the products listed or comply with the Contract Document provisions concerning "substitutions" or obtain approval for use of an unnamed product. 3. Nonproprietary Specification Requirements: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 4. Descriptive Specification Requirements: Where Specifications describe a product or name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 5. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. 6. Visual Matching: Where Specifications require matching an established Sample, the Owner's decision will be final on whether a proposed product matches satisfactorily. 7. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Owner will select the color, pattern, and texture from the product line selected. PART 3 - EXECUTION 3.01 Installation of Products A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. END OF SECTION City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01700 — CONTRACT CLOSEOUT PART 1 —GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including general and supplementary conditions and other Division t specification sections, apply to this section. 1.02 Summary A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.03 Substantial Completion A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. B. Inspection Procedures: On receipt of a request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled requirements. The Owner will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be City of Fort Collins SECTION 01700 -CONTRACT CLOSEOUT Park Planning & Development Division Page 1 of 5 completed or corrected before the certificate will be issued. I. If the Owner's Representative determines that the work is not substantially complete at the time of review or that deficiencies remain at time of compliance review, the Contractor shall pay for the additional review(s) by Owner's Representative. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 Status after Substantial Completion A. The date of substantial completion marks the beginning of the maintenance period defined in Section 02970 — Planting Maintenance. B. During maintenance period, the following conditions hold: 1. Insurance: Same as during construction. Z. Electricity and Irrigation Water: Supplied by Owner, as installed by Contractor under this contract. 3. Bonds: Remain in effect. 4. Retainage: Same as during construction. 1.05 Final Acceptance A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. l . Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified cony of the Owner's final inspection list of items to be completed or corrected endorsed and dated by the Owner. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Owner will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Owner. 1. Upon completion of reinspection, the Owner will prepare a certificate of final acceptance. If the Work is incomplete, the Owner will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. if necessary, reinspection will be repeated. 1.06 Record Document Submiftals A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Owner's reference during normal working hours. B. Record Drawings: Maintain a clean, undamaged set of blue or black line white -prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 2 of 5 substantially from the Work as orionaIIV shown. Mark which drawing is most capable of showing conditions filly and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. I. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 5. Prior to Contract Closeout, obtain from the Owner a reproducible mylar copy of the Drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site. Label each sheet "Record Drawing." On the first sheet, the Contractor or resident Superintendent shall execute the following statement: Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the information presented here is true and accurate. Signed: Position: Date: C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Owner. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record Product Data to the Owner. E. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Owner. City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 3 of 5 F. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual. heavy-duty, 2-inch I51-mmnml. 3-ring, vinyl -covered binders. with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture lamping schedule. 1.07 Warranties and Bonds A. Provide duplicate notarized copies. Maintain copies of all Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For items of Work delayed materially beyond date of substantial completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.08 Final Payment A. At the end of maintenance period, submit written certification that Contract Documents Work has been reviewed and that Work is complete in accordance with Contract Documents and ready for Owner Representative's review. B. In addition to submittals required by the conditions of the Contract provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments and sum remaining due. C. Owner's Representative will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. D. Retainage will be held until advertisement for liens and encumbrances is completed. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION 3.01 Closeout Procedures A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: I. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. S. Control sequences. 9. Hazards. 10. Cleaning. City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 4 of 5 1 1. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 Final Cleaning A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. 1. Remove labels that are not permanent labels. 2. Clean transparent materials, including mirrors and glass in doors and windows. 3. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. 4. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. 5. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 5 of 5 DIVISION 1 SECTION 01800 — DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work lines, notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specification sections. The contractor shall refer to the technical specifications that apply to the individual components. GENERAL REQUIREMENTS Bid Item 1 - Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project, as well as the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. Payment for this item will follow in accordance with CDOT Standard Specifications for Road and Bridge Construction, Section 626. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Bid Item 2 - Surveying Contractor shall furnish a licensed surveyor for construction staking and to verify grades as stated in the specifications including, but not limited to, Section 01340, 1.16. Contractor shall submit a schedule of values for all surveying to be performed in accordance with the Drawings and Specifications prior to the preconstruction conference. DEMOLITION Bid Item 3 - Removal of 4 & 5" Concrete Contractor shall remove concrete as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 4 - Remove of Planting Beds Contractor shall remove planting beds with plant material and topsoil as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 5 - Removal of Playground Header & Wall Contractor shall remove exposed aggregate playground header and wall as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. EARTHWORK Bid Item 6 -Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications. These items are subject to City Stormwater inspection and approval. SIDEWALKS AND COURT Bid Item 7 - Concrete - 6 Inch Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, irrigation sleeving, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 8 - Concrete - 6 Inch Exposed Aaareaate Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, irrigation sleeving, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 9 - Concrete Basketball Court Contractor shall provide all labor, material, and equipment to construct the basketball court per drawings and specifications. Work includes earthwork, concrete, reinforcement, finishing, and painting lines for a complete item in accordance with Drawings and Specifications. Bid Item 10 -Basketball Court Striping Contractor shall provide all labor, material and equipment for painting lines on the basketball court, as shown on the drawings; for a complete item in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Pagel of 3 PLAYGROUND AREAS Bid Item 11 -Exposed Aggregate Wall Contractor shall provide all labor, materials, and equipment to construct playground retaining wall as shown on the drawings. Work includes minor earthwork, reinforcement, chamfered edges, and an exposed aggregate finish finishing for a complete item in accordance with Drawings and Specifications. Bid Item 12 - Exposed Aggregate Playground Header Contractor shall provide all labor, material and equipment to construct the playground header on large playground area as shown on the drawings. Work includes earthwork, concrete, and an exposed aggregate finishing for a complete item in accordance with Drawings and Specifications. Bid Item 13 - Enqineered Wood Safely Surfacing Includes all labor, materials, shipping, placement costs and all related work for the installation of engineered wood mulch safety surfacing at a depth of 15" in the new addition to the playground area. Item includes geotextile fabric installed under safety surfacing as shown on the detail drawings. Bid Item 14 - Poured -in -Place Safety Surfacing Includes all labor, materials, shipping, placement costs and all related work for the installation of the poured -in -place safety surfacing at a depth of 1 3/4" thick in the new playground area. Item also includes aggregate base course installed under safety surfacing as shown on the detail drawings. Bid Item 15 - Climbing Boulder Includes all labor, materials, shipping, placement costs and ail related work for the installation of the climbing boulder play equipment as shown on the drawings. SITE FURNISHINGS Bid Item 16 - Prefabricated Picnic Shelter Contractor shall furnish and install shelter per specifications and manufacturer's recommendations. Bid amount includes excavation; earthwork; footings and foundations; columns; roofing; and all related items. Bid amount includes all labor; equipment; material; City Building Code Inspections for a complete item in accordance with Drawings and Specifications. (Note: Building permit fees to be paid by City) Bid Item 17 - Bench - Non -Backed Contractor shall provide all labor, material and equipment to install 5(five) non -backed benches in accordance with Drawings and Specifications. Bid Item 18 - Bench - Backed Contractor shall provide all labor, material and equipment to install 1(one) backed bench in accordance with Drawings and Specifications. Bid Item 19 - Bench - 6 Foot Swing Contractor shall provide all labor, material and equipment to install 1(one) 6 foot bench swing in accordance with Drawings and Specifications. Bid Item 20 - Picnic Table Contractor shall provide all labor, material and equipment to install 2(two) picnic tables at the new prefabricated picnic shelter area in accordance with Drawings and Specifications. Bid Item 21 - Bicycle Rack Contractor shall provide all labor, material and equipment to install 1(one) bicycle rack near restroom in accordance with Drawings and Specifications. Bid Item 22 - Basketball Equipment Contractor shall provide all labor, material and equipment to install 1 pair of basketball rims, backboards, and poles including footings in accordance with Drawings and Specifications. Bid Item 23 - Relocation of Drinking Fountain Contractor shall provide all labor, material and equipment to relocate the existing drinking fountain including tie into existing drinking fountain water and sewer connection, materials, preparation and labor for a complete relocation. Bid Item 24 - Repainting Shelter Contractor shall provide all labor, materials, preparation and equipment for a complete repainting of the existing picnic shelter excluding metal roofing in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Page2 of 3 LANDSCAPING Bid Item 25 - 2 Inch Caliper Deciduous Tree Contractor shall provide all labor, trees, fertilizer, mulch, stakes and other items for the planting of deciduous trees in accordance with Drawings and Specifications. Bid Item 26 - 6 Fool Evergreen Tree Contractor shall provide all labor, trees, fertilizer, mulch, stakes and other items for the planting of evergreen trees in accordance with Drawings and Specifications. Bid Item 27 - Relocation of Existing Tree Contractor shall provide all labor, equipment, materials, preparation, and labor for complete relocation of 2(two) existing trees to specified areas on the drawings. Bid Item 28 - Deciduous Shrub #5 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 29 - Ornamental Grass #1 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 30 - Irrigated Fescue Sod Contractor shall provide all soil preparation, amendment, herbicide, fertilizer, sod, labor, equipment and maintenance to sod areas in accordance with Drawings and Specifications. Bid Item 31 - Granite Turf Area Boulders Contractor shall provide labor and equipment to transport and install boulders in turf and turf beds as shown on the drawings. The bid price for this item shall include all of the CONTRACTOR'S costs of whatsoever nature including loading, hauling, weighing, delivering, placing, and all other incidental items for a complete item in accordance with Drawings and Specifications. Bid Item 32 _- Granite Stepping Path Boulders Contractor shall provide labor and equipment to transport and install stepping path boulders in the northeast corner of the irrigation pond as shown on the drawings. The bid price for this item shall include all of the CONTRACTOR'S costs of whatsoever nature including loading, hauling, weighing, delivering, placing, installing a temporary coffer dam and all other incidental items for a complete item in accordance with Drawings and Specifications. ALTERNATE BID ITEMS Alternate Bid Item 1 - Irrigated Fescue Seed Contractor shall provide all soil preparation, amendment, herbicide, fertilizer, seed, labor, equipment and maintenance to sod areas in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Page3 of 3 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Stewart Case Park -Site Improvements BID NO. 6006 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 22, 2006 - 3:00 P.M. (OUR CLOCK) DIVISION 2 SECTION 02100 - MOBILIZATION PART 1-GENERAL 1.01 Work Included A. Prepare the site for construction. B. Move in and move out personnel and equipment. C. Set up and remove temporary offices, buildings, facilities and utilities. 1.02 Site Conditions A. The City has provided the right-of-way, easement or project site for all permanent access or permanent construction for the project. Any additional access, access right-of-way, construction areas, or additional needed land which may be involved in the construction of this project shall be the responsibility of the Contractor. B. The land owned by the City may be used as site headquarters, storage yard, or base of operations provided that the use of said land meets with all of the requirements and restrictions imposed by the City at the time of usage. 1.03 Site Preparation for Contractor Occupancy A. The Contractor shall provide all temporary facilities as required for performing the work. The Contractor shall secure and maintain proper storage areas for equipment and materials in locations she/he may deem necessary for the proper execution of the job as approved by the City Representative. No storage yard or project headquarters site may be utilized in conflict with objections from the adjacent property owners unless the Contractor obtains from the City specific written permission for such objectionable use. No objectionable material will be allowed to blow from, wash off or drain off of any storage yard on to adjacent property. B. The Contractor shall maintain all storage yards in as neat and orderly a manner as possible, allowing no accumulation of waste materials or disposal piles. The Contractor may construct a temporary security fence for the protection of materials, tools, and equipment. The fence shall be maintained during the construction period. Upon completion of work, the security fence shall be removed from the site. The Contractor shall provide adequate parking facilities within the designated area for personnel working on the project. C. The Contractor shall obtain the necessary permits for connection to necessary services provided by utility companies serving the project area. D. Materials, equipment, and work required for temporary storm water management during the construction period shall be provided by the Contractor as required to ensure public safety and to protect the work in progress and materials stored on site. 1,04 Damage or Use -Fee Claims A. Any damage or use -fee claims filed against the Contractor may become a part of the final settlement of this project and may be cause for delay of final acceptance or delay of final payment. City of Fort Collins Section 02100 — Mobilization Park Planning and Development Division Page 1 of 2 PART 2 - NOT USED PART 3 - EXECUTION 3.01 Obstructions A. The location of some utilities and obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their proposals. The removal and replacement of minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall be anticipated and accomplished, even though not shown or specifically mentioned. Major obstructions encountered that are not shown on the Contract Drawings or could not have been foreseen by visual inspection of the site prior to bidding should immediately be brought to the attention of the City Representative. The City Representative will make a determination for proceeding with the work. If the City Representative finds that the obstruction adversely affects the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with the General Conditions. 3.02 Demolition A. Any pipes or existing structures encountered during construction shall be preserved until accepted for removal by the City Representative The Contractor shall be required to repair pipes or structures in use that are damaged during construction at no cost to the City. The removal of abandoned pipes shall be reviewed by the City Representative. 3.03 Removal and Salvage of Materials A. The Contractor shall carefully remove materials specified to be reused or salvaged so as not to damage the material. Reuse by the Contractor of salvaged material will not be permitted, except as specifically shown or specified herein. Existing materials to be removed or replaced and not specifically designated for salvage shall become the property of the Contractor. Provide and maintain dust tight temporary partitions, bulkheads, or other protective devices during the construction to permit normal operation of the existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. END OF SECTION City of Fort Collins Section 02100 - Mobilization Park Planning and Development Division Page 2 of 2 DIVISION 2 SECTION 02122 - TREE PROTECTION PART 1 - GENERAL Description of Work A. The Contractor shall provide all labor, materials, and equipment necessary to perform the work items called for on the bid schedule. B. The Contractor shall perform tree protection regardless of the type, nature, or condition of trees encountered, as specified or required in order to accomplish the construction. PART 2 - MATERIALS 2.01 Temporary Fencing A. Orange construction fencing, five feet or greater in height as required to fulfill the intent of this section. B. Fencing anchors for small trees shall be T posts. Anchors for fencing within the drip line of large trees shall be dual -socket portable concrete pier blocks sufficient to secure the fence in a vertical position for the construction period. PART 3 - EXECUTION 3.01 General A. Prior to and during construction, barriers shall be erected around all protected existing trees. Barriers shall be orange construction fencing located no closer than six (6) feet to the surface of the trunk or one-half ('/2) of the drip line radius, whichever is greater. Posts shall be anchored in movable concrete blocks so as not to require excavation within the tree's drip line. There shall be no storage or movement of equipment, material, debris, or fill within the fenced tree protection zone. The drip line is defined as the area on the ground covered by the spread of branches. B. There shall be no cleaning of equipment or material or the storage and disposal of waste material such as paints, oils, solvents, asphalt, concrete, motor oil or any other material harmful to the life of a tree within the drip line of any protected tree or group of trees. C. No attachment, wires, signs, or permits may be fastened to any protected tree. D. Large areas containing clumps, groves, or copses of protected trees which are naturally separated from construction or land clearing areas, road rights -of -way and utility easements may be "ribboned off," rather than erecting protective fencing around each tree as required above. This may be accomplished by placing metal t-post stakes a maximum of thirty (30) feet apart and tying ribbon or rope from stake -to -stake along the outside perimeters of such areas being cleared. E. The temporary fencing shall be removed by the Contractor only after all heavy equipment has been permanently withdrawn from the site. 3.02 Excavation A. Install shoring or other protective support systems to minimize sloping or benching of excavations. City of Fort Collins Section 02122 - Tree Protection Park Planning R Development Division Page 1 of 2 B_ Do not excavate within the tree drip line, unless otherwise indicated. Where excavation for new construction is required within tree drip lines, hand excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. C. Relocate roots in backfill areas wherever possible. If encountering large, main lateral roots, expose beyond excavation limits as required to bend and relocate without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 inches back from new construction. D. After excavation outside the drip Tine of trees, any severed roots should be cut again smoothly with flush cuts. E. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with compost and wrap with burlap. Water and maintain in a moist condition and temporarily support and protect roots from damage until they are permanently relocated and covered with earth. F. Root Priming: Do not cut main lateral roots or tap roots; cut only smaller roots that interfere with installation of new work. Cut roots with sharp pruning instruments; do not break or chop. Roots I inch and larger shall be painted with two coats of Tree Seal or approved equal. G. Trenching should be done outside the drip line of trees. The installation of utilities, irrigation lines, or any underground fixture requiring excavation deeper than six inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of 24 inches. The auger distance is established from the face of the tree (outer bark) and is scaled from tree diameter at breast height as described in the chart below. Tree Diameter at Breast Height (Inches) Auger Distance from Face of Tree (Feet) 0-2 1 3-4 2 5-9 5 10-14 10 15-19 12 Over 19 15 3.03 Tree Repair and Replacement A. Promptly repair trees damaged by construction operations to prevent progressive deterioration. B. Remove and replace dead and damaged trees that the City Forester determines to be incapable of restoring to a normal growth pattern. 1. Provide new trees of same size and species as those being replaced. Plant and maintain as specified herein. END OF SECTION City of Fort Collins Section 02122 - Tree Protection Park Planning & Development Division Page 2 of 2 DIVISION 2 SECTION 02200 - EARTHWORK AND GRADING PART 1 - GENERAL 1.01 Section Includes A. Stockpiling of topsoil B. Grading to contours within specified tolerances, cutting, and filling. C. Establishment of subgrades, compacting, and preparing the site for paving and vegetation. D. Erosion control measures E- The Contractor shall perform all excavation regardless of the type, nature, or condition of material encountered, as specified or required in order to accomplish the construction. 1.02 Related Sections A. Section 01290 -- Measurement and Payment: requirements applicable to unit prices for the work of this section. B. Section 01450 - Quality Control and Testing: testing compaction of earth fill areas. C. Section 02250- Topsoil. 1.03 Unit Price Measurement and Payment A. Topsoil: by the percent complete as determined by the schedule of values. Includes removing, stockpiling, and redistributing topsoil. B. Subsoil: by the percent complete as determined by completed progress topographic surveys. C. Erosion control: by the percent complete. 1.04 Project Record Documents A. Submit under provisions of Section 01700. B. Accurately record actual location of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. C. Accurately document finished grades and other information for use in preparing the City of Fort Collins Drainage Certification. 1.05 Quality Assurance A. Reference standards listed hereunder and referenced elsewhere in these specifications shall become a part of this specification and are incorporated herein by reference. The latest edition, amendment or supplement thereto in effect thirty days (30) before the date of bid invitation shall apply. 1. American Association of State Highway and Transportation Officials (AASHTO). City of Fort Collins - Soft Gold Park Section 02200 - Earthwork and Grading Park Planning & Development Division Page 1 of 7 2. American Society of Testing and Materials (ASTM). 1.06 Submittals A. Submit reports of testing service: Contractor shall provide soil testing service for quality control testing of soil compaction during earthwork operations, as required under City rules and regulations. Contractor will coordinate schedules with the Engineer in order to allow for adequate time to conduct tests. B. Testing Methods and Frequency Testing shall be done with the following methods and frequency: Item AASHTO ASTM Sampling T 87 D 420 Soil Classification M 145 D 3282 Moisture -Density (proctor) T 99 D 698 T 180 D 1557 Density (Nuclear) T 238 D 2922 Moisture Content (Nuclear) T 239 D 3017 1.07 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.08 Site Conditions A. A geotechnical investigation may have been performed for the City in order to obtain relative data concerning the character of material in and upon which the project is to be built. If an investigation has been performed, the information will be available to the Contractor for information purposes only. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the project. B. The locations of existing utilities are shown in an approximate way only and not all utilities may be shown. The Contractor shall determine the exact location of all existing utilities prior to commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the Contractor shall advise the City within thirty (30) minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respective services and facilities in operation to the satisfaction of the respective owners. The City reserves the right to perform any and all work required should the Contractor fail to cooperate with the respective companies, and back charge the Contractor for any and all expenses. D. The Contractor shall provide barricades and signs in accordance with the Uniform Manual of Traffic Control Devices where applicable. The Contractor shall maintain all devices in a working manner. City of Fort Collins - Soft Gold Park Section 02200 - Earthwork and Grading Park Planning & Development Division Page 2 of 7 E. Limit of Operations: 1. The Contractor will limit his operations to only those areas identified on the drawings. If the remaining area of the site is disturbed, in the opinion of the Owner, the Contractor will repair and re -seed the disturbed area. All costs of this work will be home solely by the Contractor. 2. If unauthorized over -excavation occurs, the Contractor shall be responsible for the repair of the area, backfilling with approved material, and compacting to the specified density. F. Drainage: Maintain the excavations and site free from water throughout the course of the project. G. Interruption of Service: 1. Coordinate interruption of utility services with the Owner and the utility operator. Make connections to the existing system requiring the service interruption during the time designated by the Owner (weekends, nights, holidays). 2. Obtain permission to cut and replace existing service lines. Notify affected users two hours in advance of interruption and restore service within four hours after interruption. Repair damage at no additional cost to the Owner. 3. Operate valves or other controls on the existing system only after obtaining Owner approval. H. Erosion Control: The Contractor will follow the requirements of the Erosion Control Plan. The Contractor's earthwork schedule is to be identified and submitted on the schedule required by the General Conditions of the Contract. The Contractor will implement erosion control measures as described and herein referenced by the City of Fort Collins Erosion Control Manual. 1.09 Material Imports and Exports A. Waste or demolition material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. PART 2 - MATERIALS 2.01 Soil Materials A. Coarse -grained soils free from debris, roots, organic material, and non -mineral matter containing no particles larger than 4-inch size and classified as either: Sands with fines (SM, SC) and less than 25 percent of the soil particles passing the No. 200 sieve, or 2. Clean sands (SW, SP) 3. Native soils as determined acceptable by the Engineer. 2.02 Filter Fabric A. Filter Fabric shall be Typar 3451 W, Mirafi 70OX or approved equal. City of Fort Collins — Soft Gold Park Section 02200— Earthwork and Grading Park Planning & Development Division Page 3 of 7 PART 3-EXECUTION 3.01 Preparation A. Field measurements: Before commencing work, locate all baselines and coordinates required for control of the work, establish required grade staking for control of excavation, fill and embankment construction. Field verify by excavation the location all utility crossings, service connections, and connections to existing lines before proceeding with earthwork. B. Layout Lines and Levels: Verify that survey bench mark and intended elevations for the Work are as indicated. 2. The drawings indicate existing elevations and proposed elevations. The existing elevations and proposed are given for the convenience of the Contractor to assist him in arriving at the quantities of excavation, grading, backfilling etc. 3. Before earthwork operations are started, all construction items shall be completely staked out for the Owner's approval. For any area with a two- percent slope or flatter, the Contractor shall lay out a 50-foot on -center grid and calculate the exact elevation at every intersection of the grid lines. These calculations will be approved by the Owner's Representative. For complex grading in the core area of the park, the contractor shall exercise craftsmanship and diligence in the establishment and layout of detailed slopes and precise landform shapes. Additional surveying and smaller equipment are likely to be required to precisely achieve specified convex and concave berm grades in these areas to the specified tolerances. 4. Preliminary grade stakes for subgrade elevations shall be set at 50 feet on center for the center line of walks; all drainage swales; breaks in grade; spot elevations; and as otherwise required to complete the work of this section to the elevations shown on the Drawings or as modified in the field by the Owner. 5. Protect benchmarks, temporary benchmarks, survey control points, sidewalks, paving, curbs, existing above and below grade utilities, and existing vegetation that is to remain from excavating equipment and vehicular traffic. C. Removal of Topsoil: Strip existing earthen material (topsoil) to a depth of 4 inches over the entire site. Stockpile on site in area approved by Owner's Representative. Keep topsoil segregated. Place, grade, and shape stockpile for proper drainage. 3.02 Excavation A. Prior to beginning excavation operations, accomplish all site preparation in accordance with these specifications. Perform excavation of every description to the lines and grades indicated on the drawings. B. Complete excavation work to the grade elevations shown on the drawings for all areas to be paved. 3.03 Clearing the Site A. All areas underlying new structures, paved areas, site fills and embankments shall be cleared of stumps, shrubs, brush, and other vegetative growth. B. Any material containing roots, grasses and other deleterious or organic matter generally found in the top four to six inches of undisturbed natural terrain shall be stripped from all areas requiring City of Fort Collins — Soft Gold Park Section 02200 - Earthwork and Grading Park Planning & Development Division Page 4 of 7 excavation, grading, trenching, subgrade preparation for foundations and embankment work. The City �N ill require stripped topsoil deemed suitable for spreading over the finished grades to be stockpiled and preserved until the finished grading operation, at which time it shall be spread uniformly over areas to be seeded or sodded. C. Upon completion of the project, completion of a particular phase of the project, or termination of the use of any particular area, site, storage yard right-of-way or easement, the Contractor shall promptly and neatly clean up the area and re-establish the ground to the contours required by the project or conditions prior to project commencement. 3.04 Earth Fill Construction A. Install the work in accordance with the Geotechnical Engineering Report and in accordance with the City of Fort Collins standards. B. The Contractor shall perform all grading to the lines and grades specified and/or established by the Engineer, with an appropriate allowance for topsoil. All slopes shall be free of all exposed roots and stones exceeding 3-inch diameter, which are loose and liable to fall. Tops ofbanks shall be rounded to circular curves not less than 6-feet in radius or as shown on the drawings. C. Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of 4-inches in areas to be revegetated. D. The Contractor shall protect the fill against freezing when atmospheric temperature is less than 35 degrees F (I degree Q. 3.05 Compaction A. The Contractor shall meet minimum percentage density specified for each area classification as follows. Percentage of Maximum Density Requirements: Compact soil to not less than the indicated percentages of maximum density relationship determined in accordance with ASTM D 698. 1. Foundations, Paved Areas, Utilities, and Sidewalks - 95 percent 2. Unpaved Areas - 90 percent B. Control moisture content within 2% of optimum moisture content as determined by ASTM D 698. Where subgrade or layer of soil material is too dry to permit compaction to the specified density, uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material. Mix soil and applied water by blading, disking, or other methods to achieve uniform moisture content throughout the soil mass to be compacted. C. Remove and replace, or, scarify and air dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by disking, harrowing or pulverizing until moisture content is reduced to a satisfactory value. D. Puddling is not an acceptable method of compaction. City of Fort Collins — Soft Gold Park Section 02200 — Earthwork and Grading Park Planning & Development Division Page 5 of 7 3.06 Grading A. Paved Areas: Immediately prior to placing structural pavements, shape area to the required lines, trades. and limits to enable achievement of the finished elevations indicated and roll with an approved heavy vibratory roller until compacted to the specified density. Maintain moisture content within 2% of optimum during final rolling and until subgrade is covered by subsequent construction. Remove loose material and protect subgrade until covered. B. Landscape Area and Remainder of Site; 1. Rough grade areas as indicated on grading plan to 4 inches below finish grade. After rough grading is finished, compacted and approved, scarify area to a depth of at least 6 inches. 2. Place previously stockpiled topsoil in all areas within the limits of the project not indicated to receive subsequent foundations, slabs on grade, walks, safety surfacing or other similar materials. 3. Uniformly distribute topsoil on the disturbed area and evenly spread to a thickness of inches deep alter light compaction. Perform spreading so that planting can proceed with little additional soil preparation or tillage. Do not place topsoil when subgrade is frozen, excessnely wct, extremely dry or in a condition otherwise detrimental to specified grading, seeding and planting specifications. C. Finish Grading; Grade all excavated sections, filled sections, construction disturbed areas and adjacent transition areas to finish elevation. Make finished surfaces smooth, compacted and free from irregular surface changes. Remove all construction debris. 2. Unless indicated otherwise on drawings, finish grade area adjacent to sidewalks and pavements to %2 inch below finish elevation of sidewalk and pavement. 3. Grades not otherwise indicated shall be uniform levels or slopes between such points and existing finish grade. Abrupt change in slopes shall be rounded. 3.07 Tolerances A. Tolerances for areas to receive paving shall be plus or minus 0.05 foot. In the areas to receive new vegetation and the remainder of the site, tolerances shall be within plus or minus 0.10 foot. 3.08 Field Quality Control A. Section 01400 — Quality Assurance: Field inspection and testing. B. Testing: In accordance with AASHTO Tl 80. C. Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. Notify testing service not less than 8 working hours in advance. Testing shall be at the discretion of the Owner. D. If tests indicate that the Work does not meet the specified requirements, remove work, replace and retest. E. Verification of grading within allowable tolerances shall be conducted as requested by the Owner. The Contractor shall provide all necessary surveying equipment and a survey crew, if requested City of Fort Collins — Soft Gold Park Section 02200 - Earthwork and Grading Park Planning & Development Division Page 6 of 7 CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS Drawings by the Owner. I1. in the opinion of the Owncr, the grading does not conform to the required grades and tolerances, the Contractor shall regrade the area and bear all costs associated with the regrading and rcverification until the specifications are met. 3.09 Settlement A. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, the Contractor shall scarify the ground surface, re -shape, and compact to required density prior to further construction. B. Any settlement in backfill, fill. or in structures built over the backfill or till, which may occur within the guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the City. Any structure damaged by settlement shall be restored to their original condition by the Contractor at no cost to the City. 3.10 Disposal of Excess Excavation and Waste Materials A. The Contractor shall dispose of all excess excavated material not required for till on -site, as directed by the Engineer. The grading design is intended to balance on site. Utility trench excavation material was not included in the calculation of earthwork balance. B. The Contractor shall remove and be responsible for legally disposing of excess fill material not placed on -site, waste materials, trash and debris. C. The Contractor shall conduct all site grading operations and other construction activities to minimize erosion of site soil materials. The contractor shall be responsible to maintain streets/public right-of-way daily by removing any spillage of dirt, rocks or debris from equipment entering or leaving the site. 3.11 Dust Control A. Obtain Larimer County Fugitive Dust Permit. B. Control the amount of dust generated from construction to prevent hazardous conditions or public nuisance. Use of water will not be permitted when it will result in hazardous conditions such as ice, flooding, or pollution. Blowing dust will not be permitted. 3.12 Cleaning During and upon completion of earthwork operations, clean areas within contract limits and within the public rights -of -way. Remove tools and equipment. Provide site clear, clean, free of debris, and suitable for site work operations. END OF SECTION City of Fort Collins — Soft Gold Park Section 02200 — Earthwork and Grading Park Planning & Development Division Page 7 of 7 DIVISION 2 SECTION 02220 - DEMOLITION PART 1 - GENERAL 1.01 Description of Work A. Demolition or salvage and removal ol'boulders (if found) for re -use in landscape; and remove fencing, other plant material, and debris or other items on the site necessary for the construction of the project. 1.02 Quality Assurance A. Standards listed hereunder and referenced elsewhere in these specifications shall become a part of this specification and are incorporated herein by reference. The latest edition, amendment or supplements thereto in effect thirty (30) days before date of invitation shall apply. 1. City of Fort Collins, Street Cut and Excavation Repair Standards 2. City of Fort Collins, Stormwater Drainage Design and Construction Standards PART 2 - MATERIALS - Not Used PART 3 - EXECUTION 3.01 Inspection and Reviews A. Schedule site meeting with Owner's Representative to verify and mark limits of demolition. 3.02 Protection A. Refer to the General Requirements for site protection and temporary controls. B. Erect barriers and warning signs as necessary to prevent injury to the public and construction personnel. C. Protect features and areas not marked for demolition. Limit use of site to the delineated areas. D. Use of explosives is prohibited. 3.03 Demolition and Removal A. Items listed for salvage remain the property of the City. Items listed for demolition become the property of the Contractor. B. Remove from site items shown on demolition plan. C. Arrange for and pay costs associated with off -site disposal. 3.04 Hidden Conditions A. A hidden condition is any feature that could not be discovered or reasonably inferred from a careful inspection of the site prior to demolition. B. Promptly report hidden conditions to the Owner's Representative. C. Hidden conditions may cause damage to features that are to remain in a finished work if demolition operations continue. Stop demolition operations affected by hidden conditions until a determination is made by the Engineer. D. Hidden conditions may cause a change in contract time or price; refer to the General Conditions. END OF SECTION City of Fort Collins Section 02220 - Demolition Park Planning & Development Division Page 1 of t SECTION 02221 — TRENCHING, BACKFILLING, AND COMPACTION PART 1-GENERAL 1.01 Scope Furnish all labor, materials, and equipment, and perform all operations to complete trenching, including excavation, subgrade preparation, drainage, filter fabric installation, bedding, backfilling, compacting, and finish grading for underground pipelines, service lines, sleeving, and appurtenances as shown on the drawings and as specified herein. 1.02 Related Work A. Section 02200 - Earthwork and Grading. B. Section 02520 - Portland Cement Concrete Paving. C. Section 02600 - Domestic Water Supply. D. Section 02700 - Sanitary Sewerage Systems. E. Section 02810 - Irrigation. F. Section 16000 - General Electrical. 1.03 Protection A. Obtain utility locations before commencing work. Protect all existing underground utilities, above ground structures or plantings, or repair to original condition. PART 2 - MATERIALS: 2.01 Trench Backfill Material A. Trench excavation or imported material free from frozen material, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and rocks or stones greater than 2 inches in any dimension. 2.02 Other A. Bedding, piping, filter fabric, and other materials specified on the drawings and in related sections. PART 3 - EXECUTION 3.01 Preparation A. Remove and stockpile topsoil from areas to be disturbed by construction. Keep topsoil segregated from non -organic trench excavation materials and debris. 3.02 Trenching A. Excavate trenches by open cut methods. Segregate suitable backfill. Rough trench excavation will leave trench with uniform width and vertical sidewalls from an elevation one foot above the top of installed pipe to the bottom of pipe. B. Minimum trench width will provide 6 inch space between pipe wall and side of trench. Maximum trench width will be shown on the drawings or in the appropriate pipeline section. If not specified elsewhere the maximum trench width is the pipe O.D. plus 20 inches. City of Fort Collins Section 02221 - Trenching, Backfilling and Compacting Park Planning & Development Division Page 1 of 2 C. Grade trench bottom to provide uniform clearance for bedding material. De -water trench. Remove loose material and foreign objects. When required, install filter fabric per manufacturer's specifications. D. Unstable subgrade is not expected. If unstable subgrade material is encountered, report the condition to the Owner. Remedy and payment for subgrade stabilization will be based on the actual conditions encountered. 3.03 Bedding A. Pipe will be bedded in accordance with the detailed drawings or the appropriate pipeline specification. 3.04 Backfiiling and Compaction A. Backfill trench promptly after completion of pipe bedding. B. Deposit material in uniform layers with thickness commensurate with the soil encountered and the compaction equipment used. C. Compaction requirements will be made at the moisture content and will meet the densities, by zone, specified in Section 02200 — Earthwork -and Grading. D. Coordinate and schedule compaction tests with City Representative. 3.05 Surface Restoration A. Restore pavements according to City of Fort Collins Standards. B. Restore landscaped areas according to Section 02900 — Landscaping. END OF SECTION City of Fort Collins Section 02221 - Trenching, Backfilling and Compacting Park Planning & Development Division Page 2 of 2 DIVISION 2 SECTION 02240 -WATER CONTROL AND DEWATERING PART 1 GENERAL 1.01 SECTION INCLUDES A. The work of this section consists of controlling groundwater, site drainage, and storm flows during construction. The CONTRACTOR is cautioned that the work involves construction in and around drainage channels, local streams or rivers, and areas of local drainage. These areas are subject to frequent periodic inundation. 1.02 RELATED SECTIONS A. Section 02315 — Excavation and Embankments PART PRODUCTS 2.01 MATERIALS A. On -site materials maybe used within the limits of construction to construct temporary dams and berms. The materials such as plastic sheeting, sand bags, and storm sewer pipe may also be used if desired by the CONTRACTOR. PART 3 EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. General: For all excavation, the CONTRACTOR shall provide suitable equipment and labor to remove water, and he shall keep the excavation dewatered so that construction can be carried on under dewatered conditions where required by the Drawings and Specifications. Water control shall be accomplished such that no damage is done to adjacent channel banks or structures. The CONTRACTOR is responsible for investigating and familiarizing himself with all site conditions that may affect the work including surface water, level of groundwater and the time of year the work is to be done. All excavations made as part of dewatering operations shall be backfflled with the same type material as was removed and compacted to 95% of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. The CONTRACTOR shall conduct his operation in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. By submitting a bid, the CONTRACTOR acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly, and assumes all of said risk. At no time during construction shall the CONTRACTOR affect existing surface or subsurface drainage patterns of adjacent property. Any damage to adjacent property resulting from the CONTRACTOR's alteration of surface or subsurface drainage patterns shall be repaired by the CONTRACTOR at no additional cost to the OWNER.CONTRACTOR shall remove all temporary water control facilities when they are no longer needed or at the completion of the project. Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. B. Surface Water Control: Surface water control generally falls in to the following categories: Normal low flows along the channel; 2. Storm/flood flows along the channel; City of Fort Collins Section 02204 — Water Control and Dewatering Park Planning & Development Division Pagel of 2 3. Flows from existing storm drain pipelines: and. 4. Local surface inflows not conveyed by pipelines. C. The CONTRACTOR shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. These systems shall not worsen flooding, alter major flow paths, or worsen flow characteristics during construction. The CONTRACTOR is responsible to ensure that any such worsening of flooding does not occur. The CONTRACTOR is solely responsible for determining the methods and adequacy of water control measures. D. At a minimum, the CONTRACTOR will be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. The CONTRACTOR is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction -site. It shall be the CONTRACTOR's responsibility to determine the quantity of water which shall be diverted to protect his work from damage caused by storm water. E. The CONTRACTOR shall, at all times, maintain a flow path for all channels. Temporary structures such as benns, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding, or alter historic flow routes. Groundwater Control: The CONTRACTOR shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rock work. Such measures may include, but are not limited to, installation of perimeter subdrains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by CONTRACTOR operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at Contractor's expense. G. Any temporary dewatering trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by the ENGINEER. END OF SECTION City of For( Collins Section 02204 — Water Control and Dewatering Park Planning & Development Division Page 2 of 2 DIVISION 2 SECTION 02250 — TOPSOIL PART 1 — GENERAL 1.01 Scope A. This work shall consist of excavating, stockpiling, and placing topsoil on the project site ( and/or furnishing, hauling, and stockpiling) and placing topsoil from approved sources. This work shall also include preservation of vegetation and objects designated to remain from injury or defacement. PART 2 — MATERIALS 2.01 Topsoil A. Topsoil shall consist of the organic growing layer of soil which is reasonably free of admixtures of subsoil, refuse, stumps, roots, rocks, brush, weeds, heavy clay, hard clods, toxic substances or other material which would be detrimental to proper development of vegetative growth. PART 3 — EXECUTION 3.01 Protection of Existing Improvements A. Provide protection necessary to prevent damage to existing improvements indicated to remain in place. B. Protect improvements on adjoining properties and on City's property C. Restore damaged improvements to their original condition, acceptable to parities having jurisdiction. D. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting, breaking, or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated material within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. E. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during the course of construction operations. F. Provide protection for roots over]-] /2" diameter cut during construction operations. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. G. Repair or replace trees and vegetation indicated to remain which are damaged by construction operations, in a manner acceptable to parties having jurisdiction. Employ qualified tree surgeon to repair damages to trees and shrubs. Replace trees which cannot by repaired and restored to full growth status, as determined by the City. 3.02 Construction Requirements A. Materials selected for topsoil shall be excavated and stockpiled (and/or furnished, hauled, and stockpiled) and placed at the site and graded. Topsoil shall be placed directly upon constructed cut and fill slopes without the use of stockpiles whenever conditions and the progress or work will permit. B. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. City of Fort Collins Section 02250 — Topsoil Park Planning & Development Division Page 1 of 2 C. Limit snipping to limits of construction shown on the drawings; or to as small an area as practical within the right-of-way or limits of construction. D. Rcmo� e hea%y growths of grass from areas before stripping- E. Where trees or bushes are indicated to be left standing, stop topsoil stripping a sufficient distance form the trees or bushes to prevent damage to main root system. F. Stockpile topsoil in storage areas designated or agreed to prior to starting work. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent wind-blown dust. Maintain topsoil free from contamination. G. The area where topsoil shall be removed are: 1. Where final contours on the drawings indicate excavation or filling. 2. Under all asphalt pavement. 3. Under all walkways. 4. Under all graveled driveways and storage areas. 5. Under all new building sites. H. Topsoil shall be placed and graded in landscaped areas. Placement shall not impede drainage patterns. Topsoil shall not be placed until the areas to be covered have been properly prepared and grading operations in the area have been completed. END OF SECTION City of Fort Collins Section 02250 — Topsoil Park Planning & Development Division Page 2 of 2 DIVISION 2 SECTION 02304 — AGGREGATE BASE COURSE PART 1 —GENERAL 1.1 Description of work A. The current edition of the Colorado Department of Transportation Standard Specification Booklet is referenced into these specifications. PART 2— REVISIONS A. Subsection 304.01 is revised to include the following: This work shall consist of placing Aggregate Base (Class 5) over previously prepared subgrade approved by the Engineer. Aggregate Base will be used as fill tinder the curb, gutter, and sidewalks if there is not any acceptable material onsite. The proposed material shall meet the following minimum requirements: ILL Maximum: 30 Pl Maximum: 6 "R" Value Minimum: 78 The minimum strength coefficient of the Class 5 Aggregate Base shall be 0.12. B. Subsection 304.07 is revised to include the following: Aggregate Base Course will be measured by the ton at proper moisture. Quality will be adjusted accordingly if moisture is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured paid for separately, but shall be included in the price for Aggregate Base. C. Subsection 304/08 is revised to include the following: The accepted qualities of Aggregate Base Course will be paid for at the contract price per ton. D. Payment will be made under: Pay Item Pay Unit 304-01 A.B.C.(C-5) Tons The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in placing Aggregate Base Course including haul and water, complete -in -place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION City of Fort Collins Section 02304 - Aggregate Base Course Park Planning & Development Division Page 1 of 1 DIVISION 2 SECTION 02306 — RECONDITION SUBGRADE PART 1 — GENERAL 1.01 Scope A. This work shall consist of blading, shaping, wetting, and compacting the subgrade with moisture density control, in accordance with these specifications, at locations and in reasonably close conformity with the details shown on the plans or as staked. PART 2 — MATERIALS — Not used PART 3 — EXECUTION 3.01 Construction Requirements A. The top 6 inches of the entire subgrade, UNLESS OTHERWISE SHOWN ON THE DRAWINGS shall be reconditioned by scarifying, blading, and rolling. Sufficienfwater shall be added to meet the density requirements as specified on the plans. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested prior to the application of any base course material. Where bituminous surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than .04 foot. All defective work shall be corrected as directed. The surface shall be satisfactorily maintained until base course has been placed. B. Compaction shall be 95% of ASTM D698 UNLESS OTHERWISE SHOWN ON DRAWINGS. END OF SECTION City of Fort Collins Section 02306 — Recondition Subgrade Park Planning & Development Division Page 1 of 1 Administrative Service's asirtg; Im �soll ADDENDUM No. 2 City of Fart Collins SPECIFICATIONS AND CONTRACT DOCUMENTS Bid No. 6006 Stewart Case Park —.Site Improvements OPENING DATE: November 22, 2006 — 3:00pm. (Our Clock) To all prospective. bidders under the specification and contract documents described above, the following changes are hereby made and will become a part of the Contract Documents. GENERAL CLARIFICATION 1. The Ornamental grasses locations are not shown on the drawings because the Owners Representative will field locate those at the time of the planting. They will be located in the areas were the landscape boulders are to be located along the new 6' sidewalk; which connects the Core Area of the park to the existing pond. 2. The Panicum virgatum 'Shenandoah' or Purple Foliage Switchgrass on the planting schedule should be the code (Ps) not (Pv). (Pv) is the code for the Prunus virginiana melanocarpa or Black Common Chokecherry. 3. The sod/seed areas are not shown on the Landscape Drawing LA-1, but were calculated for a 2' offset adjacent to all new sidewalks and a T offset adjacent to the new basketball court. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BIDIQUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street " 2" Floor " P.O. Box 580 " Fort Collins, CO 90522-0580 " (970) 221-6775 " Fax (970) 221-6707 www.fc¢ov.com SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 2 DIVISION 3 SECTION 02315 - EXCAVATION AND EMBANKMENT PART1 GENERAL 1.01 SECTION INCLUDES A. This work shall consist of excavation, embankment fill, disposal of excess material, shaping, and compaction of all material encountered within the limits of work, including excavation and backfill for structures. The excavation shall include, but is not limited to, the native soils which must be excavated for the project work. All work shall be completed in accordance with these Specifications and the lines and grades on the Drawings. 1.02 DEFINITIONS A. Unclassified Excavation shall consist of the excavation of all materials on site to final grades, excluding the bid items included in section 02220. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its original state. B. Muck Excax ation shall consist of the removal and disposal of mixtures of soils and organic matter not suitable for foundation material and replacement with approved material. Material damaged due to rain or weather will not be paid for as Muck excavation and is entirely the responsibility of the CONTRACTOR. C. Rock Excavation shall consist of igneous, metamorphic and sedimentary rock which cannot be excavated without the use of rippers, and all boulders or other detached stones each having a volume of 1/2 cubic yard or more, as determined by physical or visual measurement. It shall also include replacement with approved material as required. D. Embankment (Complete in Place): shall consist of placing all excavated material, except material being hauled and disposed, as embankment and compacted to final grades as specified in the Contract Documents and on the Drawings. 1.03 DESCRIPTION A. This work shall consist of excavation, disposal, placement, and compaction of all material encountered within the limits of the work, and not being completed under some other item, necessary for the construction of the project in accordance with the Specifications and the lines, grades, and typical cross -sections shown on the Drawings. All excavation will be classified, "unclassified excavation", or "muck excavation" or "rock excavation", as hereafter described. All embankment will be classified "embankment material' as hereafter described. 1.04 RELATED SECTIONS A. Section 02240 — Water Control and Dewatering 1.05 QUALITY ASSURANCE A. Final topography and/or cross -sections will be surveyed of areas that are to finished grade and compared to the design section for accuracy. Final grade shall match design grades within the tolerances discussed in PART 3 EXECUTION. City of Fort Collins Section 02315 — Excavation and Embankment Park Planning & Development Division Page 1 of 4 PART 2 PRODUCTS 2.01 MATERIALS A. Embankment material may consist of approved material acquired from excavations or material hauled from outside the project limits. Suitable material identified on -site shall be used first for embankments and backftll. Excess excavated native soils which are not used as embankment or backftll shall become the property of the CONTRACTOR and shall be disposed of off -site by the CONTRACTOR, in a location acceptable to the ENGINEER. B. Muck excavation encountered in all areas other then within the lakes shall also include the replacement of excavated muck with uniformly graded rock, riprap, on -site or imported soils, or other material whichever is most suitable for the specific situation encountered. The ENGINEER will determine which type of aggregate or other material which shall be used after observing the specific site conditions. PART 3 EXECUTION 3.01 GENERAL EXCAVATION/EMBANKMENT A. General: The excavation and embankment for the project work shall be finished to reasonably smooth and uniform surfaces. Variation from the subgrade plane shall not be more than .08 feet in soil or more than .08 feet above or .50 below in rock. Materials shall not be wasted without permission of the ENGINEER. Excavation operations shall be conducted so that material outside of the limits of slopes will not be disturbed. B. When the CONTRACTOR's excavating operations encounter remains of pre -historic people's dwelling sites or artifacts of historical or archaeological significance, the operations, shall be temporarily discontinued. The ENGINEER will contact archaeological authorities to determine the disposition thereof. When directed, the CONTRACTOR shall excavate the site in such a manner as to preserve the artifacts encountered and shall remove them for delivery to the custody of the proper state authorities. Such excavation will be considered and paid for as extra work. C. Excavation: Unclassified: All excess suitable material excavated from the project site and not used for embankment shall be removed from the project site and become the property of the CONTRACTOR. Where material encountered within the limit of the work is considered unsuitable for embankment (fills) on any portion of this project work, such material shall be excavated as directed by the ENGINEER and replaced with suitable fill material. All unsuitable excavated material from excavation consisting of any type of debris (surface or buried), excavated rock, bedrock or rocks larger than 6 inches in diameter and boulders shall be hauled from the project site and disposed of. Debris is defined as "anything that is not earth which exists at the job site". 2. Muck: Where excavation to the finished grade section results in a subgrade or slopes of unsuitable soil, the ENGINEER may require the CONTRACTOR to remove the unsuitable materials and backftll to the finished graded section with approved material. Disposal of the material shall be at the CONTRACTOR's expense. Good surface drainage shall be provided around all permanent cuts to direct surface runoff away from the cut face. Rock: Unless otherwise specified, rock shall be excavated to a minimum depth of 0.5 feet below subgrade within the limits of the channel area, and the excavation shall be backfilled with material shown on the Drawings or as designated by the ENGINEER. Disposal of material and replacement with suitable approved material shall be at the CONTRACTOR's expense. City of Fort Collins Section 02315 — Excavation and Embankment Park Planning & Development Division Page 2 of 4 D. Embankment Construction: Embankment construction shall consist of constructing all till areas, including preparation of the areas upon which they are to be placed, and the placing and compacting of embankment material in holes, pits and other depressions within the project area. Only approved materials shall be used in the construction of embankments and backfills. Approved materials shall consist of clean on -site cohesive soils or approved imported soils. On -site cohesive soils are suitable for use as compacted fill provided the following recommendations are met Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the ENGINEER. Minor cuts and fills will be considered incidental to the work, and will not be paid for separately under this section. Percent Finer by Weight Gradation (ASTM C136) /2-Inch 100 3/8-Inch 70 — 100 No. 4 Sieve 50 100 No. 200 Sieve 60 (min) Percent Finer by Weight Gradation (ASTM C136) • Liquid Limit 35 (max) • Plasticity Index 20 (max) • In -Situ Coefficient of Permeability 1x10_6 cm/sec On -site cohesive soils or imported soils should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift and embankment height. On -site or imported cohesive soils should be compacted within a moisture content range of 2% below, to 2% above optimum moisture content and compacted to 95% of the Maximum Standard Proctor Density (ASTM D698). When embankment is to be placed and compacted on hillsides, or when new embankment is to be compacted against existing embankments, or when embankment is built 1/2 width at a time, the slopes that are steeper than 4:1 when measured longitudinally or at right angles to the adjacent ground shall be continuously benched over those areas where it is required as the work is brought up in layers. Benching shall be well keyed and where practical a minimum of 8 feet. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous cuts. Material thus cut out shall be recompacted along with the new embankment material at the CONTRACTOR'S expense. The ground surface underlying all fills shall be carefully prepared by removing all organic matter, scarification to a depth of 8 inches and recompacting to 95% of the Maximum Standard Proctor Density (ASTM D698) at optimum moisture content + or - 2% prior to fill placement. Embankment material shall be placed in horizontal layers not exceeding 8 inches (loose measurement) and shall be compacted to 95% of the Maximum Standard Proctor Density (ASTM D698) at optimum moisture content + or - 2%. Effective spreading equipment shall be used on each lift to obtain uniform thickness prior to compacting. As the compaction of each layer progresses, continuous leveling and manipulating will be required to assure uniform density. For embankments which serve as berms, the downstream portion shall be "keyed" into the subsurface soils a minimum of 3 feet to enhance the stability of the slope. Materials which are removed from excavations beneath the water table may be over the optimum moisture content and will require that they be dried out prior to reusing them. City of Fort Collins Section 02315 — Excavation and Embankment Park Planning & Development Division Page 3 of 4 Cross hauling or other action as appropriate will be ordered when necessary to insure that the best available material is placed in critical areas of embankments, including the top 2 feet of all embankments. No additional payment will be made for cross hauling ordered by the ENGINEER. Frozen materials shall not be used in construction of embankments. During the construction of the channels, the channel bottom shall be maintained in such condition that it will be well drained at all times. Excavation or Embankment (Fill), and Structural Backfill work either completed or in a stage of completion that is either eroded or washed away or becomes unstable due to either rains, snow, snow melt, channel flows or lack of proper water control shall be either removed and replaced, recompacted or reshaped as directed by the ENGINEER and in accordance with the Drawings and Specifications at the CONTRACTOR's sole expense. Removed unsuitable materials shall be hauled away and disposed of at the CONTRACTOR's expense. Placing of replacement materials for removed unsuitable materials shall be purchased, placed and compacted at the CONTRACTOR' expense. E. Proof rolling N+ith a heavy rubber tired roller will be required, if designated on the Drawings or when ordered by the ENGINEER. Proof rolling shall be done after specified compaction has been obtained. Areas found to be weak and those areas which failed shall be ripped, scarified, wetted if necessary, and recompacted to the requirements for density and moisture at the CONTRACTOR's expense. Proof rolling shall be done with equipment and in a manner acceptable to the ENGINEER. Proof rolling as shown on the Drawings or as ordered by the ENGINEER shall not be measured and paid for separately, but shall be included in the unit prices bid for the work. END OF SECTION City of Fort Collins Section 02315 — Excavation and Embankment Park Planning & Development Division Page 4 of 4 DIVISION 3 SECTION 02375 — RIPRAP AND BEDDING, SITTING ROCK AND STEPPING STONES PART1 GENERAL 1.01 Section Includes A. The work of this section shall include excavation, grading and installation of all riprap, bedding, and sitting rocks placed at the locations shown on the Drawings. The materials to be used for the construction of such structures shall be as specified herein. 1.02 Related Sections A. Section 02240 - Water Control and Dewatering B. Section 02315 -- Excavation and Embankment 1.03 Submittals A. The CONTRACTOR shall submit certified laboratory test certificates for bedding material. No submittals or testing is required for riprap. sitting tacks and stepping stones. PART2 PRODUCTS 2.01 Materials A. Riprap: Type 2 Gray Riprap. The source of the riprap to be used shall be Granite Canyon Quarry in Wyoming, on Interstate Highway 80 between Cheyenne and Laramie, (888) 638-3582, contact Pete Bovis, B. Bedding: 1. Gradation for Granular Bedding U.S. Standard Percent by Weight Passing Square Mesh Sieves Sieve Size Type I Type II '/a Inch 20 - 90 Granular bedding designation and total thickness of bedding shall be as shown on the Drawings. C. Sitting Rock and Stepping Stones: The source of rock for sitting rock and stepping stones shall be City of Fort Collins, Gateway Mountain Park. The park is located on Highway 14, 5 miles west of the intersection of Highway 287 and Highway 14. Rock shall be selected on site by the Owner's Representative. The rock shall be the following approximate sizes: Quantity Approx. Size 7 4'x3'x2' 5 5'x4'x3' 4 6'x4'x3' PART 3 EXECUTION 3.01 Construction Requirements A. Channel slopes, bottoms, or other areas that are to be protected with riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface. The City of Fort Collins Section 02375 — Riprap. Bedding and Feature Rock Park Planning & Development Division Page] of 3 CONTRACTOR shall excavate areas to receive riprap in the subgrade for granular bedding. The subgrade for bedding materials shall be stable. If unsuitable materials are encountered, they shall be removed and replaced as Muck Excavation in accordance with Section 02315 of the Specifications. Unsuitable materials shall be disposed of from the site by the CONTRACTOR at his expense. After an acceptable subgrade for granular bedding material is established, the bedding shall be immediately placed and leveled to the subgrade elevation. Immediately following this, the riprap shall be placed. If bedding material is disturbed for any reason, it shall be replaced and graded at the CONTRACTOR's expense. In -place bedding materials shall not be contaminated with soils, debris or vegetation before the riprap is placed. If contaminated, the bedding material shall be removed and replaced at the CONTRACTOR's expense. 3.02 Placement A. Following acceptable placement of granular bedding, riprap placement shall commence as follows: 1. Machine Placed Riprap: Riprap shall be placed on the prepared slope or channel bottom areas in a manner which will produce a reasonably well -graded mass of stone with the minimum practicable percentage of voids. Riprap shall be machine placed, unless otherwise stipulated in the Drawings or Specifications. When riprap is placed on slopes, placement shall commence at the bottom of the slopes working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. The entire mass of riprap shall be placed on either channel slopes or bottoms so as to be in conformance with the required gradation mixtures and to lines, grades, and thickness shown on the Drawings. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. Placing of riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted. All material going into riprap protection for channel slopes or bottoms shall be so placed and distributed that there will be no large accumulations of either the larger or smaller sizes of stone. Some hand placement may be required to achieve this distribution. It is the intent of these Specifications to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. Unless otherwise authorized by the ENGINEER, the riprap protection shall be placed in conjunction with the construction of embankments or channel bottoms with only sufficient delay in construction of the riprap protection, as may be necessary, to allow for proper construction of the portion of the embankment and channel bottom which is to be protected. The CONTRACTOR shall maintain the riprap protection until accepted. Any material displaced for any reason shall be replaced to the lines and grades shown on the Drawings at no additional cost to the OWNER. If the bedding materials are removed or disturbed, such material shall be replaced prior to replacing the displaced riprap. 2. Hand Placed Riprap: Hand placed riprap shall be performed during machine placement of riprap and shall conform to all the requirements of Section 02375 PART 2 above. Hand placed riprap shall also be required when the depth of riprap is less than 2 times the nominal stone size, or when required by the Drawings or Specifications. After the riprap has been placed, hand placing or rearranging of individual stones by mechanical equipment shall be required to the extent necessary to secure a flat uniform surface and the specified depth of riprap, to the lines and grades as shown on the Drawings. 3. Soil Replacement In and Over Riprap: Where riprap is designated to be buried, place onsite excavated material that is free from trash and organic matter in riprap voids by washing and rodding. Prevent excessive washing of material into stream. When voids are filled and the surface accepted by the ENGINEER, place a nominal 6 inches of soil over the area, or as designated on the Drawings. Fine grade, seed, and mulch per the Specifications. City of Fort Collins Section 02375 — Riprap. Bedding and Feature Rock Park Planning & Development Division Page 2 of 3 4. Rejection of Work and Materials: The ENGINEER shall reject placed riprap which does not conform to this Section and the CONTRACTOR shall immediately remove and relay the riprap to conform with said sections. Riprap shall be rejected, which is either delivered to the job site or placed, that does not conform to this Section. Rejected riprap shall be removed from the project site by the CONTRACTOR and at his expense. B. Sitting rock and Stepping Stone placement: Place sitting rocks with flat side up. Bury rock approximately 1/3 the height of the rock. Location to be determined on site by the Owner's Representative. 2. Place stepping stones on bedding material with flat side up. Set stepping stones so that top of stone is a minimum 4" above high water level. END OF SECTION City of Fort Collins Section 02375 — Riprap, Bedding and Feature Rock Park Planning & Development Division Page 3 of 3 DIVISION 2 SECTION 02750 — PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL 1.01 Scope A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in connection with and reasonably incidental to complete installation of concrete paving as shown on the drawings and as specified herein. Items of work specifically included are: B. Subgrade preparation for plazas, walks, ramps, playground curbs and headers. C. Form work. D. Reinforcement. E. Surface finish. F. Construction, expansion and control joints. G. Curing. H. Concrete plazas, sidewalks, ramps, playground curbs and headers. 1. Interior slabs -on -grade in restroom, etc. 1.02 Work Not Included A. Items of work specifically excluded or covered under other sections: B. Excavation and backfill. C. Earthwork and grading. D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances, and pad and building. E. Joint sealers. 1.03 Related Work A. Division 2 — Site Work: 1. Section 02050 — Demolition. 2. Section 02200 — Earthwork/Grading. 3. Section 02220 — Trenching, Backfilling, and Compaction. B. Division 3 — Concrete 1. Section 03100 — Concrete Formwork 2. Section 03200 — Concrete Reinforcing 3. Section 03300 — Cast -in -Place Concrete C. Division 7 — Thermal and Moisture Protection: 1. Section 07900—Joint Sealers. 1.04 References A. ACT 301 — Specifications for Structural Concrete for Buildings. City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 1 of 11 B. ASTM C33 Concrete Aggregate. C. ASTM C750-Portland Cement. D. ASTM C260 - Air Entraining Admixtures for Concrete. E. ASTM C309 - Liquid Membrane- Forming Compounds for Curing Concrete. F. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. G. ACI 305R- Hot Weather Concreting. H. ACI 306R - Cold Weather Concreting. 1. ACI 308 - Standard Practice for Curing Concrete. J. ACI 309 - Recommended Practice for Consolidation of Concrete. K. ACI 318-89 -Building Code Requirements for Reinforced Concrete. 1.05 Regulatory Requirements A. Conform to applicable code of governing authority for paving work within public right-of-way. 1.06 Tests A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For standard premix concrete mixes, the supplier's quality control records may be substituted for job mix testing. B. Refer to Division 1, Section 01450 Quality Control and Testing. C. Coordinate and schedule sampling testing during concrete placement with City Representative. 1.07 Submittals A. Submit product data under provisions of Section 01600 - Materials and Equipment. B. Submit data on admixtures and curing compounds. C. Submit a ten pound sample of aggregate for exposed aggregate finish. D. Submit manufacturer's data on leave -in -place construction joint form. E. Submit sample chips of specified colors indicating pigment number and required dosage rate. Submittals are for general verification of color and may vary somewhat from concrete finished in field according to Specifications. F. Submit samples of colored sealers. 1.08 Test Panels A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel for each pavement type specified. In casting the panels, use personnel and methods to be employed on the work. B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on site until finished work is accepted. Test panel will represent minimum workmanship standard. C. Work completed prior to test panel approval shall be subject to removal and replacement at Owner's request. City of Fort Collins Section 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 2 of 11 PART 2 MATERIALS 2.01 Concrete Materials A. General: Provide materials of same brand and source throughout the project unless otherwise noted. B. Portland Cement: ASTM C150, Type I or Type 1/11, gray color. C. Aggregates: ASTM C33, nonnal weight. In addition, the combined aggregate shall comply with the following gradation, shown in percent passing. Sieve Size '/,-Inch Nominal Maximum Size % Inch 90 — 100 3/8 Inch 60 — 80 No. 4 40 — 60 No.8 30 45 No.16 20 35 No. 30 13 — 23 No. 50 5 15 No. 100 0-5 D. Fly Ash and Water: Upon approval based on a satisfactory trial mix, the CONTRACTOR shall have the option of substituting approved fly ash for Portland cement, up to a maximum of 20 percent by weight. The total weight of cement and fly ash shall not be less than the specified mix design. 1. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F. All chemical requirements of ASTM C 618 Table I -A shall apply with the exception of footnote A. Class C fly ash will not be permitted where sulfate resistant cement is required. The CONTRACTOR shall submit certified laboratory test results for the fly ash. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of fly ash until the corrections necessary have been taken to insure that the material meets the specifications. 2. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substance injurious to the finished product. Water will be tested in accordance with, and shall meet the suggested requirements of AASHTO T 26. Water known to be of potable quality may be used without test. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. E. Coarse Aggregate for Exposed Aggregate Finish: 5/8-inch maximum size; rounded shape, ratio of maximum to minimum dimensions not to exceed 2.5:1; color to be tan to brown, no more than 2% white or black combined, no pink, no red, no green. F. Water: Clean and not detrimental to concrete. 2.02 Pigments for Integrally Colored Concrete A. Manufacturer: 1. Davis Colors manufactured by Davis Colors: phone (213) 269-7311. 2. Substitutions: Comply with Section 01600 for substitution request procedures. B. Materials: Pigments shall contain pure, concentrated mineral pigments especially processed for mixing into concrete and complying with ASTM C979. City of Fort Collins Section 02750 - Portland Cement Concrete Paving Park Planning & Deveiopment Division Page 3 of 11 SECTION 00020 INVITATION TO BID Date: October 31. 2006 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on November 22, 2006, for the Stewart Case Park - Site Improvements; BID NO. 6006. If delivered, they are to be delivered to 215 North Mason Street, 2 Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of the City of Fort Collins Stewart Case Park - Site Improvements project is located on 2351 Pinecone Cr., northeast from Fort Collins High School in Fort Collins, Colorado. The work for the project includes demolition; earthwork grading; picnic shelter; boulder setting; soil preparation and fine grading; irrigation; landscaping; installation of site furnishings and miscellaneous items of work. The park site is approximately 15 acres in size of which 5-6 acres will be disturbed and constructed upon. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available November 1, 2006. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on November 7, at 215 N. Mason Conference Room 2A, Fort Collins, followed by a site visit to Stewart Case Park, 2351 Pinecone Cr., Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 07/2001 Section 00020 Page 1 C. Packaging: if pigments are to be added to mix at Site, furnish pigments in pre -measured Mix - Ready disintegrating bags to minimize job site waste. D. Colors: Concrete mix shall contain the dosage rate of pigments indicated in this specification. Dosage rate shall be based on weight of Portland cement, lly ash, silica fume, lime and other cementitious materials but not aggregate or sand. Refer to the site plans for locations of the various colors of concrete. 2.03 Form Materials A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use concrete -form grade hardboard, "plyform" grade plywood, or metal for fomring surfaces exposed to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances specified in Part 3. B. Keyed Joint Fonn: Wooden key or leave -in -place metal construction joint form. C. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. 2.04 Reinforcement A. Reinforcing Steel: ASTM A615; 60 ksi yield grade; deformed billet -steel bars. uncoated finish. B. Fibermesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix concrete and having the following characteristics: 1. Special Gravity: 0.91. 2. Tensile Strength: 70 to 100 ksi. 3. Fiber Lengths: %2 inch,'/4 inch. 4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forta CR" by Forta Corporation of Groove City, PA. C. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and cap one end. Provide dowel basket to hold dowels in parallel alignment. 2.05 Admixtures A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without approval of the Owner's Representative. Do not use admixtures that would result in mixing water with a concentration of more than 150 ppm of chloride ion. B. Air Entraining: ASTM C260. C. Water Reducing: ASTM C494, Type A. D. Accelerator: Nonchloride, ASTM C494, Type C or E. E. Retarder: ASTM C494, Type B or D. F. Color Agent: Davis Colors of Los Angeles, California. 2.06 Related Materials A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene, %2 inch thickness. B. Joint Sealant: See Section 07900. C. Surface Retardant: Surface retarding agent intended for exposed aggregate. Retardx-SRO" by Prokrete of Denver, Colorado, or approved equal. City of Fort Collins Section 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 4 of 11 D. Curing Compound for Standard Non -Colored Walks, Curbs, Gutters, Etc: White pigmented, wax - resin based compound, ASTM C309, Type 1, Class A. Recommended by manufacturer for use on exterior sidewalks and driveways. E. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored concrete. F. Curing Compound and Sealer for Exposed Aggregate Concrete: Acryseal by Prokete Industries of Denver, Colorado. G. Curing Compound for Interior Slabs: Protex Promulsion 100 or equal. H. Interior Floor Sealer: Protex Triple Seal or equal. 2.07 Concrete Mix A. Mix concrete in accordance with ASTM C94. I . Provide non -colored concrete for exterior slabs on grade, sidewalks, curb and gutter, walls, aprons and ramps (except panel inserts) with the following characteristics: Unit a. 28-Day Field Compressive Sircneth b. Cement/Fly Ash c. Max. Water/Cement Ratio d. Air Content % Range e. Maximum Slump f. Fine Aggregate (max. % of total Aggregate) Measurement 4,000 psi 615 lbs./cu. yd. Min. 0.44 5-8 4" 50% 2. Provide colored concrete for plazas, ramps and other flatwork with the following characteristics: Unit a. 28-Day Field Compressive Strength b. Cement/Fly Ash c. Max. Water/Cement Ratio d. Air Content % Range e. Maximum Slump f. Fine Aggregate (max. % of total Aggregate) g. Coloring Agent Measurement 4,000 psi 615 lbs./cu. yd. Min. 0.44 5-8 4" 50% Per manufacturer's recommendations (refer to Definition of Bid Items and/or Drawings for designated colors) B. Use accelerating admixtures in cold weather as directed in Part 3. C. Use set -retarding admixture during hot weather as directed in Part 3. D. Water reducing agent is permitted. 2.08 Selection of Proportions A. Mix Design: Cost of concrete mix design is responsibility of Contractor. B. Selection of Proportions: Use method of ACI 3013.9. Proportioning base on method of ACI 301 3.10 not allowed. City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 5 of 11 I . Field test records used for documentation of the average strength produced by a propos mix in accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the following: a. The test record shall represent production concrete from a single design mix produced during the past year. b. The test record shall represent concrete proportioned to produce the maximum slur allowed by these specifications, and for air -entrained concrete, within a +0.5% of t maximum air content allowed. 2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3. PART 3 EXECUTION 3.01 Subgrade Preparation A. Shape and compact subgrade to match appropriate detail. Compact to 95% density as measured by ASTM D698. Coordinate with Section 02200 Earthwork, Article 3.05, Compaction. B. Where subgrade cannot be compacted, remo\c subgrade. Replace with bed course. Compact to 95% density as measured by ASTM D698. C. Moisten subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be muddy, soft, frozen, or covered with standing water when concrete is placed. 3.02 Form Work A. General: Design, construct, and brace fors in accordance with ACI 301 and ACI 347. In addition to those requirements, forms shall be placed and braced so the finished edges and joints meet the tolerances listed later in this section. B. Preparation of Form Surfaces: 1. Clean reused fors of concrete matrix residue; repair and patch as required to return forms to acceptable surface condition. 2. Coat contact surfaces of forms with specified for -coating compound before reinforcement is placed. Apply form -coating compound according to manufacturer's instructions. Do not allow excess for -coating material to accumulate in fors or to come in contact with concrete surfaces against which fresh concrete will be placed. C. Slipforing: Slipforing of vertical curb and gutter sidewalks is permitted. D. For Surfaces Exposed To View: Form faces shall be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly manner. 3.03 Reinforcement and Embedments A. General: 1. Fabricate, position, and secure reinforcement and embedded items according to ACI 301 and ACI 315. Coordinate with other sections for locations, instructions, or equipment for embedded items. 2. Shop drawings are not required. 3. Welding reinforcement is not permitted. 4. In the event of discrepancy, immediately notify the Owner's Representative. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. City of Fort Collins Section 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 6 of 11 B. Field -Bending of Reinforcement: Reinforcement partiall}embedded in concrete shall not be field -bent, except as noted on the drawings or specifically permitted by the Owner's Representative. C. Inspection of Reinforcement: Completed installation of concrete reinforcement must be reviewed by the Owner's Representative before depositing concrete. D. Unless otherwise indicated, place reinforcement where required at top of slabs on grade. Provide /2-inch minimum cover over reinforcement. E. Dowels: Grease sleeves, insert dowels and through form, secure dowel basket against movement. F. Notches for Sleeving: Notch both vertical sides of walk or slab where sleeving occurs. G. Welded wire fabric shall be overlapped one fill mesh and tied. H. Fibrous Reinforcement: I . Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for each type of concrete required. 2. Mix batched concrete in accordance with manufacturers recommendations for uniform and complete dispersion. 3.04 Joints A. General: Place joints in accordance with ACI 30) . Conform to the tolerances listed later in Part 3. B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete paving. 1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown on the drawings. 2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings. 3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for sealant. Attach joint filler to first placement. 4. Sea] all expansion joints and joints between concrete and asphalt per Section 07900. C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete paving. 1. Reinforcement, if required, shall continue through the joint. 2. Install where indicated on drawings, or where required by concrete delivery or finishing rate. 3. Key first placement. Key shall be 1 %: inches wide and '/< inches deep. 4. After first placement has hardened, clean and roughen face. Install control joint form at top of slab. 5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may be used. D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving. 1. Control joints shall penetrate 1/3 of slab thickness. 2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide. Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete cutting before shrinkage cracks occur. Joints perpendicular to walls may be less than required depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from concrete to avoid staining of slab. City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 7 of 11 3. Tooled Joints: Control joints may be cut into the plastic concrete during finishing operations. Tooled joints shall have '/, radius, and shall not incorporate a troweled edge unless specifically noted on the drawings. 4. Formed control joints are permitted only in conjunction with keyed joints. 5. Unless otherwise indicated, provide control joints at the following intervals: Use Type Maximum Spacing Uncolored Exterior & Tooled broom Symmetrically placed: Interior Slabs, Sidewalks over joint 10' maximum or I Y2 times width of walk, whichever is smaller Curb and Gutter Tooled joints 10' maximum Pans Tooledjoints 15' maximum Play Area Curb & Header Tooled joints 10' maximum Concrete Tooled joints 10' maximum 3.05 Concrete A. Preplacement Inspection: Form work installation, reinforcing steel placement, and installation of all items to be embedded or cast in, to be verified by the Owner's Representative prior to placement. B. General: Comply with ACI 301, ACI 304, and as herein specified. C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to enhance durability of the final product. Do not add water at the job site or concrete will not be accepted. D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than 72 hours after depositing. Do not place concrete without approval of the Owner's Representative on days when temperature at 9:00 a.m. is below 30 degrees. Job -cured cylinders for verification of strength and/or the adequacy of the Contractor's protective methods will be required. E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the procedures to be used in protecting, depositing, finishing, and curing the concrete. The temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding admixture may be used. The use of continuous wetting or fog sprays may be required by the Owner's Representative for 24 hours after depositing. F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly as practicable in its final location to avoid segregation. G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000 rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI 309. Do not transport concrete with vibrators. Work concrete into comers and around embedments and reinforcement. H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab. On slabs greater than 15 feet wide, use intermediate screed strips. City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 8 of 11 1. Integral colored concrete: Add color by weight directly into the mixer along with the aggregate, cement and water while the mixer is operating at mixing speed. Continue mixing for 5-10 minutes or from 50 - 100 revolutions. 3.06 Finishes A. Float Finish: After surface stiffens enough to support the operation, float with hand floats or powered disc floater. Use magnesium float; do not use wood float on air entrained concrete. Check surface planeness with a 10-foot straight edge, applied at not less than two different angles. Cut down high spots and fill low spots to produce a surface with Class B tolerance. Refloat the slab to a uniform sandy texture. B. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of travel. The plaza area shall have smooth troweled joints, I'i inches from the centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have broom finish overjoints. C. Exposed Aggregate Finish: Immediately after floating, apply surface retardant. Apply retardant uniformly. Cover with polyethylene sheet to retain moisture. When mortar is hard enough to retain aggregate but soft enough to be removed by brushing, wash the surface with water and remove mortar from surface aggregate by brushing. Do not dislodge aggregate. D. Coordinate rate of concrete placement with pace of washing crew. E. Formed Finishes: 1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than '/< inch in height. 2. Surfaces Exposed to View: Patch tie holes and defects. Completely remove fins. F. Schedule of Finishes: I. Curbs, gutters, ramps within ROW - per City Specifications. 2. Sidewalk - heavy broom finish. 3. Plaza paving - as shown on plans. 4. Playground curbs and header - exposed aggregate finish. 5. Interior slabs at restroom - medium broom finish. G. Notch both vertical sides of concrete flatwork to indicate location of irrigation sleeves. 3.07 Curing/Sealing A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of initial application. Maintain continuity of coating and repair damage during 7-day curing period. Follow manufacturer's instructions for sealing interior slabs. B. Integral colored concrete is to be cured with the matching Davis Color Seal. Follow manufacturer's recommendations for application. 3.08 Tolerances A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance. 1. Finishes with Class B tolerances shall be true planes within''/< inch in 10 feet, as determined by a 10-foot straight edge placed anywhere on the slab in any direction. 2. Slope interior slabs to drains as indicated. City of Fort Collins Section 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 9 of 11 B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall meet the following tolerances: I . Variations of formed. or cut or tooled linear element: a. In 20 feet: %z inch. b. For entire length: 1 inch. 3.09 Field Quality Control A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as specified below. B. Concrete Tests: l . Shall be provided by the Contractor and shall be accordance with requirements of ACl 301, Chapter 16 — Testing, except as noted or modified in this section. a. Strength test. i. Mold and cure four cylinders from each sample. ii. Test one at 7 days and one at 14 days for information and one at 28 days for acceptance. Keep the remaining one as a spare to be tested as directed by the Owner. b. Minimum samples. i. Collect the following minimum samples for each 28-day strength concrete used in the work for each day's placing: Quantity 50 cubic yards or less 50 to 100 cubic yards 100 cubic yards or more Number of Samples one two two plus one sample for each additional 100 cubic yards c. Sample marking. ii. Mark or tag each sample of compression test cylinders with date and time of day cylinders were made. iii. Identify location in work where concrete represented by cylinders was placed. iv. Identify delivery truck or batch number, air content, and slump. d. Slump test. Conduct test for each strength test sample and whenever consistency of concrete appears to vary. e. Air content. Conduct test from one of first three batches mixed each day and for each strength test sample. C. Acceptance of Concrete: 1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C-42. 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. D. Failure of Test Cylinder Results: 1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense, to obtain and test at least three cored samples from area in question. City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning 8 Development Division Page 10 of 11 2. Concrete will be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results. Owner may require Contractor, at his expense.. to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The costs of the core tests, the load test and the structural evaluation shall be home by the Contractor. 5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved equal. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. END OF SECTION City of Fort Collins Section 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 11 of 11 SECTION 02810 — IRRIGATION PART 1 — GENERAL 1.01 Work Included Furnish labor, materials, supplies, equipment, tools, transportation, and perform operations in connection with and reasonably incidental to complete installation of the irrigation system, and guarantee/warranty as shown on the drawings and as specified herein. 1.02 Related Work Refer to System Plans and Installation Detail drawings. 1.03 Submittals A. Materials List: Submit materials list for all components to be used'in the irrigation system. B. Weekly redline drawings of changes made in irrigation system installation from those on construction plans and drawings. 1.04 Handling and Storage A. Protect materials used for construction from damage, deterioration, sun exposure, or loss while in storage and during construction. 1.05 Reviews A. Reviews of the irrigation installation will be ongoing during the contract. Reviews shall be made of irrigation mainline, lateral, head, valve and other equipment locations prior to installation. B. Review of head coverage as zones are completed will be ongoing. Any changes of head locations or nozzles shall be completed immediately. C. Other reviews shall take place as outlined under Execution. D. Submit redline installation drawings with changes made in installation from those on plans every week to City representative and/or General Contractor. 1.06 Environmental Conditions A. Irrigation installation shall be only when weather and soil conditions permit and in accordance with locally accepted practices, and as reviewed by the owner's representative. 1.07 Guarantee/Warranty and Replacement The purpose of this guarantee/warranty is to insure that the Owner receives materials of prime quality, installed and maintained in a thorough and careful manner. A. Guarantee/warranty materials and workmanship against defects due to any cause for a period of two years from the date of substantial completion of all work. B. This guarantee/warranty will not be enforced should defects be due to improper maintenance procedures carried out by Owner involving watering, mower damage, improper operation of system, fire, flood or damage, or other similar circumstances beyond the control of the Contractor. City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page t of 7 C. Replace components when they are no longer in satisfactory condition as determined by the Owner's representative for the duration of the guarantee/warranty period. Make replacements within seven days of notification from the Owner's representative. D. Replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents. Repairs and replacements shall be made at no expense to the Owner. E. Guarantee/warranty shall apply to originally specified and installed materials, and any replacements made during the guarantee/warranty period. PART 2 — MATERIALS 2.01 Quality A. All materials used for construction shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 Mainline A. Mainline shall be PVC Class 200, NSF approved pipe. 3" and larger pipe shall be ringtite pipe. 2 Yi' and smaller pipe shall be clued joint. 2.03 Laterals A. 2" or larger: Class 200 PVC, NSF approved. B. 1 'h" or I ": Class 200 PVC, NSF approved. C. No laterals smaller than I " are permitted. Trickle tubing shall be weather and UV resistant material. D. 3/4" & '/z"Polyethylene Drip Pipe: NSF approved, SDR pressure rated pipe, only as approved for drip applications. 2.04 Pipe Fittings A. Funny Pipe (pop-up spray turf heads only): to be compatible to the elbows needed for head installation, maximum length is 3 feet. B. Lateral fittings: Schedule 40, Type 1, PVC solvent weld with ASTM Standards D2466 and D1784. C. Wrought copper or cast bronze fittings, soldered or threaded per installation details for all copper pipes. D. Mainline fittings: Ductile Iron for 3" and larger, PVC Schedule 80 for 2 1/2" and smaller. 2.05 Sleeves A. Ductile Iron Pipe or CL 200 PVC under all paved surfaces. B. Sizes to be a minimum of two sizes larger than the pipe being sleeved. Minimum 2" diameter or larger for irrigation lines. C. Wires to be in separate sleeve from pipe, 2" min. size pipe for control wire sleeves. D. Sleeves shall have marker tape on upper side and both ends for future locates. Install per drawing details. 2.06 Valves A. Remote Control Zone Valves: Electrically operated, appropriate for the water supply, with manual bleed device and flow control stem. Shall have a slow -opening and slow -closing action for City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page 2 of 7 The Contract Documents and Construction Drawings may be examined online at: 1. City of Fort Collins BuySpeed: r 2. Mercury-LDO Reprographics n..r Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be viewed and purchased at: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO. 80204 Ph: 303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS:ll E Las Vegas, Colorado Springs, CO. 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 07/2001 Section 00020 Page 2 protection against surge pressure_ Brand and model to be Rainbird PESB or 300BPE valves with Dial Pressure regulator size as shown on plans. B. Isolation Gate Valves: Kennedy 1571 X or Mateo # I OOM. able to withstand a continuous operating pressure of 150 psi. Clear waterway equal to full diameter of pipe. Resilient wedge gate valve conforming to AWWA C-509 standards Shalt be opened by turning 2" square nut to the left (wheel opening is unacceptable). C. Manual Drain Valve: 3/4" ball valve with tee handle. Watts, #13-6000, or approved equal. D. Quick Coupling Valves: I" brass, Rainbird #5RC units with rubber cover. Keys Rainbird 55K I" brass key. 2.07 Valve Boxes A. House valves in valve box with matching locking cover (AMETEK brand only). Only one valve per box. Install in box sizes to allow work on components. B. Install ',G" drip tubing ends with end closure in 10" round valve box with cover at end of each run. 2.08 Control System A. Use Irritrol MC-24 Plus-B controller. Mount terminal strips in the pedestal to change from 14 gauge field wire to 18 gauge wire for run into controller. B. Surge Protection: 8 foot copper grounding rod, #4 solid copper wire, grounding buss receptacle, ground terminal strip and/or as recommended by manufacturer. C. Install Hunter Wireless Rain Clik rain sensor (one per controller) at location near the controller but not where it will receive precipitation from the irrigation system. Owner must approve location. D. Provide Eicon remote receiver and field transmitter with frequency as specified by Owner. 2.09 Electric Control Wiring A. 414 feed wire and 414 common wire solid copper direct burial OF or PE cable, UL approved, or larger, per system design and manufacturer's recommendations. B. Five wires with consistent color scheme throughout: 1. Red = live (one per valve) 2. White = ground 3. Black, blue and green = extra from controllers to furthest extent of mainlines. C. Wire connectors and waterproofing sealant to be used to join control wires to remote control valves. D. Run wire for remaining zones on controller to the end of the mainline that the controller supports. 2.10 Sprinkler Heads A. All heads shall be of the same manufacturer as specified on the plans, and marked with the manufacturer's name and model in such a way that materials can be identified without removal from the system. Owner will specify brand and models to match other equipment in use in public system in the vicinity. B. Gear driven Rotor heads: Rainbird. C. Pop -Up Spray heads: Rainbird. D. Xeri-Pop Heads: Rainbird. City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page 3 of 7 2.11 Backflow Device A. Backflow device shall be Febco 2 %2" Reduced Pressure Principle device installed in a Guard Shack enclosure (per manufacturer's recommendations). PART 3 - EXECUTION 3.01 Pipe trenching A. Install pipe in open cut trenches of sufficient width to facilitate thorough tamping/puddling of suitable backfill material under and over pipe. B. Trench depths: 1. Mainline - Minimum of 24" deep from top of pipe to finished grade for 6" and under mainline. Minimum of 32" deep from top of pipe to finished grade for 8" and larger. 2. Lateral - Minimum of 16" deep from top of pipe to finished grade. 3/; ' drip pipe 8" deep from top of pipe except in shrub beds. 3. Sleeves - Install sleeves at a depth, which permits the encased pipe or wiring to remain at the specified burial depth. 3.02 Sleeves A. Boring shall not be permitted unless obstruction in pipe path cannot be moved, or pipe cannot be re-routed. B. Mainline installed in existing sleeves at greater depth than adjacent pipe, shall have a manual drain valve at each end if the sleeve is longer than 20 feet, or at one end if the sleeve is less than 20 feet. C. Install sleeve so ends extend past edge of curb, gutter, sidewalk, bike path or other obstruction, a minimum of 2 feet. D. Mark sleeves with an "x" chiseled in walk (or other surface) directly over sleeve location. E. Sleeves installed for future use shall be capped at both ends. F. Separate sleeve (2" min. size) shall be used for all wiring. G. Sleeves shall not have joints. if joints are necessary, only solvent welded joints are allowed. H. Compaction of backfill for sleeves shall be 95% of Standard Proctor Density, ASTM D698-78. Use of water puddling around sleeves for compaction will not be allowed. 3.03 Pipe Installation A. Use Teflon tape on all threaded joints; only schedule 80 pipe maybe threaded. B. Reducing pipe size shall be with reducing insert couplings: at least 6" beyond last tee of the larger pipe. C. Snake PVC lateral pipe from side to side within trench. D. Backfill shall be free from rubbish, stones larger than 2" diameter, frozen material and vegetative matter. Do not backfill in freezing weather. If backfill material is rocky, the pipe shall be bedded in 2" of fill sand covered by 6" of fill sand. E. After puddling or tamping, leave all trenches slightly mounded to allow for settling. F. Compact to proper densities depending on whether surface area over the line will be paved or landscaped. City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page 4 of 7 3.04 Thrust Blocks A. Shall be installed where PVC mainline (2 'G" or larger) changes direction over 20 degrees. B. Use ThrustFORM standard fitting configurations for changes in direction in main line. See installation details for Thrust Form Blocks. C. ThmstFORM Systems, P.O. Box 2717, Georgetown, TX, Tel: (866) 306-3676, Fax: (512) 528- 1671. D. Keep pipe joint clean of concrete. Do not encase. E. Place wiring away from thrust block to avoid contact with the concrete. Use clear plastic sheeting to isolate the concrete from other materials. 3.05 Valve Installation A. Install at least 12" from and align with adjacent walls or paved edges. B. Automatic Remote Valves: Install in such a way that valves is accessible for repairs. Make electrical connection to allow pigtail so solenoid can be removed from valve with 24" (min.) slack to allow ends to be pulled 12" above ground. I. Flush completely before installing valve. Thoroughly flush piping system tinder fill] head of water for three minutes through furthest valve, before installing heads. 2. Valve assembly to include ball valve and union for ease of maintenance and repair. 3. Install in valve box per details. C. Quick Coupler Valve: Install in 10" round locking valve box. Flush completely before installing valve. Thoroughly flush piping system under full head of water for three minutes through furthest valve. D. Isolation Gate Valves: Install in valve box as per detail. E. Valve Boxes: I . Brand all valve boxes with the following codes: "SW and the controller valve number per as built plans for all remote control valves; "DV" for all drain valves; "GV" for all isolation valves; "DRGV" for all drip system isolation valves; "QC" for all quick coupling valves; "WA" for all winterization assemblies; "FM" for all flow meter assemblies; and "MV" for all master valve assemblies. Use a branding iron stamp with 3" high letters. 2. Valve box shall NOT rest on mainline. Use brick or other non -compressible material per detail. Top of valve box to be flush with finish grade. Use add-ons to depth of valve gravel. 3. Install valves in box with adequate space to access valves with ease. Valves shall not be too deep to be inaccessible for repairs. 3" depth of 3/4" washed gravel to be placed in the bottom of each valve box with enough space to fully turn valve for removal (see detail). 3.06 Head Installation A. Set heads plumb and level with finish grade. In sloped area, heads to be tilted as necessary to provide full radius spray pattern. B. Flush lateral lines before installing heads. Thoroughly flush piping system under full head of water for three minutes through furthest head, before installing heads. Cap risers if delay of head installation occurs. C. Survey and stake head locations along the edge of the baseball infield to establish a smooth arc. The arc of the infield shall be established as a line between turf and infield mix. See Section - Turf Seed Construction. City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page 5 of 7 D. Pop -Up Heads along walks and bikeways: Install heads in 6" layer of sand under the base of the head. E. Nozzles Supply appropriate nozzle for best performance. F. Adjustment: Adjust nozzles and radius of throw to minimize overspray onto hard surfaces. 3.07 Backflow Device Install and test backflow preventer in compliance with the Colorado Primary Drinking Water Regulations. 3.08 Controller Installation A. To be installed in a building or an above ground location suitable to prevent vandalism and provide protection from adverse weather conditions, and per Owner direction. All exposed wiring to and from the controller shall be encased in galvanized metal conduit. Exterior controllers to be installed per manufacturer recommendations. B. Install Controller(s) at eye level. C. Install Controller per Owner direction and in accordance with manufacturers' specifications. Install surge protection. grounding rods and.other accessory components as specified. D. Attach wire markers to the ends of control wires inside the controller unit. Label wires with the identification number of the remote control valve activated by the wire. 3.09 Wiring A. Comply with local electrical codes. B. Power source brought to controller to a ground fault receptacle installed within controller casing. C. String control wires as close as possible to mainline, consistently along and slightly below one side of the pipe. D. Leave minimum loop of 24" at each valve and controller and at each splice, at the ends of each sleeve, at 100-foot intervals along continuous runs of wiring, and change of direction of 90 degrees or more. Band wires together at 10' intervals with pipe wrapping tape. E. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. Install three extra wires, as specified, to the furthest valve on the system and/or each branch of the system. F. Run 14 gauge wire to terminal strips in the controller pedestal and 18 gauge from terminal strips to controller. 3.10 Point of Connection A. Make connection at a point (minimum of five feet) from the outside meter pit wall. Run 3" metal pipe into the backflow device and out to the winterization assembly. Begin running PVC pipe for mainline (3") five feet after the WA. 3.11 Testing A. All tests to be run in the presence of Owners' representative. Schedule all tests a minimum of 48 hours in advance of tests. Repeat any failed tests until full acceptance is obtained. B. Pressure Test: Leave mainline uncovered at joints and fittings. Place a pressure gauge (capable of reading pressures up to 120 psi minimum) on a Quick Coupling valve attached to the system. Fill mainlines with water and bring to full pressure. If new system is an add -on to existing system, isolate the new system from the old system after filling. Record pressure readings at 15-minute City of Fort Collins Section 00000 - Section Name Park Planning & Development Division Page 6 of 7 intervals for 4 hours. Pressure shall not drop more than 3 of initial reading. If pressure drops more than 3%, a thorough walk through of the mainline shall be made to discover leakage and corrected. Repeat test until maximum desired pressure drop is achieved. C. Operational Test (prior to seeding operations): Activate each remote control valve from the central control system in the presence of Owners' representative. Replace, adjust or move heads and nozzles as needed to obtain acceptable performance of system. Replace defective valves, wiring or other appurtenances to correct operational deficiencies. 3.12 Completion Services When project construction is complete, request from Owners' representative a punch list inspection for Construction Acceptance: A. Demonstrate system to Owner personnel. B. Provide Owner personnel with ordering information including model numbers, size and style for all components. C. Provide two sets of as built drawings as listed below, showing system as installed with each sheet clearly marked "AS -BUILT DRAWINGS", the name of the project and all information clearly provided. As-builts shall reflect changes indicated on weekly red line submittals. 1. One set of reproducible Mylar, no larger than 24" x 36". 2. One set of all sheets reduced to 1 1" x 17", with each station color coded, and each sheet plastic laminated. 3. Provide as -built drawing on computer disk in a *.DWG format. D. Clean Up: Remove all excess materials, tools, rubbish and debris from site. E. Contractor shall request Final Acceptance inspection from Owner. F. Provide Owner personnel operating keys, servicing tools, test equipment, warranties/ guarantees, maintenance manuals, and contractor's affidavit of release of liens. Keys, tools and other operating equipment need to be turned over to Owner. Submittal of all these items must be accompanied by a transmittal letter and delivered to the Owner offices (delivery at the project site is acceptable with signed receipt). END OF SECTION City of Fort Collins Section 00000 — Section Name Park Planning & Development Division Page 7 of 7 DIVISION 2 SECTION 02870 - MISCELLANEOUS SITE FURNISHINGS PART 1: GENERAL Section Includes A. Bike Rack B. Site Benches C. Bench Swing D. Picnic Tables E. Basketball Equipment F. Playground Safety Surfacing (Engineered Wood Fiber) G. Playground Safety Surfacing (2-Layer Poured -in -Place EPDM System) H. Playground Climbing Boulder 1. Miscellaneous Hardware Submittals for Review A. Submittals shall be directed to the Owners Representative and shall be approved in writing before affected work commences. B. Submit shop drawings and technical literature from manufacturer for all items specified in Section 1.01 above. C. Submit all color swatches on finish metal colors for each of the above site furnishings at the same time. D. Submit warranty information at time of review. Substitutions A. Alternative bid proposals, which propose material substitutions, must be fully supported by necessary documentation showing compatibility/comparability with specific materials. Substitutions must be submitted to the Owners Representative prior to the bid opening. Substitutions must also comply with the General Conditions. Some Materials may not be substituted. 1.04 Warranty J. Warranty all products under this section for a period of two years from the date of Substantial Completion. In addition to the manufacturer's product Warranty, Contractor shall warranty the installation of all products in this section exclusive of normal wear and tear and damage caused out of the Control of the Contractor. This Warranty shall extend to removal and replacement of any defective materials or damaged products arising out of the failure of the product of improper installation of the Contractor. PART 2: MATERIALS 2.01 Bike Rack One (1) Namesake Bike Rack. City of Fort Collins Section 02870 — Site Furnishings Park Planning & Development Division Page t of 4 Bicycle Capacity: 2-4 Mounting: Flanged Surface Mount. Finish: Polyester Powder Coated. Color: (To Be Determined). Submit Color Samples Allow 8-10 weeks for delivery Factory Representative: Creative Pipe, Inc., PO Box 2458, Rancho Mirage, California 92270-1087. Toll Free (800) 644-8467. Web Site www.creativepipe.com. 2.02 Site Benches One (1) Pullenium 3 Seat Modular with Back Curved, Surface Mount — Model #PL2MCU3 Four (4) Pullenium 3 Seat Modular Flat Curved, Surface Mount — Model #PL 1MCU3 Color: (To Be Determined) Submit Color Sample. Allow 10-12 weeks for delivery Factory Representative: Keystone Ridge Designs, Inc. P.O. Box 2008, 670 Mercer Road, Butler, Pennsvlvania 16003-2008. 1-800-294-8209. Websitewww.keystoneridgedesigns.com 2.03 Bench Swing One (1) WEBCOAT Inc., Visions Innovative Products; Model 4B6WBCLASSSWING; 6 Ft. Bench Swing with Contoured Back and Arms, In -ground Mount. Finish: Black Powder Coat Metal, Webcoating Color: (To Be Determined) Submit Color Sample. Allow 8-12 weeks for delivery Factory Representative: Ermold Park and Recreation Products, Eastlake, CO 1-877-880-5382. Website www.ennoldpark.com 2.04 Picnic Tables Two (2) WEBCOAT Inc., Visions Innovative Products; Model #T8RCHDCPALT; 8 Ft. Mesh Table, 2 Attached 6 Ft. Seats Centered,'/4'#9 Expanded Metal, 2 3/8" Legs, Portable. Finish: Black Powder Coat Metal, Webcoating Color: (To Be Determined) Submit Color Sample. Allow 8-12 weeks for delivery Factory Representative: Ermold Park and Recreation Products, Eastlake, CO 1-877-980-5382. Website www.ermoldnai k.com 2.05 Basketball Equipment One Pair Gared Sports; Model #GN1345 4'h" O.D. Gooseneck Post and Brace w/ 4' Extension One Pair Gared Sports; Model #1850B Premium Fan Aluminum Backboard w/ White Finish Target & Border One Pair Gared Sports; Model # 7550 Titan Playground Super Goal w/ Nylon Net Factory Representative: Ermold Park and Recreation Products, Eastlake, CO 1-877-880-5382. Website www.ernroldpark.com City of Fort Collins Section 02870 - Site Furnishings Park Planning & Development Division Page 2 of 4 2.06 Playground Safety Surfacing (Engineered Wood Fiber) 15 CY of Fibar or equivalent engineered shredded wood fiber. Manufacturer must submit proof of compliance to: U.S. Consumer Product Safety Commission publication entitled "Handbook for Public Playground Safety" American Society for Testing and Materials standard F1487-98 entitled "Standard Consumer Safety Performance Specification for Playground Equipment for Public Use." U.S. Access Board guidelines Submit Fibar Sample Factory Representative: Recreation Plus, Ltd., 15209 West Ellsworth Drive, Golden, CO 80401 1-888- 278-1455. Website www.recreationplus.com 2.07 Playground Safety Surfacing (2-Layer Poured -in -Place EPDM System) 1,200 SF of the Surface America 2-Layer Poured -in -Place EPMD system with premium aliphatic binder, one and three quarters inch thick. 1,100 SF of the 50/50 black/color topcoat and 100 SF of the 1001/0 color topcoat for the stepping stone areas. Color: (To Be Determined) Submit Color Sample. Factory Representative: Woods Site & PLAYSCAPES, PO Box 6, Elizabeth, CO 1-888-688-2132. Website «vNood>:in, com 2.08 Playground Climbing Boulder One (1) BOLDR Crystal Climber Color: Umber Allow 8-12 weeks for delivery Factory Representative: Made in the Schade, PO Box 2870, Evergreen, CO 80437, 1-888-670-3721. Website www.MadeInTheShade.corn 2.09 Miscellaneous Hardware A. Hardware: All hardware including nuts, bolts, and washers, shall be cadmium plated, and shall conform to ASTM A307. B. Expansion Bolts: Expansion bolts and anchors shall be galvanized. Where expansion bolts are to fasten to concrete, they shall be Hilti KWIK BOLT or approved equal. D. Where expansion bolts are used to fasten to concrete block or other masonry construction, they shall be RAWLY anchors or approved equal. E. Anchor picnic tables with a Pool Cup Anchor, Model #58290; 3" round CPB cup anchor with cross bar; Spectrum Aquatic Catalog 1-800-776-5309 or local pool supply company. PART 3: EXECUTION 3.01 Bike Rack A. Install bike racks per manufacturer's recommendations. B. Set racks plumb with grade, as shown on plans, and parallel and perpendicular to building walls and/or walks. C. Provide all concrete footings and hardware necessary for installation per plans and manufacturer's recommendations. D. Prior to completion of project, clean bike racks, as needed, to remove dust and dirt. Provide a clean factory finish at time of final review. Touch up paint as needed. City of Fort Collins Section 02870 — Site Fumishings Park Planning & Development Division Page 3 of 4 a 3.02 Site Furniture A. Locate picnic tables, benches on site for review by Engineer prior to installation. See plan for dimensional locations. B. Anchor picnic table and benches per plans and manufacturer's recommendations. C. Provide all concrete footings and hardware necessary for installation per plans and manufacturer's recommendations. D. Prior to completion of project, clean all furniture as needed. to remove any dust and dirt, and provide a clean factory finish at time of final review. Touch up paint as needed. 3.03 Basketball Pole, Backboard, Ring and Net A. Assemble and install Pole, backboard and ring as per drawings and manufacturer's specifications. 3.04 Protection A. Protect all painted surfaces from cracking or chipping during installation. Use blankets, tarps etc., to protect paint surfaces while handling. B. Do not accept materials damaged during shipping. Damaged parts shall not be accepted. if minor repairs are required, it shall be at the discretion of the Ov1 nets Representative whether the items are acceptable. C. Verify proper operation of all equipment prior to acceptance. Contractor shall be responsible for proper operation of all materials. END OF SECTION City of Fort Collins Park Planning & Development Division Section 02870 — Site Furnishings Page 4 of 4 DIVISION 2 SECTION 02875 - PREFABRICATED SHELTERS - STEWART CASE PARK PART 1 -GENERAL 1.01 Furnish and Install A. Prefabricated Picnic Shelter 1.02 Related Work A. Earthwork: Division 2 B. Caste -in -Place Concrete: Division 3 1.03 Quality Assurance A. Installer Qualifications: An experienced installer who has specialized in installing work similar in material, design and extent to that indicated for this project and who is acceptable to manufacturer of prefabricated shelters. B. Standards and Guidelines: Provide prefabricated picnic shelter complying with or exceeding requirements in the following: 1. Applicable ASTM standards. 2. State of Colorado and applicable federal standards and guidelines for structures of this type. 3. Local Codes. 4. Member: American Institute of Steel Construction 5. All welding by AW S certified welders 1.04 Submittals A. Product Data: For each of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles and finishes. B. Shop Drawings: Include materials, plans, elevations, sections, details, method of field assembly, connections and installation details. 1. Submit complete set of shop drawings signed and sealed by a Professional Engineer registered in the State of Colorado. C. Samples of Initial Selection: Manufacturer's color charts or 6-inch (150mm) lengths of actual material showing the full range of colors and textures available for components with factory applied color finishes. D. Maintenance Data: For prefabricated shelter and fnishes to include in maintenance manuals specified in Division 1. 1.05 Project Conditions A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify owner's Representative at least two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's written permission. 3. Before excavating, contact utility -locator service for area where project is located. City of Fort Collins - Stewart Case Park Section 02875 - Prefabricated Shelters Park Planning & Development Division Page 1 of 3 Construction Document Ordering Instructions (Download a complete P1anWell 4.0 Ordering Guide from www.planwell.com) 1. GO TO: www.mercury-ldo.com 2. SELECT: Denver Links: "Plan Well" \lwell, I fin. Ve9n.l�d" m�arl h.M 1 n�rY.Vmnr.0 u'te�i 'hi.lMnv.nvyv.�. Wth wpg'Pu�.. F.< Well ,.E1W i 3. SELECT: Public Planroom:,"GO" IN Mercury/1 DO Colorado PlanWell' Digital Document Management & Distribution + s a 'i StatA'$art3 iit usergW[ie User Name Fwd Phnec"eclao an for ridding here! zz I Password No Login ReqWred E Clrlrne mudt.2ttc�rrfabitl toratltywn Yasswod� j E�Ylll�il �YIIYf�� I: ; user uiUa Not a manMeryer? tiyn-V mea 1 J FLInOIhW AC OW I SELECT: the desired "Project Number" from the list 07/2001 Section 00020 Page 3 1.06 Delivery, Storage and Handling A. General: Comply with Section 01600. Deliver and store panels and accessories in a dry place to avoid condensation or contact with materials which might cause staining such as lime, cement, fresh concrete or chemicals. PART 2 - PRODUCTS 2.01 Manufacturers A. Approved Manufacturer 1. Litchfield Industries. Distributor: Recreation Plus, Ltd. 15209 West Ellsworth Drive, Golden Co 80401 Telephone: (303)278-1455 / (888)278-1455 2.02 Product A. Picnic Shelter 1. 'Pittsburg" All Steel Octagon DUO -Top Shelter, 20' with Standing Seam 24 Gauge Pre -Cut . Metal Roof. Shelter -to include: 1.02 DUO -TOP 1.03 Cupola 1.04 Overhead Lattice 1.05 Handrails (6 sections). 2. shelter colors: 2.02 Columns, frames and supports; "Litch-Kicker" -Catalyzed, Baked, Electrostatically Applied Epoxy/Polyurethane Standard Paint Finishing per Litchfield standard color selection. Submit Color Samples 2.03 Roof color; per Pittsburg standard pre-cut metal roof color chart - Submit Color Samples PART 3 - EXECUTION 3.01 Examination A. Examine areas and conditions with Installer present for compliance with requirements for site clearing earthwork, site surface and foundations and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 Preparation A. Verify locations of footings and paving. 3.03 Installation, General A. General: Comply with manufacturer's written installation instructions, unless more stringent requirements are indicated. Anchor prefabricated shelter securely, positioned at locations and elevations indicated on Shop Drawings. 3.04 Cleaning A. After completing prefabricated picnic shelter installation, inspect components and remove surplus materials. Remove spots, dirt and debris from the shelter. Repair damaged finishes to match original finish or replace components. City of Fort Collins - Stewart Case Park Section 02875 - Prefabricated Shelters Park Planning R Development Division Page 2 of 3 3.05 Extra Stock A. Extra paint: At the completion of painting, deliver to the City one full gallon of each paint color and type used along with the color number or formula for each type. END OF SECTION City of Fort Collins — Stewart Case Park Section 02875 — Prefabricated Shelters Park Planning & Development Division Page 3 of 3 DIVISION 2 SECTION 02912 — LANDSCAPE TREES, SHRUBS AND PERENNIALS PART 1-GENERAL 1.01 Work Included A. Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to complete installation of the plantings and guarantee as specified herein. Items of work specifically included are: I . Procurement of all applicable licenses, permits, and fees. 2. Installation of trees, shrubs and perennials. 3. Mulch. 1.02 Related Work A. Tree Protection: Section 02122 B. Irrigation Installation: Section 02810 C. Seed Construction: Section 02940 D. Sod Construction: Section 02950 E. Planting Maintenance: Section 02970 1.03 Submittals & Quality Assurance A. Submittals and test results shall be directed to the City Representative and shall be approved in writing before affected work commences. ALL COSTS TO ENSURE QUALITY SHALL BE PAID BY THE CONTRACTOR. 1. Submit three copies of manufacturer's specifications and literature on all products. 2. Submit three copies of complete materials list including quantities and descriptions of materials. B. Summary of submittals from this section: 1. Soil amendment analysis. 2. Mulch. 3. Landscape Fabric 4. Plant material. C. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.04 Inspections A. Site Inspection: 1. Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be revegetated are protected from concentrated runoff and sediment from adjacent City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 1 of 6 areas. Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. 2. Contractor shall notify City Representative prior to start of work. City Representative will be responsible to monitor the work. B. Pre -planting Inspections: 1. All plant material shall be inspected by a City Forestry Representative before planting. Inspection of materials may be sequenced by major planting areas to accommodate efficient planting operations. Plants for inspection must be in a single location preferably on the project site. All rejected materials must be removed from the site, replaced and reinspected before planting. if the supplier is a local nursery, tagged plants may be inspected at the nursery. Photographs of the plant materials to be obtained from non -local sources may be submitted to the City Forestry Representative for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. The Owner reserves the right to reject any plant material at any stage of construction or guarantee period 2. All soil amendments, backfill mixes and mulches will be inspected at the site by the City Representain c before they are used in planting operations. 3. City and Forestry Representatives will inspect staked locations of all trees before digging for those plants occurs. City Representatives will inspect the location of all shrubs in their containers at the proposed locations before digging commences. Contact City Representatives at least two days in advance. C. Final Inspection: 1. As soon as all planting is completed, a review and preliminary inspection to determine the condition of the vegetation will be held by the City Representatives upon request by the Contractor. 2. The inspection will occur only after the following conditions have been met: a. All areas will be free of weeds and neatly cultivated; b. All plant basins shall be in good repair; c. Irrigation systems shall be fully operational with all heads properly adjusted; d. All debris and litter shall be cleaned up and all walkways and curbs shall be cleaned of soil and debris left from planting operations. 3. If, after the inspection, the City Representative is of the opinion that all work has been performed as per the Contract Documents, and that all vegetation is in satisfactory growing condition, he will give the Contractor Written Notice of Acceptance and the Guarantee Period shall begin. 4. Work requiring corrective action in the judgment of the City Representative shall be performed within the first ten (10) days of the guarantee period. Any work not performed within this time will necessitate an equivalent extension of the guarantee period. Corrective work and materials replacement shall be in accordance with the Contract Documents, and shall be made by the Contractor at no cost to the Owner. 5. Final approval and Substantial Completion notice will be given when all deficiencies are corrected. City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning R Development Division Page 2 of 6 D. End of Guarantee Period Inspection: At the end of the second full growing season City Representatives will inspect all trees for satisfactory condition. The inspection shall take place in September and the City shall contact the Contractor concerning replacements. Replacements may take place the following spring if deemed proper or necessary. The Contractor is responsible for removal of all tree stakes, wire and webbing at the end of the guarantee period. 1.05 Guarantee A. Guarantee landscape construction materials against defects due to any cause for a period of two years. B. Guarantee plant material used in this section against defects due to any cause for a period of two full erowine seasons from the date of acceptance of all work. This guarantee includes insect infestation or infection by disease organisms. C. This guarantee will not be enlorced should woody vegetation die due to vandalism; improper maintenance procedures carried out by the Owner involving over or under watering, lawn mower damage, over -fertilization, fire, flood, or hail or other similar circumstances beyond the control of the Contractor. D. Replace woody vegetation when it is no longer in a satisfactory condition as determined by the City Representative for the duration of the Guarantee Period. Make replacements within fourteen days of notification from the City Representative. Replacement planting for trees shall be done in the spring planting season, except as approved otherwise. Remove dead plants within seven days of notification. If a tree is in marginal condition at the end of the guarantee period it may be agreeable to both parties to wait until the end of the growing season before deciding whether to replace that tree. E. All replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents unless changes are approved by City Representatives. Repairs and replacements shall be made at no expense to the Owner. F. Guarantee shall apply to originally specified and installed plants and other landscape materials, and any replacements made during the guarantee/warranty period. PART 2 - MATERIALS 2.01 Plant Material A. A complete list of plants including a schedule of quantities, sizes and other requirements is shown on the Landscape Plan. If discrepancies occur between quantities of plants indicated in the plant list and as indicated on the plan, the plan quantities shall govern. B. No substitutions shall be accepted without approval from the Owner's Representative. C. Plant material shall be a first-class representative of its species; healthy, vigorous, well -branched and well proportioned with respect to height and width relationships. Inspect to assure that all plants are free from disease, injury, insects and weed roots; and conform to the requirements of the American Standard for Nursery Stock, ANSI 260.1. All plants are subject to inspection see 1.04 B. D. Plant material that is grown in a zone more mild than USDA zone 5 shall be acclimated to Colorado conditions prior to planting. E. Digging, Wrapping, and Handling: Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape, and future development after planting: City of Fort Collins Section 02912 - Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 3 of 6 I. Balled and burlapped plants shall be nursery grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the Colorado Nursery Act as cited above. Balls shall be firmly wrapped with non -treated burlap, secured with wire or jute, Broken balls will not be accepted. 2. Container grown plants shall have been nursery grown in containers and shall have sufficient roots to hold the entire soil mass together after container removal without being root -bound. 3. Options as to method: if all other requirements are met, a container grown plant may be substituted for a balled and burlapped or field collected plant. Trees transplanted by mechanical tree spade may be substituted for balled and burlapped trees as long as minimum ball sizes are equal to or larger than AAN Standards. F. Plant Protection: Plants shall be handled so roots are adequately protected at all times from drying out and from other injury. Protect balls of balled plants which cannot be planted within twelve hours of delivery with mulch or other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planting. 2.02 Soil Amendment A. Use compost or two year cured manure free from lumps, stones or other foreign matter. Do not use Colorado mountain peat, sphagnum peat is acceptable. Soil amendment must he free of mineral matter or chemical composition harmful to plant Zile and have the lollowing properties: Organic Matter: 35-40% PH: 7.4 to 8.5 Salt: < 7 mmhos/cm Submit test results prior to application. 2.03 Staking Materials A. Tree Stakes: 6-foot long metal "T" posts, safety caps. B. Guying and Staking Wire: Galvanized iron or steel 12-gauge wire. C. Webbing: 2-inch nylon webbing. 2.04 Landscape Fabric A. Weed barrier by Dewitt, Mirifi, Typar, Pro 5 or equal. 2.05 Mulch A. Shredded wood: Mulch shall be shredded branches, chipped or shredded pallets is not acceptable. Mulch shall be free from noxious weed seed and all foreign material harmful to plant life. Submit samples. 2.06 Herbicide: A. Round -Up 2.07 Watering: A. No water will be available on site until installation of the irrigation system is complete. It is the intent that all plant material be watered using the irrigation system after installation. City of Fort Collins Section 02912 - Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 4 of 6 PART 3 - EXECUTION 3.01 Planting Woody Vegetation A. Location: stake tree locations and place container shrubs as shown on the plans. Coordinate review of locations with City Representative. B. The following table identifies the minimum distances from trees to utilities etc. Item Minimum Distance (feet) Curbs 5 Sidewalks 5 Electric buried cable 4 Water lines 6 Sewer lines 10 Gas lines 4 Street lights — Shade trees 40 Street lights —Ornamental trees 15 Street signs 7 Intersections 30 Vaults and pits 5-10 Irrigation rotor heads 12-20 In turf areas: Tree to tree — Shade trees 25 Tree to tree — Evergreen trees 15 Tree to tree — Ornamental trees 15 C. Planting Pits: 1. Dig planting pits two times the width of the root ball, see planting detail. 2. Roughen sides of the pit to remove any compacting or glazing. Mix loosened soil with specified backfill. D. Backfill Material: Tree and shrub planting pits shall be backfilled with the following mix: 1. 2/3 existing pit soil by volume. 2. 1/3 soil amendment by volume. Thoroughly mix backfill material in accordance with industry accepted technique in order to obtain a uniform, evenly blended consistency, free from pockets of unblended material and clods or stones greater than two inches in diameter. Coordinate review of backfill mix with City Representative. E. Planting: 1. Place each tree and shrub in the planting pit so that it will be two inches above finish grade for trees and one inch above finish grade for shrubs. 2. Untie and remove burlap from top third of root ball on balled and burlapped material. Remove all burlap that is treated (green in color). Complete removal of wire baskets is preferred, at a minimum remove wire baskets from top and sides of root ball. City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 5 of 6 3. Backtill planting pit with backfill material and tamp to compact. Water in thoroughly. Be sure no soil is placed on top of the root ball. 4. Stake all trees in a true x ertical position per the appropriate construction detail. 5. Place safety caps on tree stakes within 15 feet of the playground curb. 6. Coordinate woody vegetation operations with other construction activities so that the irrigation system can be used to water the vegetation immediately after planting. 3.02 Placing Fabric and Mulch A. Place weed barrier in all shrub beds and perennial beds. Lay out weed barrier around shrubs using staples to secure edges and seams. B. Place a layer of wood mulch in all tree rings to the depth of 3-4 inches as shown on the construction detail. Do not install weed barrier in tree rings. Deciduous tree rings shall be 4 feet in diameter, coniferous tree rings shall extend I foot beyond the drip line. C. Place mulch in all planting beds, if shrub or perennial beds are planned. Place mulch to a 3-4 inch depth. Gently brush mulch otTof perennials once installed. Take care in placement not to damage newly planted vegetation. 3.03 Maintenance A. Continuously maintain all plantings included in the Contract from the beginning of Contract work and during the progress of work, see Section 02970 Planting Maintenance. B. The Owner will assume the responsibility of maintenance including watering, fertilizing, weeding, etc. upon written acceptance of Substantial Completion from the Owner. The Contractor shall periodically inspect the project during the two year guarantee period and immediately notify the Owner's Representative of any irregularities or deficiencies which will affect the guarantee. C. Round -Up herbicide may be used in mulched tree rings if grass seed has sprouted from seeding operations. D. The Contractor shall be responsible for resetting of any plants to an upright position or to proper grade and for the removal and replacement of any dead plant material. 3.04 Project Record (As -Built Drawing) A. Maintain one complete set of contract documents on site. Keep documents current. Record any changes in location, quantity and species of plant material. Submit corrected drawings to the Owner's Representative prior to final inspection. 3.05 Tree Stakes A. Remove all metal T-posts, wire and webbing one year after installation or at the end of the two year warranty period. END OF SECTION City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 6 of 6 DIVISION 2 SECTION 02920—TURF SEED CONSTRUCTION PART 1 -GENERAL 1.01 Work Included A. The Contractor shall furnish all labor, materials, tools, equipment and perform all work and services necessary for irrigated turf seed construction in the quantities required. Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a healthy, sound, and complete, craftsman -like installation. Work to include: 1. Application of herbicides. 2. Soil preparation. 3. Fine grading of all planting areas. 4. Seeding and mulch. 5. Maintenance during establishment. 1.02 Related Work A. Tree Protection: Section 02122 B. Irrigation Installation: Section 02810 C. Sod Construction: Section 02950 D. Planting Maintenance: Section 02970 1.03 Submittals & Quality Assurance A. Submit three copies of: 1. Manufacturer's specifications and literature on all products; 2. Manufacturer's tests (within 6 months of application) on supplied products; 3. Complete materials list including quantities and description of materials. B. Summary of submittals from this section: 1. Seed mix content. 2. Soil amendment analysis. 3. Mulch. 4. Seed tags from bags. C. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.04 Inspections A. Initial Inspection: Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that top soil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be revegetated are protected from concentrated runoff and sediment from adjacent areas. City of Fort Collins Park Planning & Development Division Section 02920 - Turf Seed Construction Page 1 of 5 8 Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these uratments will affect permanent revegctation. Report all irregularities affecting work of this section to the City Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. B. Substantial and Final Acceptance. Contractor shall notify City Representative prior to start of work. City Representative will monitor the work. 2. Upon completion of the seeding operations, the contractor shall notify the City Representative to review the work. If all work is acceptable, the City Representative shall record the date and issue a "Conditional Acceptance" certificate which states that the Contractor shall begin maintenance of all seeded areas as specified. 3. Seeded areas shall receive "Final Acceptance" provided a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. Seeded areas shall meet the required coverage for seed establishment. 1.05 Guarantee A. Guarantee seeded areas against defects for a period of one growing season from the date of final acceptance. B. This guarantee will not be enforced should seeded area die due to vandalism, improper maintenance by Owner, lawn mower damage, or other circumstances beyond the control of the Contractor. C. Replace seeded turf when it is no longer in a satisfactory condition as determined by the Owner's Representative for the duration of the guarantee period. D. Areas seeded in the spring shall be inspected for required coverage the following fall no later than October. Areas seeded in the fall will be inspected October of the following year. PART 2 - MATERIALS 2.01 Herbicide A. Round -Up 2.02 Soil Amendment A. Use compost or well rotted manure free from lumps, stones or other foreign matter. Do not use Colorado mountain peat, sphagnum peat is acceptable. Soil amendment must be free of mineral matter or chemical composition harmful to plant life and have the following properties: Organic Matter: 35-40% PH: 7.4 to 8.5 Salt: < 7 mmhos/cm Submit test results prior to application. Apply at a rate of six cubic yards per 1,000 square feet in areas of high traffic and sports fields. See landscape plan for designated area. 2.03 Seed A. Seed shall be of the latest crop available and shall be certified seed with a PLS (pure live seed) rate no lower than 92%. Seed shall meet the requirements of Colorado Department of Agriculture Seed Laws, Chapter 35, Article 27, Seed shall be no greater than one year old. Seed which has become wet, moldy, or otherwise damaged in transit or in storage shall not be used. All seed shall be delivered in sealed bags showing weight, analysis, and vendor's name. City of Fort Collins Section 02920 —Turf Seed Construction Park Planning & Development Division Page 2 of 5 5. CLICK: "Most Current Set" to View the list of documents available for the pro' Oder items by clinking the Slcart icon: StintVq Order Path: g !^ Y -ur _ -__ _ ii - stteet".§w., :?'_ issue:. IssueDota Disciaiilte size Type Des 'vtioa ` �Reyis�on,�' ff�qq Revslo0 2 }, NlA=1 }'4 ]- J� et 24/2C=0_ Arehite Rural 2+T:36 LBW [WA-2 W €et P 20Q'.. A•chitectut 4:: ie LB'.^d - fu v cn P b :20p4 A'chlteRol -413n LBW - A-4 ' I ie let 2-12002 A'1h1te1tur 1 _4x. r tEv, L€J }7 Fcyis ion 1 11/12/2003 ArChitestoal 24X9t LBVV - 6. CLICK: Sheet No. to view 7. CLICK: V to add a specific document t your "Shopping Cart" 8. CLICK: StartMy_0Fd_qF___j to place the order for printing 9. REGISTER -or- LOGIN 10. SELECT: Process -Media, Output Size and Binding options 11. ENTER: Job Number and PO information then click Next. 12. REVIEW: Recipient information. 13. ENTER: Quantities 14. CLICK: the down arrow to populate order. 15. SELECT: Delivery options and Due time. 16. ENTER: Your phone number in the special instructions box. 17. CLICK: Next. 18. REVIEW order 19. CLICK: SUBMIT Planwell contacts: Marie Owens 970-484-1201, mowens@mercury-ldo.com David Bacon-720-220-7683, dbacon@mercury-ldo.com 07/2001 Section 00020 Page 4 1. Irrigated Turf Seed Mix: Dwarf Type Tall Fescue The seed mixture shall be a blend of four to five dwarf type tall feSCLre cullivars to be approved by the City Representative and Parks & Public Places Department. The seeding rate shall be 9 lbs. Per 1,000 square feet. The following list is representative of the desired mix. Grande 35% Crew Cut 11 20% Endeavor 20% Olympic Gold 15% Coronado Gold 10% 2.04 Fertilizer COMMERCIAL FERTILIZER CONTENT & APPLICATION RATE Commercial fertilizer Percent available by weight (18-46-0) Nitrogen 18 Phosphorus 46 Potassium 0 Application rate of 242 lbs. per acre. 2.05 Mulch A. Clean Graminae (grass family) straw supplied from local area. Free of weed seeds and other matter that has not been specified in this section. 2.06 Tackifier A. Non toxic organic tackifier. PART 3-EXECUTION 3.01 Site Preparation A. Prepare areas as follows: 1. Remove any existing vegetation not scheduled to remain. Apply Roundup herbicide to all weeds and undisturbed areas that shall be re -seeded. Allow herbicide to sit for 7 to 10 days before tilling or preparing soil for seed. Apply Roundup at manufacturer's recommended rate for vegetation type specified. 2. Rip existing topsoil to a minimum depth of eight (8) inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. Areas adjacent to walks, structures, curbs, etc., where the use of large mechanical equipment is difficult, shall be worked with smaller equipment or by hand. 3. Place soil amendment at a rate of six (6) cubic yards per 1,000 square feet in areas to be irrigated as indicated on plans. 4. Till all areas to be planted to a depth of six (6) inches. 5. In tree protection areas, the topsoil shall be worked by hand to a depth of 3 inches. 6. Remove all rubble, stones, plant material and extraneous material over 1 % inches in diameter from the site. 7. Apply pre -planting fertilizer specified in Part 2 of this Section. City of Fort Collins Section 02920 — Turf Seed Construction Park Planning & Development Division Page 3 of 5 R. Restore line erade with float drag to remove irregularities resulting from tilling operations. Float drag in two directions. Coordinate restoration of fine grade to establish the vegetation subgrade at one inch below adjacent paved surfaces. Match grade at property lines and work - limit lines. B. Remove any additional stones over I !", inches that have come to the surface. Perform drainage test by applying water with the irrigation system. All grades shall provide for run-off of water without low spots or pockets. Do not plant until the finished grade is reviewed by the City Representative. This review does not reduce Contractor's responsibility to provide a finished product that drains properly. 3.02 Seed Application A. Seed areas indicated on drawings and areas disturbed by construction. B. Selection of the time of seeding shall be Contractor's responsibility, consistent with germination and erosion control requirements. Optimal seeding time for Tall Fescue is mid May through early September. C. Re -work previously prepared areas that have become compacted or damaged by rains or traffic. D. Apply by drilling, drill in a minimum of two directions at right angles to one another. Broadcast or hydro seed in areas that are inaccessible or too steep to drill or as indicated on plans. E. Do not drill or sow during windy weather or when ground is frozen or untillable. F. Cover seed to depth of 1/4 inch by raking or dragging. G. Firm seeded areas with a roller weighing maximum of 100 lbs. per foot of width. 3.03 Hydraulic Seeding and Mulching Option A. Where areas to be seeded are too steep or inaccessible for equipment, Contractor shall seed, fertilize and or mulch by hydraulic spray application. Seed is required at double the rate specified and wood cellulose fiber mulch is required to be applied at a rate of one ton per acre. If hydraulic seeding is used with drill seeding then use the specified application rate. B. Combine seed with water to provide a slurry. Perform hydraulic application in such a manner that the liquid carrier will uniformly distribute the material over the entire area to be seeded at rates not less than specified. Do not compact hydraulically seeded areas following application. If seed and mulch are applied in a single application the rate of seed application shall be doubled. 3.04 Maintenance A. Seed Establishment Period: 1. Water seeded areas as needed, minimum of two times per day, until grass is established. Water so that no erosion or movement of seed or mulch occurs. Hand water as necessary to prevent movement of seed. 2. Seed establishment period shall begin upon completion of seeding operations and continue through the first mowing or until the turf is established. 3. Post "keep off the grass" signs until turf is established. 4. Maintain seeded areas until all the grass is established and has been mowed once. Maintenance shall include watering, fertilizing and herbicide weed control as necessary. Do not apply herbicide before the first mowing, do not mow before the majority of seedlings have three leaf blades. 5. After germination or turf establishment remove any turf that has germinated within the baseball infield. Establish a smooth arc along the edge of the infield and either rototill or spray any seed that has germinated. City of Fort Collins Section 02920—Turf Seed Construction Park Planning & Development Division Page 4 of 5 6. Mowing: Mow when grass is over four (4) inches. Mow at a height ofthree (3) inches. Do not mow more than one third (I 13) height of grass. Reduce irrigation prior to mowing to prevent damage to furl. 7. Required coverage for grass seed areas shall be twenty five (25) viable live seedlings of the species specified per square foot as measured I}om live (5) feet directly overhead. Determination of required coverage will be based on a random sampling of the entire project area, and shall consist of a minimum of five samples, each two square feet in area. Bare spots are defined as those areas larger than one square foot which do not meet the required coverage. After the inspection it is the Contractor's responsibility to perform the required maintenance within one week to insure a healthy established seeding condition. S. The total area occupied by bare spots larger than 0.5 square feet must not exceed ten percent (10%) of the total seeded area. Maximum single bare spot size is one square foot. All seeded grass areas which do not meet the satisfactory stand of growth qualification shall be reseeded and hydromulched. Once the maintenance periods are completed and seed establishment is accepted, the City Representative shall issue a written notice of Final Acceptance. The guarantee period extends for one full growing season after Final Acceptance. 3.05 Reseeding and Repair A. Reseed areas where there is not a satisfactory stand of grass at the end of establishment period. Scratch the surface to prepare seed bed and over -seed with drill seeder or hydromulch. B. Reseed areas that have been damaged or disturbed by the Contractor's operation according to these specifications. C. After one growing season, there shall be no visual difference between seed and healthy sod in irrigated areas. END OF SECTION City of Fort Collins Section 02920 - Turf Seed Construction Park Planning & Development Division Page 5 of 5 DIVISION 2 SECTION 02930 - SOD CONSTRUCTION PART 1 -GENERAL 1.01 Work Included A. The Contractor shall furnish all labor, materials, tools, equipment and perform all work and services necessary for sod construction in the quantities required. B. Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a healthy, sound, and complete, craftsman -like installation. Work to include: I . Application of herbicides. 2. Soil preparation. 3. Fine grading of all planting areas. 4. Sod installation. 5. Maintenance during establishment. 1.02 Submittals & Quality Assurance A. Submit three copies of: 1. Manufacturer's specifications and literature on all products. 2. Manufacturer's tests (within 6 months of application) on supplied products. 3. Sod grower's letter certifying the sod's species composition. B. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.03 Inspection A. Initial Inspection: Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be sodded are protected from concentrated runoff and sediment from adjacent areas. Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating work_ When the Contractor begins work under this section, it implies acceptance of existing conditions. B. Substantial and Final Acceptance: 1. Contractor shall notify City Representative prior to start of work. City Representative will be responsible to monitor the work. 2. Sodded areas shall receive "Final Acceptance" provided a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. City of Fort Collins Section 02930 — Sod Construction Park Planning & Development Division Page t of 4 1.04 Guarantee A. Guarantee sod against defects for a period of one growing season from the date of final acceptance. B. This guarantee shall not be enforced should sod dic due to vandalism, improper maintenance by Owner, lawn mower damage or other circumstances beyond the control of the Contractor. C. Replace sod when it is no longer in a satisfactory condition as determined by the Owner's Representative for the duration of the guarantee period. D. Areas sodded in the spring shall be inspected for required coverage the following fall not later than October. Areas sodded in the fall will be inspected in October of the following year. PART 2 - MATERIALS 2.01 Herbicide A. Round -Up 2.02 Soil Amendment A. Use compost or two year cured manure free from lumps, stones or other foreign matter. Soil amendment must be free of mineral matter or chemical composition harmful to plant life and have the following properties: Organic Matter: 35-45% pH: 7.4 to 8.5 Salt: < 7 mmhos/cm 2.03 Fertilizer A. Commercial Fertilizer (20 — 20 — 10) apply at manufacturers recommendation. 2.04 Sod A. Provide strongly rooted sod not less than 2 years old and free of weeds. B. Species composition shall be a mix of Kentucky Bluegrass and Perennial Rye. Furnish in rolls: 1. Uniformly mowed height when harvested. 2. Free of disease, nematodes, pests and pest larvae. 3. Thickness: Soil thickness of sod cuts shall not be less than 3/4 inch nor more than 1 inch. C. Weeds: 1. Free of Bermuda grass, Quack grass, Johnson grass, poison ivy, nut sedge, nimble will, Canada thistle, bindweed, bent grass, wild garlic, ground ivy, perennial sorrel. 2. Containing less than 10 Jimsonweed, mustard, lamb's quarter, chickweed, cress or crab grass plant per 100 sq. ft. 2.05 Water A. Free of substances harmful to plant growth. Contractor responsible for watering even if area sprinkler system is not operational. 2.06 Pegs A. Softwood, 3/4 inch diameter, 8 inch length. City of Fort Collins Section 02930 — Sod Construction Park Planning & Development Division Page 2 of 4 PART 3 - EXECUTION 3.01 Site Preparation A. Prepare areas as follows: 1. Remove any existing vegetation not scheduled to remain. 2. Rip existing topsoil to a minimum depth of eight (8) inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. Areas adjacent to walks, structures, curbs, etc., where the use of large mechanical equipment is difficult, shall be worked with smaller equipment or by hand. 3. Place soil amendment at a rate of six (6) cubic yards per 1,000 square feet. 4_ Till all areas to be planted to a depth of six (6) inches. 5. In tree protection areas, the topsoil shall be worked by hand to a depth of 3 inches. 6. Remove all rubble, stones, plant material and extraneous material over 1 %2 inches in diameter from the site. 7. Apply pre -planting fertilizer as specified in Part 2 of the Section. 8. Restore fine grade With float drag to remove irregularities resulting from tilling operations. Float drag in two directions. Coordinate restoration of fine grade to establish the vegetation subgrade at one inch below adjacent paved surfaces. Match grade at property lines and work - limit lines. B. Remove any additional stones over 1 V2 inches that have come to the surface. Perform drainage test by applying water with the irrigation system. Do not plant until the finished grade is reviewed by City Representative. This review does not reduce Contractor's responsibility to provide a finished product that drains properly. 3.02 Installation A. Sod areas indicated on drawings. B. Selection of the time of sodding shall be the Contractor's responsibility, consistent with weather limitations. Coordinate with Parks Maintenance if fall watering is required for establishment. C. Begin sodding from bottom of slopes. D. Lay first row of sod in a straight line with long dimension of pads parallel to slope contours. E. Butt side and end joints. F. Stagger end joints in adjacent rows. G. Do not stretch or overlap sod. H. Peg sod on slopes greater than 3 to 1 with a minimum of two pegs per sq. yd. I. Water sod immediately after transplanting. J. Roll sod, except on pegged areas, with roller weighing not more than 150 lbs. per foot of roller width. K. Water sod and soil to a depth of 4 to 6 inches within four hours after rolling. L. Provide sufficient barriers and signage notifying the public to keep off the newly sodded areas. 3.03 Maintenance A. Sod establishment period: City of Fort Collins Section 02930 — Sod Construction Park Planning & Development Division Page 3 of 4 1. Sod establishment period shall begin immediately after installation and continue through the second or third mowing when turf is established. Maintenance shall include watering, mowing, fertilizing and weed control as necessary. 2. Watering: Water sod areas as needed to keep wet to a depth of to 6 inches for 2 to 3 weeks until grass is established. Avoid standing water, surface wash or erosion from over -watering. Reduce water application after the first few weeks. 3. Mowing: Mow when grass is over four (4) inches. Mow at a height of three (3) inches. Do not mow more than one third (1 /3) height of grass. Reduce irrigation prior to mowing to prevent damage to turf Mow with walk behind mower. 4. Disease and Insect Control: A licensed applicator shall apply fungicides and insecticides as required to control disease and insects in accordance with state law requirements. 3.04 Re -sod and Repair A. Resod areas where there is not a satisfactory stand of grass at the end of establishment period. B. Sod shall be established at least 30 days prior to Final Acceptance. C, Re -sod spots larger than I sq. III. not having a uniform stand of grass. END OF SECTION City of Fort Collins Section 02930 — Sod Construction Park Planning & Development Division Page 4 of 4 fQ716*911IN SECTION 02935 — PLANTING MAINTENANCE PART 1 - GENERAL 1.01 Scope A. Furnish all supervision, labor, material equipment, and transportation, and perform all operations in connection with and reasonably incidental to maintaining all planting, including winter watering, called for under this contract. Maintain landscape materials in an attractive, healthy, operable condition until seeded areas are established, landscape punch list items are complete, and all landscape work is accepted by Owner. 1.02 Quality Assurance A. Work Force: Contractor's representative shall be experienced in planting and irrigation maintenance. B. Maintenance Record: Submit to the Owner's Representative a monthly record of all maintenance operations performed, including a record of all herbicides, insecticides, and disease control chemicals used. 1.03 Environmental Conditions A. The requirements for winter treatment of plants will be applicable when the maintenance period extends past October 15. PART 2 - MATERIALS 2.01 Materials A. Replacement materials shall conform to the specifications for original installation. PART 3 - EXECUTION 3.01 Tree Care A. Watering: When hand watering, use a water wand to break the water force. All trees and shrubs shall be winter watered using a need type root feeder at least once per month between irrigation system winterization and spring start-up. Irrigation system may be used for winter watering, providing the system is re -winterized after each use. B. Staking: Inspect stakes monthly to prevent girdling of trunks or branches, and to prevent rubbing that causes bark wounds. Remove stakes and guys after one year, or as determined by Owner's Representative. Stakes will remain the Contractor's property and shall be removed from the site. C. Weed Control: Keep planting areas free of weeds. Use recommended legally approved herbicides. Avoid frequent soil cultivation that destroys shallow roots. Weed at least once per week. D. Insect and Disease Control: Maintain reasonable control with approved materials to prevent visual and structural damage to the plants. E. Wounds: All wounds or injuries should be traced out and disinfected with alcohol or equal. No tree wound compounds or paints shall be applied. F. Tree rings: Mulched tree rings shall be kept tidy and weed free. City of Fort Collins SECTION 02935 - Planting Maintenance Park Planning & Development Division Page 1 of 2 G. Replacement of Plants: Remove dead and dying plants and replace with plants of an equal size, condition, and variety or original planting plan. Replacements shall be made at no expense to Owner. H. Trash Removal: Remove trash, clipped grass, and blown dirt weekly from shrub beds, lawns, walks, and tree basins. Keep the entire area within the limits of planting free from trash and dirt (water or wind carried) at all times. Repair erosion damage for duration of maintenance period. 3.02 Turfgrass Care A. Mowing: Mow only the turf areas as needed to maintain a height of 3 inches. Do not mow wildflowers. B. Edging: Trim edges at least twice monthly or as needed for neat appearance. Catch clippings and removed from lawn areas. Vacuum or blow off walks. C. Watering: Water turf areas at the frequency required to obtain proper turf establishment and to maintain a lush, green lawn. Apply water in such a way to encourage deep root growth. 3.03 Low Maintenance Grasses A. Mowing: Mow low maintenance grasses and wetlands grasses only after they have produced mature seeds and/or gone dormant for the winter or for weed control. B. Watering: Water as frequently as needed to obtain plant establishment (usually 6 to 8 weeks) and thereafter as needed to avoid dieback. Apply water slowly and deeply to prevent runoff and encourage deep root growth. C. Weed Control: The Owner will determine the need for weed control. END OF SECTION City of Fort Collins SECTION 02935 - Planting Maintenance Park Planning & Development Division Page 2 of 2 DIVISION 3 SECTION 03100 — CONCRETE FORMWORK PART 1 — GENERAL 1.01 Work Included A. Furnish labor, materials and equipment necessary for the complete construction of required formwork for cast -in -place concrete. B. Furnish and install anchor bolts, connectors, embedded plates, dovetail slots and anchors and other accessories required to be cast into concrete work. C. Furnish materials and equipment necessary to strip and remove formwork. D. Install embedded items fitmished by other Sections. E. Related work specified elsewhere: 1. Section 02220, Excavating, Filling and Grading. 2. Section 02225_ Structural Excavation, Backfilling and Compacting. 3. Section 02515, Portland Cement Concrete Paving: Forming equipment. 4. Section 02230, Drilled Piers: Concrete formwork for piers. 5. Section 03300, Cast -in -Place Concrete. 6. Section 07900, Sealants and Joint Fillers. 1.02 Quality Assurance A. General: Conform to the requirements and recommendations of ACT 301, "Specification for Structural Concrete in Buildings", and ACT 347, "Recommended Practice for Concrete Formwork", unless otherwise shown. B. Contractor shall be responsible for the design and engineering, construction and maintenance of formwork, as well as its adequacy and safety. C. Contractor shall design formwork for all loads and lateral pressures before and during placement of concrete. Maintain position and shape of formwork at all times. Provide positive means of adjustment for shores and forms which rest on compressible material. 1.03 Product Delivery, Storage and Handling A. Fiber Forms: Store prefabricated fiber forms on site horizontally if length requires, supported along the entire length of the form and elevated a minimum 4" off of ground, completely covered with waterproof membrane including ends, and not stacked over 5'-0" high. If stored vertically, the ends shall be covered with waterproof membrane and elevated a minimum 4" off of ground. PART 2—PRODUCTS 2.01 Formwork and Exposed Concrete A. Construct all formwork for exposed concrete surfaces with metal-framed/plywood-faced, metal or plastic panel -type materials to provide continuous, straight, smooth, solid exposed surfaces. Furnish in largest practicable sizes to minimize number of joints. Do not use any forms having defects on contact surfaces. Plywood forms will only be acceptable upon specific approval of the Owner Architect, and then only after visual inspection on the job site. City of Fowl Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 1 of 5 Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council; shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By James B. O'Neill, II, CPPO, FNIGP Purchasing/Risk Management Director 07/2001 Section 00020 Page 5 Plywood shall be sufficiently thick to withstand pressure of vvet concrete without bow or deflection but shall not be less than 5/8" thick, complying with U.S. Product Standard PS- I, "B-B High Density Overlaid Concrete Form, Class I ", or "B-B Exterior Type DFPA Plyform, Class I". B. Chamfer exposed external comers and edges, using chamfer strips accurately fabricated to produce uniform smooth lines and tight -edge joints. C. Refer to the Drawings for locations where special joints may be required. D. Arrangement for sheets or liner sheets shall be orderly and symmetrical. Form ties shall be spaced uniformly and aligned horizontally and vertically where locations arc exposed to view in the completed project. 2.02 Formwork and Unexposed Concrete A. Form concrete which will be unexposed in finished structure with plywood, boards, metal or other acceptable material. Provide lumber that is dressed on at least two (2) edges and one (1) side for a tight tit. Below -Grade Pier Forms: Sonotube Fiber Form "An or equal, specified in paragraph 2.03 below. B. Earthen or trenched forms shall not be used for vertical formwork. 2.03 Round Tubular Fiber Forms A. General: Prefabricated round, one-piece tubular fiber forms for exposed, round cast in -place concrete columns, formed from multiple layers of high quality fiber, spirally wound and laminated with non -water sensitive adhesives. B. Finish: Coated form producing visible spiral seam, Sonotube Fiber Form "A" coated or equal. C. Size(s): Diameter and lengths as required to produce finished columns of the size(s) shown on the Drawings. D. Approved Manufacturers: Sonotube as manufactured by Sonoco Products Company, Hartsville, SC, (800) 532- 8248, and represented locally by RW Specialties, Inc., Henderson, CO, (800) 332-6682. 2. Manufacturers providing form materials of same type, function, quality and performance are acceptable. 2.04 Accessory Materials A. Premolded Joint Fillers: In joints caulked or sealed with silicone or thiokol-based compound, filler shall be non -bituminous, non -extruding, conforming to ASTM D1752. In all other joints, filler shall be bituminous type conforming to ASTM D 1751. Filler shall be 1 /2" thick, unless otherwise indicated. Non -Bituminous Filler: Sonoflex F by Sonnebome or equal. B. Premolded Fiberboard Joint Fillers (Bituminous -Type): Preformed rigid cane fiberboard material, impregnated with a durable asphaltic compound, conforming to AASHTO-M213. Fillers shall be 1/2" thick, unless otherwise indicated. Bituminous Filler: Flexcell by Celotex or approved equal. C. Bond Breaker: Where shown on the Drawings or required by the work, provide minimum two (2) layers 15-lb. non -bituminous felt bond breaker. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 2 of 5 D. Column Isolation Joints: Joints around columns may be formed with minimum 304 nonbituminous building felt left in place with neatly trimmed top edge or approved joint filler material. E. Keyways: Provide nominal 1-1 12" deep keyways in all construction joints in calls. slabs and joints between walls and slabs, unless otherwise shown. F. Form Ties: Provide factory -fabricated break -back, removable, or snap -type form ties designed to prevent spatting concrete surfaces on removal and which will leave no metal within 1/2" of concrete surface. Use stainless steel, plastic -coated or hot -dipped galvanized at exposed concrete with cone -shaped tie heads, manufactured by Dayton, Gates, Heckman, Richmond or approved equal. G. Release Agent: Provide commercial formulated synthetic resin or oil -type form coating compounds that will not bond with or adversely affect concrete surfaces and will not impair subsequent finish treatment of surfaces, manufactured by Protex Pro -Coat, Euclid Eucoslip, J R Tex -Mastic or approved equal. Contractor shall ensure that release agent is compatible with the finish requirements of concrete to be exposed to view. H. Metal Inserts: Provide adjustable wedge inserts of malleable cast iron complete with bolts. null. washers, 3/4" bolt size, unless otherwise shown,'manufactured by Hohmann and Barnard, Gateway, Dayton or approved equal. 1. Embedded Dovetail Anchor Slots and Anchors: Refer to Section 03250. Concrete Accessories. J. Embedded Plates, Sleeves and Anchor Bolts: Miscellaneous embedded items furnished by other Sections. Refer to the appropriate Section(s) in these Specifications. PART 3 — EXECUTION 3.01 Preparation A. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of the Soils Investigation Report and Section 02225. If the foundation structure design shown on the Drawings and/or specified will not strictly conform to this requirement, advise Owner/Architect/Engineer before proceeding with work of this Section. B. Expansion, Construction and Other Joints: Property layout work and make necessary preparations for construction of specified joints in cast -in -place concrete work. Take special care to provide joints to allow for removal of sections of concrete foundations, walls or flatwork for future construction where shown on the Drawings. C. Ensure that connector plates, sleeves, dovetail anchor slots and other concrete accessories embedded in concrete are properly located, aligned and secured prior to placing concrete. 3.02 Fabrication A. Construct forms complying with ACI 347 to the exact sizes, shapes, lines and dimensions as shown on the Drawings and as required to obtain accurate alignment, location, grades, level and plumb work in finished structures. Use selected material to obtain the required finishes. Concrete tolerances shall be as specified in Section 03300. B. Construct formwork to be readily removable without impact, shock or damage to cast in -place concrete surfaces and adjacent materials. C. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt all joints and provide backup materials at joints as may be required to prevent leakage. Ensure that formwork is properly braced and tied. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 3 of 5 D. Provide openings in forms as required to accommodate other work. Accurately place and securely support all items required to be built into the forms. Size and locations of openings, recesses, chases and other built-in items shall be obtained from the Contractor or the trades involved. 3.03 Preparation of Form Surfaces A. Prior to each use, coat contact surfaces of forms with release agent prior to placement of reinforcement, in accordance with the manufacturer's recommendations. Do not allow excess coating material to accumulate in forms or to come into contact with concrete surfaces against which fresh concrete will be placed. B. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. Refer to Section 03300 for required concrete finishes. C. Ensure that all debris and frost has been removed from forms before placing concrete. D. Clean, repair and recoat surfaces of forms that are to be reused. Split, frayed, delaminated or otherwise damaged form facing materials will not be acceptable. E. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and tighten fornis to close all joints. Align and secure all joints to avoid offsets. 3.04 Erection of Round, Tubular Fiber Forms A. General: Erect, brace and maintain prefabricated fiber forms in accordance with the manufacturer's written instructions and recommendations. B. Provide fiber forms in continuous, one-piece lengths for all project applications. C. Ensure that cages of reinforcing steel have been properly fabricated and tied, inspected and approved before installing fiber forms. D. Drop fiber forms over reinforcing steel cage either manually, with block and tackle, or by crane, depending upon sizes and lengths. E. Take all necessary precautions to prevent damaging the interior surfaces of the forms. F. Brace fiber forms as recommended by the manufacturer and as required by job conditions before, during and after concrete placement. 3.05 Removal of Formwork A. Formwork not supporting weight of concrete such as sides of grade beams, walls and similar parts of work may be removed 48 hours after placing concrete, providing concrete is sufficiently hard to not be damaged by removal operations and providing that curing and protection operations are maintained. Refer to specific requirements for hot- and cold- weather concreting in Section 03300. B. Formwork for beam soffits, slabs and other parts that support the weight of concrete shall remain in place at least 14 days and until concrete has reached its specified 28-day strength. C. Whenever formwork is removed during the curing period, cure exposed concrete as specified in Section 03300. D. Prefabricated Fiber Forms: Remove forms as soon as possible after concrete has set. This is to generally occur between 24 and 48 hours, but not exceeding 5 days, in strict accordance with the manufacturer's written instructions and recommendations. Take all necessary precautions not to mar concrete surfaces. E. Prefabricated Fiber Forms: Forms for unexposed, below -grade piers need not be removed. Trim excess form material flush with top of pier, or finish grade for exterior locations. F. Contractor shall verify required tolerances specified in Section 03300 immediately after removal of forms. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning 8 Development Division Page 4 of 5 G. Carefully remove tins or other minor surface defects from concrete to remain exposed in the final construction, and leave surfaces prepared for sealers, paint, skim coats or other finishes. Repair minor imperfections as specified in Section 03300. END OF SECTION City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 5 of 5 DIVISION 3 SECTION 03200 — CONCRETE REINFORCING PART 1 - GENERAL 1.01 Work Included A. Furnish, bend and install all reinforcing bars, welded wire fabric, ties and supports. B. Furnish and install fiber reinforcing materials. C. Related work specified elsewhere: I. Section 03300, Cast -in -Place Concrete. 1.02 Quality Assurance A. Fabricate and place reinforcing steel in accordance with the latest edition of ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures", and as detailed on the Drawings. B. Contractor Quality Assurance Program: Refer to Section 03300 for requirements. C. Reference Standards: Comply with requirements of the following codes and standards, except as otherwise shown or specified: I. ACI 318, "ACI Standard Building Code Requirements for Reinforced Concrete'. 2. ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures". 3. ACI 301-72, "Specifications for Structural Concrete for Buildings". 4. CRSI "Manual of Standard Practice". 5. CRSI 'Recommended Practice for Placing Reinforcing Bars". 6. CRSI 'Recommended Practice for Placing Bar Supports". 7. AWS D12.1, 'Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction". D. Contractor shall obtain specific approval from the Architect/Engineer for the following items: 1. Relocation of bars to an extent that causes placement tolerances to be violated. 2. Bar chairs and spacers. 3. Splices not shown on the Drawings and mechanical connectors. 4. Bending of reinforcement embedded in hardened concrete. 1.03 Product Delivery, Storage and Handling A. Deliver reinforcement to site in strongly tied bundles with metal tags corresponding to bar schedules and diagrams. Store on the site free of rust, scale, oil or other coating. Store bars off the ground and protect from moisture, dirt, oil or deleterious coatings. B. If concreting is delayed for any considerable period of time after reinforcement is in place, it shall be protected by suitable covering. C. Protect exposed reinforcement intended for bonding with future extensions by suitable covering, if applicable. City of Fort Collins Section 03300 - Cast -in -Place Concrete Park Planning & Development Division Page 1 of 3 PART 2—PRODUCTS 2.01 Reinforcing Materials A. Bars: ASTM A615-82, 60 KSI grade, deformed billet steel bars, plain finish, as indicated on the Drawings. Bars shall be free of scale or other bond -reducing coatings. B. Ties, stirrups and field bent bars, 43 or smaller, may be ASTM A615, 40 KSI grade. Welded Wire Fabric: ASTM A 185 or A497, plain type in flat sheets, plain finish, welded intersections, in sizes as indicated on the Drawings. Use of coiled rolls shall not be permitted. C. Steel Wire: Provide plain cold -drawn wire conforming to ASTM A82. D. Fiber Reinforcing: Collated, fibrillated polypropylene fiber, Fiber Mesh 1, Fiber Mesh, Inc., Chattanooga, TN, or equal. 2.02 Accessory Materials A. Accessories shall be of suitable type conforming to ACI 315 and shall include spacers, chairs, tie bars, support bars and all other devices for properly assembling, placing and supporting reinforcement, weight of concrete and workmen without displacement of reinforcement. Wood, brick, block, concrete chips and other non-metallic devices are not acceptable. B. For exposed -to -view concrete surfaces where legs of supports are in contact %vith forms, provide supports with legs which are hot -dipped galvanized, plastic protected or stainless steel protected. C. Wire Ties: Wire for tying shall be annealed, cold -drawn wire of at least 16-gage. 2.03 Fabrication A. Shop fabricate reinforcing bars to conform to the required shapes and dimensions with fabrication tolerance complying with ACI 315. Cold bend bars in a manner which will not injure material. B. Straightening or rebending at site will not be permitted for bars over 40 KSI yield strength. C. Where reinforcing bars are shown welded to structural steel, bars are to be furnished by rebar supplier and welded in place by structural steel erector. PART 3 — EXECUTION 3.01 Preparation A. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of Section 02225. If the foundation structure design shown on the Drawings and/or specified will not strictly conform to this requirement, advise Architect/Engineer before proceeding with work of this Section. 3.02 Splices A. Splices not shown on the Drawings must be approved by the Architect/Engineer. B. Lapped splices shall be securely wired together. Minimum laps shall be in accordance with requirements of ACI 318 and ACI 301-72 and as shown on the Drawings. Offset vertical lap splices at least one bar diameter. C. Lapped spices for welded wire fabric shall be made so that overlap of outermost wires is not less than one full mesh. Lace splices together with 16-gage wire. City of Fort Collins Section W300 — Cast -in -Place Concrete Park Planning & Development Division Page 2 of 3 3.03 Placing Reinforcing Steel D. Prior to placing into position, thoroughly clean reinforcement of mill and excessive rust, scale, dust, mud. oil. ice and all other deleterious coating which may destroy or reduce bond. E. All reinforcing shall be placed in accordance with the Drawings and the "Manual of Standard Practice for Detailing Reinforced Concrete Structures", ACI 315, ACI 301 and ACI 318. F. Accurately place and support reinforcing steel with chairs, bar supports, spacers or hangers as recommended by ACI detailing manual except in slab -on -grade work. Support bars in slabs -on - grade and footings with approved accessories. G. Place reinforcing bars to a tolerance of +/- 1 /4", except that minimum spacings between bars shall be to a tolerance of + / - 1 /4". Bars may be moved as necessary to avoid interference with other reinforcing steel, conduit or embedded items. The Architect! Engineer's approval must be obtained prior to moving bars under these circumstances. H. Securely anchor and tie reinforcing bars and dowels prior to placing concrete. Place reinforcement to obtain at least the minimum coverage for concrete protection shown on the Drawings and specified. Do not place reinforcement with additional concrete cover unless expressly approved by the Structural Engineer. J. Stec] reinforeing bars shall nm continuous through cold joints_ 3.04 Placing Welded Wire Fabric A. Welded wire fabric shall be placed 2" below slab surface or as indicated on the Drawings and shall not be permitted to be placed on subgrade prior to concrete placement and hooked into position. Reinforcement shall be fully supported at required elevation prior to concrete placement. Use continuous chairs or support bars in structural slabs to maintain proper locations as shown on the Drawings. B. Install welded wire fabric using full sheets as large as possible. Lap adjoining pieces as specified herein. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.05 Placing Fiber Reinforcing C. Place fiber reinforcing in accordance with manufacturer's written instructions and recommendations. 1- 1/2 lbs. per cu. yd., unless otherwise recommended by manufacturer. PART 4 — SCHEDULES 4.01 Schedule of Reinforcing Materials A. Reinforcing materials shall be placed in quantities, sizes and spacing as shown on the Drawings and/or as scheduled herein: I . Reinforcing bars and welded wire fabric shall be installed where shown or scheduled on the Drawings. B. Fiber reinforcing shall be placed in all poured -in -place concrete flatwork, including exterior concrete drives, apron pavements and curb and gutter sections, sidewalks, etc., regardless of whether these already are reinforced with steel or wire materials. C. Fiber reinforcing is not required in footings, foundation walls, grade beams and piers. END OF SECTION City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 3 of 3 DIVISION 3 SECTION 03300 — CAST -IN -PLACE CONCRETE PART 1 —GENERAL 1.01 Scope A. Furnish all labor, materials, supplies and equipment and perform all operations including mixing, forming, reinforcing, placement, consolidation, curing, stripping, and finishing. Items of work include but are not limited to: drainage appurtenances, wall foundations and any other cast -in - place structural concrete. 1.02 Work Not Included A. Walks, curb and Lotter, interior slabs, and other site paving. 1.03 Related Work A. Section 02200 -- Eartfivork and Grading. B. Section 02221 — Trenching, Backfilling and Compaction. C. Section 02750 — Portland Cement Concrete Paving. D. Section 02810 — Irrigation Installation. E. Section 02870 — Site Furnishings/Miscellaneous Facilities. F. Section 07900 — Joint Sealers 1.04 Quality Assurance A. Contractor Experience 1. The work shall be done in a thorough, workmanship manner by contractors experienced in concrete construction. 2. Contractor references for five similar, successfully executed projects will be required. 3. The Contractor(s) guarantee their respective work against defective materials or faulty workmanship for a period of one year. B. City Standards: The requirements for curb, gutter, and sidewalk in the City of Fort Collins Design Criteria and Standards for Street (which for the remainder of this section shall be referred to a "City Standards") will apply, except where specifically modified herein. C. Quality Control: Concrete Testing Service; Owner will engage a testing laboratory to perform materials evaluation, testing and design of concrete mixes. If test results meet the applicable specification, all testing costs will be borne by the Owner. Should any test(s) fail to meet the specifications, the cost of the failed test and all subsequent testing until the item meets specifications shall be borne by the Contractor. The following sampling and testing shall occur during concrete placement, as follows: 1. Sampling: ASTM C172, "Specific Gravity and Absorption of Concrete Aggregate." ASTM C31, "Making and Curing Concrete Test Specimens in the Field." 2. Slump: ASTM C143, "Slump of Portland Cement Concrete," one test for each set of compressive test specimens taken at point of discharge. 3. Air Content: ASTM C231, "Air Content of Freshly Mixed Concrete by the Pressure Method," one for each set of compressive strength specimens. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 1 of 8 4. Compressive Strength: ASTM C39, " Compressive Strength of Cylindrical Concrete Specimens." 5_ Report test results in writing to the Owner's Representative, Structural Cit_v Representative. Architect, Contractor, and Concrete Producer on same day tests are made. D. Mix Proportions and Design: City Standards shall be a minimum, unless more restrictive standards are listed. F. References: 1. ACI 301 — 89 - Structural Concrete for Buildings. 2. ACl 318 — 89 — Building Code Requirements for Reinforced Concrete. 1.05 Submittals A. Test Results: Perform and submit test reports for the following products in accordance with above general reference standards and specific requirements of these specifications. B. Proposed Mix Design: 1. The proportions of ingredients shall be selected to produce the proper placeability (slump), durability (air content), strength and other required properties of the section. 2. Prior to commencing concrete work, submit and obtain Owner's approval of certified test reports describing proposed concrete mix design. C. Cylinder Compression Test Reports: Submit two copies of certified test reports to Owner. D. Shop Drawings for Reinforcement Bars: 1. Before fabrication of reinforcing steel, the Contractor shall review and approve shop drawings, bar lists, fabrication and setting drawings and shall submit same to Owner for review. Include 1/8-inch scale plan of all floors and walls with reinforcing indicated. 2. Show sizes, quantity and dimensions for fabrication and placing of reinforcing bars and bar supports. 1.06 Test Panels Not applicable 1.07 Job Conditions A. For hot or cold weather concreting refer to City Standards. 1.08 Guarantee/Replacement A. The Contractor shall guarantee all concrete work for a period of two (2) years after acceptance against defective workmanship and materials. The determination of the necessity during such guarantee period for the Contractor to repair said curb, gutters, walks, driveways or crosspans, or any portion thereof, shall rest entirely with the Owner whose decision upon the matter shall be final and binding upon the Contractor. PART 2 — MATERIALS 2.01 Concrete A. Cement: ASTM C150, Type II or Type I/II Portland Cement. B. Aggregates: ASTM C33, Specifications for Concrete Aggregates, maximum size not to exceed'/< inches. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning R Development Division Page 2 of 8 C_ Water: Clean and not detrimental to concrete. D. Air -Entraining Admixture: ASTM C494, Type A. E. Water -Reducing Admixture: Refer to City Standards. F. Calcium Chloride: Use is prohibited. G. Related Materials: 1. Construction Joints: Preformed metal keyway with removable plastic cap strip to be filled with joint sealer. John Screedkey or equal. 2. Expansion Joint Fillers: ASTM D1752,'h inch thick, nonextrtding, preformed flexible closed -cell foam filler. Compression at 50%, 13.3 psi; extrusion 0.1 inch; recovery 99.21 %: water absorption percent by volume 0.246%. Test method D545. Submit sample. 3. Joint Sealing: See Section 07900. 4. Curing Materials: Refer to City Standards. H. Form Materials: Refer to City Standards. 1. Form Release Agent: Nonstaining agent that will not impair color or bonding characteristics of concrete. J. Chamfer Strips: 3/4 inch, 45 ❑job cutwood, or inch 45 ❑PVC for unexposed surfaces. Use PVC for exposed surfaces. K. Reinforcing Materials: 1. Reinforcing Steel: Deformed billet -steel, uncoated finish. 2. Deformed Reinforcing Bars: ASTM A615, Grade 60 unless otherwise indicated. Use Grade 40 for ties and for dowels to be field bent. 3. Dowels: ASTM A615, 40 ksi yield grade plain steel, uncoated finish. 4. Tie Wire: No. 24 or No. 16 gauge, black, soft iron wire. L. Dovetail Anchors: Open triangular stainless steel type, 3/16 inch in diameter and 3 %s inches long. Dur-O-Wall D/A 720 or equivalent, to consist of an anchor and a dovetail slot. The dovetail slot shall be cast into the concrete prior to installation of stone masonry. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 3 of 8 SECTION 00100 INSTRUCTIONS TO BIDDERS 2.02 Concrete Production A. Proportioning: 1. Design and proportion concrete to meet the following minimum compressive strengths and other criteria: Location Structural Footings, Grade Beams, Foundations, Walls and all Other Concrete Design Required Strength 7-Day 28-Day Strength 4,000 2,800 Slump Minimum Maximum Air + 1" Cement Water -Cement Entrain - Factor Ratio by ment 4 564 0.45 6%+ 1% 2. Other (e.g., drainage structures, manholes): Refer to individual specification sections. 3. For additional requirements, refer to City Standards. PART 3 — EXECUTION 3.01 Preparation A. Ensure that subgrade elevation is correct as shown on the drawings, that the subgrade has been compacted to the specified density, and that the required density and moisture tests have been performed within 48 hours of starting concrete work. B. Where rough grading operations have over excavated, place, shape and conpact bed course to the specified density. C. Allow a minimum of two hours for Owner's Representative's checkout before first concrete is placed. D. For further subgrade preparation requirements refer to City Standards, E. Cover masonry walls, glazing and other finish materials with polyethylene or other to protect from damage. 3.02 Forming A. Formwork 1. Erect forms substantial and sufficiently tight to prevent leakage of mortar and boarded or tied to maintain the desired position, shape and alignment before, during and after concrete placement. The use of earth as a form will not be allowed. 2. Forms shall conform to shape, lines and dimensions indicated on the drawings. 3. Forms shall be reviewed by Owner's Representative prior to concrete placement. Notify Owner three days prior to pouring. 4. Anchors, Inserts, Blockouts and Built -In -Items: Securely fasten built-in items to formwork, or hold in place with templates. Insertion into concrete after placement will not be permitted. 5. For additional formwork requirements, refer to City Standards. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 4 of 8 B. Joints I. Expansion Joints: Place where shown on the details and drawings. Construction Joints: Place construction joints at all cold joints and as shown on the details and drawings. Submit to Architect for approval the locations of joints desired. Locate joints in walls and footings at least 8 feet from any corner. Leave joints in reinforced structural members rough and provide longitudinal keys at least I '/2 inches deep. C. Embedded Items 1. Place all sleeves, inserts, anchors and embedded items required for adjoining work or for its support prior to concreting. Coordinate with other construction trades before placing concrete. 2. Position expansion joint material, waterstops, anchor bolts, masonry anchors, castings, steel shapes, conduits, sleeves, and/or other embedded items accurately and support against displacement. Fill voids in sleeves, inserts and anchor slots temporarily with readily removable material to prevent the entry of concrete into the voids. 3. Install conduits between reinforcing steel in walls or slabs with reinforcing in both faces and below reinforcing in slabs with only one layer of reinforcing steel. 4. Embedmcnts shall be clean when installed. Remove concrete spatter from all surfaces not in contact with concrete. 5. Provide dovetail slots for masonry anchors at a minimum of 18 inches on centers. Coordinate with project mason. 3.03 Reinforcement A. Comply with the specified codes and standards, CRSI "Manual of Standard Practice," ACI 301 and CSI-WCRS1 "Placing Reinforcing Steel." B. No bars shall be field -bent, except as indicated on the drawings or specifically permitted by the Owner. C. Position, support and secure reinforcement against displacement. Locate and support with metal chairs, runners, bolsters, spacers and hangers as required. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Do not use pebbles, pieces of broken stone, common or face brick, metal pipe, or wood blocks to support reinforcement. D. Provide standard reinforcement splices by lapping ends, placing bars in contact and tightly tying wire. Comply with requirements of ACI 318 for minimum lap of spliced bars. E. Assure that excavation, formwork and reinforcement are completed and that dirt, mud, encrusted concrete, debris and ice, frost and excess water are removed. F. Check that reinforcement is secured in place as shown on the drawings. G. Verify that embedded items are secured in position. H. Verify that all required tests for pipes under slabs have been completed. Assure that all hardened concrete and foreign material is removed from the inner surface of conveying equipment. 3.04 Placement of Concrete A. Conveying 1. Convey concrete from mixer to final position as rapidly as practicable without segregation or loss of material. 2. Use only metal or metal -lined chutes with maximum length of 20 feet, having a maximum slope of one vertical to two horizontal and a minimum slope of one vertical to three horizontal. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 5 of 8 3. Provide a hopper at the end of long -belt conveyors and chutes not meeting the requirements in Paragraph 2 above. 4. Conveying by pumping methods shall conform to ACI 304.. Chapter 9. a. Maximum loss of slump, 2 inches. b. Do not pump concrete having a slump of less than two inches. B. Depositing 1. Place concrete in compliance with the practices and recommendations of ACI 304, "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete," and as herein specified. 2. Notify Owner not less than 8 working hours in advance of any pour and as soon as formwork and reinforcing are substantially complete. Notify Owner's testing service not less than 8 working hours in advance of any pour to schedule necessary testing. 3. No water shall be added to concrete at job site. 4. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardehed sufficiently to cause the formation of seams or planes of weakness within the section. 5. Maximum height of concrete free fall shall be 4 feet. 6. Perform concrete placing at such a rate that concrete which is being integrated with fresh concrete is still plastic. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 7. Do not subject concrete to any procedure that will cause segregation. 8. Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement and curing. 9. Allow concrete to thoroughly settle before top is finished. Remove all latence, debris and surplus water from surfaces at tops of forms by screeding, scraping or other effective means. 10. Overfill forms wherever top of a wall will be exposed to weathering and after concrete has settled, screed off excess. 11. In cold weather comply with City of Fort Collins Specifications. 12. In hot weather comply with City of Fort Collins Specifications. C. Consolidation I. During and immediately after placement, thoroughly compact and work around all reinforcements, embedments and into comers of forms, eliminating all air or stone pockets which may cause honeycombing, pitting or planes of weakness, in accordance with the recommended practices of ACI 309 "Recommended Practice for Consolidation of Concrete." 2. Where vibration is necessary to achieve proper consolidation: a. Use mechanical vibrators that will maintain at least 9,000 cycles per minute when immersed in concrete. b. Minimum horsepower per vibrator shall be 1 %z. c. Number and type of vibrators shall be acceptable to Owner. d. Overvibrating and the use of vibrators to transport concrete laterally in forms will not be allowed. e. Vertically insert vibrators at points approximately 18 inches apart and to a depth to penetrate 6 inches into the preceding layer. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 6 of 8 f. Vibrate each location for a length of time to obtain adequate consolidation (generally 5 to 15 seconds). 3.05 Concrete Finishes A. Where work will be hidden from view, use rough form finish. 1. Patch tie holes and defects. 2. Remove fins greater that '/a inch in height. B. Unless otherwise indicated, use formed surfaces or smooth form finishes where surfaces will be visible. I . Patch tie holes and defects. 2. Completely remove fins. 3.06 Form Removal A. Do not remove or disturb forms until the concrete has attained sufficient strength to safely support all dead and live loads. Use care in form removal to avoid surface gouging, corner or edge breakage and other damage to the concrete. Forms shall not be removed earlier than the following schedule: 1. Walls and columns not yet supporting loads: 24 hours. 3.07 Curing A. For curing requirements, refer to City Standards. 3.08 Repair of Defective Concrete A. Repair to satisfaction of Owner, within 24 hours after removal of forms, all defects, including tie holes, in concrete surfaces. B. Replace to satisfaction of Owner, within 48 hours after adjacent forms have been removed, all honeycombed or otherwise defective concrete. C. Cut out and remove to sound concrete, with edges square cut to avoid feathering, all honeycombed or otherwise defective concrete. D. Replace flatwork that does not match appearance standards of Contractor's reference projects or sample panels E. Fill all holes with a non -shrink grout such as Master Builders Masterflo 713 or approved equal. 3.09 Quality Control A. Concrete Tests: Coordinate and schedule testing with Owner's Representative B. Acceptance of Concrete l . If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C42. 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. C. Failure of Test Cylinder Results City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 7 of 8 1. Upon failure of the 28-day test cylinder results, the Owner may require the Contractor, at his expense, to obtain and test at least three 2-inch diameter cored samples from area in question. 2. Concrete kill be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results, the Owner may require the Contractor, at his expense, to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The cost of the core tests, the load test and the structural evaluation shall be home by the Contractor. 5. Fill all core holes with a non -shrink grout such as Master Builders Masterflo 713 or approved equal. END OF SECTION City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 8 of 8 DIVISION 7 SECTION 07900 - JOINT SEALERS PART1:GENERAL 1.01 Work Included A. Furnish and Install: Provide all caulking and sealant indicated on the Drawings, specified herein, and not specified under other sections. In general, seal all openings indicated on the Drawings and at other locations requiring caulking to seal visually and against infiltration from air and water, including but not limited to the following: 1. Expansion joints in concrete walks 2. Exterior wall joints 3. Masonry control joints 4. Isolation joints, between structure and other elements 5. Joints at penetrations of walls decks. and floors by piping and other service equipment 6. Joints between items of equipment and other construction 7. Joints between door and window frames and adjacent materials. exterior and interior S. Bedding for door thresholds 9. Open joints between dissimilar materials as required to close and conceal jointing of the work 10. Construction and expansion of joints, joints between dissimilar materials; joints around windows, door frames, louvers, and other penetrations and openings 11. Otherjoints as indicated 1.02 Submittals for Review A. Color Samples: Submit color chart for each type of sealant in accordance with Division 1. B. Product Data: Submit for each material intended for use and location of application in accordance with Division 1. 1.03 Delivery, Storage and Handling A. General: Comply with Section 01600. Deliver in original unopened containers and store in an area not subject to extreme heat or cold. 1.04 Project Conditions A. Environmental Conditions: Do not apply exterior sealants during wet weather or when the outside temperature is below 40°F. Do not apply interior sealants when the inside temperature is below 60°F. 1.05 Warranty A. Provide a written three year warranty in writing covering materials and workmanship in accordance with Section 01700. Warranty shall require installer, at no cost to Owner, to repair or replace sealants which fail to perform as air -tight and water -tight joints; or fail in joint adhesion, cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain resistance, or general durability; or appear to deteriorate in any other manner not clearly specified as an inherent quality of the material by submitted manufacturers data. City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 1 of 5 PART 2: PRODUCTS 2.01 Joint Backing Material A. General: Size joint backing material for minimum 30% compression when inserted in that joint. Material shall be round or semi -circular type. B. Acceptable Manufacturers: I. Dow Chemical Company, Ethafoam 2. Sonnebom, Sonofoam 3. Schlegel Manufacturing Company, Schlegelfoam 4. Denver Foam 5. Accepted Substitute 2.02 Sealant Material C. Acceptable Manufactures: l . DAP Incorporated 2. Parr, Inc. 3. Pecora Corporation 4. Products Research and Chemical Corporation 5. Sonneborn Building Products 6. Tremco Manufacturing Company 7. Mameco International 8. W.R. Grace and Company 9. Accepted Substitute D. Silicone Sealant Manufacturer: 1. General Electric 2. Dow Corning 3. Accepted substitute in accordance with Section 01600 E. Acceptable Materials: I. Interior and Under Thresholds: Latex acrylic, ASTM C834-761. 2. Other Caulking: Two component polyurethane, FS IT-S-00227E, Type II, Class A, non - sag 3. Primer: As recommended by the sealant manufacturer. 4. Sealant at Concrete Paving: Two -component self -leveling polyurethane, FS IT-S- 00227E, Type I, Class, pourable type. 5. Sealant at Lavatories: Silicone sealant. 6. Colors: As selected by Architect from standard colors. 2.03 Bond Breaker Tape A. Tape: Polyethylene tape or other plastic tape as recommended by the sealant manufacturer to be applied to sealant -contact surfaces where bond to the substrate or joint filler must be avoided for proper performance of sealant. Provide self-adhesive tape wherever possible. Site Benches PART 3: EXECUTION 3.01 Inspection A. Inspection: Inspect work of others prior to application of any work under this section. If any joint or space to receive this work is not according to detail and cannot be put into proper condition to receive the work by specified methods; notify the General Contractor in writing or assume responsibility for and rectify any unsatisfactory caulking and sealing resulting. City of Fort Collins Section 07900 - Joint Sealers Park Planning & Development Division Page 2 of 5 B. Acceptance: Beginning of installation means acceptance of existing conditions. 3.02 Preparation A. Preparation of Surfaces 1. Clean surfaces in accordance with manufacturer's recommendations. 2. Mask edges, if required to protect adjoining surfaces and produce a straight finish line. 3. Clean joint surfaces immediately before installation of sealant. Remove dirt, insecure coatings, moisture and other substances which would interfere with bond of sealant. 4. Do not proceed with installation of sealant over joint surfaces which have been painted. lacquered, waterproofed or treated with water repellent or other treatment of coating. Remove coating or treatment joint surfaces before installing sealant. 5. Each concrete masonry joint surfaces to remove excess alkalinity unless sealant manufacturerOs printed instruction indicates that alkalinity does not interfere with sealant bond and performance. Etch with 5% solution of muriatic acid, neutralize with diluted ammonia solution, rinse thoroughly with water and allow to dry before sealant installation. B. Priming: If required, prime surfaces which are to be caulked with manufacturer0s recommended or standard primer, after the surfaces have been prepared as specified. Before use, check primers for discoloration and dirt pick-up on adjacent surfaces. If staining occurs, after exposure, take adequate measures to prevent the primer from being applied over the face of adjacent porous materials by masking or other suitable measures. C. Joint Backing: 1. Joints shall be of depth necessary to provide for the specified allowable thickness of sealant and also the required backing where and as specified. Provide backing of extent and type as specified and required to provide for the allowable depth of the sealant. 2. Back-up Materials for Sealants: Non -staining, compatible with the sealant and primer, shall be of a resilient nature and as recommended by the manufacturer of the sealant. Size and shape of the backing shall be as required by the width of the joint and specified. Do not use materials impregnated with oil, solvents, or bituminous materials. 3. Compress backing material a minimum of 30% when inserted in the joint. Backing material for the upper portion of joint shall be a round rod or semi -circular in cross- section with the arc in contact with the sealant. D. Bond Breaker Tape: Install where indicated and as required by manufacturer's recommendations to ensure that sealants will perform properly. 3.03 Application A. Exterior Metal Sills: Set in full bed of polyurethane sealant. B. Thresholds: Set in full bed of latex acrylic sealant. C. Caulk Joints: 1. Apply sealants in continuous beads without open joints, voids, or air pockets, using a ratchet hand gun or mechanical powered gun. 2. Confine sealants to joint areas with masking tapes or other precautions. Apply compounds in concealed compression joints accurately so that excess compound will not extrude from joints. City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 3 of 5 3. Remove excess compound or sealant promptly as work progressess, and clean adjoining surfaces. 4. In rough surfaces or joints of uneven widths, install sealant, well back into joint. Recess equal to width of joint, or 3/8" minimum at masonry. 5. Use anti -tack agent where necessary to protect freshly applied sealant from public traffic and dirt. 6. Slightly recessed joints as to facilitate a painterOs line. Handtool and finish joints throughout construction. 7. Comply with manufacturerOs printed instructions and specifications. D. Concrete Paving Expansion Joints: Cut expansion joint filler down to allow joint depth equal to 75% of joint width, but neither more than 0.625" deep nor less than 0.375" deep. Seal over expansion joint filler with poured sealant. E. Workmanship: Employ only proven installation techniques, which will ensure that sealants will be deposited in uniform, continuous ribbons without gaps or air pockets, with complete OwettingO of the joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. F. Joint Sizes: Install sealants to depths as indicated or, as recommended by the sealant manufacturer but within the following general limitations: 1. For normal moving joints sealed with elastomeric sealants but not subject to traffic, fill joints to a depth equal to 50% of joint width, but not more than 1/2" deep or less than 1/4" deep. 2. For joints sealed with non-elastomeric sealants and caulking compounds, fill joints to a depth in the range of 75% to 125% of joint width. G. Spillage: 1. Do not allow sealants or compounds to overflow or spill onto adjoining surfaces, or to migrate into the voids of adjoining surfaces. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces, by either the primer/sealer or the sealant. 2. Remove excess and spillage of compounds promptly as the work progresses. Clean the adjoining surfaces by whatever means may be necessary to eliminate evidence of spillage. Do not damage the adjoining surfaces or finishes. 3.04 FIELD QUALITY CONTROL A. Samples: Where directed by the Architect, cut out and remove a total of three samples consisting of the undisturbed sealant and back-up material from the joint. Samples shall be 6" in length. Reseal cut out areas with the same materials. 3.05 CURING, PROTECTION AND CLEANING A. Curing: Cure sealants and caulking compounds in compliance with manufacturerOs instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. B. Protection: City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 4 of 5 Advise the General Contractor of procedures required for the protection of sealants during the construction period, so that they will be without deterioration or damage (other than normal weathering) at the time of acceptance. C. Cleaning: Protect surfaces from damage. Clean soiled surfaces immediately. Replace with new material any damaged material which cannot be cleaned with new material. END OF SECTION City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 5 of 5 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 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 including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort 12/03 Section 00100 Page 1 DIVISION 9 SECTION 09900 — PAINTING PART 1 — GENERAL 1.01 Work Included A. Prepare surfaces to receive opaque painted finishes as specified. B. Finish surfaces as indicated in the schedule at the end of this Section. Generally, the scope of work shall include painting all exposed surfaces, whether specifically noted or not, and certain concealed surfaces, except where materials are prefinished or where intended to remain unfinished as described in paragraph 1.02 below. Related work specified elsewhere: C. 1. N/A 1.02 Work Not Included A. Unless otherwise indicated, painting is not required on surfaces in concealed areas and inaccessible areas such as furred spaces, foundation spaces, utility tunnels, pipe spaces and duct shafts. B. Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require painting under this Section, except as may be so specified. C. Materials, fixtures and equipment specified or supplied by the manufacturer as prefinished shall not be painted, unless otherwise indicated in the Schedule at the end of this Section. D. Materials supplied with factory -applied primer coats shall be field finished by this Section, unless otherwise indicated. Do not paint moving parts of operating units, mechanical or electrical parts such as valve operators, linkages, sensing devices and motor shafts, unless otherwise indicated. Priming or finishing of certain surfaces may be specified to be factory -applied or installer performed under other Sections. E. Priming or finishing of certain surfaces may be specified to be factory -applied or installer - performed under other Sections. 1.03 Quality Assurance A. Finish work shall be performed only by qualified personnel employed by firms specializing in work of this type, with a minimum of five (5) years successful experience in projects of similar size and complexity. B. Materials shall be applied with appropriate equipment and tools as specified herein, or as required to provide the specified quality. C. Coordination of Paint Finishes, Primers and Substrates: 1. Provide finish coats which are compatible with the prime coats actually used. 2. Review other Sections of these Specifications as required, verifying the prime coats to be used and assuring compatibility of the total coating system for the various substrates. 3. Upon request, furnish information on the characteristics of the specific finish materials to assure that compatible prime coats are used. 4. Provide barrier coats over non -compatible primers or remove the primer and reprime as required. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 1 of 7 5. Notify the Architect in writing of anticipated problems in using the specified coating systems over prime coatings or substrates supplied under other Sections. D. Certification: Supplier shall certify that all paint materials supplied contain no lead or other toxic substances. 1.04 Submittals A. Product Data: Submit manufacturer's product literature and specifications to show compliance with the specified requirements. B. Materials List: Submit materials list of all items proposed to be provided under this Section. 1.05 Delivery, Storage and handling A. Deliver paint materials in original, sealed and labeled containers bearing manufacturer's name, type of paint, brand name, color, designation and instructions for mixing and/or reducing. B. Provide adequate storage facilities to store materials at minimum ambient temperature of 45' F in a well -ventilated area. C. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.06 Environmental Conditions A. General: Follow manufacturer's written specifications and recommendations for product handling and application. Adhere to all applicable OSHA regulations related to product application and handling of removed paint, rinse water and other residual materials. B. Ensure that surface temperature or the surrounding air temperature is above 40' F before applying finishes. Minimum application temperatures for latex paints for interior work is 45' F; 50' F for exterior work. C. Provide adequate continuous ventilation and sufficient heating facilities to maintain temperatures above 45' F for 24 hours before, during and 48 hours after application of finishes. D. Provide minimum 15 foot-candles of lighting on surfaces to be finished. 1.07 Protection A. Adequately protect other surfaces from paint and damage. Repair damage as a result of inadequate or unsuitable protection. B. Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from soiling surfaces not being painted and, in particular, surfaces within storage and preparation area. C. Place cotton cloths and any material which may constitute a fire hazard in closed, metal containers and remove daily from the site. D. Remove electrical plates, surface hardware, fittings and fastenings prior to painting operations. These items are to be carefully stored, cleaned and replaced on completion of work in each area. Do not use solvents to clean hardware that may remove permanent lacquer finish. 1.08 Maintenance Materials A. Contractor shall furnish Owner additional maintenance stock of not less than one(]) gallon shall be adequate for all accent and trim colors. B. Containers are to be tightly sealed and clearly labeled for identification. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 2 of 7 PART 2 — PRODUCTS 2.01 Finish Materials A. Paints, Enamels and Fillers: Type and brand scheduled herein, ready -mixed, except field catalyzed coatings. Pigments fully ground maintaining a soft paste consistency, capable of readily and uniformly being dispersed to a complete homogeneous mixture. Paints shall have good flowing and brushing properties and be capable of drying or curing free of streaks or sags. 1. Paint materials shall contain no lead or other toxic substances. Refer to paragraph 1.03.c. B. Paint Accessory Materials: Linseed oil, shellac, turpentine and other materials not specifically indicated herein but required to achieve the finishes specified, of high quality and approved manufacturer. C. Color(s) as selected by the Architect from manufacturer's full color selection, unless otherwise indicated. Painter shall prepare samples for the Architect's approval of each paint color selected. Remake samples until approved, at no additional cost to the Owner. D. Approved Manufacturers: Use the same brand throughout the project for each type of paint material specified: 1. Sherwin-Williams ProMar 200, as basis of design. 2. Paint: Pittsburgh, Diamond Vogel, ICI Dulux, Fuller O'Brien, Benjamin Moore, Kelly 3. Moore, Kwal-Howell and Sophir Morris. Using product lines of same quality, function and performance are acceptable only as approved by the Architect prior to bidding. 4. Powder coating: Refer to Section 09901. 5. Strippers and Paint Removers: Refer to Section 09905. 2.02 APPLICATION EQUIPMENT A. For application of the specified paint, use only such equipment as is recommended for application of the particular paint by the manufacturer. B. Prior to use of application equipment, verify that the proposed equipment is actually compatible with the material to be applied and that integrity of the finish will not be jeopardized by use of this equipment. 2.03 COLOR SCHEDULES A. The Architect will prepare marked -up elevations or a color schedule with samples for guidance in painting. Contractor shall furnish samples of all other related finish materials for coordination in preparation of the color schedule. B. The Architect may select, allocate and vary colors on different surfaces throughout the work, subject to the following: A maximum of three (3) different colors will be used, plus variations for miscellaneous work. PART 3 — EXECUTION 3.01 Inspection C. Subcontractor shall thoroughly examine surfaces scheduled to be painted or finished prior to commencing work. Notify the Architect of any condition that may potentially affect proper application and final appearance. Do not commence work until such defects have been corrected to the satisfaction of the painting subcontractor. Beginning work shall be considered acceptance of surfaces. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 3 of 7 3.02 Preparation of Surfaces A. General: All preparatory work shall be subject to evaluation and acceptance by the Architect. Painting subcontractor will accept responsibility for the preparation of all sun faces. as specified herein, prior to finishing. B. Ensure that the Contractor has corrected defects in all surfaces which may adversely affect work of this Section, including but not limited to: 1. Metal doors and frames. 2. Metal stair components. 3. Gypsum wallboard surfaces and texturing. 4. Plaster surfaces and finishing. 5. Welding and other attachments. 6. Steel plate connectors at exposed wood trusses. C. Remove surface contamination and oils from galvanized surfaces and wash with solvent. Apply a coat of etching -type primer. D. Remove grease, rust, scale, dirt and dust from steel, ferrous metal and iron surfaces. Where heavy coatings of scale are evident, remove by wire brushing, sandblasting or any other necessary method. 1. Clean imprinted surfaces by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring that weld joints, bolts and nuts are similarly cleaned. Prime surfaces as required. 2. Sand and scrape shop -primed surfaces to remove loose primer and rust. Feather out edges to make touch-up patches inconspicuous. Clean surfaces with solvent and prime surfaces as required. 3. Back -prime structural steel and ferrous metal surfaces to be in contact with concrete, unless furnished by other Sections. 4. Ensure that excess weld slag or flux deposits are removed, and that all exposed welds are ground or sanded to specified appearance. E. Remove all hardware from doors before painting. Masking of hardware is unacceptable. F. Schedule painting prior to installation of prefinished materials, specialties, furnishings and fixtures to the extent possible, including but not limited to: Finish hardware. Cabinetry and casework. Surface -mounted mechanical and electrical devices such as thermostats, prefinished grilles and diffusers, switch plates and outlet cover plates, etc. 3.03 Application A. General: Apply finish materials in accordance with the manufacturer's instructions and recommendations. Ensure that surfaces have been properly prepared and primed prior to application of finish coats. B. Apply each coat at the proper consistency. Allow each coat of finish to dry before the following coat is applied, unless directed otherwise by manufacturer. Sand lightly between coats to achieve the required finish. C. Brush Applications: City of Fort Collins Section 03300 - Cast -in -Place Concrete Park Planning & Development Division Page 4 of 7 I . Brush out and work the brush coats onto the surface in an even film. 2. Finish coats shall be finished by roping the paint, moving from wet to dry areas. 3. Cloudiness, spotting, holidays, laps, brush marks, runs, sags and other surface imperfections will not be acceptable. D. Spray Applications: I. Except as specifically otherwise approved by the Architect, confine spray application to metal framework and similar surfaces where hand brush work would be inferior. 2. Gypsum wallboard walls, ceilings and soffits shall be finished by spray application, then back -rolled with roller equipment to result in specified mil thickness, moving from wet to dry areas. 3. Where spray application is used, apply each coat to provide the hiding equivalent of brush coats. 4. Do not double back with spray equipment to build up film thickness of two (2) coats in one (1) pass. E. For completed work, match the approved samples as to texture; color and coverage. Remove, refinish or repaint work not in compliance with the specified requirements. 3.04 Painting Mechanical and Electrical Equipment A. General: Painting of exposed equipment, louvers, ductwork, piping, conduits, etc. shall be work of this Section, unless otherwise indicated. 1. Paint all ductwork, piping, conduit and devices to be exposed to view in the completed project, unless prefinished or in concealed areas as defined in paragraph 1.02. 2. Coordinate extent of field finishing of mechanical and electrical equipment with the Architect as necessary. 3. Architect retains the right to require prefinished diffusers, grilles and other mechanical or electrical devices to be field finished, whether or not specifically called for. 4. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars and supports in exposed locations, except where items are plated or covered with a prefinished coating, or where located in mechanical chase spaces. Finish paint primed equipment to color selected. B. Color Coding: Refer to Mechanical and Electrical Sections for requirements concerning color coding, identification branding of equipment, ducting, piping and conduit, if required. 1. Color code equipment, piping, conduit and exposed ductwork in accordance with requirements indicated. 2. Color banding and identification (flow arrows, naming, numbering, etc.). C. Remove grilles, covers and access panels for mechanical and electrical systems from location and paint separately. D. Paint face(s) and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. 1. Replace identification markings on mechanical or electrical equipment when painted over or spattered. E. Do not paint gas meters, electric meters and similar exterior equipment provided by outside utility providers, if not permitted by those agencies. Coordinate requirements with the appropriate Subcontractor prior to painting. City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 5 of 7 0 I . Exposed gas piping leading to the gas meters shall be painted. 2. Exterior surface -mounted meter centers, disconnects, CT cabinets and similar equipment shall be painted, where not specifically excluded above. 3. Interior panel board cabinet frames and doors shall not be painted, unless specified elsewhere. 3.05 Areas of Special Concern A. The bus shelter light poles and lights, street sign and railings shall be powder coated with touch up by the painting subcontractor using materials provided by powder coating subcontractor. 3.06 Cleaning A. Promptly remove paint from adjacent materials or surfaces as work proceeds where spilled, splashed or splattered. B. During progress of work, keep premises free from any unnecessary accumulation of tools, equipment, surplus materials and debris. C. Place cotton cloths and material which may constitute a fire hazard in closed metal containers and remove daily from the site. D. Upon completion of work, leave premises neat and clean, to the satisfaction of the Architect. 3.06 Quality Control A. Painted finishes shall be subject to evaluation and approval to the satisfaction of the Architect, including but not limited to, the following characteristics: 1. Consistency and smoothness of surface. 2. Coverage and mil thickness. 3. Color match between adjacent areas. 4. Compliance with approved sample(s). PART 4 - SCHEDULES 4.01 Exterior Painting and Finishing Schedule NOTE: MWF indicates minimum wet film thickness which is a oer coat measurement in mils thickness. Systems are based on Sherwin-Williams (S-W) or as noted. A. Exterior Exposed Steel Surfaces: I . Location: Exposed surfaces of exterior steel structures and railings. B. Exterior Metal Surfaces: 1. Location: Metal doors and frames. 2. Primer: One (1) coat shop prime or inhibitive metal primer, MWF 3.6 mils. 3. Finish: Two (2) coats alkyd enamel, semi -gloss, MWF 4.4 mils. 4. Product: SoW Industrial Enamel. 5. Color(s): To be selected. C. Metal Boxes, Conduits and Mechanical Equipment: 1. Location: As shown on the Drawings. City of Fort Collins Park Planning & Development Division Section 03300 — Cast -in -Place Concrete Page 6 of 7 2. Primer: One (1) coat, factory primed. 3. Finish: Two (2) coats acrylic latex, MWF 3.6 mils where not factory finished. 4. Product: S-W A-100 Satin Latex House and Trim. 5. Color: To match adjacent surfaces. D. Louvers and Vents: Paint where not prefinished by manufacturer. 1. Exterior Signage: Prefinished by manufacturer. END OF SECTION City of Fort Collins Section 03300 — Cast -in -Place Concrete Park Planning & Development Division Page 7 of 7 No Text 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 he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 12/03 Section 00100 Page 2 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 Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. 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 should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.9. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of substantially (the Contract days within which, or the date by which the Work is to be complete and also completed and ready for Final Payment Times) are set forth in the Agreement. 12/03 Section 00100 Page 3 ADDENDUM No. 1 Chi c1f�� SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6006 Stewart Case Park — Site Improvements OPENING DATE: 3:00 P.M. (Our Clock) November 22, 2006 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. GENERAL CLARIFICATION �. City will be responsible for moving the existing swings. Contractor will be responsible for the purchasing and placing the new engineered wood safety surfacing. 2. Digital data for grading of plaza provided upon request (Park Planning & Development). 3. Shelter footing design per manufacturer's specifications and local building code requirements. Article 3. Contract Times 3.2.1 Substantial Completion Date to be April 13, 2007. 3.2.2 Final Acceptance Date to be May 11, 2007. 215 North Mason Street • 2" Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 www.fc¢ov.eom 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices 12/03 Section 00100 Page 4 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. 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, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 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 at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume 12/03 Section 00100 Page 5 full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. 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 by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. 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 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available 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 and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 12/03 Section 00100 Page 6 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 12/03 Section 00100 Page 7 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management 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 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION 12/03 Section 00100 Page 8 SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT:6006 Stewart Case Park -Site Improvements Place Fort Collins Date November 22, 2006 1. In compliance with your Invitation to Bid dated 10-31-2004 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 1 pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of bid amount ($ 5% of bid amount ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at 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: Employers Mutual Companies, PO Box 370010, Denver, CO 80237. 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 2 1 1 7/96 Section 00300 Page 1 Project: STEWART CASE PARK - SITE IMPROVEMENTS ADDENDUM 1 BID SCHEDULE Bid Item Description Estimated Quantity Unit Unit Price Total GENERAL REQUIREMENTS 1 Mobilization 1 hmmp sum $ 9,450.00 $ 9,450.00 2 Surveying 1 lump sum $ 1,225.00 $ 1,225.00 DEMOLITION 3 Removal of 4 & 5-Inch Concrete 3,440 sf $ 1.30 $ 4,472.00 4 Removal of Planter Beds 142 sf $ 1.00 $ 142.00 5 Removal of Playground Header & Wall 76 If $ 8.50 $ 646.00 EARTHWORK 6 Erosion Control 100 if $ 3.35 $ 335.00 SIDEWALKS AND COURT 7 Concrete 6 Inch Flatwork 7,550 sf $ 5.83 $ 44,016.50 8 Concrete 6Inch Exposed Aggregate Flatwork 1,480 sf $ 10.25 $ 15 ,170.00 9 Concrete Basketball Court 5040 sf $ 4.78 $ 24,091.20 10 Basketball Court Striping 1 lump sum $ 422.00 $ 422.00 PLAYGROUND AREAS 11 Exposed Aggregate Wall 15 if $ 114.00 $ 1,710.00 12 Exposed Aggregate Playground Header 70 if $ 32.50 $ 2,275.00 13 Engineered Wood Safety Surfacing 15 cy $ 41.10 $ 616.50 14 Poured -in -Place Safety Surfacing 1,200 sf $ 17.15 $ 20,580.00 15 Climbing Boulder I ea $ 25,519.50 $ 25,519.50 SITE FURNISHINGS 16 Prefabricated Picnic Shelter 1 lump sum $ 40 , 450.00 $ 40,450.00 17 Bench - Non -Backed 5 ea $ 1,292.00 T. 6.460.00 18 Bench- Backed 1 ea $ 1,860.25 $ 1,860.25 19 Bench - 6 Foot Swing 1 ea $ 1,062.00 $ 1,062.00 20 Picnic Table 2 ea $ 780.00 $ 1,560.00 21 Bicycle Rack I ea $ 848.00 $ 848.00 22 Basketball Equipment 2 lump sum $ 2,200.00 $ 2,200.00 23 Relocation of Drinking Fountain i lump sum $ 860.00 $ 860.00 24 Repainting Shelter i lump sum $ 718.75 $ 718.75 Page 1 of 2 Pioject: STEWART CASE PARK - SITE IMPROVEMENTS ADDENDUM 1 BID SCHEDULE Bid Estimated Item Description Quantity Unit Unit Price Total LANDSCAPING 25 2 Inch Caliper Deciduous Tree 25 ea $ 375.00 $ 9,375.00 26 6 Foot Evergreen Tree 6 ea $ 343.75 $ 2,062.50 27 Relocation of Existing Tree 3 ea $ 500.00 $ 1,500.00 28 Deciduous Shrub #5 42 ea $ 43.75 $ 1,837.50 29 Ornamental Grass #1 30 ea $ 18.75 $ 562.50 30 Irrigated Fescue Sod 7,572 sf $ 0.75 $ 5,679.00 31 Granite Turf Area Boulders 30 ea $ 125.00 S 3,750.00 32 Granite Stepping Path Boulders 16 ea $ 1,238.00 $ 19,808.00 TOTAL $ 251,264.20 Figure Two hundred fifty one thousand two hundred sixty four and 20/100Dollars A[terrsoft Id items Alternate Bid Item #1 Irrigated Fescue Seed (add seed and deduct sod) 7,572 sf $ (0.40) $,(3028.80) deduct Page 2 of 2 i TOTAL $ (written) lars Alternate Bid Item #1 Irrigated Fescue Seed (add seed and deduct sod) 7,572 sf $ $ 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: G.L. Hoff Company fl�Z z-dCQ Date Gregory L. Hoff, President Title #B-6 l License Number (If Applicable) SeF s #6i`" by corporat' n) f <'' y M_i- m, . Hoff, c Treasurer '. Address 1815 West 12th Street r Loveland, CO 80537 Telephone 970-669-3255 1 7/96 Section 00300 Page 2 Project: STEWART CASE PARK - SITE IMPROVEMENTS ADDENDUM 1 BID SCHEDULE Bid Estimated Item Description Quantity Unit Unit Price Total GENERAL REQUIREMENTS 1 Mobilization 1 lump sum $ $ 2 Surveying I lump sum $ $ DEMOLITION 3 Removal of 4 & 5-Inch Concrete 3,440 sf $ $ 4 Removal of Planter Beds 142 sf $ $ 5 Removal of Playground Header & Wall 76 if $ $ EARTHWORK 6 Erosion Control 100 if $ $ SIDEWALKS AND COURT 7 Concrete 6 Inch Flatwork 7,550 sf $ $ 8 Concrete 6 Inch Exposed Aggregate Flatwork 1,480 sf $ $ 9 Concrete Basketball Court 5040 sf $ $ 10 Basketball Court Striping 1 lump sum $ $ PLAYGROUND AREAS 11 Exposed Aggregate Wall 15 If $ $ 12 Exposed Aggregate Playground Header 70 If $ $ 13 Engineered Wood Safety Surfacing 15 cy $ $ 14 Poured -in -Place Safety Surfacing 1,200 sf $ $ 15 Climbing Boulder 1 ea $ $ SITE FURNISHINGS 16 Prefabricated Picnic Shelter 1 lump sum $ $ 17 Bench - Non -Backed 5 ea $ $ 18 Bench - Backed 1 ea $ $ 19 Bench - 6 Foot Swing 1 ea $ $ 20 Picnic Table 2 ea $ $ 21 Bicycle Rack 1 ea $ $ 22 Basketball Equipment 2 lump sum $ $ 23 Relocation of Drinking Fountain 1 lump sum $ $ 24 Repainting Shelter 1 lump sum $ $ Page 1 of 2 0 0 1 1 .1 1 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND G. L. Hoff Company KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Employers Mutual Casualty Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, _in the sum of $ Five percent (5%) of total amount of bid -- for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 6006 Stewart Case Park -Site Improvements. NOW THEREFORE, (a) If said Bid shall be rejected, or. (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with. said Bid) and shall furnish a BOND for his faithful performance of said Contract,. and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and -all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 3� 7/96 Section 00410 Page 2 .1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 2211d day of November , 2006, 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 Name: G. L. Hoff Company 1815 W. 12th St. Address: Loveland, CO 80537 By: /- -s✓ ATTEST- By - (SEAL) 7/96 f 1 SURETY Employers Mutual Casualty Company P.O. Box 370010 Denver, CO 80237 Title: Attorney -in -Fact (SEAL) Section 00410 Page 3 THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO 7 L 3 2 I� 02) "For verification of the authenticity of the Power of Attornev you may call (515) 280:-2680-" 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 he desires. 1. Name of Bidder: G.L. Hoff Company 2. Permanent main office address: 1815 WEst 12th Street, Loveland, CO 80537 3. When organized: January 1984 4. If a corporation, where incorporated: Colorado (1989) 5. How many years have you been engaged in the contracting business under your present firm or trade name? 22 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: Commercial general contractor: we complete sitework, concrete, carpentry, _proiect management and utilities with our own forces. 8. Have you ever failed to complete any Work awarded to you? no If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? no If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. Please refer to the attached information 12. List your major equipment available for this contract. track excavator, 928 loader, backhoes, bobcats, motor grader, grading tractor, dump truck, concrete pump, water truck, telescoping fork lift 13. Experience in construction Work similar in importance to this project: Please refer to the attached information 14. Background and experience of the principal members of your organization, including officers: Please refer to the attached information 15. Credit available: $ 250,000. 16. Bank reference: Loran Emmons, Chase Bank, Loveland 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? yes If yes, in what city, county and state? Fort Collins, others What class, license and numbers? #B-6 19. Do you anticipate subcontracting Work under this Contract? yes If yes, what percent of total contract? and to whom? Please refer to section 430 20. Are any lawsuits pending against you or your firm at this time? no IF yes, DETAIL 7/96 Section 00420 Page 2 21 22 What are the limits of your public liability? DETAIL 2 million plus 1 million umbrella What company? Travelers, agent: Flood & Peterson What are your company's bonding limitations? 23. The undersigned corporation to verification of Qualifications. Dated at Loveland 1.5 million hereby authorizes and requests any person, firm or furnish any information requested by the OWNER in the recital comprising this Statement of Bidder's this _ 22nd day of November G:-L Hoff Company Name of B' r By: Title: Miriam T. Hoff, Secretary Treasurer State of Colorado County of Larimer 2006. 17— Miriam T. Hoff being duly sworn deposes and says that she is Sec.Treas of G.L. Hoff Company and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this '/_Zne day of Id///irt//_/ /, 20a6f. �i/a(_ .4 41Z/ a Mary Public / My commission expires /2-13-al 7/96 Section 00420 Page 3 G.L. Hoff Company 2006 Projects Lake MacIntosh, Phase U Project included construction of a pedestrian trail, bridge abutments, fences, concrete boat ramps, and installation of pre-engineered pedestrian bridges. Work included grading, drainage improvements, concrete flatwork, aggregate boat launch areas, site furnishings, signage and seeding. Owner: City of Longmont 1100 S. Sherman Street, Longmont, CO Contact: Dan Wolford, project manager, 303-774-4691 Superintendent of Open Space and Trails 3001 State Highway 4119 Longmont, CO 80502 Contract: $287,021.20 Completion: February, 2006 Bellvue Nurse Basin Repair/Pond Dredge Pond dredging, pipe replacement, valve replacement, concrete and metal restoration for the DOW fish hatchery. Owner: State of Colorado Division of Wildlife 6060 Broadway, Denver, CO 80216 Contact: Kay Sinclair, project engineer, 970-416-3330 Division of Wildlife 317 West Prospect Road, Fort Collins, 80526 Contract: $123,914.15 Completion: February, 2006 North Lake Park Restroom Construction 2006 The scope of this project included demolition of an existing masonry restroom structure and construction of a new masonry restroom structure of approximately 780 SF in North Lake Park. The work included masonry, concrete, plumbing, electrical, and all finishes. Owner: City of Loveland Parks and Recreation Department 500 East Third Street, Loveland, CO 80537 Contact: Michael Callahan P.E., 970-962-2727 City of Loveland Construction Coordinator Contract: $210,440.00 Completion: June 2006-08-16 Police and Courts Building Parking Lot Extension Expansion of existing parking lot: Scope included striping existing sod, stockpiling topsoil, removal of existing curb and gutter, excavation and compaction of sub -grade material, placement of aggregate road base, construction of new curb and gutter, placement of asphalt pavement, repair existing irrigation system, landscaping and pavement markings. Owner: City of Loveland Public Works Department 410 East 5 h Street, Loveland, CO 80537 Contact: Jeff Keil, 970-962-2538 Public Works Engineering Contract: $40,787.00 Completion: August, 2006 Loveland Youth Sport Park Subcontract for structural concrete work with general contractor, ECI Site Management, Inc. Out scope of work included concrete bleachers, seat walls, retaining walls, planters and stairs, and an in -ground shotcrete concrete skate park Owner: City of Loveland Parks and Recreation Department 500 East Third Street, Loveland, CO 80537 Contact: Ted Johnson, 970-669-6291 ECI, Inc. Project Manager Contract: $198,409.00 Completion: January, 2006 Louisville Skate Park Subcontract to remove and replace unacceptable work done by another subcontractor on the existing skate park for the City of Louisville and the general contractor on the project, ECI Site Management, Inc. Owner: City of Louisville Louisville, CO Contact: Sean Reynolds, Project Manager, 970-669-6291 ECI Site Management, Inc. PO Box 2135, Loveland, CO 80539 Contract: $44,823.00 Completion: August, 2006 Loveland Sports Park Playground/Splash Park Construction of site work for the Splash Park including minor earth work, installation of planting beds, concrete playground curb, gravel surfacing, poured in place rubber surfacing, concrete flatwork for splash park area, concrete retaining wall, sub -drain system, irrigation, landscaping, seeding, sod, electrical, installation of splash park water components, and site furnishings. Owner: City of Loveland Parks and Recreation Department 500 East Third Street, Loveland, CO 80537 Contact: Michael Callahan P.E., 970-962-2727 City of Loveland Construction Coordinator Contract: $2057820 Completion: July, 2006 Structural Concrete for Bohemian Hanger Subcontract for concrete foundation, and piers for the airplane hanger project at the Loveland -Fort Collins Airport. The scope of work included foundation concrete and reinforcing bar, interior concrete slabs, pier drilling and foundation excavation, foundation insulation, foundation piers, grade beams, thrust walls, layout, back fill and compaction. Owner: Bohemian Corporation Contact: Tectonic Management Group, Inc., General Contractor Tom Cook, 303-883-5177, Project Manager 6695 West 48'h Avenue, Wheatridge, CO 80033 Contract: $368,605. Completion: October, 2006 Site Concrete for Bohemian Hanger Subcontract for site concrete for the airplane hanger project at the Loveland -Fort Collins Airport. The scope of work includes concrete flatwork, curb and gutters, trench drain, taxiway, concrete paving, cross pans, sidewalks, ramps, stamped concrete and concrete stairs. Owner: Bohemian Corporation Contact: Connell Resources, Inc. (paving subcontractor) Dan Giesler, Project Manager, 970-223-3151 4305 East Harmony Road, Fort Collins, CO 80528 Contract: $2945643. Completion: October, 2006 Project: STEWART CASE PARK - SITE IMPROVEMENTS ADDENDUM 1 BID SCHEDULE Bid Estimated Item Description Quantity Unit Unit Price Total LANDSCAPING 25 2 Inch Caliper Deciduous Tree 25 ea $ $ 26 6 Foot Evergreen Tree 6 ea $ $ 27 Relocation of Existing Tree 3 ea $ $ 28 Deciduous Shrub #5 42 ea $ $ 29 Ornamental Grass #1 30 ea $ $ 30 Irrigated Fescue Sod 7,572 sf $ $ 31 Granite Turf Area Boulders 30 ea $ $ 32 Granite Stepping Path Boulders 16 ea $ $ TOTAL (written) Figure Dollars Alternate Bid Item #1 Irrigated Fescue Seed (add seed and deduct sod) 7,572 sf $ $ Page 2 of 2 Spring Canyon Community Park Subcontract for structural concrete at a new City of Fort Collins park. Our scope of work included excavation and concrete work for concrete bleachers, stairs, retaining walls, and water park area. Owner: City of Fort Collins 215 North Mason, Fort Collins, CO 80524 Contact: Ted Johnson, Project Manager 970-669-6291 Contract: $85,667. Completion: October, 2006 G.L. Hoff Company Construction Experience Gregory L. Hoff, President and Construction Manager For the past thirty five years, Greg has been involved with all aspects of construction. Greg established G.L. Hoff Company in 1984. Serving as president and project superintendent, Greg is a driving force in the company. Graduating from Northeastern Junior College in 1972 with a degree in Civil Engineering, his early work included surveying and architectural design and drafting. He has held a Class B Commercial Contractor's License with the City of Fort Collins since 1976. Currently, Greg is a licensed contractor in the cities of Loveland, Fort Collins, Longmont and Boulder. Beginning in 1984, Greg established G.L. Hoff Company, a commercial general contracting company which specializes in all types of commercial construction including site work, excavation, structural concrete, and commercial buildings. As president and construction superintendent for G.L. Hoff Company, Greg supervises a wide variety of projects including, schools, churches, city and government projects, city park developments, as well as many light industrial and concrete construction jobs. Greg oversees project scheduling, review of construction procedures and specifications, monitors quality control and safety enforcement on job sites. As president and construction supervisor, Greg works closely with project owners, architects and engineers throughout the project. Greg is an active member of the Loveland construction community. He has volunteered his time to the Loveland Construction Advisory Board for over 15 years. While serving as Chairman of this Board, the city adopted licensing for contractors. He also served on a review committee to study the International Building Code prior to its adoption by the City of Loveland Building Department. Joel S. Reger, Estimator and Project Manager Joel has a Bachelor of Science Degree in Construction Management from Colorado State University and seventeen years experience in the construction field. He has continued his education with estimating seminars including training with American Building Company's estimating Access workshop and Master Builder Computer System. He is also an active member of the Sigma Lambda Chi honorary national construction fraternity. During the past seventeen years, as the chief estimator with G.L. Hoff Company, Joel has compiled bids and development estimates for projects valued at up to five million dollars. As chief estimator, he directs the project bidding process as well as the review of specifications. He also works directly with project management, coordinating proposal requests and change orders with the architect or owner, overseeing material orders to insure that the project is completed in a timely manner and according to specifications. Joel is an important and effective member of every Design -Build project with G.L. Hoff Company. He works closely with the owner and architect to understand project goals and provide detailed project budgets and construction options to meet the owner's needs. Patrick R. Norris, Estimator/Project Manager Pat brings thirty years of construction experience to his position as estimator and project manager. His background includes experience with residential, commercial and industrial construction. Pat began his career as a carpenter, form setter and equipment operator. With 18 years working as a field foreman, he has a broad understanding of building methods and materials as well as site safety and personnel management. His knowledge of construction has enabled Pat to be an effective estimator and project manager. During the past 9 years, Pat has bid and managed projects valued up to $800,000. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM SUBCONTRACTOR landscaping A&M Landscape _.t climbing boulder t t 1 t a 7/96 Made in the Shade Section 00430 Page 1 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: December 20, 2006 TO: G. L. Hoff Company PROJECT: 6006 Stewart Case Park -Site Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated November 22, 2006 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 6006 Stewart Case Park -Site Improvements. Bid Item 7) Concrete Flatwork Change flat work to 5" thick, 3500 psi concrete mix w/ no fiber reinforcing. Original cost $44,016.5, New Cost $39,939.5 Bid Item 8) Concrete 6" Exposed Aggregate Remove integral color from the mix design. Original cost $15,170, New Cost $13,764.0 Bid Item 9) Concrete Basketball Court Remove steel reinforcing and replace with Fiber -mesh. Concrete mix design = 3500 psi and change subgrade preparation to 6" inch recondition and 4" of import road base. Original cost $24,091.2, New cost $21,420.0 Bid Item 16) Prefabricated Picnic Shelter Option #4) Litchfield "Pittsburg" all steel shelter. 16' hexagonal with Duo -Top and 24 gauge standing seam roof. Shelter is lump sum and work item includes foundations, erection and Colorado Engineered Drawings. Deleted are the 20' footprint, overhead lattice, cupola, and handrails. Original cost $40,450.00, New Cost $22,384.00 Bid Item 30) Irrigated Fescue Sod Use bid alternate #1 Fescue Seed in lieu of Sod Original Cost $5,679.00 New cost $ $2,650.20 Bid Item 32) Granite Stepping Path Boulders Delete bid item. $19,808.00 Original Bid $251,264.20 Cost savings through value engineering-$49,057.00 Contract Cost $202,207.20 The Price of your Agreement is Two Hundred Two Thousand Two Hundred Seven Dollars and Twenty Cents ($202,207.20. 9/12/01 Section 00510 Page 1 Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by January 4, 2007. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: J me B. O'Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 20th day of December in the year of 2006 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and G. L. Hoff Company (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 6006 Stewart Case Park -Site Improvements and is generally described in Section 01100. ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Park Planning Division, 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 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete on April 13, 2006 as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions on May 11, 2006. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. 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 proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Three Hundred Dollars ($300) for each calendar day or fraction thereof that expires after the April 13, 2006 the date for Substantial Completion of the Work until the Work is Substantially Complete. 9/12/01 Section 00520 Page 1 2) Final Acceptance: After Substantial Completion, One Hundred Fifty Dollars ($150) for each calendar day or fraction thereof that expires after May 11, 2006 the date for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Two Hundred Two Thousand Two Hundred Seven Dollars and Twenty Cents ($202,207 20, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. 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. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in 9/12/01 Section 00520 Page 2 accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 9/12/01 Section 00520 Page 3 SPECIFICATIONS DIVISION 2 SECTION 02375 — RIPRAP, BEDDING, LANDSCAPE AND STEPPING BOULDERS PART 1 — GENERAL 1.01 Summary A. Provide and place loose rock riprap, including aggregate bedding and geotextile filter fabric as shown on the plans and as specified. Comply with applicable provisions of Div. 0 and 1. 1.02 Submittals A. Product Data: Submit geotextile fabric data. Include material samples, certification of physical properties, and installation procedures. B. Test Results: Submit grain size analysis of aggregate bedding material. C. Make submittals in accordance with Section 01010/01330. 1.03 Material Source A. Native streambed riprap shall be existing streambed material salvaged from excavation operations. B. Notify Engineer in writing of sources of riprap. Provide riprap sample for Engineer's review prior to any installation. Do not deliver riprap until approved. 1.04 Storing and Handling A. Store and handle geotextile fabric in accordance with manufacturer's instructions. B. Store and handle bedding aggregates by methods that prevent segregation of particle sizes or contamination by mixing with other materials. PART 2 — PRODUCTS 2.01 Riprap A. Individual rock and rock fragments of field or quarry stone that is dense, sound, durable, free of defects conducive to weathering, and angular to subangular in shape. Least dimension of individual pieces shall be not less than one-third of greatest dimension. Bulk specific gravity shall be 2.5 or greater. Gradation shall be as follows: Riprap Designation % Smaller Than Given Size By Weight Intermediate Rock Dimension d50* (in) in Type VL 70 - 100 12 6 50- 70 9 35 - 50 6 2- 10 2 Type L 70 - 100 15 9 50- 70 12 35 - 50 9 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: COVER SHEET - DEMOLITION PLAN D-1 GRADING PLAN - CORE AREA G-1 SITE PLAN - LAYOUT S-1 SITE PLAN - LAYOUT S-2 SITE PLAN - LAYOUT S-3 SEATING AREA PLAN SA-1 SHELTER LAYOUT SH-1 BASKETBALL COURT LAYOUT BB-1 LANDSCAPE PLAN LA-1 BOULDER LAYOUT B-1 BOULDER DETAILS BD-1 SITE DETAILS SD-1 The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 9/12/01 Section 00520 Page 4 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. 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, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 OWNER: CITY OF FORT COLLINS By: JAMES P. V'NEILL II, CPPO, FNIGP DV&CTOR OF PURCHASING AND RISK MANAGEMENT Date: 11410 �\1.) A %I A, )9 i U1: v Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 OF CONTRACTOlt.G. L. Hoff Company FF Title: ate:—�- d% ` O` (CORPORATE SEAL)` .r_ :z Nt est • Address for giving notices: t(I $ IJ L,� "+ l,�^ S� r �i- 1.-.. cSJ a c. Lo of a 7 LICENSE NO.: B `p 9/12/01 Section 00520 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work: 6006 Stewart Case Park -Site Improvements To: G. L. Hoff Company 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. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be , and , 20, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR: G. L. Hoff Company By: Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION n061�1 PERFORMANCE BOND KNOW ALL MEN BY THUM PRESENTS: that (F.,rm) G. L. Hoff Company (Addressi 1815 W. 12th St., Loveland, ran Inliveidual), (a Partnership), (a the "Principal" and Sono No. S354961 CO 80537 Corporation), hereinafter referred to as (Firm) Employers Mutual Casualty Company (Address P.O. Box 370010, Denver, CO 80237 hereinaft-er referred to as n- 'he Surety", tire held and firmly ooi:nd isn*.o of Fort Collins, 300 Laporte Ave, Fort Collins, _Colorado 80522 a Qdunia p4.. Corporation) hereinafter referred to as the "01KNER", in the penal sum of ___.,��n7_T07•�Q�________ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, succe3sors and assigns, jointly and severally, firmly by these presents. THE CINC[11ONS CF THIS OBLIGATION are such that whereas the Principal ent:srel into a--ertain Agreement with the OWNER, dated the 20th day of December, 2006, a copy of which is hereto attached and made a part hereof for the performance of The Ci.t•; ,�f For-- Collin• project, 6006 Stewart Case Park -Site Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform i.rs duties, all the undertakings, covenants, terms, conditions an3ycacren*..^, a` said Agreement during the original term thereof, and any extension-ji the=•so`. which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims ar.d demands incurred under such Agreement, and shell 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 OWNSF all outlay and expense which the OWNER may ,incur in making good any default then this oblig3t:ci shall be void; otherwise to remain in full force and effect. V96 Section 0061.0 iaae 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to t*.a terms ot: the Agreement or to the 'Fork to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond: and it does hereby waive notice of any such change, extension of time, alteration or addition to the terns of the Agreement or to the Work or to the Specifications. PROVIDED. FURTHER, that no final settlement between the OWNER and 'he CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transac'c business in the State of Colorado and be acceptable to the OWNER. IN^ W 1ZS,9 WHEREOF, this instrument is executed in three (3) counterparts, each•'o'ns of which shall.be deemed an original, this2$tday of DP,.PmhPr Princip 1 G. L. Hoff Comp y Title) 1815 W. 12th St., Loveland, CO 80537 T (Address) (Corporate Seal) IN PRESENCE OF: Other Partners By: By: IN PRESE1 CE OF: Surety Employers Mutual Casualty Company - LUG By: � Witness Attorney -in -Fact MR: P.O. Box 370010, Denver, C0�$�237 i 'Address) NOTE: Date or Bond must not be prior to date of Agreement. if CONTRACTOR is Partnership, all partners should execute Bond, "1^ Section OC610 Page SECTION 00615 PAYMENT BOND KNOW ALI. MEN BY THESE PRESENTS: that (Firm) G. L. Hoff Company (Address; 1815 W. 12th St., Loveland, (an Individual). (a Partnership!, (a the,"Principal" and Bond No.S354961 CO 80537 Corporation), hereinafter referred to a.11 (Firm) Employers Mutual Casualty Company (Address P. 0. Box 370010, Denver, CO 80237 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort._Coll ins, 300 Laporte Ave., Fort Collina, Colorado $0522 a (Municipal Corporation) hereinafter referred to as "the owml'o in the pena:. sum of $202,207.20 in lawful money of the ..Drited.states, for the payment of which sum well and truly to be made, we rind ourselve<,, successors and assigns, jointly and severally, firmly by rreaents. THE OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 20th day of December, 2006, a ccpy o• which is hereto attached and made a part hereof for the peslormance of The City of Fort Collins project, 60c6 Stewart Case Park -Site Improvements. NOW, THE?EFORE, if the Principal shall make payment to all persons, firm:, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for material:,, lubricants,- repairs on machinery, equipment and tools, consumed, rented- cr ased in connection with the construction of surh .cork, and dl: insurance premiums on said Work, and for all labor, perfonrad 4n suen Wor'- whether by subcontractor or otherwise, then this obligation shall be voidi otherwise to remain in full force and effect. V Section 3C.615 Page A r s PROCIDEC', TURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extensive of time, alteration or addition to the terms of the Agreement or to the work 'ar to the Specifications. PROVIDEC, FURTHER, that no final settlement between the OWNER and t7e CONTRACTCP shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROV7DSD. FURTHER, that the Surety Company must be authorized to transact business in the state of Colorado and be acceptable to the OWNER. IN(l• NF.3S WHERECF, this instrument.it executed in three (3) counterparts. e:kC�j,e, which shall be deemed an original, this 28thday of December _. IN PRESEt Cis OP: (;oroor to Seal) IN ORESEITCE )F: Principal L. Hoff Com By: - retitle) 1815 W. 12th St., Loveland, CO 80537 (Address) Other Partners IN PRESENCE OF: Surety Employers Mutual Casualty, Company Attorney -in -Fact _ Witness,__ Ay: P, 0._Box 370410, Denver i _CO $0237 (Surety =ea;) NOTE: Date of bond must not be prior to date of Agreement. It' CONTRACTOR is Partnership, an partners should execute Bond.;` /ga Section. 00615 page 2 AW 1MG Insurance, t.;oWanies Nt P.O. Box 712_1- Iles Moines, IA 56303-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6, EMC Property & Casualty Company, an Iowa Corporation 3w Union Insurance Company of Providence, an Iowa Corporation: 7. The Hamilton Mutual Insurance Company, an Ohio Co fporation 4. Illinois EMCASCO insurance Company, an Iowa Corporation hereinafter referretl to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint: CHRIS RICHMOND, RUSSELL MICHELS, DARLENE KRINGS, DIANE CLEMENTSON, INDIVIDUALLY, FORT COLLINS, COLORADO ... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS .......:. ................................................ .. ....;;..... ($10,000,000i00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2009 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED; The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty;Company shiall have power and authority to (1) appoint attomeys>in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as thouahmanuativ affixed. IN Wt tNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 2Ei h dap of Y Z006 /1 � ; Bruce G. Kelley,Chairman JeffreyS. Birdsley ieisu�y h LPN;; �o oFq ;.•v..... of Companies , 3, 4, 5 & 6; resident Assistant Secretary p 4r 4•n`" OPP OR 9 a `oRPOFq'' G - t M, m��$` qf� o o s° 9 of Company 1; Vice Chairman and fe" $EAL 1863 1953 < _ CEO of Company 7 �SI1X �� � 1IN11,, On th+s26m day of January AD _ 2006 before me a d a ��ets$u rgNc� ; Q$ I uu cy -; Notary Public in and for the State of Iowa, personallyappeared and "°" �w; `QaPoflq, >� PoR • s° = Birdsley, who, being by me duly sworn, disay tha fteand are known Kelley me to be the q m =_9 - Chairman, President, Vice Chairman and CEO, and/or Assistant Secretsry, y res ectivef of StA� 6 SEAL _ SEAL each of The Companies above; that the seals affixed to this instrument arethe seals of said ...... �,Q; corporations; that said instrument was signed and sealed on behalf of each of the Companies owge 't` erx oP o 0lNE5 �,, by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and t"Jeffrey $ Birdsley, as such officers, acknowledge the execution of said instrument to be the 0T voluntary act and deed of each of the Companies. My Commission Expires September 30, 2006. RUTA KRUMINS M ✓� Commission Number 176255 My Comm. Exp. Sept. 30, 2006 Notary Public in and for the State of Iowa CERTIFICATE 1, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Ado ney issuedpursuant thereto on January 26, 2006 on behalf of Chris Richmond, Ado I Michels, Darlene Knngs, tans eRten son are true and correct and are still in full. farce and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 28tlma of Decetnb er 200.6 /� Vice -President 2- 10 3 Type M 70 - 100 21 12 50- 70 18 35 - 50 12 2- 10 4 Type H 70 - 100 30 18 50- 70 24 35 - 50 18 2- 10 6 Type VH 70 - 100 42 24 50- 70 33 35 - 50 24 2- 10 9 *d50 = Mean Particle Size 1. The riprap designation and total thickness of riprap shall be as shown on the Drawings. The maximum stone size shall not be larger than the thickness of the riprap. 2. The specific gravity of the riprap shall be 2.5 or greater. 3. Neither width nor thickness of a single stone of riprap shall be less than 113 of its length. 4. Broken concrete or asphalt pavement shall not be acceptable for use in the work. Rounded riprap (river rock) is not acceptable unless specifically designated on the Drawings. 5. The color of the riprap shall be gray with gray/blue hues and approved by the ENGINEER prior to delivery to the project site. Color shall be consistent on the entire project and shall match the color of rock to be used for all other portions of the work. 6. Minimum density for acceptable riprap shall be 165 pounds per cubic foot. The specific gravity shall be according to the bulk -saturated, surface -dry basis, AASHTO T85. 7. The riprap shall have a percentage loss of not more than 40 percent after 500 revolutions when tested in the Los Angeles machine in accordance with AASHTO Test T96. 8. The riprap shall have a percentage loss of not more than 10 percent after 5 cycles when tested in accordance with AASHTO Test T104 for ledge rock using sodium sulfate. 9. The riprap shall have a percentage loss of not more than 10 percent after 12 cycles of freezing and thawing when tested in accordance with AASHTO Test T103 for ledge rock, procedure A. 10. Rock shall be free of calcite intrusions. 11. Each load of riprap shall be reasonably well graded from the smallest to the largest size specified. Stones smaller than the 2-10 percent size will not be permitted in an amount exceeding 10 percent by weight of each load. Control of gradation will be by visual inspection. However in the event the ENGINEER determines the riprap to be unacceptable, the ENGINEER will SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 Client#: 24740 GLHOF ACORD.M CERTIFICATE OF LIABILITY INSURANCE MIDD YYYY) 113/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC # INSURED G.L. Hoff Company 1815 W 12th Street; P.O. BOX 7448 Loveland, CO 80537 INSURER A: St. Paul Travelers Insurance Company INSURER B: Pinnacol Assurance INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) 01/01/07 POLICY EXPIRATION DATE fMM1DDNY1 LIMITS A GENERAL LIABILITY DTC0325D6515TIL07 03/01/07 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR DAMAGE TO RENTEDPREMISES IF, occurrence) $300OOO MED EXP (Any one person) $5 OOO PERSONAL & ADV INJURY $1 OOOOOO X PDDed:2,500 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2000000 POLICY PRO-17 LOG A AUTOMOBILE LIABILITY ANY AUTO DT810325D6515TIL07 01/01/07 03101/07 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X BODILY INJURY (Par accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE DTSMCUP325D6515TIL 01/01/07 03/01/07 EACH OCCURRENCE $1000000 AGGREGATE $1,000,000 DEDUCTIBLE X RETENTION $ 10000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 2242590 01/01/07 01/01/08 X WC STATU. OTH- E.L. EACH ACCIDENT $500000 ANY PROPRIETOR/PARTNER/EXECUTIVE and EXCLUDED? If yes, tlescrlbe under Oyes, describe E.L. DISEASE - EA EMPLOYEE $500000 E.L. DISEASE - POLICY LIMIT $5000O0 SPECIAL PROVISIONS below A OTHER Builder's Risk QT6606062BO90TIL07 01/01/07 03/01/07 Limit $1,000,000 Deductible $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS RE: 6006 Steward Case Park - Site Improvements Certificate Holder is listed as Additional Insured as their interest may appear (excluding Workers Compensation) City of Fort Collins 215 N Mason, 2nd Floor P O Box 580 Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _.,-In DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001108) 1 of 9 $4Z%AQ91AIIU11&*C4 C IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. %�.. "..I z or z 8535S5ZWM36S516 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 6006 Stewart Case Park -Site Improvements PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: 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 be substantially completed on the above date. 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. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: 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 responsibility for heat, utilities, security, and insurance Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: The under the Contract AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: G. L. Hoff Company Gentlemen: , 20 You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 6006 Stewart Case Park -Site Improvements. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date• Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: G. L. Hoff Company (CONTRACTOR) PROJECT: 6006 Stewart Case Park -Site Improvements 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the 7/96 Section 00650 Page 1 OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and 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 labor and material bonds for the project. Signed this day of , 20 CONTRACTOR: G. L. Hoff Company By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 by Witness my hand and official seal. My Commission Expires: Notary Public day of 7/96 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: G. L. Hoff Company PROJECT: 6006 Stewart Case Park -Site Improvements CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 7/96 Section 00650 Page 3 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (1258) COLORADO DEPARTMENT OF REVENUE DENVERCO9028, (30b) 232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Sec hon 39-26.114(1xa)QCIX) n„ 1111 w�„r n The exemption certificate for whirh you are applying crust be used onhr for the purpose of purr hasinq construction and buildinq materials for the exempt project described below. Ihis exemption does not include or apply to the purchase or rental of equipment, supplies, and materials whi( haI, purchased, Tented, or ronsurned f_ the -antralot and I, Ill, h 1, net I,(, up parr of Ii ,Ir ur DJl e. highway, road, street, or other public works owned and used by the exempt orgar ln_aIon . AnvunauthC dusenftha examptionrert if irate wi[I resu If in relrtr dt n�-fwlui-rempticnr nIiIA: anJ IIi.,[ en,Pi hi - 01 by law A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Accout No. to be assigned by period 89stratio 01 TO-750 (999) $0.00 �N'>RAC7tiR INFORApATttJN=...,., racle, name er, partner, or cttporale name Mailing address (City. State,Zip) : n ac erson E-Mail address a era mptoyers Identificalfion Number bidamoun oryour contract ax Ntni Business telephone number j ora o Withholding lax amount number t117[ < {F amen# pa�gs,(1} ff„i MiendtyNlg @»,actlnp parttsa . ` =.-a: < ' , . , ,,, .. $ig€li111$ee Of4brffi80t m9 Pattka moat t» ai}aeha ame, ul exempt organization as shown on Contract) Exempt organizations number. 98 - Address of exempt organization (City, State.Zip) : Pnnapal contact atexempt organization: Prindpal contacts telephone number: Physical oca ion of prgec sl glue actual address when applicable and Cites and/or County ties)where protect Is loos e Scheduled Wrth Do, year Estimated o^' ay ear construction slart date: mmpletion dale: 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 owner, partner or corporate officer 1 e of corporate officer to ✓v rev• �1r�a•t= oGL16011 a".. Lime Section 00670 Page 1 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure The Department will no longer issue individual Certificates of exem ption to subcontractors. Only prime contrac- tors will receive a Contractor's Exemption Certificate on exempt projects. 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. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89- 12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed- ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. Section 00670 Page 2 pick 2 random truck loads to be dumped and checked for gradation. Mechanical equipment and labor needed to assist in checking gradation shall be provided by the CONTRACTOR at no additional cost. 2.02 Bedding A. Granular bedding designation and total thickness of bedding shall be as shown on the Drawings. Granular bedding shall meet the same requirements for specific gravity, absorption, abrasion, sodium sulfate soundness, and freeze - thaw durability as required for riprap. B. Provide 6" Type II bedding over 4" Type I bedding. Bedding material shall be clean, hard gravel or crushed stone, free of organic matter and clay balls, well graded with the following gradation: U.S. Standard Sieve Size Percent Passing By Weight Type l Percent Passing By Weight Type II 311 - 90-100 1'/" z - - Y4 - 20-90 3/8" 100 - #4 95-100 0-20 #16 45-80 - #50 10-30 - #100 2-10 - #200 0-2 0-3 C. One twelve inch (12") layer of Type II bedding may be substituted in lieu of a specified combination of Type I and Type II bedding material gradations. D. A geotextile filter fabric may be acceptable in lieu of the Type I bedding material on slopes up to 2.5:1 (H:V). Use of any geotextile filter fabric must be approved by the Engineer prior to its use. 2.03 Landscape and Stepping Boulders E. Rock shall be selected on site by the Owner's Representative. The rock shall be the following approximate sizes: Quantity Approx. Size 15 4'xTx2' 15 TxTx3' 2.04 Geotextile Filter Fabric A. Fabric shall be woven or nonwoven polyester, polypropylene, stabilized nylon, polyethylene, or polyvinylidene chloride material whose function is to pass ground water from beneath fabric while restricting migration of subgrade soil particles into overlying stone ballast. Fabric shall be treated to insure stability under ultraviolet radiation (sunlight). B. Provide fabric with the following performance and in-service properties (properties shall be in both principal fabric directions where applicable): Property Value Test SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS CONSTRUCTION CONTRACT Mew l;l �f j t] f I(h; J ek c I I h-% 11"In"! !hc NFANDARD ',�[ Co)IIJONS Of THE CONTRACT' prepared by the Engineers Amit Contract Dmaneniq Committee- 1:.1('IX' No 191t)-8 01r)u Edition), as base. Chanizes to that document are shomi by underlining text that has heen added and striking through text that has been deleted. EJCDC GFNEIZAI, CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FOKI'COLLINS MODIFICATIONS (REV 9/99) Article or 1';•vngrnph \urnivr ,'IitIc TABLE, OF CONTENTS OF GI NERAI. CONDITIONS Page Article or Paracrnph NumI-er Aumber k'I'all L'IEPPsdITICi <S 1 1 I Addenda _._.... 1 Agreement ._...... ..._ �1 1.3 Application fir Payment ....... . 14 Aslwslos _ 1 i Bid I 16 Bidding Documents 1 7 !lidding Requirements 18 Bonds ) I y Change Order ,. 1 1 11) Contract I)ocuments 1 I.I I Contract Pn'c 1 12 Contract Times _ l . ......... 1 IS Drawings ..l 1. 16 Fffective Date of the Agreement.. 1 - -1 1.17 ENGi?NTER I.is INUINEEXSConsudwrit 1 19 Field Order.._._...._.._ ........ _........ 1 1 20 General Requirements..._ ....................'-. 121 t-lamrdoa-s Waste 1 22.3 Laws and Regulations; taws or Regulations 1.22,b .......... .... Legal Holidays_.___..._.....,.._....__.....2 1.23 Liens 124 Milestone _..._ ...._.........._.__- 1.25 Notice of Awazd 126 Notice to Proceed................................2 127 OWNER 128 Partial Utilization... ....... ..... ...."..... 2 129 PCIIs_..._ ..._ ... _......__:........._. ... z 130 Petroleum __._..... 1,31 Project...._.._..... 1.32 a ....... ........ ...... Radioactive Material. . ......... .._.2 n 1.32.E ...... ........ Regular Working Hours_ 133 .... ............ Resident Project Representative_...,,,.,,_2 ._2 1.34 Samples. ' 1.35 Shop Drawings...... 1,36 _._._.___.._.......... Specifications.....................................2 1.37 Subcontractor_ 1.38 ... ................ — Substantial Completion ... -.2 1.39 .......................2 Supplementary Condition_ ............. 2 140 Supplier ............. ............:........... 1 41 ....... 1.'nderground Facilities. ..I 2-3 1.42 Unit Price Work-- .... ......... .3 L43Work ..................................................3 1.44 Work Change Directive _... ........ .__.....3 1.45 Written Amendment,......_ ...... ........ ._3. Pnet \umber PIZEI.I\(N:ARY MATTERS -t Delivery of l onds '' Copies oflAxulnentc _3 2.3 Commencement of Contract 'limes; N otice to I'ro�ccd '_.4 Starting the Woik ? 5-2.7 Before Starting Construction" CONTRACIOR's Reslxmsihthty to Report. PrchminanScheddcs" I )checry of Cern1wates pit I n,urance ;-4 _.b Prcconatruction Conterencc 4 29 Initially Acceptable Schedules 4 ,_ L'�1`: a\�'1 ;'Its 1 \1L,A75 I II_� •:'. .A\tr\llING, RF1 Sr, 4 31-3_^ Intent 4 3.3 Reference to Standards and Speci- hcations ai Technical Socielies. Reporting and Resolving Dis- crepancies .............................. 4-5 34 Intent of Certain 'Terms or Adjectives, ........... .......... ., 3.5 Amending Contract Docmtents...__..5 3"6 Supplementing Contract Documents 5 3.7 Reuse of Documents ..... .................. 5 4_ AVAILABluTt' OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS: REHRENTCE POINTS 4.1 Availability of Lands.__ 4.2 atbsurface and Physical Conditions..,_,_ .......................... 6 42.1 Reports and Drawings.._..................G 4.2.2 Lim iced Reliance by CONTRA(. - TOR Authorized: Technical Data . _.... 6 4.2.3 Notice of Differing Subsurface or Physical Conditions ......... 4.2.4 ENG1NFER'sReview,,,,,,,,,,,,,,,,,,,,,,,6 4.2.5 Possible Contract Documents Change. ..... _....._......6 4.2.6 Possible Price and Times Adjustments 6-7 4.3 Phycicat Conditions --underground Facilities ..... .......... _...................... 7 43.1 Shown or Indicated ,. __.. _ _7 4.3.2 Not Shown or Indicated 7 4.4 Reference Points......... ._ 7 EJZDC C,ENERAI, COX"TIONs 1910-a (7990 EDIT70N) W CITY Or F0RT COLUNS MODIRCATICM (REV W99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number &: Title Number d Asbesos 1't'ISs- Petroleum, Ilany-dous Waste or Radioactive Material 7-8 j. BO\DS AND IASl kA'4C'F. .............................. 8 -1-5 = PerfVrJ11Ba c. Payment and Other Bonds 8 5. + Licensed Sureties and InSlaers. Ceftlhcae, tit' Insurance. _.. _.._. ._.R S.4 CO',' f RACTOR's Liability Insurance .......................................... g s 5 Okk MXs Liability Insurance 9 Propertt lrtsuranic_. _. __. _9-t0 �.7 ftoilcr and \luehmcn- or Addi- tional Propertyhis.urance I0 s R y:oboe of C-ancellatien Raisian Itl tar 1?educuhle : Amounts lu i 10 Other Special Insurance __..,_. lid 5.11 Wan cr of Rights SL:-> 13 Receipt and Application of Insurance Proceeds 1i11i S 14 Acceptance of Bonds and insa- snce: Option to Replace_. J 1 �,l Partial Uiilizatioxl--Prt}>ertp Insurance 11 6.CONTRACIOR'SRhSPONS1137LtfIfiSII 6.1-6.2 Supervision and Superintendence.,,,,,, 11 63-6.i Labor, Materials and Equipment,_. 11-12 6.6 Progress Schedule...-.._ ............._....-, 12 63 Substitutes and "Or -Equal" Items; CONT RACTOWs Expense, Substitute Construction Methods or Procedures; EN(3PQ:I:R's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and (Ahers; Waiver of Rights ...... ......... ...... 13-14 612 Patent Fees and Royalties,,,,,,,,,,,,,,,,,,,,14 613 Permits .. ..___ _...-- ....14 6,14 LaaysandRegvlations___. ._ ...... 6.15 Taxes ........ ,..... __..................__14-15 6.16 Use of Premises ............... -- 15 6,17 Site Cleanliness.,,,,,,,,,,,,,,,15 6.18 Safe Structural Larding-,-----„..... ----,15 6.19 Record Doatments.__....-__........_._J5. 0.20 Safety and Protcchon _,I5-16 6.21 Safety Representative__........_.. ........ 16 6.22 Hazard Cornmtmication Programs_ .... 16 623 Emergencies... , ___ ...... _ ,, _ '"' 11.16 0.24 Shop INawingsand Sam ples .............. 16 IM Subminal Proccedures. CON- TRAC'TC )R's Review Prior to Shop Drawing or Sample Submittal ........................ ...... If, 6 26 ilhop Ihnwing & Sample Subma- tals Review by ENGINEER 10-17 6.27 Responsibility for Variations Ireml Contract Documents ............ 17 6 N Related Woil: Performed Prior to F:NGINTEPR's Review and Appnwal of Required Submittals 17 6^9 Continuingthe Wol$ 17 t>-3o O )NI ACTOROeneral Warranty andGuaranlec._. ...17 6-11-6 33 Indemnification 17-18 614 Sunroal (�blianu.�n,.. Is 7. OTID3RWORK _ 7.1-7.3 Related Work at Site IS 7.4 Coordination,.___ .............. IS 8. OWN FR'S RESPONSIBILITIES _-..19 8.1 Communications to CON- TRACTOR. _..... ..... __ 8.2 ReplacemrntofEQGLNEER_,.,,,.,,,_.18 8.3 Furnish Data andPay Promptly When [hie..................................18 9.4 Lands and Easements; Reports and Tests._..._...___._...___.-18-19 8.5 Insurance., _ "....._ ,.._.19 8.6 Change Orders, ............ .......19 8.7 Inspections. Tests and Approvals ..................................19 8.8 Stop or Suspend Work; Ter minatc CONT'RAMOR's Services...... _.......... .......19 8.9 Limitations on OWNER'S Responsibilities, _....- _...... _.....,....19 8,10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of Financil Arrangements_...........................19 9. ENGMEER'S STATUS DURING CONSTRUCTION..__. _...__ ................ 19 9.1 OWNbk'sRepresentative Is 9.2 Visits toSite _._......,._...__...__-....19 9.3 Project Representative_ .......... _19-21 9A Clarifications and Interpre- 9.5 Authorized Variations in Wirk ?l Blt7I3C �NF,RAI. C'ONDtI'IONS t91a•a t1970 EiN'ItON) wJ CITY CC FORT (:OI.I.rh:S MOD1FiCATIONS tRF,V I)," Article or Paragraph I''age Arucic or Paragraph Numhcr & Pill, Number Number -- Title Page Number 9.6 Re eating Delz, live 1Vork :! 13-5- 13 y I ricovertng Work at LN(31- 9 7-1) Shop Dratcines. Chanl,e Orders NEER's Request 27-25 and Pavnt onts._..,. ,, ,_,,,_ ., _, ,_._„_'1 13 10 011 \ER May Stop the Work ,..... ..__28 9 lu Oetermmanms Ior unit Prices ... 1 ;.I I Correction or Removal of Y. I I -9. 12 1 )e. rmons on D mpuws. E\(; I- Defecltre W'ot k M-1,Riv, !nroalInterpreter . Correction Period _._'h 9-13 Limitations (in F.;NC,LNEER's 11 13 Acceptance ofDefeciive Work.. _.. 28 A whurnyand Responsibiities , '�-"'3 1 14 UiVNLR Mav Correct Uefedrve Work 2R 29 ('H ANt FS IS 'I -I IF: Wok lilt OiVNE R'r, Oi&rcd Chang.. ._-'3 la. PA)MEN I S'10 CON'IRACTC iR AND In,-- Claim for Adjustment - C'Q�4'1.IiI"It)N 29 I03 Work Neu Required by Contract 14 1 Schedule of \"aloes 29 I--Wumenl> _. =.: applic:dion for F'rc*-11`05 t04 Change(rrders _ - - - ^> Payment 24 103 VotificaGon of Surety ^; 14 3 CON1 R.ACI OR's Warranty of 1'itk `5� ('H \VA, 'c )`, I-RACI PRICk _ = I-: 4- 14 7 Review of Apphcnuons for ..... .- 11 1-113 Contract Price, Cain fer Progress Paymentti_ Adjustment. Value of 14.$-149 Substantial Completion.."__ -..,_ 30 the Work _. _.. _. _.. _. ^_-3-'^-4 14.10 Partial Utilization _ 30-31 11-4 Cc»tofthe Work _....._..._..._.._.....=-)--' 14.11 Final Inspection,.._....__ ............. ..31 I Li Exclusions to Cost of the Wort; `> 14.12 Final Application ['or Payment., mtent.,......31 11 6 ('ON'I'RACTOR's Fee .. .. 25 14.1 14 14 Final Fhtntent and Acceptance 31 11.7 Cost Records _.... _25-26 14.15 Waiver of Claims 31-32 11.8 Cash Micmances......_.._ 26 11.9 Unit Price Work _ _ _ _ _ _ 26 I5 SUSPENSION OF WORK ,\ND TERMINATION .........." .................................... 32 M- AiNGE OF CONTRACT TINMES -._..- _., .... ...... -'6 15,1 OANTER Nfay Suspend Work. ......32 12.1 Claim for Adjustment _ _6 15 2-15 4 OWAAiR May "Germinate,_ 31 12.2 Time of the Essence 15.5 CONTRACTORl\fayStop 12.3 Delays Beyond CONTRACGOR's Work or Terminate,. ._... -.... 32-33 Control 26-27 12.4 Delays Beyond OWNF.R'sand 16. DISPITERF.SOI.ITf1ON .... .................. ......... 33 CONTRACTOR's Control., ..... ... .... �7 17. MISCEMANMOUS -....._._. _.__.._.. _. _... 33 TESTS AND INSPECTIONS. CORRECTION. 17.1 ....... Giving Notice..33 REMOVAL OR ACCEPTANCE OF 17.2 Computation of Times.........,,"",,.., ;13 DEFF_CT7VF_ WORK -...... ....._.. ..........__-._._.27 173 Notice of Claim",._.._.._..... _,....-,.33 13.1 Notice of Defects ............................... f7 17A Cumulative Remedies.....................}3 13.2 Access to the Work__ _ _ ... _ . _. _?7 17.5 Professional Fees and Court 13.3 Tcsts and Inspections; Costs Included.,....,,._ . _ _..,,,. 33 CONTRACTOR's Cooperation. ...27 17.6 Applicable State Laws ... ,..... ,,__ 33-34 13.4 OWNER's Responsibilities, Intentionally left blank— , ......... Independent Testing Laboratory...._ 27 13.5 CONTRACTOWs EXFIIBIT GC -A: (Optional) Responsibilities_. _. _ __. .27 Dispute Resolution Agreement, -...._. _._.GC -AI 13.6-117 Covering Work Prior to lnspcc- lo'l-16-6 Arbitration-.- .,-,_„_.___OC-AI lion. Testing orApproval."_"..-._.27 163 Mediation_ ..... .... ............ ......13C-Al iv EJCDC GENERAL CONDITIONS 1910•6 (1990 ®ITIOM wl CITY OF FORT COLLINS MODIFICATIMS (RFV 9199) INDEX TO GJiNERAL CONDI HONS Citg of Fort Collins mod:frcnnons io the Cleneral ('ondnions of the Constracu(�n Contract are not slrmrn in Ihtr, index Article or Paragraph Numlxr Acceptance of -- Bonds and Insut;mce 14 dkfecrime Work ,- _. _IoA 1 135, 13.13 final pntmrnt_ _ _ .i. I'_. 14.1 insuianec _ 3.14 other Rork, bo c't )M RV'"FOR _._ 73 .5'ubbt11111CS and "Or-Equul" Items__- 6 7 1 work by O%N`,`FR _ 2 i 610, 634 Access to the -- Lands. ( M VI{R and C( )A I RA( ' "I )lt 4.1 site, related Work.. -. _72 %vot), _ I+ 1314.14 :Acts or ( lcta and Onv"wil, - CO.NIRAC'7CIli..__... _.._..-.6.9.1.9.1i3 HMiINFER. _... 6 20. 9,133 MN'ER.6.20. S 9 Addenda --definition oC(also see definition of Specifications),,,_. (1.6, 1.10, 6.19), 1.1 Additional Property Insurances,,, ...... , ,,,,,,,,,,,„ 5.7 Adjustments -- Contract Prig: or Contract Times...--,__1.5.3.5, 4.1, 4.3.2, 4.5.2. _ .._ 4.5.3. 9A. 9.5, 10.2-10A_ _.....-,11. 12, 14.8, 111 progress schedule. Agreement -- definitionof ........................................_............ I "All -Risk" Insurance, policy form._ ................ 5.6.2 Allowances, Cash ....__.... ._..__...11.8 Amending Contract Documents.. _ _. _ -. _ _ .............._. 3.5 Amendment, Written -- in general ..-.... . ___1.10, 1.45, 3.5, 5,10, 5A2,6,&2- ............. (.8.^<, 6.19, 10.1, 10.4, 11,21 ....... _...........12-1. 13-12.2. 14,7,2 Appeal, OWNER or CONTRACTOR intent to. ............9.10, 9.11, 10.4, 16.2, 165 Application for Payment -- definition of... .......... ......1.3 ENGINEERS Responsibility_ ................. 99 .......... final payment,,,,,,,,,,,,,,, ,, 9.13.4, 9.13.5, 14.12-14,15 in general., ...... __._........_2.$ 2.9. 5.64, 9.10, 13.5 Progress Payment... . ...... _14.1-14.7 review of Arbitration ...... ............. ......... ..... 161-16.6 Asbestos-- claimspursuant thereto, ....... 9.5.2,4.5.3 CONTRACTOR authorized to stop Work ....... 4.5.2 definition Or. __ .............I. .1.4 Article or Paragraph ?:umber OWN)--:R responsthilnv tiff __... _ 4 ; 1- 8.U1 pcKsihlc price and times ch tng•c.. 4 i - Authorizcd Variations in Work _. t C. 6 25. b 27. 9,> Availabilily of [.ands 4 1. 8 4 .Ward, \otice ,I- delineJ Mole starlit[£ C'onslruction 4 r, 4 ,> I ; 11 4 1 11 11 1: 1.`!ddn,_g f:oa�m nt,--dciin:n::n of 13uldrnc liryuircmi ne s--dcl!nninn of -11. 4'n: Ronds-- acceptance of _.. _. 14 additional bonds Ifl-s, I IA.S.'.? Cost of the Work_....-.__._ __..... ...... ........ 11.54 definition oC I R __..'I.5.1 dcliyen'oC ....,....... ......._ final Application for Payment__- 14-1'_-14.14 general......_...............................1.10, SI-i3, 5,13, __._..__...... .___ _ 9.13.10.5.14.T6 Performance, Payment and Other 5 1-5._ Tiondsand Insurancc--in general._ Builder's risk "all-risk" policy torn.. ............S.r,;.2 Cancellation Provisions, Insurance _ S 4J 1, 5.8, 3.15 Cash Allowances...._-...._ ..............._ .... _.._...........I1.R Certificate of Sutnlantial Completion .1.38, 6,30.2.3, ._._...-_.._ _ ....._.. ....._14.8. 1410 Certificatesoflnspecition,.._._. ,._9.13.4, 13.5, 14.12 Certificates of Insurance _ 2.7, 5.3, 5.4,11, 54.13. ..--_.-,5-6.5, 5.8, 5,14, 9,13.4, 14.12 Change in Contract Price.. CashAllowances_, 1 L8 claim for price adjustment..._-.._-. 4.1, 4.2.6, 4.5, 5.15. 6.8.2, 9.4 9,11, 10.2, 105, 11 2. 13.9, _.....................13.13, 13.14, 14.7, 15.1, 15,5 CONTRACTOR's fee-., ......... _.......... ___11 6 Cost of the Work general ........ ........... _..... ............ _._I1A-11.7 Exclusions to.......... ..............___...._..___ _11.5 Cost Records 1 1.7 in general..., ...... 1.19, 144, 9.1), 10A 2, 10A3, 11 Lump Sum Pricing... ........... .............. ........ 11.3.2 Notification of Surety _.._._ ....,. 10.5 Scope of, _._.. ..-..._..._. 10.3-10A Testing and Inspection, Uncovering the Work. . 13.9 E1C73C ca.N'FTtAL CONDITIONS 191040990 EINTIOM w( CITY OF FORT C'OLLMV MODIFICATIONS (REV 4'991 tSmt I'nce Akork .-VIKIC Or Paragraph \unrtrrr Value of Rork A l Change in Contract I mtcs - Claim fur times adjustment__.._4 1. 4.? o. 45- 5 15, _ 6.5.2 94'a5,11'11.lv._.10.5.12,1. _ _139.1313,1314,147.Is1.IsS Contractual time limits IklayslxetndCONTRACTORs control 12 3 I hl ays bcvond C )WNER's and COfiTRACTOR's control 1_1_4 tiati6cau tienafset}- ___.__....Ipi Cope of change 11.3-1 t i 4 Change Qrdel s-- Acceptance ofOefecnve Work 13 13 tmaadmg C'ontn.tct F,oannentry _.. Cash Allowances I I S Change of ContractPricc_ Change ofContract Times, -,._._ - _-______ _12 Changes in the Work, _ 10 CON I RACTOR's fee ...................... _.„,. ., 11 6 Cost of the Work.- ......... ........... ........ 114-11 7 Cov Records 11.7 definition of. ... _...1.9 emergencies"".".. ,. •, ¢. _3 ENGINEER's responsibility. _ 913, 10 4, 112, 12,1 execution af.....................................................10.4 Indemnifiction'd, ,,,,,,,,,612, 6,16, 631-6.33 Insurance, Bon ds and_._.._..._._.__..5-10.5.13, it).5 OWNER may terminate,.",.,, . ... ... ..-.... 15._2-15.4 OWNER'sResponsibifity_. ........ 10.4 Physical Conditions -- Subsurface and, ................................ ..__..._...4.2 Underground Facilities--, ........................ 4.3,2 Record Documents... _....... 6.19 Scope of Change ............................. ......10.3-10.4 Substitutes.......... _ ................._-............. 6.7.3. 6.8.2 Unit Price Work ...............__.__..119 .................... . value of Work, covered by ......................... _...... 11.3 Changes in the Work. ..._. _...... ...... _... ,...... _....10 Notification of surety ........ .._............ ._...... lo.5 O%NER's and CONTRACTOR's responsibilities,,,,-•,,, .... •...... 10.4 Right to an adjustment„••.... ,102 Scope of change, ........... .............. ........... 10.3-10,4 Claims-- againstCONTKAC:TOR ,,._..-._ .. __ ,. 6.Io against ENGINEER .......... .... ,._....._._,.._....... .32 against OWNER ... ........ .. ...... ............,.,...•....,._ 6.32 Change of Contract Price .... ....... _„_.......,.9.4, 112 Change of Contract Times ........... ............... Q.4> 12.1 CONTRACTOR's_ _ . 4, 7.1, 9.4, 9.5, 9.11, 10.2, ....... 2. 11.9, 12.1, 13.9, 14.8, .....__.___.__...._......-_,.....-,-15.1, 15.5, 17.3 N CON'I"RACI OlK's Fcc I I e, Articic or Paragraph Num l,<r CONTRACTQR's hahtlnc- _ _ ..' 4. G 12 6 16. C} 31 Cost of the Work _ _. _ _. 11 4, 115 Decisions ern Disputes_...... ._.___. _.., 9.11- a 1� Dispute RCSoIulIU11 _.... .. 16.1 Dispute Resolution Agreement _... _.16.1-166 ENGINEERas initial interproor Lump Sum Pricing_ Notice of 17 3 OWNER's,,11, 111=.11._..119 I' L 130. 1' 11, 13. 14. 17 3 Ott NFR's liability; ( AV NER max refuse tc, make pa, niew, 14 7 Professional Fees and Conn costs Included _ 17 request G,) I,'nnal dwusian -fl -) I i suhstitule items f1 7 1 ' Time Extension _......_...-...._.... __.I^ Time requirements ._ ._._._. _9.11.12.1 Unit Price NVork _ _. _ 1193 Valueof .......................__..._................... _...-_ 11 3 Waiver Of --on Final Payment.."., ... ,......... 14,14, 141 Work Change Directive _ 10 written notice required, _ _ _ _... _ _.9.11, 11. 2. 12.1 Clarifications and Interpretations"__ ,...", 3.6.1 9.4. 9,11 Clean Site 6 17 Codes of Technical Society, Organization or Association, ...... . ......... ................ __13 3 Commencement of Contract Times 2 3 Cornmunications-- general............... .........._.._.... ......... 6.'_. 6.9.2, 8 1 Hazard Communication Programs., ............ _..... 6.22 Completion -- Final Application for Payment ................ .........14,12 Final Inspection _"',,•.,14 11 Final Payment and Acceptance..... _.. _.. _ 14.13-14.14 Partial Utilization._............................._,,,"_."-,-14.1ti Substantial Completion„_,,,,,,,,,,,,,,,,, j.38, 14.8-149 Waiver of Claims ......................... ......_....14.15 Computation of Times_ ........ ...... .......... 17.2.1-17.2 2 Concerning Subcontractors, Suppliers and Others .... ............. ......_................ _......6.8 6.11 Conferences -- initially acceptable schedules-,, ..... _.,................ -. 2.9 pre0onstntction .................._.........-...._..............?-8 Conflict. Error, Ambiguity, Discrepancy-- CON1'RAC TOR to Report,.._ _' i 3.3 ' Construction, before starting by CONTRACTOR ..............................._.......... 2 5-2 7 Construction Machinery, Equipment, etc,__....... Continuing the Work ....................__.,.......... _.64 6.29, 10.4 Contract Documents-- Amending_........................_......._.........._.........3 s Bonds ; 1 ................._............. ......... _....... ._. EAMOC 0ENM3tAi- Co-DITIONS 1910-11OWD ED1110N) wt CITY OF FORT (011INS kf0r)rFICATI(NS 1REV 9,94) Cash Allowances II 3 Article or Rtrxgraph Number Change of Contract Price Change_ of Contract Times Changes in the IN2rk .......111.4-10 check and rerili Clanficalrons and tnterpretanons.. _. _. _... _..�.", 3.6- 9 4, c1 11 dei-mitton or I \GINEER as initial interpreter of 9.11 IiNGIXH.R asOkk*NER's representative......._...-.',� I =cncral3 Insurance 5.3 Intent _.... _ 3.! -?A minor canal ions in the Work__„__. (RYM:k'srespomsibilavlofurnish data +ill-VliPi's rn� ,rsiniht� +e ntnkc prom Ill 1vtvment precedence.. _.__.. _....__ .._....3.1,3.31 Record Documents 6, 19 Reference to Standards and Specifications of Technical Societies_ ......... ... _...... .... 3.3 Related Work ..... ............... .............._.................7 2 Reporting and Resolving Discrepancies' S. 3 3 Reuse of... __.....,, 3.7 Supplementing .. ............ ......... .............. -.......... 3.6 Termination of ENGINEER's Employment . _,..82 I nit Price Work If 9 variations ................... ........ ..._........... 3.0. 6.23, 627 Visits to Sae, L-NGINE IER's ......... .. . .......... 92 Contract Price -- adjustment of._ ...... 3.5, 4.1. 9.4, 10.1 11.2-11.3 Change of..... _ __. _ ... _l 1 Decision ore Disputes ..... ........... .......... ............... ,11 definition of ............_.......................................1,11 Contract Times — adjustment or, .......... ._......_.._3.5,4.1.9.4, 10.3, 12 Change of, ___ .........................................12.1-12.4 Commencement of,,.._..................._..._............?-3 definition of_...................................................1.12 CONTRACTOR -- Acceptance of Insurance_........._..... Communications... ..... ............ ........... 62, 6.9.2 Continue Work ................ ... .................... 6.29, 10.4 coordination and scheduling ............. _........ _ 6.9.2 definition of ........... ........... ..............................3,13 Limited Reliance on Technical Data Authorized..._.. .._.-__.... 9.22 May Stop Work or Terminate ............. ... provide site access to others_.,,,,,_.,..,,, 7.2, 13.2 Safety and Protetio n._............... 43.1.Z 6.16, 6.18, ............_....................... 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal_._ ................._...........-_,., J3.25 Nli Stop %fork requirements._ _.... _. 4 i CONTRACTOR's-- article or Paragraph N'um Ier Compensation Continuing Obligation....._.._... __ ... .....14. 1? De'fuccrive kkork_ ..... - ,6. 13.19-13.14 Dray to correct ck'fecrnv Work... 1 it Duty to Report -- Changes in the Work caused by Fimcrgency _ _ _ 6 13 Defects in Work of Others 7.3 1415cring conditions 42. Discrepancy in Documents �, 33.2. 6 14._' Underground facilities not indicate, 4.3.^ Emergencies _ _ __..._.. 6,'3 Equipment and Machinery Rental Cost oftheglvl, _._.. 114:I Fee--Cosl plus ,.. _ 11 4 6, 11 3, 1, 11.6 GeneralWarranty and Guaranhx _ _...,__.630 Ilazard Communication Programs 6.22 Indemnific:ation._ _612 616,6.31.633 Inspection of the Work, „_..... ...................... 7.3, 13A Labor, Materials and Equipment ........... ......... 6.3.6.5 Lnwsand Regulations, Compliance by 6 14 1 Liability insurance._..._... __._....5.4 Notice of Intent to Appeal_,,, _........ ........9.10. tO.4 obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid for by._.,.,.,_.,,,,, 6.12 Performance and t)ther Bonds 5 1 Permits, obtained and paid for by_..._. _.. ......4.13 Progress Schedule ....... --- .... .._..2.6, 2.8, 2.9, 6.6. 1-1--.1 1 ...... — ..1.-1.- 1 .629, 10A, 15.2 1 Request for formal decisionon disputes .......... .... 9.11 Responsibilities — Changes in the Work 117.1 Concerning Subcontractors, Suppliers and Others ................_......,.6.8-6.11 Continuing the Work --- ....... ....... .... 6-29,104 CO NTRACTOR's expen e,0.7.1 CONTRACTOR's General Warranty and Guarantee..-.......... _........6.30 CONTRACTOR's review prior to Shop Drawing or Sample submittal ... -............. 6.25 Coordination of Work ................. ............... 6-9.2 Emergencies ...................... ..................... ....6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items,,.__ ... _ ....... __._6.7.3 For Acts and Omissions of Others, ,,..,,,,_- ................. 6.9.1-6.9:2, 9.13 for deductible amotmts insurance,,,,,,,, 59 general........................................6, 7.2, 7.3, 8.9 Hazardous Communication Programs. .. 6.22 Indemnification,.._.._...... _..._....___.., 6.31-6.33 Rxtx OENLRAt COM'nOtN31910.SC199oEolttoM W1 CITY OF FORT MUMS rd06IF1CAnONS (RF-V W9% Labor, Materials and liquipmeni. 6 -6 5 Iawsand Regulations _..__ 6.14 Liability Insurance 5.4 article or Paragraph ,\ tnli her notice of variation tram Contract Documents �.27 ---6 Patent pees and Royalties _. - 12 Permits .._. _...._... _ h 13 Progress Schedule....... Record Documents 6-19 � - related Work perfor med poor to EWIN1 6R's approval of required submittals_... .. _... 6 safe structural Ioadinc t, I Satityand Proiection _6-20.7.2, 13.2 Safety Representative _ _ 621 cheduhng the %Voi , r> , Shop Drnwinp and Samples Shop Drmvings and Samples ReyleN' by );NGI\T,,ER _ _ 6.26 Site Cleanliness ........ .......... .............. 6.17 Submittal Procedures..............._._..._.._6 2s Substitute Construction Mcilnxis and Procedures 6 7 2 Substitutes and "Or -Equal" Items . _._.. �6.7.1 Superintendence .._................ _ ......._...-.6.2 Supervision ...-- ..... _..........__ .....--.....fi.l Survival of Obligations,,,,„ 6.34 Taxes............. _........._.............. _............6.15 'tests and inspections _... - _ _ ....-_ 13.5 To Report.,........._.._._...._. _.-...,. _ ..., ...2.5 Use of premises .. .......... . _....0 16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal..._ .............. Right to adjustment for changes in the Wort .,.,,10.Z right to clam, _-... -_-, A, 7 1, 9-4, 9 5, 9,11. I1),2.11.2, 1IA12.1.13.9.14.8.15.1,15.5,17.3 Safety and Protecticq............._,.0.20-6." 7.2, 13.2 Safety Representative . ..... .... ....._, 6.21 Shop Drawings and Samples Subtnittalsk _.6.24-6,28 Special Consultants_...._..__.. Substitute Construction ?Methods and Procedures_ 6.7 Substitutes and "Or -Equal* Items, Expense........ ......... ................. .._....6.Z1, 6.7.2 Subcontractors, Suppliers and Others...... _..,,6.8-6.11 Supervision and Superintendence, ...... _6.1, 6.2, 621 Taxes, Payment try... 6.15 t Ise of. Premises ........ 6.16-6. 18 Warranties and guarantees._.. _...... 6.5, 6.30 Warranty of Title_._ .............. 14.3 Written Notice Required-- CONTRACTOR stop Work or term trial e........ 15.5 Reports of Differing Subsurface and Physical Conditions..... _................ a 2.3 Substantial Completion, vid CO\IKACIOKS--other._. __.._ ._. _.. 7 Contractual liability insurance t:'ontraclual Time Limits Ankle or Paragraph Number Cool dmatton— i'ONIRAC i'OK'sresponsibildy Copies of Documents i:'orrcetion Period.... Correctioii, Removal or Aeceptanox of Uzfec)ire ANark-- m general....... _....,..__............... IO4 L. 13.111-1114 Acceptance . f ) crn e Work -13 13 Cotiedion or Removal of IDelec;rveRotk. r;,:i7_ 13.11 Colrecinul Period --- 15tVNI•R Mro, Correct 1)electire %V rk ,_ 1314 t cist-- o1 rests and Inspections . .. -. 134 Records 11.7 Cost of tile Work -- Bonds and insurance, additional ...................11.4,5,9 Cash Discounts ..........._.................................11.4.2 CON WAC'IOk's Yee i L6 ......_..-..._.-., Employee Expenses....... _.... _.. _........ -. _.-.....11.4.5. Exclusions to...._ .._..__...-..._,..._.._....-_........I1.5 General 11-4-115 Ilomc office and overhead expenses., ..... .......... .1 L5 Losses and damages ....... ........... _..._..____. 11.4.5.6 Materials and equipment.--..._._. _......_ . Minor expenses_._ ... _.......... .....................11.4.5.8 Payroll costs on changes. _... _.. _......................11 A.1 performed by Subcontractors, ... . ... ... .. .....11.4.3 Rec rds 11.7 Rentals of construction equipment and machinery ... ................ _. ........ 11 A53 Royalty payments, permits and license fees._ ... ............... 11.4.5.5 Site office and temporary facilities ... ..... .....„11.4-5.2 Special Consultants, CONTRACTOR's...... ...... 11.4,4 Supplemental.....- ..- ....... ......_...... .... _......11.4.5 Taxes related to the Work ......... ...._.,,.,,-_-._,)1.4.5.4 Tests and Inspection,,._ . ..... ............... ............... 13R Trade Discounts .... ........ ............... .................. 1 L4.2 Utilities, fuel and sanitary facililies_........... ,11A.5,7 Work after regular hours ............ .....................11.4.1 Covering Work - _ _ _-. _ 13.6-13.7 Cumulative Remedies_,.._..__..___.....__._,17.4-17.5 Cutting, fitting and patching— ...... ....... .._.-_,,.7.2 Data, to be furnished Lou OWNER .................. _........ 8-3 Day --definition of.._ 17.22 Decisions on Disputes ........................ 9.11, 9.12 defecrrve--definitiono!' _ _ _ _ _._ 1,14 dgPetiv. lvmk-- Acceptance of__. ................ IU.4.1.13.13 EX-1)C GEt MULL COMT10M 1910.9(199a 6U177ON) w!!1TY iOr FORT C01.1,04S MODIFICATF(M (REV 9.i99) Correction or Removal of lit. 4. 1. 13 11 Correction Period _._......_.. 1112 in general._ _..__ _ 13. 147, 14.11 Article or Nragraph NuniM Obu:rvatton by HNGINEEK,,.,_-.___.._.. ONNNERMayStop Work Prompt Notice of Defects _ 13 1 Rejecting-. .......... .. __.___ _... 'r6 Uncovering the Work. _. _ _. _. _ _ _.... 138 Definitions I DelarN ,,.4.1, 6. 291 12 3-12.4 1)chrcrvo(Bonds ' I Ddirery of certiticatas ofinsurance.. _ �.7 Peterm inalions far Unit Prices Dftering Subsurface or Physical Crmdtuon.s- tioticc of a' FR's Review 4 ` 4 PosSihle Contract Documents Change ... _1 ' > Possible Price and Times Adjrntmems, _ 4 2 6 Di sc r c'pa n ci es -Reporting and Resolving _._..._ __.. 5.33.2,6.14.^_ Dispute Resolution -- Agreement.... ......... ...................................1 ti.1-16.6 Arhitration 16.1-16 generall6 Mediation ................ ............... 16.6 Dispute Resolution Agreement ....... .... .. .. .16.1-16 6 Disputes, Decisions by ENGINEER .... ............. J 11-9.12 Documents -- Copies of_.. Record 6.19 Reuse of ----- ,, ... ....._............ _....._. _. 3.7 Drawings--de6nitionof..,,,.,, _,_._......... _._._ 1,1j Easements..........................................._...._....... 4.1 Effective date of Agreement -- definition of ........ ..... 1,16 Emergencies.._,._ .................._ _........_.623 ENGINEER - as initial interpreter on disputes..............._9.11 9.12 definition of ................._........._ ................ _._.. 1.17 Limitations on authority and responsibihties,.... 9.1:3 Replacement of,... .... .__....... _._.__._.._..__....8.2 Resident Project Representative_.,.,._..._ _..9.3 ENGINEER's Consultant -- definition of„.,.._.,_.,._.,1.18 ENGMER's-- authority and responsibility, limitations on_ .... _ 9.13 ,Authorized Variations in the Work....................9.5 Change Orders, responsibility for....,._ 9.7, 10. 11. 12 Clarifications and Intcrpretatums,,, 3.6.3, 9.4 Decisions un Disputes... ..... ....... ................ 9. t 1 9,12 dejecHve Work, notice of ............ ......... ..... __...13 1 Evaluation of Substitute itemg--- ......... .... .._.... 6.7.3 Liability_ ... ___ ........................... OX-, 9A2 Notice Work is Acceptable__ . _ _14.13 Observations ......................................... 6.30', 9.2 A O1lV L- R's Representative_ _. - .. _. _. _. _.9.1 Payments to the COS:I'RAC-1-OR- Responsibility for - _ �t.9. 14 Reconune.ndntbn of pmarent 14 4. 14,11 Article Or Paragraph Numher Responmblhues--Lnnnauons on _9 11-9.13 Review of Reports on Differing Subsurface and Physical Conditions 4 2 4 Shop Drawings and Samples. revlerr responsibility _ _. _ _ 626 Status During ("instruction - authorized variations in the Work 9,5 (Im i fical ions and Imerpretallowi ..... _ _ 94 Dccl,iens on Dispute 11-9 12 Determinations on Yrot Pi ce 9 to i \R'ilNl+R as Initial Interpreter ., 9 1I-9 1' hmnanonson L•'\t,IAi-Fk's Authonty and Responsibilities 9.13 OWNER's Representative _ _ _. _.. .. _..- 9.1 Project Representative. _. ............_9.3 Rejecting Defaerive Mwk ......... _. _............ .... 9.6 Shop Di awings, Change Orders and Pnvmrenm 1) 7-9.9 1'isits to Site Unit Price determinations.._,..._... _....................9.1U Visits to Site Written consent requirctl .............................. 7.2, 9.1 Equipment. Labor, Materials ,aid ...... ........... .... .6.3-6,5 Equipment rental, Cost of the Work. _._..... 11.4.53 Equivalent Materials and Equipment, ,,._._.__.,..,„_.6.7 error ortmtissiotts..__.._ ........... . . ..............6.33 _ Evidence of Financial Arrangements. _ _., ..... _. _.. _.8,11 Explorations of physical conditions.- ..................... 421 Fee, CONTRACTOR's--Costs Plus'. ......... _.........,11,6 Field Order - definition of, _......................J.19 issued by ENGINEER ._.....,.._........_.,....... 3.6.1, 9.5 Final Application for Payment_........................14,12 Final lnspectiort..................................................14,11 Final Payment -- and Acceptance-_ .............___._....... _....14.13-14,14 Prior to, for cash allonances..11.8 General Provisions ... .................. ................. ....17.3-17.4 General Requiremenis-- defurition of ........................._.._ .... .............. ....1'O principal references to. _2,6,6A.66.6,7,624 Giving Notice 17.1 Guarantee of Work -Dry CONTRACTOR,.-„-, ,030, 14A2 Hazard Communication Prngrnms....... .................. 6-22 Hazardous Wastc-- defmition of ......... .................... ................. ....... 1-21 general _ _ 4.5 OWNER'sresponsibilit for__,,,. ,.„_....... R_1P E1C.'DC. ULNERAL CONDITIONS 1910-8 (1990 EDI710N ) W! i'1TY OF FORT COLI.M.. 111QD0-1(7ATI0NS (RF.V 9i9% Grab Tensile Strength 200 lb (min.) Puncture Strength 80 lb (min.) Apparent Breaking Elongation 15% (min.) Apparent Opening Size 30 sieve (max.) Permittivity 0.12 sec' (min.) PART 3 — EXECUTION 3.01 Subgrade Preparation ASTM D4632 ASTM D4633 ASTM D4632 ASTM D4751 ASTM D4491 A. Grade subgrade surfaces to lines and grades with an allowance for riprap and bedding or native streambed riprap where indicated on the plans. Remove organic materials and compact soft subgrade soils. When fill to achieve subgrade lines is required, provide structural backfill or granular bedding. B. Materials shall not be placed until foundation preparation is completed and subgrade surfaces have been approved. 3.02 Fabric Installation A. Provide fabric under all riprap, unless otherwise shown. Install fabric as shown and in accordance with manufacturer's recommendations. B. Surface to receive fabric shall be smooth and free of obstructions, depressions, and debris. Lay fabric parallel to direction of water flow. C. If lapping of fabric is required, minimum overlap shall be 2 ft. Overlaps may be eliminated if fabric sections are either factory or field sewn. Seam strength shall be at least 80% of fabric tensile strength. D. Secure fabric in place to prevent shifting before or during placement of stone or riprap. E. Repair or replace torn or punctured fabric in accordance with manufacturer's instructions; no extra compensation will be allowed. 3.03 Aggregate Bedding Placement A. Where indicated, place aggregate bedding to receive riprap; spread material uniformly on prepared subgrade to depth specified. Unless otherwise noted, compaction of aggregate bedding and filter layers is not required but surface shall be finished reasonably free of mounds, dips and windrows. 3.04 Equipment -Placed Rock Riprap A. Riprap shall be placed on the prepared slope or channel bottom areas in a manner which will produce a reasonably well -graded mass of stone with the minimum practicable percentage of voids. Riprap shall be machine placed, unless otherwise stipulated in the Drawings or Specifications. When riprap is placed on slopes, placement shall commence at the bottom of the slopes working up the slope. Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. The entire mass of riprap shall be placed on either channel slopes or bottoms so as to be in conformance with the required gradation mixtures and to lines, grades, and thickness shown on the Drawings. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing Indemnification _. _ _ 6.1�, 6.16.6.31-033 Initially Acceptable Schedules 2.9 hrspeclion-- Certiflcales of _. - -� 13 4, 13-5. 14.12 Final 1411 Article or Paragraph Numbet Special. requiredbvlN61NEER. 1 1_9.6 -1"[x and Approval _.._.K7.13.3.13.4 htsurance-- Acceptancc of. by uAVNER _ 5.14 \dditional required by changes in the U „rk .... ........... 11 4S.9 Pdtxe starting the Work _.... ._..... _.__... _'.7 Bonds and-in'envra! s C'ancellanon Pro\isams._.. Certificates of . ^_ 7. 5, 5.3, 5.4. 11.. 5 4 13. ... ...14.g134.14I- completed operations _......_...5.413 CON'TRA(SOR's Linhilov CON"I'R-1CTOI2's ohjecti n to cot erabe --- ._ 5,14 Contractual Liability 4 10 deductible amounts, CONTK.AC I OR's reslx?nsihi 3 itt=................................................ 5.9 Final Application for Payment . . ..... ........_,._..14,12, Licensed Insurers ..5.3 Notice requirements. material change*_ ..... 5.8, 10.5 Option to Replace _ _ _5.14 other special insurances....................................5.10 OWNER as fiduciary It, insu eds.............. 5,12-5.13 OWNEk's Liability 5.5 (WNMR'sResponsibllity _ _... ............,8.5 Partial Utilization. Property Insurance, ,,,,-„_.,.5.15 Property ..,......._.5.6-5.10 Receipt and Application of Insurance Proceeds ........................... ...... ..... I ......5.12-5.13 anc Special Insure ...... .. . ............ ... ,..„5.10 Waiver of Rights ....................._...........5.11 Intent of Contract llaarments.......... 3.1-3.4 Interpretations and Clarifications .. , _ _. ....... , .... 3-6.3, 9.4 Investigations of physical condiuong...........................42 Labor, Materials and Equipment. _..._.._.. 0.3-6.5 Lands-- andEasements ..._..... ...._....._...... . ............. $A Availability of ........... ............"...._......:.._....9.1, 8.4 Reports and Tests. ...._.......... .__................ ........ Laws and Regulations -Laws or Regulations -- Bonds _ _ _._..........___..,._.._5.1-5.2 Changes in the Work Contract Documents.,.. _ _ _. _._..... .... ............3.1 CONfRACTOR's Responsibilities. _............ ......& 14 Covectium Period, defeclive Work__................13.12 Cost of the Work, taxes. ......... .................... JI.4.5-4 definition of gencra16.14 Indemnification.._..___...._._ ........ ..... x b.31-6.33 Insurance :- 3 Precedence _. It 3.3.= Reference to _... _. _.. _. _.}.3.1 Safety and Prolection 671l I 1 Subcontractors, Suppliers and Others 6 8-6 I I Article or Nraeraph ^awn h Tests and Inspectiont. _.... _ _..13.5 1_'se. of Premises_. ..._ ._. .......... i� Io Visits to Site Liability Insurance-- CON-1 RACI OR's ; 4 OIVNE.K', ; Licensed Sureties and Insurers ? Liens -- Application lot PrdgressPayment_ 142 CONI RACRIR's Warranty of`I itic 143 Final _grphsrticai I ,r Rik Trent 14 1' definition of _.. __ .. _.... I -3 Waiver of Claims. 14.Is Limitations on ENGINEER's authority and responsibilities _. _ 9 13 Limited Reliance byCONfRACI'OR Authorized .................................................... 4 2 2 'Maintenance and Operating Nianuals-- Final Appllcationfor Payment 14.12 Manuals (of others) -- Precedence,.. _._.._.__ _..._.._..__. 3.33.1 Reference to in Contract Documents.,.... .......„_...3A Materials and equipment -- furnished ha C ONTRACI'OK.. _ _ _ 63 not incorporated in Work ....._.._....._....__.."___14.2 Materials or equipment--equivalent„" 6.7 Mediation (Optional)., ,... ........ .... 16.7 Milestones --definition of ....... ................ ....._........,,1 24 Miscellaneous -- Computation of Times....._.._ ......__.._. 1Z_' Cumulative Remedies._........_ _............... _. 17A Giving Notice ......... _. 17.1 Notice of Claim . _......... _..17.3 Professional Fees and Court Costs Included ,17.5 Multi -prime contracts .. _ . 7 Not Shown or Indicated _ _ _ ., 4.3.2 Notice of -- Acceptability of Project_..................................14.13 Award, definition of_..._.._.............1.-5 Claim ................. .......... ...... 17.3 Defeets,13.1 Differing Subsurface or Physical Caldinons_,. 4.2.3 Giving _..._... __ _._..._..... ......... .... 17.1 Tests and Inspections, .... _._.._,... 13-3 Variation, Shop Drawing and SamPlg,__„••..,,••„.6.27 Notice to Proceed -- definition of, ... _........... _._.__.....1 26 giving of-._..... .... ........... .._23 EX'W GIINE•RAL CONDITIONS 1910 -8 (1990 EDITION) w7 CITY OF PORT COLLINS MODIFICATIONS (REV 9199) '<uutrcauon to Surer' 11) Observations. by1dNG1NlaiR _.630.9.2 Occupunc% Of the Work 5 15, r;,30 4. 14.10 !)I11 LtiSlilns tr echhk CO\IRACIOR 0.4, 'a 13 r.)pen Peril police form. Insurane.' is}poontoReplace _....... - _._...,.'.14 Arlicic or I'aragtaph \umber "Or F(tuil" Items _ _ _6.7 t.)iher work 7 1 h-crtinle %kork--prohib Lion of _ _ 63 1=.R— Acceptance o4da4'wnv Work_..._._._. .. _...... 13. 13 uppoint tin E\131NIAN X.G as flduciart .... �.I=J 13 A\jih hilitc cf Lands. resperosibi.!tt a.l delino un of 1 27 data. furnish R 1 Max r-...ris rt f.', 11r;11 t. W n1. 13 14 \Iay refer to make pnrmenr _ _ 1-1 7 May Stop the Work _ 13 1f1 Mac Suspend Work, Terminate _ .__ 89. 131f+, I>_1-154 Payment. make pranpt........__......_..S.i. 14.4, 14.13 performance of other evork......__........................ 7.1 permncand licenses. requirements _ 6.13 purchased insurance requirements _ 5.6-�.Itt OtV\TRs-- Acceptance of the Work, ..._. _._._._._... .63i12.5 Change Orders, Obligation in execute 8.0, 10.A Communications........_ __ _....... _......._ _......_... 8.1 Coordination of the Work T4 Disputes, request for decision,...... _ _ .. _ _,. _ _, 9. It Inspections, tests and approvals_... _ _.........8.7. 13.4 Liability Insurance ,. _.._ i.5 Notice of Defects......................._._._..._........,.1.3 1 Representative --During Construction, ENGINEERS Status .................................... 91 Responsibilities -- Asbestos, PCBs, Petroleum. Hazardous Waste Or Radioactive Material ................ 8.10 Change Orders ............................................. 8,6 Changes in the Work .10.1 communications .__._ ._ .__._8.1 CONTRACTOR's responsibilities...._......_.__ 8.9 evidence of fmancial arrangements ........ 8.11 inspections, tests and approvals........ ...... 8.7 insurance ................ _...-...................... _........8, 5 landsandeasements... _...._ _._. ___...._..94 prompt payment by ............... 8.3 replacement of EA'GMER,.. _._...... _......... _..5.2 reports and tests .............. _... _..... ............ _..8.4 stop Or suspend Work ... .........I.....8_S, 13,10, . i terminate CONTR C.TOR's services _... 8.8. Is—, separate representative at site....... .................. .... 9a xi testing, independent _._ _. 1;4 use Or occupancy of the Work 5,15.6.3024. 14.1u t5'rrtten consent or approvat required _ 9 1. 6 3, 11 4 EICW CENERAL COMATIONS 1910.8 (1990 ELMOM wt C1TY Cie FORT COL1.M.. 4ONFICA71ONS (RF,V IM) Article or Paragraph Number writien nonce required 7 194.9-1 I. I I I 1 1) 14 7. Ii4 definition of I general .4 OkVNI-0s 141 Partial 14flization— definition of general 636.2 4, 14 1 Property Insurmice 5 15 }Intent Fe" and RoNnitles payment Bonds PaNtrients. Recornineridalion oll 14A-14 7. 14 13 Rivnwn1:1 to ( 116j RAI I ( )k and I oniploion-- o Application I' I 1-'jogresSP-axniems 14, CON YRAC I OR's Warranty of I itIc 143 Final Inspocnon Final Pament and Acceptance 14 13-14 14 general. 83. 14 Partial Utilization.. 14.10 Reviinage............ ............................................14- Review of Applications for ProgressPsyments ..14 4-14 7 prompt payment Scheduloof Values,.,__,,,.,,_, 14.1 Substantial Completion 148-149 Waiver of Claims .................._.........................14, . .. .... ....... . . ... ...... 14,15 when payments due 144, 14.13 withholding payment- 117 Performance Bonds 5.1-5.2 Permits Petroleum — definition 0......................................................1.3r) general............................................................ -. 4.5 OWNER's responsibility for.... . . ... .... 8.10 Physical Conditions - Drawings of, in Or relating to..._._...,... --4212 ENGINFER's review ........................................4.2.4 existing structures.._..._...._ ...... 42' general 4.2.1.2, _ _ . ............ .. ..... Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,„4 Possible Contract Documents Changq ...... Possible Price and Times Adjustmenrg.............42.6 Reports and Drawings . ... ___ .... ................. _..4.2.1 Subsurface and,.- . ........ 4 'iubsurfacc Con , ditions '-' 4,21.1 Technical Data, Limited Rcliance-by CONTR)kCTOR Authorized, --- .... .. ,..422 Underground Facilities,- general........................................................4 3 Na Shown or Indicited- 4-i 2 protection of 43, 6.10 Xii _article or Paragraph Nurn bcr Sho,krr or Indicated 4 3.1 Technical Data 4 M,eoonqiuvlion Coriferenoe. 11rehininary Nlittcrs PrC11111111.1t) Schedules FY eni jses. L se of 6A 6-6 I'S Price. Change of Contract Price. Cimiracr—definition of ProLrcss PIYIIICIII, Applications for 14 Ilr: rcss N%went—Tetainrice 14,2 I `iovress schedule ( -OX I RAt 'R *-sl 2 9, 66.620 1114. 1 s - I Project --definition of 1 31 Pr� !acl kcrrr.senuiin e-- EVANTI`k's Suarrs I )or uig('on,liuoiUri o 3 Prolect Wprcsentanve. Resident—definawn of 1 33 1-� i A\-FR. 1'roperw Insurance - Additional -enej-ab.o-� III Partial Oflization 5 15. 14,10 2 receipt and application ol'procceds...... .. 15A 2-S. 13 protection, Safety and 6 20-6 2L 1-1.2 Punch list 1411 Radioactive 4\latctial.. Jcfintion of 1.32 generaM 5 OWNER's responsibility for,, ............... ...... 10 Recommendation ofPayment, 4, 4, 145, 1413 Record Decumems- 6,19, 14.12 Records, procedures fix maintaining 2.8 Reference Points 4.4 Reference to Standards and Specifications of Technical Societies _3 3 Regulations, Laws and (or)... ............. ...... ........ 6,14 Rejecting D4tfective Work .9.6 Related Work — at site 1-73 Performed prior to Shop Drawings and Samples submittals review ... ....... 28 Remedies, cumulative.._' 17.4, 17.5 Removal or Correction oMe fecffiv Work 13.11 rental agreements, OWNER approval required .. _ 11.4.5.3 replacement vfENGMER, by OWNER ............ _ ....... 8.2 Reporting and Resolving Discrepancies ................................ 2.5. 3.3.2, 6,142 Reports -- and J)rawings, -4 2.1 and Tests, OWNERs responsibility . ...... Resident and Protect Representative — definition of . __ _ .... .... 33 provision for .... . . ............. .......... ... . .. ........ �. _93 EJCDC. GENERAL Col"TIOM 1910-8 (I"D FDIT1014) w/ MY OF FORT COLLINS MODITICA71(WS (RFV 9!09) Article or Paragraph Number Resident Superintendent, CC£ilk-V'l(,WY Responsibilities-- CONTR1CTOR' m general.__ . 6 ENGINEER'S -in cenerd o Limitations on. _.... ._...9.13 ( )"'NER`s-in gencial Retainagz Reuse of I locum ems 3.7 kcvlew lW ('ON -TRACTOR. Shop Drawing, and Samples Prior to Submittal .. _. _ 6_'5 Review of Apphcaucnm lit Progress Pavnuntx. 14.4- 14.7 Right to an adjustment. _ _.._-. _..._...1u.2 Rights of Way 41 Royalties- Patent Fces and +a I ` Site Structural Lon.lmg...._ __. �_._ �6 IS °lafety— and Protection _ _. .4.3.2. 6.16, 6,18, 620-6.21, T2. 132 general ...... _. ............... . ................. ........... 6.2 f_6,23 Representative, CO\. 7RACTOR's......................621 Samples-- definitionof__..__.-.._,.. ......._...--.1.34 general ........_... _...6.24-6.28 Ret7ewtA,CONTRACTOR _..... -... ... __.625 Review by ENGINEER..............................626, 6.27 related Work................._...._............................6-28 submittal of. submittal procedures ..... 6.25 Schedtde of progress ........ _ ....... _ _.... 2.6.2.8-2.9, 6.6. _.._.,.,.._..__.............. _...629. 10.4, 15.21 Schedule of Shop Drawing and Sample Submittals ..................... ........ .2.6, 28-29, 6,24428 Schedule of Values----------_ ..... ._ '.6, 2-8.2.9, 14.1 Schedules — Adherence to....... _....................... . _...........16.2.1 Adjuvtting........ ......... ...... _.0.6 Change of Contract Times.................................10.4 Initially Acceptable ... ... ._.-- ....... ._.. .......2.8,2.9 Preliminary.._...-._ .-_...._..._ .-..... ?6 Scope of Changes... ... ......... ...... ........10.3-10.4 Subsurface Conditions, .... ......... ._...............4.2.1.1 Shop Drawings -- and Samples, general ................................ 6.24-6.28 Change Orders S Applications for Payments, and .......... ....__.... _ 9.749 definition of ....... ....._........._............................1.35 FNGINF.EWT;approval of._............................_3-6.2 ENGM13R's responsibility for review ..................................... 9.7. 6.24.6.28 related Work _ _. __.6.28 review procedures ............. ._............... 2.8, 6.244-628 Article or Paragraph Number Subnittalrequired _ 6^_41 Subnlival Proce lures 6-2> use TO approve. sulntitutlOns. e, 7 -, shin,v„ of Indicated ..... ........................... . 4 3 1 Sue:\coals _ _... 7. �. 1?.= Site Cleanhness 617 Site•. l-istls In-- b� ENGINEER 913.2 by Others 13.= Special eauSeC Of 1t sS " pOhc\f(rtil. InSnrail(.e' definition of 1 36 Sreci fi ea t ww--- detinauon of i in Of Technical Societies reference to 3 ; 1 lu .e,lena. Standards and Speclfic:al<yns of Technical Soeiztic; _ _ _ ; i Blurting (-onstruction, Before - _- -S-_,s Starling the Work _... ... _. 224 Stop or Suspend Work-- b}' CO\ TRACTOR ..................... hyOWNVR xx 1310,15I Storage Of materials and equipment _ ,_„_.J.1. 7.2 Structural Loading, Safety .... ...... ... ... 6.18 Subcontractor — Concerning ........... .............._ ....................... ti.8-6,11 definition Of- ......... ........ ....... _..__,........__..1.37 delays . _12.3 Walter ofrlghts__... . _.. __... _.. 6.11 Subcontractors --in general, ._._.... .. ,,,-__._- .6.8-6.11 Subeontrilets--required provisions_ _ „_.. 5.11. 6 11. 1 L4.3 Submittals. - Applications for Payment,,,,,,,,,,,,,,,,,,,,, .......... ...14-2 Maintenance and Operation Manuals 14.12 Procedures.-_._.._... -._........_ 6.25 Progress Schedules ............................... _..16, 2<.9 Samples.. _.. -.... ._... .. _ _...6 246 28 Schedule of Values.....................................26, 14.1 Schedule of Shop Drawings and Samples Submissions......._._..._..- _.....__.2.6.'_.8.2.9 Shop Drawings ...... .......... ... ......._.......... 6'4 6.28 Substantial Completion -- certification of ......... ................. 6.30.23, 14.8-14.9 definition of. 3.38 Substitute Construction Methods or Procedures 6.7.2 Suhstitutcs and "Or Equal" Items_.. _ &7 CONTRACTOWsExpense,--.,_„_„___ _...,6.7.1.3 FNGINFFR'sEvaluatirnt,,,,,,,,,,,,,,_........... 6.7.3 Fql"....,....... _....6.7.1.I Substitute Construction Methods WM CENLRAL COMATION31910.3 a 990 L ATI ON) \rl CITY QF FORT COLLN" MODIFICATIONS IRE\' 9 991 Article or Paragraph \ u III ber a Pukedur........._.................._........... _6 7 Substitute Items 6 7 1. _ Subsurface and Physical Conditions— Druu urgs of. in or relatng to.. _. _ -. _'1-2,1.- ENGIN1EER's Review __. 4 general. _... _... -4.., Limited Reliance by CONTRACTOR Authorized 4.22 Notice of Ili flenrip Subsurface or. Physical ''ondntons 4.23 Physleed Conditions,. _ 4.2-1 possible l'onlract Documents C'hanue 4.2.? possible Price anclTimes Adjustments._ _,.__..4 6 Reports and Drawings _._.. 4 ' 1 Ih, U1 fifer and'. _ 4� :Suhsurface Condmats at the Site 4 2.1 1 Technical Data 42.2 Supervision— CONTRACTOR's responsibility _ 6 1 OAV\ER shall not supcn,isz _.,,...,..","-".,..,,,_,,,,_„ Y9 F,NGI\: FFR shall not supervis@,,92, 9.132 Superintendence .._. ___ 6' Superintendent, CUIv'TRACTOR's resident„ _ _ 6.2 Supplemental costs, _....... ...... _1 1.4.5 Supplementary Conditions -- definition of ................. ........ ............................J-39 principal referencestq1.10. 1.18. 2.2, 2.7, 4 2, 4,1 5.1, 5 3, 5 4, 5.6-5.9. _.....__......5.II.6.8,6.13,7.4,8.11,9.3,9.10 Supplementing Contract Documents, .... ........... ,....... 3.6 Supplier -- definition of,,,." 1.40 principal references to ........... }.7, 6.5, 6.8-6.11, 630, ......i-...._._.._.-......__.___.-624, 9.13, 1+12 Waiver of Rghts........ _._......... -...........6.11 Surety -- consent to final payment_ .................„_ 14,12. 14.14 ENGINEER has no duty to........... 9.13 Notification of. ____-_..._........._..-.10.1, 10.5, 15.2 qualification of _-...,.._..... -........ ............._ ...5.1-5.3 Survival of Obligations ................ 6.34 Suspend Work, OWNER May .... ............ ..... ..13.10, 15A Suspension of Work and Termination-„_.................I5 CONTRACTOR May Stop Work or Term ini..... _ MVNER May Suspend Work___..._...... _.-.---.... 1 S, I OWNER May Terminate_ ........ _ _.,.....,..15.2.15.4 Taxes. -Payment byCONCRACTOR.................. ....... 6.15 Technical Data -- Limited Reliance by CONTRACTOR.................4.2 2 Possible Price and Times Adjustments Reports of Differing Subsurface and Physical Conditions.._.-.._..._ .... .........._..42.3 XIV "I emporary construction facillues :Article or Paragraph \umber Term tnat ton -- by(' )fvfRACIY OR I 5 1).k oWNEx._ ...., s x I 1-1 4 ;dENGINEER'S emplo)mcnt_. - . 111_2 Suspension of Work-in general. _ _ _ _ . 15 ferny and Adjectives -_-- 3 4 Tests and htspecnons— Access to the 1k'ork, by others _ 13_2 CON -I-RACIOR'srslxmsrbilrtres cost of 13.4 covering Work prior to_._,_ Laws :and Regulations (or'1 _ 13 Notice ofCklects OAVNHZ May Stop Work -.. _ 1 3 10 O ik"�FR'a inckpu do nt tcsrin � 114 spccrnt requiredbt I:VdM-,:R_ 9.6 tintelynotice required. __.13.4 Uncovering the Work, at i NGINEER's request..__. _ .. 13,8-139 Adjusting ................. ....................... ...6.6 Change of Contract _ . _ _1' Computation of"._._. .__.-. 17.2 Contract Tintes--deGnitionof..- ...... 1.12 day 1.7.2.2 Milestones..........................................................12 Requiremrents-- appeals_.-....._.___.___...... _ _.9.10, 16 clarifications, claims and disputes ........... ._..9.11, 11.2, 12 Commencement of Contract Times 2 3 Preconstruction Conferenw ...........................18 schedules ........... ............................. 16, 2.9, 6.6 Starting the Work.,._ 2.4 Title, Warranty of... .... .... ...... ....14.3 Uncovering Work .................... ............. ........ ..13.8-139 Iinderground Facilities, Physical Conditions -- definition of .... ......... ................. ...................... JIM Not Shown crIndicated." ._..._ ...--._.._...."__4.3.2 protection of..._..,.._._ ..................... _...4.16.20 Shown or Indicated.. ...................................... Unit Price Work — claims ...,,,,,... .11.9.3 definition of._-, ... ........................ . _1,42 general11.9, 14.1, 14.5 Unit Prices-- general11.3.1 Determination for....................._,,,_.,..,,.-_,..._"9.10 Use of Premises Utility owners... ..........................4. 13, 6,20. 7.1-7.3, 13.2 Utilization, Partial -_ _ 1,28. 5.15. 6.30.2.4, 14.10 Value of the Work ......... ..._._...... ...... _.....................11.3 Values, Schedule of ...... ......... ._.......... 2.6, 2.8-2 9. 14.1 E)MC aatalatAL COND note a9ttr-s (t"u mi- total w1 CITY (* PORT 0011.01$ MODIFICATIM% (RF.V 91"t Variations to t\"ork--Minor Authorized 6.25, 6.27. 9.5 Article or Paragraph Mini Ixr Visas to SIIc--b1bNGINFhR,,,, _.................. tt'aiver of Claim% --on i inal Pavment 14 1 i R'aiver of Rights by insured parties„_.... _'.I 1, 6.I 1 Warrant% and Ouarunlee. General--bv COA'rILVC'FOR . .................... 6.311 ........... ..... A'ork-- Access to Ii.^_ bvothers........ ._..._.._. ......._ _....... 7 Chanscs in the �1 Contimnng the.. _......._ _. r,.�Y r-r )NI Tiv-'IC)R 11ac Stop q'or or 'I-erm,nate 155 Coordination of 7.4 ot delmnion A I -7 neglected byCONTRACTOR , 1314 - - other Work 7 OWNT,R \lay Stop Work 13 10 OWNER May Suslxnd Work ................ ,.,13.141. 1z l Related, Work at Site.....................................7. 1-7.3 Starting the. _ " 4 Stopping by CONTRACTOR _.. _......... _,........,,155 Stopping by OWNER................................15.1-15.4 Variation and deviation authorized, minor, _. J6 Work Change Directive -- claims pursuant to .... .... .............. .._........ ._....... 10.2 definition of .......................... L44 principal references to ..... ._„ . }.5.3, 10.1-10 2 Written Amendment.. definitionof..____... .. ..,........._..__.__. 1.45 principal references tq_... l.ltt, 3.5, 5.10,15.12, ........................4626.8.2, 6.19, 10,1, 10.4, .1122 , 11, 13.122<2 , 147 Written Clarifications and Interpretations_,.._ ................"__....... 3.6.3. 9.4, 9.11 Written Notice Required -- by CONTRACTOR............................7.1, 9]0-9.11, __... -_ ..._..._ _ .-_. _.... 10.4, 11.2, 12.1 bytAVN'F.R _ . _._,___....9,10.9.11, 10.4, 11.2, 13.14 xv RX'DC c>GtaEM CONDMONS 191049 (1990 MATIO141 wf CITY OF PORT COI-t.IN5 hIO01FICATI OM (REV 4f9% (This page left blank intentionally) xK E1CDC, GENE", COMM-nONS 1910-9 (1990 MTJW w/ MY OF FORT COMM$ MODIRCArOM (RBV 9199) GENERAL CONDITIONS ART'ICLF 1-4)FFENIT'IONS Wheicver used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which arc applicable to both the singular and plural thereof 1 I. .-1dkirda--tkritten or graphic instruments issued prior to the opening or Bich which clarify, correct or change the Ridding Requirements or the Contract Ihmumcros I ' l,Gnran;riu-T he %Tmen contract between (711'`:..R and CORTRAC 'IOR covering the Work to be performed. cih:r -ntr.•t D} umcnis arc attached to the A^reetneni and made a lout thereof as provided therein. I I :Pl.Ilrcmrcm krr Yutrnew-=Ile form accepted he k ,1I ,I;ER .ehi.h is t,, Ix. ukd fit (-nlv I at'ft)R in requesting progress or final paymcnLs and which is to be accompanied In' such supporting documentation as is required by the f'ontract iocuments. 14, ls6eslos--;Lry material that contains more than one percent asbestos and is triable or is releasing asbestrxt fibers into the air above current action levels established tiv, the t'nited `states Occupational Sarety and hlcalth Administration_ 1, Bich -Tie offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the ]York to be performed. 16, Bidding Daiittwnis-The advertisement or mvitatiori to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents, (including all Addenda issued prior to receipt of Bids). 1.7 Ridding Requirenwnna-The advertisement or invitation to Bid instructions to bidders, and the Bid form. 1.5. Bandr-Performance and Payment bonds and other instruments of security 19 Change Order -A document recommended by d:?ICINM- which is signed by CONMRACTOR and OWNER and authorizes an addition, deletion or revisioxt in the Work, or an adjustment in the Contract Price or the Contract Times. issued on or after the Effective Date of the .'Agreement- I.1CI. Conbuct Documents -The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement the Notice to Proceed, the Bonds, dxaro General Conditions. the Supplementary Conditions, the Specifications and the Dmwintgs as the 1XI)C UENERN, CONVITIOM 191" (199oEt5tm) rr O Y OF FORT COLLINS MODIFICATIONS (REV 42 Way sonic are more ,4voticallN identified in the ,L-rtetntnL Together with all Written Amendments, Change Ordrs, Work Change Directives. Field Orders and li:\'G1\EER's written interpretation and clarifiratioms issued pursuant to Fmrngrapbs3.5, j.ri.l tmd 3.6.3 cat or afier the Effective Done, of the Agreement Shop Drawing suhmnttals approved pursuant to paragraphs 6.2t, and 6.27 and the reports and drawings netened to at pxuagraphs 4 ' 1 and 4.2.7 are not Contra Documents. 1 I1. Comp act Pnee-The moneys pavahlc be, Qlt'\T R to l"OA CRaCTCiR f�a ccmtplrtion of the 11'ork in iceordance with the t-ontract Documents as stated in the Agreement (subject to the provisions of Nmgraph 11 9 1 in the case of Unit price Work,) 1.1=. Contract Times=the number' of ekivs or the date, stated in the :lnrcenientr if_i to achieve Suh,tannil Completion. and (u)-to complete the ]Cork so that it fs rut.h' l:,r final parntcnt as ccidrnccd he written recwnmeralaucm of linal payment in ac<ordaiee with pmragmph 14 13. t'I,%M,-4 11d2 the rtr,.,n. Ism ,alx,rntinn with whom OWNEI: has entered into the Aerecmcnt 1.14. kfl cfire--Aft adjective which when moditying the word Work refers to Work that is unamistactorv. Crulty or de ictent in that it does not confirm to the Coruntct DocumenL% or does not meet the rtquirentcnus of arm' inspection, reference standard, test or approval referred to in the Contract Dotcuments_, or has been damaged prior to ENGLNEER's recommendation or firm] piayment (unless responsibility for the protection thereof has been assumed by bW`NEle at Substantial Completion in accordznc a with paragraph 14.5 or 14.I01). 1 15. Drawings --The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGENEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1.16. Eflecrrve Date of die .19reentent-The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it mean the date on which the Agreement is signed and delivered by the last of the two panics to sign and deliver. 117 ENGINF-ER-Tde person, firm or corporation named as such m the Agreement. 1.15. ENGIVEER's ifamwltanr--A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or conwltant with respect to the Pmiect and who is identified as such in the Supplementary Conditions. 1.19. Field Order -A written order issued err ENGPtiEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Ctrdract Times. 1 20- Genoui liequuemeoi>--:iectiens of llivuuon I of the Sprcifications I 'I fla;union, if arre—The term ll,amrdous Wastes —hill have the mearmu provided in Section 10114 of the Solid Rasta Oisrv�al -Act (a' t'SC Section 600.',) as amended loom time to time l 222-a. La)is and Rekulcruwrr: Lvui or 1<egulations- rAnv and :ill apphcahlc laws. ndes. vagina wns. ordinances. codes and orders of any and all governmental bodies, agencics, autlr�rities and courts harimK iurisiliction 1.' 2-b: gql tloLda3s sh ll_be thox itol daj obye vc t he the i -itv of Fort Collins 123. Liens --Liens chmecs. wcurity interests or encumhrances upon real prorc Lk or rersonal property. 1 `4 V1111'V!':;,=- 1 rrinop:d event �feeified in the Contract Documents relating to an intermediate completion date or time prior to Suhstantml Completion of all the \tick 1 25 N mee of lward--A written notice he OWNER to the apfzrrent succcWul bidder stating that upon compliance by the apparent successrul hiddri with the conditions 1wecedem enu moated therein within die time specified, OWNER will sign and deliver the .Agreement 1 26. Vofice to Ynneed-A written m)nce given by M NEI2 to CON I RAC ( iK i with a Lwy to ENGINEER) ftvng tie date on which the Contract Times will commence to rum and on which CON-1 R ACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 127 01EVER—The fxibhc Nxiv or authority, co tion, association, firm or person with whom CONTRACTOR has entered into the Agreement and for wham the Work is to be provided. 128 Punial Utdcation—Use by OWNER of a sutAtamially completed part of the Work for the purpose for which it is intended for a related purpose) prior to Substantial Completion of all the WotL 129. PCBs—PolychloriraWdbiphenyls. 1.30. Penroteran--Petrolcunt, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute)- such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as iralicated elsewhere in the Contract Documents. 1.32.a Roetioualive Material —Sauce, special nuclear, or hwproduct mnterinI as defined by the Atomic Energy Act of EKDC GENERAL CONDITION'S 191 a-s O WO E(Inim) w; Q7Y Gr TORT (T7LI.1 Ns MODtFICATfON9 ft-V 4Renaj M4 (42I-S(Z Section 2011 et wq.) as amended from time to time. 13? h Regular 1fr{ittsi liaur)--Regurar wtrrkirig hour, are defined as 200am_tV t :lwpyp�nlus< ..4thrna lse spec.iti!N rn,the General Requirements, L33. Resident Project Repivsenfarive—The authorized representative of LNGINEER who may be assumed to the site or am purt thereof 1.34. Samples —Physical examples of materials. equipment,or workmanship that are representative of some portion of the Work and which establish the standards by which such pmion of the Wort: will Iv judged 1 35. Sirup 1)rmranSs--AII drawings diagrams. IllustraUcns. schedules and other data -us informution which are specficlh prepared or asccmhfcd by or liar CONTRACTOR and submitted by CON RACIOI< to illustrate same portion of the Work I it:. ,ClxrJii;rrr,inti--T hosr foriions A the :'onin,,t Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto, 1.37. .Subcantractor—An individual, time or corporation having a direct contract with CONTR.ACT(`)R or with anv other Subcontractor for the performance of a part of the Work at the site. 138. Substantial Completion --The Work (or a specified pan thereof) has progressed to the point where, in the opinion of MiWR"ER as evidenced by ENGLNMER's definitive certificate of Substantial Completion it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified pan) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for rural payment as evidenced by F,NCr1NEEWs written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially amtplete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 139. Supplementary Cancfitiom—The part of the Cormact Documents which amaids or supplements these General Coruiitiom. L40. Supplier —A. manufacture, fabricator, supplier. distntiutor,materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor W finish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41, Uiadergrorard Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaulm tanks, tunnels or other such facilities or attachtnertts and any, encasements containing such facilities which have been installed underground to furnish any of the following services or niatcnai• elcctncite, gases, .leant, liquid Ixiroleunh products telephone w other communications, cable. television. sehvage and drainage removaL traffic cv other control scatrms or water 1 4'. 1: Fill Price 11'nr'-Ak ore to he paid for on the lxisis of unit prices. 1.43. tfoik-•The entire completed construction or the ianoaa separatvle- identifiable part:; thereof required to be furnished under the Contract Dec.uments. Work includes and is the result of performing or furnishing landv and fiurnr4itq2 and hncorpoimung matdvials :and equipment into the construction, and perEviniig or furnishing services and furnishing documents, all as required lit• the Conimct I kxuments 1 4-I ffurti- ChJ,`ki; 1.4n.riv:--A written dircoitc to t'Ci,Tj<ACIo)R mwed on or after [he Llfective bate of the ;eseenimt and nencd he IAA -\I 11 rind ic,omm:n.led by L-i GINLLR, orderirna an addittexn deletion cis retlsion in the Workor responding to differing or unforeseen phcsiail 'widdrais under ochich ih: 1Yor1 ir. E,� he lv,t.�rmni .ir; provided in Icira_r l h a ' r 4.' ..r i,. emergencies under paramph B;_3 A Rork Chance I)irutIVC will not change (lie Contract price or the Coarrua Timex but is evidence that the panics cysect that the change directed or documented by a Work Change Directive will Lis inctxpxxated in a subsequently issued Change Order following negotiations by die parties as to its effect if an\% ort the Contract Rice ar Contract Tones as provided in paragraph III'- 1.45. Wnttrn Amenbmnt--A written amendment of the Contract Documents, signed by OWNER aid CONTRACTOR on or after die E&ective Date of the Agimment and normally, dealing with the nonengincering or nontechnical rather than strictly ccxhstruction-related aspects of the Contract Documents. ARTICLE 2-PRELL\HNARY,MATTERS Delivery of Bonds: 21. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with pamgaph 5.1 Ciples ofDocumestur 22 OWNER shall furnish to CONTRACTOR up to ten copies (miles otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Addititmal copies will be furnished upon request, at die c ,-A of reproduction. Commencement of Contmet Times,- ,Notice to Rvrceed- 23. The Contract Tunes will txanmenct: to run on the thirtieth day alter the Effective Date of the Agreement or, EKDCc3t^tMU, C©NLil not+s 19I0S 11 rle ectif mp col (M of FORT Catlarot nlcUrICA11oNs tRLN 4aauq it a Notice to Hoceed is gn'en, on die day mdwnlvd in the Notice to Proceed. A Notice to Prcicai4may be given at am time within thirty days after the. Effective Date of the Agrremrnl----kt--txr-everH---wiN--the-Ftmtrtret-'Tirr>v+s corns ence-tt> run-later-them-the-saxtretlo--chw-uftrr -die tkry of Rid Opening t the thinieth day other the Etlective One of the Agreement; whichever data is earlier. Starting the It or*: 2.4- CONTRACTOR shall stun to perform the Work on the date when the Contract Tines commence to run but no Work shall he dome at the site prior to the date on which the Contract Times tnrnmerwe to run Before Starting Conarudion: 2> Ikfore undertaking each part of the 1tork. CO\ I RACTOR shell carefuik stud)- and compare the Contract Ikwvnienis seal chock and xerih fYriment figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in tdriunp to h:A(il\H-k :tin conlhet nor_ ambiEmtIN or : is repnn.v ,thich ('(i`.-I R,ic' 1 ( )1< mac dew;, ter and shall ohuin a written intcrlxctaucn or clarification fnan FNGINF.EH helire proceeding with any Work afl'eMed therchy:'however. CONTRACTOR shall not be liable to OW\TR or ENGUNFER for failure to rclxnn any conflict, any. ambiguity or discrepancy, in the Contract 17acunietts, unless CON -TRACTOR knew or reasonably should have known thereof 2.6 Within ten days after die Effective Date of the Agreement (unless otherwise specified in the General Requirements). CONTRACTOR shall submit to ENISINEER for rev Icw: 2.61, a preliminary progress schedule indicating the units (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract DocumetU, 2.62. a preliminary schedule of Shop Drawing and Sampie submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal. 2.6..2 1—In-no-case.- win a schedule be acctptabk, whi_,allows less ihan,51 _talerxlsr days for each revtew by J tWriieer. 2.6.3. A preliminary schedule of values lbr all of the Work which will include quantities and prices of items aggregating the Contract Price and will -subdivide the Work into crmiporient parts insufficient detail to serve as the basis for progress pgyments during construction Such prices wilt include an appropriate amount of overhead and profit applicable to each item of Work. 2 7. Before any Work at the site is started, CONTRACTOR grad (AWER shall ¢hots deliver to the 4A her OWNER, with copies to identified-in-the-.Slh ENGINFFdL