Loading...
HomeMy WebLinkAboutBID - 5700 CSU TRANSIT CENTERCONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER BID NO. 5700 CITY OF FORT COLLINS PURCHASING DIVISION 215 NORTH MASON, 2ND FLOOR OPENING DATE: APRIL 29, 2002 - 3:00 P.M. (Our Clock) 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 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. 7/96 Section 00100 Page 5 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) WORK CHANGE DIRECTIVE No. DATE OF ISSUANCE EFFECTIVE DATE OWNER CONTRACTOR Contract: Project: OWNERts Contract No. ENGINEER's Project No. You are directed to proceed promptly with the following change(s): Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Price: Unit Prices Lump Sum Cost of the Estimated increase (decrease) in Contract Price: Estimated increase (decrease) in Contract $ Times: If the change involves an increase, the estimated Substantial Completion: days; amount is not to be exceeded without further Ready for final payment: days. authorization. RECOMMENDED: AUTHORIZED: ENGINEER OWNER By: By. EJCDC No. 1910-8-F (1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endoned by The Avxiated General Contractor, of America and the Construction Specifications institute. IVAdvancement of Construction Technology Project: Field Order Number: From: To: Date: A/E Project Number: Re: Contract For: FIELD ORDER You are hereby directed to execute promptly this Field Order which interprets the Contract Documents or orders minor changes in the Work without change in Contract Sum or Contract Time. If you consider that a change in Contract Sum or Contract Time is required, submit a Change Order Request to the A/E immediately and prior to proceeding with this Work. Specification Section: Paragraph: Description of Interpretation or Change: ❑ Attachments Signed by: Drawing Reference: Detail: Date: Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ []File Copyright 1994, Construction Specification Institute, Page of July 1994 99 Canal Center Plaza, Suite 300 Alexandria, VA 22314 CSI Form 13AA IVAdvancement orC cemction Technology Project: To: Re: R.F.I. Number: — From: Date: A/E Project Number: Contract For: REQUEST FOR INTERPRETATION Specification Section: Paragraph: Drawing Reference: Detail: Request: Signed by: Response: Date: ❑ Attachments Response From: To: Date Rec'd: Date Ret0d: Signed by: Date: Copies: ❑ Owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ File Copyright 1994, Construction Specifications Institute, Page or July 1994 99 Canal Center Plaza, Suite 300 Alexandria, VA 22314 CSI Form 13.2A Advancement Advanc �v or vanement structim Technology Project: To: Re: Clarification Notice Number: From: Date: A/F Project Number: ContractFor: CLARIFICATION NOTICE This Clarification Notice is issued for the purpose of clarifying the Contract Documents based on an interpretation reasonably inferable from the Contract Documents, and therefore has no effect on the Contract Sum or Contract Time. Proceeding with Work in accordance with this Clarification Notice indicates acceptance with no change in the Contract Sum or Contract Time. Specification Section: Paragraph: Drawing Reference: Detail: Description: ❑ Attachments Signed by: Date: Copies: ❑ owner ❑ Consultants ❑ ❑ ❑ ❑ ❑ File Copyright 1994, Construction Specifications Institute, Page of July 1994 99 Cam] Center Plaza, Suite 300 Alexandria, VA CSI Form 13.3A 22314 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-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Terracon Project No. 20015282 of January 31, 2002 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.8 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). SC-8.10 OWNER's Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on -site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing //:11 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 17M 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. 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 7/96 Section 00100 Page 6 Y SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 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: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchas cc: City Clerk Project File Engineer Agent over $30,000 Contractor Architect Purchasing DATE: DATE: DATE: DATE: 9/99 Section 00950 Page 1 Section 00960 Application for Payment Insert page 1 9/99 APPLICATION FOR PAYMENT PROJECT: PAY ESTIMATE NO: DATE: CONTRACTOR: ADDRESS: CONTRACT FOR: PARTIAL The undersigned Contractor certifies that to the best of his knowledge, information and belief the work covered by this application for Payment has been completed in accordance with the Contract Documents, that all accounts have been paid by him for Work for which previous Certificates for Payment were issued and payments received, in this current payment shown herein is now due. CONTRACTOR: By: FINAL In accordance with the Contract Documents, based on site observations and the data comprising the above application, the Architects Certifies to the Owner that the Work has progressed to the point indicated; that the best of his knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents, and that the Contractor is entitled to payment of the AMOUNT CERTIFIED. ENGINEER: in Date: Application is made for Payment, as shown below, in connection with the Contract. Schedule attached. The present status of the account for this Contract is as follows: ORIGINAL CONTRACT AMOUNT APPROVED CHANGE ORDERS TO DATE ADJUSTED CONTRACT AMOUNT TOTAL WORK COMPLETED AND MATERIALS USED RETAINAGE (10% OF TOTAL) TOTAL EARNED LESS RETAINAGE LIQUIDATED DAMAGES WITHHELD TOTAL EARNED LESS LIQUIDATED DAMAGES LESS PREVIOUS PAYMENTS CURRENT PAYMENT DUE DATE: (Title) cc: Accounting City Clerk Contractor Engineer Project File FEDERAL REQUIREMENTS TABLE OF CONTENTS Buy America Requirements Page 2 Cargo Preference Requirements Page 2 Seismic Safety Requirements Page 2 Energy Conservation Requirements Page 2 Clean Water Requirements Page 3 Lobbying Page 3 Access to Records and Reports Page 3-4 Federal Changes Page 4 Clean Air Page 4 Recycled Products Page 5 Davis -Bacon Act Page 5-10 Contract Work Hours and Safety Standards Act Page 10-11 Copeland Anti -Kickback Act Page 11-12 No Government Obligation to Third Parties Page 12 Program Fraud and False or Fraudulent Statements Page 12 Termination Page 13-15 Governmentwide Debarment and Suspension (Nonprocurement) Page 15-17 Privacy Act Page 17 Civil Rights Requirements Page 17-18 Breaches and Dispute Resolution Page 18 Patent and Rights in Data Page 19-21 Disadvantaged Business Enterprise (DBE) Page 21-23 Interests of Members of or Delegates to Congress Page 23 Prohibited Interest Page 23 Incorporation of Federal Transit Administration (FTA) Terms Page 23-24 ATTACHMENTS: Attachment 1 Buy America Requirements 4 pages Attachment 4 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements 1 page Attachment 5 Davis Bacon Wage Determination 8 pages Page 1 BUY AMERICA REQUIREMENTS 49 U.S.C. 53230)49 CFR Part 661 The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America requirements in FTA-funded contracts. The contractor agrees to comply with 49 U.S.C. 53230) and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 53230)(2)(C) and 49 CFR 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a 60 percent domestic content. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of -lading.) c. to include these requirements in all subcontracts SEISMIC SAFETY REQUIREMENTS 42 U.S.C. 7701 et seq. 49 CFR Part 41 Seismic Safety - The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 at seq. 49 CFR Part 18 The contractor agrees to comply with mandatory efficiency which are contained in the state energy the Energy Policy and Conservation Act. standards and policies relating to energy conservation plan issued in compliance with Page 2 CLEAN WATER REQUIREMENTS 33 U.S.C.1251 Clean Water (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et sec . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. LOBBYING 31 U.S.C. 135249 CFR Part 1949 CFR Part 20 Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C.O 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Submit signed Attachment 4, Certification Regarding Lobbying, with Bid or Proposal. Certification for Contracts, Grants, Loans, and Cooperative Agreements ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CFR 18.36 49 CFR.633.17Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the Unites States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Not applicable 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or Page 3 under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the Unites States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). FEDERAL CHANGES 49 CFR Part 18 Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement (Form FTA MA (2) dated October, 1995) between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. CLEAN AIR 42 U.S.C. 7401 et seq 40 CFR 15.61 49 CFR Part 18 Clean Air (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.0 7401 et seq. . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. Page 4 RECYCLED PRODUCTS 42 U.S.C.6962 40 CFR Part 247 Executive Order 12873 Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. D"IS-BACON ACT 40 USCO276a-276a-5 (1995) 29 CFRO 5 (1995) The language in this clause is mandated under the DOL regulations at 29 C.F.R.05.5.) (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employees payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination and the Davis -Bacon poster (WH-1 321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iii) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that Page 5 the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (iv) (A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. A If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 2021 0. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (1)(iv) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - The City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the Page 6 project), all or part of the wages required by the contract, the City of Fort Collins may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the City of Fort Collins for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. Page 7 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. 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. 7/96 Section 00100 Page 7 (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1 001 of title 1 8 and section 231 of title 31 of the United States Code. (iii The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Page 8 Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 1 1 246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such Page 9 disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility (i) By entering into this contract, the contractor certifies that neither it (nor he c person or firm who has an interest in the contractor's firm is a person or firm awarded Government contracts by virtue of section 3(a) of the Davis -Bacon 5.12(a)(1). it she) nor any ineligible to be Act or 29 CFR (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 40 U.S.C.O 827 -333 (1995) 29 C.F.R.0 5 (1995) 29 C.F.R.0 1926 (1995) Pursuant to Section 102 (Overtime): (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $ 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any Page 10 subcontractor or lower tier subcontractor with the clauses set forth in this section. (5) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. Section 107 (OSHA): Contract Work Hours and Safety Standards Act (i) The Contractor agrees to comply with section 107 of the Contract t Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable DOL regulations, " Safety and Health Regulations for Construction " 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions. (ii) Subcontracts - The Contractor also agrees to include the requirements of this section in each subcontract. The term "subcontract" under this section is considered to refer to a person who agrees to perform any part of the labor or material requirements of a contract for construction, alteration or repair. A person who undertakes to perform a portion of a contract involving the furnishing of supplies or materials will be considered a "subcontractor" under this section if the work in question involves the performance of construction work and is to be performed: (1) directly on or near the construction site, or (2) by the employer for the specific project on a customized basis. Thus, a supplier of materials which will become an integral part of the construction is a "subcontractor' if the supplier fabricates or assembles the goods or materials in question specifically for the construction project and the work involved may be said to be construction activity. If the goods or materials in question are ordinarily sold to other customers from regular inventory, the supplier is not a "subcontractor." The requirements of this section do not apply to contracts or subcontracts for the purchase of supplies or materials or articles normally available on the open market. COPELAND ANTI -KICKBACK ACT 40 U.S.C. 0 276c (1995) 29 C.F.R. 0 3 (1995) 29 C.F.R. 0 5 (1995) 3.1 of the Copeland Act makes it clear that the purpose of the Act is to assist in "the enforcement of Page 11 the minimum wage provisions of the Davis- Bacon Act." In keeping with this intent DOL has included a section on the Copeland Act in the mandatory language of the Davis -Bacon provisions. The language can be found at 05.5(a)(5) of the Davis -Bacon model clauses and reads as follows: NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307 Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C.O 3801 at seq. and U.S. DOT regulations, 'Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C.0 5307, the Government reserves the right to impose the penalties of 18 U.S.C.O 1001 and 49 U.S.C.O 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Page 12 TERMINATION 49 U.S.C. Part 18 FTA Circular 4220A D a. Termination for Convenience (General Provision) The City of Fort Collins may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Fort Collins to be paid the Contractor. If the Contractor has any property in its possession belonging to the City of Fort Collins, the Contractor will account for the same, and dispose of it in the manner the City of Fort Collins directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City of Fort Collins may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City of Fort Collins that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City of Fort Collins, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. C. Opportunity to Cure (General Provision) The City of Fort Collins in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Contractor fails to remedy to the City of Fort Collins' satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within [ten (1 0) days] after receipt by Contractor or written notice from the City of Fort Collins setting forth the nature of said breach or default, the City of Fort Collins shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City of Fort Collins from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City of Fort Collins elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City of Fort Collins shall not limit the City of Fort Collins's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in Page 13 default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the City of Fort Collins, protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and the City of Fort Collins shall agree on payment for the Preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the City of Fort Collins. g. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor changed with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [1 0] days from the beginning of any delay, notifies the City of Fort Collins in writing of the causes of delay. If in the judgment of the City of Fort Collins, the delay is excusable, the time for completing the work shall be extended. The judgment of the City of Fort Collins shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. Page 14 h. Termination for Convenience or Default (Architect and Engineering) The City of Fort Collins may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless -the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an Equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. Termination for Convenience of Default (Cost -Type Contracts) The City of Fort Collins may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the City of Fort Collins or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the City of Fort Collins, or property supplied to the Contractor by the City of Fort Collins. If the termination is for default, the City of Fort Collins may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Fort Collins and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the City of Fort Collins, the Contractor shall be paid its Contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the Work performed up to the time of termination. If, after serving a notice of termination for default, the City of Fort Collins determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the City of Fort Collins, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 49 CFR Part 29 Executive Order 12549 Instructions for Certification By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below . Page 15 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City of Fort Collins may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the City of Fort Collins if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms 'covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," :"participant," "persons," 'lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the City of Fort Collins for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City of Fort Collins. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous, A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, the City of Fort Collins may pursue available remedies including suspension and/or debarment. "Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" (1) The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R.O 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Page 16 (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. PRIVACY ACT 5 U.S.C. 552 When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C.0 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. CIVIL RIGHTS REQUIREMENTS 29 U.S.C.0 623, 42 U.S.C.0 2000 42 U.S.C.0 6102, 42 U.S.C.0 12112 42 U.S.C.0 12132, 49 U.S.C.0 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C.0 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. 0 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C.0 12132, and Federal transit law at 49 U.S.C.0 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed,. National Origin, Sex - In accordance with Title VI I of the Civil Rights Act, as amended, 42 U.S.C.0 2000e, and Federal transit laws at 49 U.S.C.0 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et = ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 1 1 246 Relating to Equal Employment Opportunity," 42 U.S.C.0 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during Page 17 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 7/96 Section 00100 Page 8 employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C.0 623 and Federal transit law at 49 U.S.C.0 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C.0 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. BREACHES AND DISPUTE RESOLUTION. 49 CFR Part 18 FTA Circular 4220.1 D Pick applicable clause: Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of the City of Fort Collins's [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by the City of Fort Collins, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the City of Fort Collins and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the City of Fort Collins is located. and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the City of Fort Collins, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be Page 18 specifically agreed in writing. PATENT AND RIGHTS IN DATA 37 CFR Part 401 49 CFR Parts 18 and 19 The FTA patent clause is substantially similar to the text of 49 C.F.R. Part 19, Appendix A, Section 5, but the rights in data clause reflects FTA objectives. For patent rights, FT/k is governed by Federal law and regulation. For data rights, the text on copyrights is insufficient to meet FTA's purposes for awarding research grants. This model clause, with larger rights ,as a standard, is proposed with the understanding that this standard could be modified to FTA's needs. CONTRACTS INVOLVING EXPERIMENTAL, DEVELOPMENTAL, OR RESEARCH WORK. A. Rights in Data - This following requirements apply to each contract involving experimental, developmental or research work: (1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design -type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R.0 18.34 and 49 C.F.R.0 19.36, the Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)I and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing Page 19 experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause , provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status Li.e. , a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. Patent Rights - This following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has Page 20 been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, 'Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 23 DBE Policy- It is the policy of the Department of Transportation, hereinafter referred to as DOT that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation - The grantees and its vendors agree to ensure that DBEs as defined in 409 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all grantees and vendors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that the DBE have the maximum opportunity and shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. Disadvantaged Business Enterprise Provision The Federal Fiscal Year goal has been set by the City of Fort Collins in an attempt to match projected procurements with available qualified disadvantaged businesses. the City of Fort Collins goals for budgeted service contracts, bus parts, and other material and supplies for Disadvantaged Business Enterprises have been established by the City of Fort Collins as set forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to any contract resulting from this request for proposal. If a specific DBE goal is assigned to this contract, it will be clearly stated in the Special Specifications, and if the contractor is found to have failed to exert sufficient, reasonable, and good faith efforts to involve DBEs in the work provided, the City of Fort Collins may declare the Contractor noncompliant and in breach of contract. If a goal is not stated in the Special Specifications, it will be understood that no specific goal is assigned to this contract. (a) Policy - It is the policy of the Department of Transportation and the City of Fort Collins that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, and as amended in Section 106(c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987, shall have the maximum opportunity to participate in the Page 21 performance of Contract financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, apply to this Contract. The Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, have the maximum opportunity to participate in the whole or in part with federal funds provided under this Agreement. In this regard, the Contractor shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in the award and performance of subcontracts. It is further the policy of the City of Fort Collins to promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of the City of Fort Collins procurement activities are encouraged. (b) DBE obligation - The Contractor and its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Agreement. In that regard, all Contractors and subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. (c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts to involve DBEs in the work provided, the City of Fort Collins may declare the contractor noncompliant and in breach of contract. (d) The Contractor will keep records and documents for a reasonable time following performance of this contract to indicate compliance with the City of Fort Collins DBE program. These records and documents will be made available at reasonable times and places for inspection by any authorized representative of the City of Fort Collins and will be submitted to the City of Fort Collins upon request. (a) the City of Fort Collins will provide affirmative assistance as may be reasonable and necessary to assist the prime contractor in implementing their programs for DBE participation. The assistance may include the following upon request: * Identification of qualified DBE * Available listing of Minority Assistance Agencies * Holding bid conferences to emphasize requirements DBE Program Definitions, as used in the contract: (a) Disadvantaged business "means a small business concern": i. Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and ii. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. or iii. Which is at least 51 percent owned by one or more women individuals, or in the Page 22 case of any publicly owned business, at least 51 % of the stock of which is owned by one or more women individuals; and iv. Whose management and daily business operations are controlled by one or more women individuals who own it. (b) "Small business concern" means a small business as defined by Section 3 of the Small Business Act and Appendix B - (Section 106(c)) Determinations of Business Size. (c) "Socially and economically disadvantaged individuals" means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted permanent residents) and who are black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, Asian -Indian Americans, or women, and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act. i. "Black Americans", which includes persons having origins in any of the Black racial groups of Africa; ii. "Hispanic Americans", which includes persons of Mexican, Puerto Rican, Cuba, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; iii. "Native Americans', which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; iv. "Asian -Pacific Americans", which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of Pacific, and the Northern Marianas; v. "Asian -Indian Americans", which includes persons whose origins are from India, Pakistan, and Bangladesh. INTERESTS OF MEMBERS OF OR DELEGATES TO CONGRESS No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. PROHIBITED INTEREST No employee, officer, or agent of the grantee shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such conflict would arise when: The employee, officer or agent; any member of his immediate family; his or her partner; or an organization which employs, or is about to employ, has a financial or other interest in the firm selected for award. The grantee's officers, employees, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.I113 Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not Page 23 expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 D, dated April 15, 1996, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any the City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. Page 24 Attachment) BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323Q)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 CFR Part 661. Date Company Name, Title Page 25 Attachment 1 BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all Bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Non -Compliance with 49 U.S.C. 53236f)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1), but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B) or 0)(2)(D) and the regulations in 49 CFR 661.7. Date Signature Company Name Title Page 26 Attachment 4 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, tc any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, at seq . )] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the Truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, at seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Date Name and Title of Contractor's Authorized Official Page 1 SECTION 00300 BID FORM WAIS Document Retrieval Page 1 of 3 GENERAL DECISION C0020008 04/05/2002 C08 Date: April 5, 2002 General Decision Number C0020008 Superseded General Decision No. C0010008 State: Colorado Construction Type: BUILDING County(ies): LARIMER BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/01/2002 1 03/08/2002 2 04/05/2002 COUNTY(ies): LARIMER * ASBE0028A 01/01/2001 Rates Fringes ASBESTOS WORKERS/INSULATORS (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems) 17.12 4.85 ---------------------------------------------------------------- CARP1001A 05/01/2001 Rates Fringes CARPENTERS (Including Formbuilding and Metal Stud Work) 19.80 5.50 ---------------------------------------------------------------- CARP2834A 05/01/2001 Rates Fringes MILLWRIGHTS --------------------------------------------------------------- 22.22 5.84 ELECO066K 06/01/2001 Rates Fringes ELECTRICIANS (Including Low Voltage Wiring and Installation of Communications Systems, Security Systems, Telephones, and Temperature Controls) ---------------------------------------------------------------- 25.76 3%+7.21 ELEV0025B 07/01/2001 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CO020008 4/5/02 WAIS Document Retrieval Page 2 of 3 ELEVATOR CONSTRUCTORS Rates Fringes 24.865 7.325+a FOOTNOTE: a. Employer contributes 8% of basic hourly rate for over 5 years' service and 68 basic hourly rate for 6 months' to 5 years' service as Vacation Pay Credit. SEVEN PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; Friday after Thanksgiving Day; and Christmas Day. ---------------------------------------------------------------- * IRON0024B 08/01/2001 Rates Fringes IRONWORKERS, Structural ---------------------------------------------------------------- 21.00 5.35 * PAIN0930A 07/01/2001 Rates Fringes GLAZIERS ---------------------------------------------------------------- 24.79 4.75 PLAS0577C 05/01/2001 Rates Fringes CEMENT MASONS/ CONCRETE FINISHERS ---------------------------------------------------------------- 20.90 4.62 PLUM0003A 07/01/2001 Rates Fringes PLUMBERS (Excluding HVAC work) ---------------------------------------------------------------- 25.67 5.99 PLUM0208A 07/01/2001 Rates Fringes PIPEFITTERS (Including HVAC pipe) ---------------------------------------------------------------- 25.77 5.89 * SHEE0009A 07/01/2001 Rates Fringes SHEET METAL WORKERS (Includes HVAC duct and installation of HVAC systems) 25.34 8.35 ---------------------------------------------------------------- SUC01029A 12/20/2001 Rates Fringes LABORERS, Common 9.56 2.36 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CO020008 4/5/02 WAIS Document Retrieval Page 3 of 3 listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-binlgetdoe.cgi?dbname=Davis-Bacon&docid=C0020008 4/5/02 WAIS Document Retrieval Pagel of 5 GENERAL DECISION C0020014 04/05/2002 C014 Date: April 5, 2002 General Decision Number C0020014 Superseded General Decision No. C0010014 State: Colorado Construction Type: HIGHWAY County(ies): ADAMS DOUGLAS MESA ARAPAHOE EL PASO PUEBLO BOULDER JEFFERSON WELD DENVER LARIMER HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/01/2002 1 03/08/2002 2 03/22/2002 3 04/05/2002 COUNTY(ies): ADAMS DOUGLAS MESA ARAPAHOE EL PASO PUEBLO BOULDER JEFFERSON WELD DENVER LARIMER ELECO012F 06/01/2000 Rates Fringes PUEBLO COUNTY ELECTRICIANS (Excluding traffic signal installation): Electrical work where the total cost is $200,000 or less 18.98 3%+6.14 Electrical work where the total cost is over $200,000 22.13 3%+6.14 ELECO068N 06/01/2001 Rates Fringes ADAMS, ARAPAHOE, BOULDER, DENVER, DOUGLAS, JEFFERSON, LARIMER AND WELD COUNTIES ELECTRICIANS (Excluding traffic signal installation) 25.76 3%+7.21 ------------------------------------------------------------- ELECO113F 06/01/2001 Rates Fringes EL PASO COUNTY http://frwebgate.access,gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=C0020014 4/5/02 WAIS Document Retrieval Page 2 of 5 ELECTRICIANS (Excluding traffic signal installation) 23.35 3%+8.14 ---------------------------------------------------------------- ELEC0969F 06/01/2000 Rates Fringes MESA COUNTY ELECTRICIANS (Excluding traffic signal installation) 20.35 48+5.14 ------------------------------------------------------------- ENGIO009B 04/23/2001 Rates Fringes POWER EQUIPMENT OPERATORS: Asphalt Screed 19.22 5.17 Asphalt Spreader/ Laydown Machine 19.22 5.17 Bulldozer 19.22 5.17 Compactor: Under 5 tons 18.87 5.17 Over 5 tons 19.22 5.17 Crane: 50 tons and under 19.37 5.17 51 to 90 tons 19.52 5.17 91 to 140 tons 19.67 5.17 141 tons and over 20.43 5.17 Drill Operator: William ME/Watson 2500 only 19.52 5.17 Grader/Blade: Rough 19.22 5.17 Finish 19.52 5.17 Loader: Barber Green, etc. & Up to and including 6 cubic yards 19.22 5.17 Over 6 cubic yards 19.37 5.17 Mechanic and/or Welder (Includes heavy duty & combination mechanic and welder): Mechanic 19.37 5.17 Mechanic/Welder (heavy duty) 19.52 5.17 Oiler 18.52 5.17 Power Broom: Under 70 HP 18.52 5.17 70 HP and over 19.22 5.17 Roller: Self-propelled, rubber tires under 5 tons 18.87 5.17 Self-propelled, all types over 5 tons 19.22 5.17 Scraper: Single bowl under 40 cubic yards 19.37 5.17 Single bowl including pups 40 cubic yards and tandem bowls and over 19.52 5.17 Trackhoe ---------------------------------------------------------- 19.37 5.17 * LAB00086B 05/01/2001 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=C0020014 4/5/02 WAIS Document Retrieval Page 3 of 5 Rates Fringes LABORERS: Asphalt Laborer/Raker, Common Laborer & Concrete Laborer/Mason Tender 15.10 3.64 ---------------------------------------------------------------- SUC01002A 12/20/2001 Rates Fringes BRICKLAYERS 15.55 2.85 CARPENTERS: Form Work (Excluding Curbs & Gutters) 16.54 3.90 All Other Work 16.61 3.88 CONCRETE FINISHERS/ CEMENT MASONS 16.05 3.00 GROUNDMEN 11.44 3.25 RONWUiiKt;RS : Reinforcing 16.69 5.45 Bridge Rail (Excludes Guardrail) 18.22 6.01 LABORERS: Dumpman 13.00 2.07 Fence Erector (Includes fencing on bridges) 13.02 3.20 Form Work (Curbs & Gutters only) 11.85 3.45 Guardrail Erector (Excludes bridgerail) 12.89 3.20 Landscape and Irrigation Laborer 12.26 3.16 Pipelayer 13.55 2.41 Striping Laborer (Pre -form layout and removal of pavement markings) 12.62 3.21 Traffic Director/Flagger 9.55 3.05 Traffic and Sign Laborer (Sets up barricades and cones, and installs permanent signs) 12.43 3.22 PAINTERS: Brush 16.94 2.10 Spray 16.99 2.87 POWER EQUIPMENT OPERATORS: Backhoes 16.54 4.24 Bobcat/Skid Loader 15.37 4.28 Concrete Pump Operator 16.52 4.30 Drill Operator: All except William ME/ Watson 2500 16.74 2.66 Forklift 15.91 4.09 Rotomill Operator 16.22 4.41 Post Driver/Punch Machine 16.07 4.41 Tractor 13.13 2.95 TRAFFIC SIGNAL INSTALLERS 18.66 4.12 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.egi?dbname=Davis-Bacon&docid=CO020014 4/5/02 WAIS Document Retrieval Page 4 of 5 TRUCK DRIVERS: 14.86 3.08 Floats -Semi Truck Multipurpose Truck/Hoist 14.35 3.49 Truck Mechanic 16.91 3.01 Pickup Truck 13.41 3.80 Pilot/Sign/Barricade Truck (Pilot truck and transports signs, cones and barricades) 14.15 3.63 Single Axle Truck 14.24 3.77 ------------------------ TEAM0435B 05/01/2000 TRUCK DRIVERS: Distributor Truck Dump Truck: To and including 6 cubic yards & over 6 cubic yards to and including 14 cubic yards Over 14 cubic yards to and including 29 cubic yards Over 29 cubic yards to and including 79 cubic yards Over 79 cubic yards High/Low Boy Truck ----------------- Rates 15.80 14.93 15.27 15.80 16.45 17.25 Tandem Axle/Flat Rack Truck 14.21 Water Wagon 14.93 --------------------------------------------- Fringes 5.27 5.27 5.27 5.27 5.27 5.27 5.27 5.27 --------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). -------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbnatne=Davis-Bacon&docid=C0020014 CSON WAIS Document Retrieval Page 5 of 5 * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CO020014 4/5/02 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS TRANSIT CENTER SECTION 00002 - ARCHITECTURAL/CONSULTANTIOWNER COOVER-CLARK & ASSOCIATES, P.C. ARCHITECT: Coover-Clark & Associates, P.C. 455 Sherman Street, Suite 205 Denver, CO 80203 303 783-0040 303 783-0060 fax Contact: Carol Coover-Clark TRANSIT PLANNING: CIVIL / STRUCTURAL ENGINEER: ELECTRICAL ENGINEER: KA Associates 421 East 72' Terrace, #201 Kansas City, MO 64131 816 523-7713 816 523-7883 fax Contact: Hugh Kierig Huitt-Zollars 4852 Ulster Street, Suite 1303 Denver, CO 80237 303 740-7325 303 224-9997 fax Contact: Weylan Bryant BCER 5420 Ward Road, Suite 200 Arvada, CO 80002 303 422-7400 303 422-7900 fax Contact: Kay Bathke OWNER: City of Fort Collins 117 North Mason Street P.O. Box 580 Fort Collins, Colorado 80522-0580 (970) 221-6273 (970) 221-6534 fax Contact: Steve White LANDLORD: Colorado State University Facilities Management 321 General Services Building Fort Collins, CO 80523 (970)491-0158 (970) 491-6116 fax Contact: Cass Beitler Address all communications regarding this work to the Architect at the address and telephone listed above. No Text SECTION 00300 BID FORM PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 Place Date 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned a **(Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the 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 ($ ) 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: 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. 7/96 Section 00300 Page 1 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY, DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS TRANSIT CENTER. SECTION 00003 - TABLE OF CONTENTS COOVER-CLARK & ASSOCIATES, P.C. TABLE OF CONTENTS Document Document Page Number Title Numbers Title Sheet 00002 Architect/Consultants/Owner 1 00003 Table of Contents 1 thru 3 DIVISION 01 GENERAL REQUIREMENTS 01000 General 1 thru 3 01010 Summary of Work 1 dun 3 01020 Administration and Supervision l thru 2 01041 Project Coordination 1 thru 3 01300 Submittals, Shop Drawings, Product Data and Samples 1 thru 4 01400 Quality Control 1 thru 2 01600 Material and Equipment 1 thm 2 01700 Contract Closeout 1 thru 3 01720 Project Record Document 1 01730 Operating and Maintenance 1 thru 3 DIVISION 02 SITEWORK 02000 Site Work 1 thru 4 02100 Site Preparation 1 thru 2 02200 Earthwork I dun 5 02612 Asphalt Paving 1 thru 3 02619 Site Concrete 1 thru 4 02750 Integrally Colored Concrete 1 thru 3 02810 Landscape Irrigation 1 thru 16 02870 Site Furnishings 1 02900 Landscape Planting 1 thru 8 02950 Landscape Protection 1 thru 2 DIVISION 03 CONCRETE 03100 Concrete Formwork 1 thru 2 03200 Concrete Reinforcement 1 thru 2 03300 Cast -in -place Concrete 1 thru 4 03375 Concrete Sealing 1 thru 2 DIVISION 04 MASONRY 04100 Mortar 1 04150 Masonry Accessories 1 thru 2 04465 Granite 1 thru 4 04470 Sandstone 1 thru 2 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS TRANSIT CENTER SECTION 00003 - TABLE OF CONTENTS COOVER-CLARK & ASSOCIATES, P.C. DIVISION 05 METALS 05500 Miscellaneous Metals 1 thm 2 DIVISION 06 WOOD AND PLASTICS (NOT USED) DIVISION 07 THERMAL & MOISTURE PROTECTION 07270 Firestop 07900 Caulking and Sealant I thm 2 1 thru 2 DIVISION 08 DOORS, WINDOWS AND GLASS 08800 Glass and Glazing 1 DIVISION 09 FINISHES 09310 Ceramic Tile 09900 Painting I thm 2 1 thru 2 DIVISION 10 SPECIALTIES 10130 Visual Display Boards 10400 Identifying Devices 1 1 thm 2 DIVISION 11 EQUIPMENT 11000 Security Equipment 1 DIVISION 12 FURNISHINGS (NOT USED) DIVISION 13 SPECIAL,CONSTRUCTION 13046 Shelters & Booths 1 thru 3 DIVISION 14 CONVEYING SYSTEMS (NOT USED) DIVISION 15 MECHANICAL '/ TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS TRANSIT CENTER SECTION 00003 - TABLE OF CONTENTS COOVER-CLARK & ASSOCIATES. P.C. DIVISION 16 ELECTRICAL 16010 Basic Electrical Requirements I tiro 8 16111 Conduit 1 thru 6 16123 Building Wire and Cable I thru 5 16130 Electrical Boxes & Fittings 1 thru 3 16170 Grounding and Bonding 1 thru 3 16190 Supporting Devices and Seals 1 thru 3 16195 Electrical Identification 1 thin. 5 16530 Site Lighting 1 thru 4- APPENDICES APPENDIX A Geotechnical Engineering Report 1 thru 52 END OF SECTION No Text TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 —GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01000 -GENERAL COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 CONDITIONS AND REQUIREMENTS Division I - General Requirements shall govern work under all Divisions of the Specifications. 1.02 SPECIFICATION LANGUAGE EXPLANATION Specifications are of abbreviated, simplified or streamlined type and include incomplete sentences. Omissions of words or phrases such as "the Contractor shall," "in conformity therewith," "shall be," "as noted on the Drawings," "a," "the" are intentional. Supply omitted words or phrases by inference in same manner as they are when "NOTE" occurs on Drawings. Supply words "shall be" or "shall' by inference when colon is used within sentences or phrases. Supply words "on the Drawings" by inference when "as indicated" is used with sentences or phrases. Where reference is made to specifications, societies, institutes, or associations or manufacturer's directions, they are, except as may be inconsistent herewith, made part of specifications, to same extent as if written out in full herein. Use latest edition, at time of bidding, if a date is not given. 1.03 ABBREVIATIONS References in Contract Documents to trade associations, technical societies, recognized authorities and other institutions include following organizations, which are sometimes referred to only by corresponding abbreviations: AA Aluminum Association AAMA Architectural Aluminum Manufacturer's Association ACI American Concrete Institute AIMA Acoustical and Insulating Materials Association (successor to AMA and IBI) RISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMA Acoustical Materials Association ANSI American National Standards Institute (successor to USASI and ASA) APA American Plywood Association ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASTM American Society for Testing Materials AWI Architectural Woodwork Institute AWPA American Wood Preservers Association AWS American Welding Society CDA Copper Development Associations, Inc. CM/GC Construction Manager/General Contractor CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standard (U.S. Department of Commerce) DFPA Douglas Fir Plywood Association EPA Environmental Protection Agency FGMA Flat Glass Marketing Association FIA Factory Insurance Association TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 —GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01000 -GENERAL COOVER-CLARK & ASSOCIATES, P.C. FM Factory Mutual Engineering Division FS Federal Specification MIA Marble Institute of America MIL Military Specification MILMA Metal Lath Manufacturer's Association NAAMM The National Association of Architectural Metal Manufacturers NBFU National Board of Fire Underwriters NBS National Bureau of Standards NCMA National Concrete Masonry Association NEC National Electric Code (of NBFU) NEMA National Electrical Manufacturers' Association NFPA National Fire Protection Association NIOSH National Institute of Occupational Safety and Health NMWIA National Mineral Wool Insulation Association NPVLMA National Paint, Varnish and Lacquer Manufacturers' Association NTMA The National Terrazzo and Mosaic Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PCI Prestressed Concrete Institute PEI Porcelain Enamel Institute PS Product Standard (U.S. Department of Commerce) SCPI Structural Clay Products Institute SDI Steel Deck Institute SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractor's National Association SPA Southern Pine Association SPI The Society of Plastic Industry, Inc. SPR Simplified Practice Recommendation (U.S. Department of Commerce) SSPC Steel Structures Painting Council SWI Steel Window Institute TCA Tile Council of America UL Underwriters' Laboratories, Inc. WCLA West Coat Lumbermen's Association WRI Wire Reinforcement Institute WWPA Western Wood Products Association 1.04 SCHEDULE OF DRAWINGS, SPECIFICATIONS AND ADDENDA The following Drawings, Project Manual, and Addenda from the Contract Documents A. Set of Drawings dated February 22, 2002 as listed below: Sheet No. Drawing Titled CS-1 Cover Sheet CS-2 Construction Phasing Plan b-I Demolition Plan L-1 Landscape Plan L-2 Planting/Site Details C-1 Existing Conditions C-2 Grading Plan C-3 Construction Details TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 -GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01000 -GENERAL COOVERCLARK & ASSOCIATES, P.C. C-4 Construction Details A-1 Phase I Site Plan A-2 Enlarged Site Plan A-3 Canopy Plans, Elevations, Details A-4 Site Elevations & Details A-5 Signage Details E-0.1 Electrical Legend & Fixture Schedule E-1.1 Electrical Site Plan E-7.1 One -Line Diagrams E-8.1 Electrical Details E-9.1 Electrical Canopy Plans B. Project Manual titled: Specifications, dated April, 2002. C. Addenda: All Addenda issued prior to bidding. 1.05 EXAMINATION OF SITE Failure to visit the site will in no way relieve any Contractor from the necessity of furnishing materials or performing work that may be required to complete work in accordance with the Contract Documents without additional cost to Owner. 1.06 LAYING OUTWORK The Contractor will furnish reference bench mark and maintain bench mark and all other grades, lines, and levels and dimensions as indicated in the Contract Documents. Report any errors or inconsistencies in above to Owner before commencing work. Except as delegated by subcontract or normal trade practice, the Contractor will be responsible for all limes, elevations, and measurements of work indicated. it 21Z6JW.IXONKSn TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIV 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01010 - SUMMARY OF WORK COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. l GENERAL 1.01 DESCRIPTION: A. The Work specified in this Section consists of furnishing all labor, materials, tools, equipment, services, and incidentals for the construction of a new Transit Center at the Lory Student Center on the Colorado State University campus. B. The Work includes site excavation and demolition, import fill, grading, new utilities and modification to existing utilities, site furnishings, landscaping, concrete, stone masonry, structural steel, metals, custom -fabricated bus shelters, special site equipment, site electrical systems and lighting. 1.02 WORK BY OTHERS: A. The Contractor is hereby notified that there may be other construction activities within the Project and adjacent to the Work sites scheduled throughout the duration of this contract. It is the Contractor's responsibility to keep apprised of such projects and how they may affect the Work. The Contractor shall maintain contact with the Owner and with other contractors and schedule work so as to minimize the effect of such construction activities on other site activities. B. Separate contracts may be issued by the Owner to others to perform certain construction operations at the site. Those operations may precede construction operations performed under this Contract, or may proceed concurrently with Work of this Contract Refer to remaining Section of Division I for Owner -furnished items and work. C. Contractors use of premises: During the construction period, the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform construction operations with its own forces or to employ separate contractors on portions of the project. 1. Confine operations to areas within limits indicated, or agreed upon with Owner. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. Confirm any site access restrictions or limitations with the Owner prior to beginning work. 2. Keep driveways and entrances serving the premises and adjacent premises clear and available to the Owner and the Owner's employees at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. Right-of-way access roadways through the site to adjacent properties shall be maintained for public access at all times, unless alternate means are agreed to with the Owner, and are acceptable to all concerned parties. 3. Burial of Waste Materials: Do not dispose of organic or hazardous materials on site, either by burial or by burning. 1.03 FUTURE WORK: The Contractor is hereby notified that there are other future construction activities within the Project and adjacent to the Work sites scheduled after completion of this Contract. It is the Contractor's responsibility to keep apprised of such projects and how they may affect the Work. 1.04 OWNER OCCUPANCY: A. Partial Owner Occupancy: The Owner reserves the right to occupy and to place and install equipment in completed areas of the site, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. A Certificate of Substantial Completion will be executed for each specific portion of the Work to be occupied prior to Owner occupancy. 2. Obtain a Certificate of Occupancy for local building officials prior to Owner occupancy. 3. Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational. Required inspections and tests shall have been successfully completed. Upon occupancy, the Owner will provide operation and maintenance of mechanical and electrical systems in occupied portions of the site. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIV 1 -GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01010 - SUMMARY OF WORK COOVER-CLARK & ASSOCIATES, P.C. 1.05 SITE CONDITIONS: A. SITE INVESTIGATION 1. The Contractor acknowledges satisfaction as to the nature and location of the Work, all of the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability of labor, water, power, roads, and uncertainties of weather, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during work, and all other matters that can in any way affect the work or the cost thereof under this contract. 2. The Contractor further acknowledges, by submission of a bid, satisfaction as to the character, quality, and quantity of all surface and subsurface materials, and all features on top of the surface, such as, but not limited to abandoned work sites or utilities to be encountered from his inspection of the site and from reviewing available records of exploratory work furnished by the City. Failure by the Contractor to become acquainted with the physical conditions of the site and all the available information will not relieve the Contractor from responsibility for properly estimating the difficulty or cost of performing the work. 3. The Contractor warrants that as a result of examination and investigation of all the aforesaid data and the site, that the Contractor 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: a. such representation are expressly stated in the Contract, and/or b. the Contract expressly provides that the responsibility therefore is assumed by the Owner. 2. PRODUCTS (NOT USED) 3 EXECUTION 3.01 CONTRACTOR'S DUTIES A. Except as otherwise specified, furnish the following to the full extent required by the Contract. 1. Labor, superintendence, and products. 2. Construction equipment, tools, machinery, and materials. 3. Utilities required for construction and related activities. 4. Other facilities and services necessary to properly execute and complete the work, including security for Worksite, testing and storage and protection of all materials awaiting incorporation into the Work. B. Prosecute the Work as specified and in a timely manner. Submit schedule of Work which will be performed at times other than during the eight -hour working day of Monday through Friday, daylight hours, and five-day working week to the Owner for review and acceptance not less than forty-eight (48) hours in advance of those times. Construction operations will normally be confined to the hours between dawn and dusk. Approval to work at night may be obtained after Contractor presents a written program outlining special precautions to be taken to control the extraordinary hazards presented by night work. That program shall include, but not be limited to, supplementary lighting of work areas, availability of medical facilities, security precautions, and noise limitations. 3.02 COORDINATION: A. Coordinate prosecution of Work with those public utilities, governmental bodies, private utilities, and other contractors, performing work on, and adjacent to, the Worksite. Eliminate or minimize delays in the Work and conflicts with those utilities, bodies, and contractors. Schedule governmental, private utility, and public utility work which relies upon survey points, lines, and grades established by the TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIV 1 -GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01010 • SUMMARY OF WORK COOVER-CLARK & ASSOCIATES, P.C. Contractor, to occur immediately after those points, lines, and grades have been established. Confirm coordination measures for each individual case with the Owner in writing. B. In the coordination effort with Work by others, the Contractor shall obtain and refer to equipment locations and other layouts, as available, to avoid interface problems. C. The Owner reserves the right to permit access to the site of the Work for the performance of Work by other contractors and persons at such times that the Owner deems proper. The exercise of such reserved right shall in no way, or to any extent relieve the Contractor from liability for loss and damage to the work due to, or resulting from its operations or from responsibility for complete execution of the Contract. The Contractor shall cooperate with other contractors and persons in all matters requiring common effort. 3.03 CONTRACTOR USE OF WORKSITE: A. Confine worksite operations to areas permitted by law, ordinances, permits, and the Contract. B. Consider the safety of the Work and that of the people and property on and adjacent to the Worksite when determining amount, location, movement, and use of materials and equipment on Worksite. C. Do not load Worksite with equipment and products which would interfere with the Work. Only equipment, tools or materials required for this Work may be stored at the Worksite. D. Protect products, equipment and materials stored on Worksite. E. Relocate stored products, equipment and materials which interfere with operations of Owner, goverment bodies, public and private utilities, and other contractors. 4 MEASUREMENT 4.01 METHOD OF MEASUREMENT: A. No separate measurement shall be made for work under this Section. 5 PAYMENT 5.01 METHOD OF PAYMENT: A. No separate payment will be made for work under this section including any and all necessary relocations requested by the Owner. The cost of the work described in this section shall be included in the applicable bid items or lump sum contract price. END OF SECTION through CONTRACTOR 01A ADDRESS: 8. BID SCHEDULE (Base Bid) LUMP SUM Unit Prices (add or deduct) 1. Bus Shelter ($ ) 2. Trash/Ash Receptacle ($ ) Alternates: 1. Widen Existing Asses Drive (add) ($ 2. Revision at the Loading Dock Area (add) ($ 3. Use Robinson Brick "Thinveneer" Stone Product in lieu of flagstone, pending Acceptable match (deduct) ($ 4. Substitute stared concrete for granite Tile 9. PRICES DOLLARS 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: gnature Date 7/96 Section 00300 Page 2 DIVISION 1 - GENERAL REQUIREMENTS The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SURVEYS, LAYOUTS, AND LEVELS A. General: Working from lines and levels established, and as shown in relation to the work, establish and maintain bench marks and other dependable markers to set the lines and levels for the work of construction as needed to properly locate every element of the work of the entire project. Calculate and measure required dimensions as shown (within recognized tolerances if not otherwise indicated); do not scale the drawings to determine dimensions. Continuously advise tradesmen performing the work of the marked lines and levels provided for use in the layout of work. 1.03 PROGRESS SCHEDULE A. Furnish Project Schedule, as required by the General Conditions, within four weeks of the Notice of Award. Provide not less than four copies in the form of a Critical Path Method as outlined in Section 01300, showing start and completion of each activity or unit of work. Provide such details as required by the Consultant. 1.04 PROJECT RECORD DOCUMENTS A. Maintain at job site, one copy of. 1. Contract Drawings 2. Specifications 3. Addenda 4. Reviewed Shop Drawings 5. Change Orders 6. Other Modifications to Contract 7. Field Test Records 8. As -Built Drawings B. Maintain documents in clean, dry, legible condition and do not use record documents for construction purposes. Make documents available at all times for inspection by the Consultant and Owner. C. Label each document "Project Record" in V or larger printed letters. D. Record drawing information in colored pencil with different colors for the various systems and defined by color legend. E. Record drawings and specifications shall include the following: 1. Location of internal utilities and appurtenances concealed in construction referenced to visible and accessible features of structure. Location of concealed valves, dampers, controls, balancing devices, junction boxes, clean -outs, and other items requiring access or maintenance. 2. Field changes of dimension and detail, changes made by Change Order or Field Order and details not on original contract drawings. F. Submit all record drawings to the Consultant at the completion of the project. 1.05 CLEANING A. Cleaning and Protection Work: At the time each unit of work or element of the construction is completed in each area of the Project, clean the unit or element to a condition suitable for occupancy and use (as intended), and restore minor or superficial damage. Replace units and elements which are damaged beyond successful restoration. Clean and restore adjoining surfaces and other work which was soiled or damaged (superficially) during the installation; replace other work damaged beyond successful restoration. Where the performance of subsequent work could possibly result in damage to the complete unit or element, provide protective covering or other provisions to minimize possible damage. Repeat cleaning and protection operations during remainder of construction period, wherever work might otherwise be damaged by sustained soiling or exposure. B. During Construction: Oversee cleaning and ensure that building, grounds, and public properties are maintained free from accumulation of waste materials and rubbish. At reasonable intervals during progress of work, clean up site and access and dispose of waste materials, rubbish, and debris. 01020-1 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01020-ADMINISTRATION AND SUPERVISION COOVER-CLARK & ASSOCIATES P.C. Vacuum clean interior building areas when ready and continue vacuum cleaning on an as -needed basis until building is ready for acceptance or occupancy. 1.06 PROJECT SIGN A. The Owner shall furnish and erect a construction sign on the project premises stating the name of the Project, the General Contractor and the Architect. The sign shall conform to a sign layout drawing furnished to the Contractor by the Architect. No other identifying signs will be allowed on the Project unless approved by the Architect. 1.07 COORDINATION A. The Contractor shall be responsible for coordinating all the work of the project. The Contractor shall coordinate the efforts of all subcontractor(s) and the deliveries of suppliers so that the work progresses in an orderly fashion without delay towards timely completion of a complete project in accordance with the drawings and specifications. B. The Contractor shall note that concurrent with his work, other contractors, suppliers, and the Owner's facilities and maintenance personnel may be working in relatively close proximity. The Contractor will be solely responsible for coordinating his work with that of other contractors and will make no claims for failure to do so. C. The Contractor shall coordinate with the Owner and its vendors to provide safe access to the building and to facilitate installation of the Owner -famished equipment. D. The Contractor shall be responsible for securing and protecting all tools, equipment, and supplies. 1.08 METHODS OF CONSTRUCTION A. The procedure and method of construction is the prerogative and the responsibility of the Contractor. If professional assistance is required to safely implement method of construction, the Contractor shall, on his own, employ professional help. 2 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01041-PROJECT COORDINATION COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SUMMARY A. General Contractor is responsible for all of the work of this contract. 1. Assign and subcontract portions of the work as required to assure that all work is constructed in compliance with these documents. 2. Coordinate the work of the several subcontractors for the project. 3. Coordinate work of this contract with. work by separate contractors. B. Each subcontractor shall: 1. Coordinate work of his own employees and subcontractors. 2. Expedite his work to assure compliance with schedules. 3. Coordinate his work with that of other subcontractors and work by separate contractor. 4. Comply with orders and instructions of owner. 1.02 CONSTRUCTION ORGANIZATION AND START-UP A. Establish on -site lines of authority and communications. 1. Attend pre -construction meeting with subcontractors upon commencement of the project. 2. Establish procedures for intro -project communications. a. Submittals. b. Reports and records. C. Recommendations. d. Coordination Drawings. e. Schedules. f. Resolution of conflicts. 3. Interpret Contract Documents. a. Consult with Architect to obtain interpretation. b. Assist in resolution of questions or conflicts which may arise. C. Transmit written interpretations to subcontractors, and to other concerned parties. 4. Assist in obtaining permits and approvals. a. Obtain building permits and special permits required for work or for temporary facilities. b. Verify that subcontractors have obtained inspections for work and for temporary facilities. 5. Control the use of site. a. Supervise field engineering and site layout. b. Allocate space for each subcontractor's use for field offices, sheds, work and storage areas. C. Establish access, traffic and parking allocations and regulations. d. Monitor use of site during construction. e. Fence site and provide pedestrian access to Lory Student Center and Engineering Center. 1.03 CONTRACTOR DUTIES A. Construction Schedules. 1. Coordinate schedules with several subcontractors. 2. Monitor schedules as work progresses. 01041-1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01041-PROJECT COORDINATION COOVER-CLARK & ASSOCIATES, P.C. a. Identify potential variances between schedules and probable completion dates for each phase. b. Recommend adjustments in schedule to meet required completion dates. C. Adjust schedules of subcontractors as required. d. Document changes in schedule. 3. Observe work of each subcontractor to monitor compliance with schedule. a. Verify that labor and equipment are adequate for the work and the schedule. b. Verify that product procurement schedules are adequate. C. Verify that product deliveries are adequate to maintain schedule. e. Meet weekly with Owner and Landlord and provide the following: 1. Provide 2-week look -ahead schedule 2. Update project schedule monthly B. Process Shop Drawings, Product Data and Samples. 1. Review for compliance with Contract Documents. a. Field dimensions and clearance dimensions. b. Relation to available space. C. Relation to other trades, equipment and systems: d. Submit to Architect. C. Monitor the use of temporary utilities. I. Verify that adequate services are provided and maintained. D. Inspection and Testing. 1. Inspection work to assure performance in accord with requirements of Contract Documents. 2. Administer special testing and inspections of suspected work. 3. Reject work which does not comply with requirements of Contract Documents. 4. Coordinate testing laboratory services. a. Verify that required laboratory personnel are present. - b. Verify that tests are made in accordance with specified standards. C. Review test reports for compliance with specified criteria. d. Recommend and administer required retesting. 5. Coordinate inspection of all connections to utilities and facilities with Landlord. E. Monitor contractor's periodic cleaning. 1. Enforce compliance with specifications. 2. Resolve any conflicts. F. Coordinate changes. 1. Recommend necessary or desirable changes. 2. Assist owner in negotiating change orders. 3. Promptly notify all subcontractors of pending changes. G. Maintain Reports and Records at Job Site available to Architect and Subcontractors. 1. Log progress of work of each subcontractor. 2. Records a. Contracts. b. Purchase orders. C. Materials and equipment records. d. Applicable handbooks, codes and standards. 3. Obtain information from subcontractors and maintain file of Project Record Documents. 4. Assemble documentation for handling of claims and disputes. 01041-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01041-PROJECT COORDINATION COOVER-CLARK & ASSOCIATES P.C. 1.04 CONTRACT CLOSEOUT A. Coordinate equipment start-up. 1. Provide seven days notification prior to start-up of each item. 2. Ensure that each piece of equipment or system is ready for operation. 3. Execute start-up under supervision of responsible persons in accordance with manufacturer's instructions. 4. Perform required testing and balancing. 5. Record dates of start of operation of systems and equipment. Submit written report that equipment or system has been properly installed and is functioning correctly. 6. Provide written notice of beginning of warranty period for equipment put into service. B. Demonstration and Instructions 1. Demonstrate operation and maintenance of products to Owner's personnel prior to Completion. 2. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, seasonal operation, and shutdown of each item of equipment. C. At completion of work of each Section, conduct an inspection to assure that 1. Specified cleaning has been accomplished. 2. Temporary facilities have been removed from site. D. At completion 1. Conduct an inspection to list work to be completed or corrected. 2. Supervise correction and completion of work as established in Close-out Documents and procedures set forth in the General Conditions and Divisions 01700 and 01730. 3. Submit accurate redlined drawings to Architect for approval. E. When a portion of the Project is occupied prior to final completion, coordinate established responsibilities of each subcontractor. F. Final completion. 1. When each Subcontractor determines that work is finally complete, conduct an inspection to verify completion of work. 2. Assist owner and architect in inspection. G. Administer contract closeout. 1. Receive and review Subcontractor's final submittals. 2. Transmit to architect with recommendation for action. PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION 01041-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS S COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01300 - SUBMITTALS, SHOP DRAWINGS, COOVER-CLARK & ASSOCIATES, P.C. PRODUCT DATA AND SAMPLES The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 DESCRIPTION OF WORK l . Submit shop drawings, product data and samples as required by various sections of the specifications. 1.02 QUALITY ASSURANCE 1. Shop Drawings: 1. Drawings shall be presented in a clear and thorough manner. 2. Details shall be identified by reference to sheet, detail, schedule, or room numbers shown on drawings. 2. Product Data: 1. Preparation: I. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capabilities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. 2. Manufacturer's standard schematic drawings and diagrams. 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement Standard information to provide information specifically applicable to the work. 3. Samples: 1. Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern 4. Responsibilities of the Contractor: 1. Review shop drawings, product data, samples and project record drawings prior to submission. 2. Determine and Verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications 3. Coordinate each submittal with requirements of the work and of the Contract Documents. 4. Notify the Consultant in writing, at the time of submission, of any deviations in the submittals for requirements of the Contract Documents. 5. Begin no fabrication or work that requires submittals until return of submittals with Consultant's acceptance. 6. Contractor's responsibility for deviations in submittals from requirements of Contract Documents is not relieved by Consultant's review of submittals. 1.03 SUBMITTALS 1. Make submittals promptly in accordance with approved schedule and in such sequence as to cause no delay in the work. Submittal Schedule, Appendix A, is included as reference for the Contractor in coordinating the submittal requirements for the work. Contractor shall verify that all submittals required are shown on the schedule. Should submittals be required by another specification section which are not shown on Appendix A, Contractor shall be responsible for submittals as if shown on Schedule A. 2. Number of Submittals Required: TECHNICAL SPECIFICATIONS - CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS _ TRANSIT CENTER SECTION 01300 - SUBMITTALS, SHOP DRAWINGS, COOVER-CLARK & ASSOCIATES, P.C. PRODUCT DATA AND SAMPLES 1. Shop Drawings: Submit one reproducible transparency and five opaque reproductions. One copy will be retained by the Consultant. 2. Product Data: Submit five copies, one of which will be retained by the Consultant. 3. Samples: Submit the number stated in each specification section. 3. Submittals shall contain: I. Date of the submission and dates of any previous submissions. 2. Project title and number. 3. Contract identifications. 4. Names of: 1. Contractor and Subcontractor(s), if applicable. 2. Supplier 3. Manufacturer 5. Identification of product with the specification section number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An VxY blank space in lower right-hand corner for review stamps. 4. Resubmission Requirements: 1. Make any corrections or changes in the submittals required by the Consultant and resubmit until accepted. 2. Shop drawings and product data: 1. Revise initial drawings or data and resubmit as specified for initial submittal. 2. Indicate any changes that have been made, other than those requested by the Consultant. 3. Samples: Submit new samples as required for initial submittal. 5. Distribution: I . Distribute reproductions of approved shop drawings and copies of product data to affected subcontractors and retain one copy for use at the job -site. 2. Distribute approved samples as directed. 6. Consultant's Duties: I. Review submittals with reasonable promptness and in accordance with schedule. 2. Review of separate item does not constitute review of an assembly in which item functions. 3. Affix stamp and initials or signature, and indicate requirements for resubmittal or acceptance of submittal. 4. Return submittals to the Contractor for distribution or for resubmission. 7. Schedule of Values: I. Submit typed schedule on AIA Form G703; Contractor's standard form or media -driven printout will be considered on request. 2. Format: Table of Contents of this Project Manual. 3. Include in each line item a directly proportional amount of Contractor's overhead and profit. 8. Schedule of Submittals: The Contractor shall submit the submittals required by the specifications. A summary of the submittals required is attached following this Section for the Contractor's reference. The Contractor shall develop a submittal schedule that confirms the submittals and the time frame for review by the consultants. 9. Construction Schedule: I. The Contractor shall submit a critical -path method (CPM) construction schedule prior to start of construction activities. The CPM schedule shall include notice to proceed, submittal activities, construction activities, change order work (when applicable), close-out, testing, demonstration, and acceptance. The CPM shall correlate specifically to the schedule of values line items and be cost loaded. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01300 - SUBMITTALS, SHOP DRAWINGS, COOVER-CLARK & ASSOCIATES, P.C. PRODUCT DATA AND SAMPLES 1. Float, slack time, or contingency within the schedule (i.e., the difference in time between the project's early completion date and the required contract completion date), and total float within the overall schedule, is not for the exclusive use of either the principle representative or the Contractor, but is jointly owned by both and is a resource available to and shared by both parties as needed to meet contract milestones and the contract completion date. 2. The Contractor will be required to submit an as -built progress CPM schedule with each progress billing. This CPM schedule will be the basis for making progress payments. The level of detail and quantity of work activities in the CPM schedule should be negotiated with the principle representative prior to starting construction. 10. Coordination Drawings: I. The Contractor shall submit coordination drawings with all mechanical, electrical, fire protection, and building monitoring systems prior to the Consultant review of any shop drawings or submittals for work in those trades. Approval of required shops and submittals must be obtained prior to starting work, and must be obtained prior to approval of pay applications of the work. The drawings shall be created to include all trades on a particular level of the building on one drawing. Identify conflicts between the systems or between the systems and architectural elements such as ceiling heights, ceiling types, or walls. Conduit routing for electrical, mechanical, EMS, and security trades shall be included. Identify potential solutions to the conflicts for the Consultant and Owner to review during the submittal process. Revise the coordination drawings to show any comments made during the submittal review process, and reissue for use by all affected trades, Owner and Consultant. 2. The Coordination drawings shall include sectional coordination documents. Identify elevations of systems A.F.F. (above finish floor) and component dimensions. Show elevations whenever component changes height. 3. Reference Spec section 01400 for additional Coordination drawing requirements. 11. Field Clarification Requests (FCR): 1. The Contractor will be responsible for submitting on an FCR form provided at the end of this section. The FCR should identify in writing an unclear, inconsistent, or conflicting item in the documents that could not be answered by thorough review by the Contractor or subcontractors. The FCR should include a description of the item and a proposed solution. The FCR should indicate schedule or cost impact, if any. Contractor shall be required to submit cost or schedule impact within seven days of receipt of the FCR response. Each FCR shall be numbered in sequence. 12. Logs: 1. The Contractor shall provide an updated FCR, change request, and submittal logs at bi- weekly construction meetings. Contractor shall provide a 2-month detailed construction schedule at the weekly construction meeting with Owner and Landlord. MATERIALS (NOT USED) EXECUTION (NOT USED) TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01300 -SUBMITTALS, SHOP DRAWINGS, - COOVER-CLARK & ASSOCIATES, P.C. PRODUCT DATA AND SAMPLES - APPENDIX A SUBMITTAL SCHEDULE Section Shop Product Other Submtls Number Section Title Drawing Samples Data Certific Mock-up (See Section) 02441 Landscape Irrigation Reqd. Reqd. 02612 Asphalt Paving Reqd. 02619 Site Concrete Reqd. 02750 Integrally Colored Concrete Reqd. Reqd. 02870 Site Furnishings Reqd. Reqd. 02900 Landscape Planting Regd. 03300 Cast in Place Concrete Reqd. 04100 Mortar Reqd. 04465 Granite Reqd. Reqd. 04470 Sandstone Regd. Reqd. 07900 Caulking & Sealants Reqd. Reqd. 08120 Aluminum Storefront Framing 08700 Finish Hardware Reqd. 08800 Glass and Glazing Reqd. Reqd. 09310 Ceramic Tile Reqd. Reqd. 09900 Painting Regd. Reqd. 10400 Identifying Devices Reqd. Reqd. Reqd. 13046 Shelters & Booths Reqd. Reqd. Reqd. 16000 Electrical (all) Reqd. END OF SECTION Reqd. Reqd. Reqd. Reqd. Reqd. Reqd. Reqd. 01300-4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY. DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01400-QUALITY CONTROL COOVER-CLARKB ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SUPPLEMENTAL TESTING If required, the following testing shall be performed at the expense of the contractor installing the material being tested: A. Material Substitution: Any tests of basic material or fabrication equipment offered as a substitute for specified item on which a test may be required in order to prove its compliance with the specifications. B. Mechanical/Electrical: Tests on mechanical and electrical systems required to insure their proper installation and operation. C. Any test that fails shall be paid for by the installing contractor subject to the following conditions: 1. Quantity and nature of tests will be determined by the Consultant. 2. All tests shall be done in the presence of the Owner or his representative. 3. Proof of noncompliance will make the installing contractor liable for any corrective action which the Owner feels is prudent including complete removal and replacement of defective material. 4. Nothing contained herein is intended to imply that the installing contractor does not have the right to have tests performed on any material at any time for his own information and job control so long as the Consultant or Owner does not assume responsibility for costs or for giving them consideration when appraising quality of materials. D. The Consultant shall determine the type and number of tests to be performed on the project. 1.02 TEST REPORTS Reports of all tests made by testing laboratories shall distributed by the testing laboratory as follows: 1 copy - Contractor 1 copy - Applicable supplier or subcontractor 1 copy - Owner 1 copy - Consultant 1 copy - Landlord Other copies - as directed 1.03 QUALITY CONTROL SYSTEM A. General: The contractor shall establish a quality control system to perform sufficient inspection and tests of all items of work, including that of all subcontractors, to ensure conformance to the Contract Documents for materials, workmanship, construction, finish, functional performance and identification. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or Consultants employed by the Owner. The quality control system is the means by which the Contractor assures himself that 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. B. Records: The Contractor shall maintain correct records on an appropriate form for all inspections and tests performed, instruction received from the Owner 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 tests, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. The Contractor shall document inspections and tests as required by each Section of the Specifications. PRODUCTS (NOT USED) cense Number (If Applicable (Seal - if Bid is by corporation) Attest: Address Telephone 7/96 Section 00300 Page 3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01400-QUALITY CONTROL COOVER-CLARK & ASSOCIATES, P.C. EXECUTION (NOT USED) END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01600-MATERIAL AND EQUIPMENT COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SUMMARY A. Section Includes: I. Products. 2. Transportation and Handling. 3. Storage and Protection. 4. Manufacturer's Instructions. 5. Product Options. 6. Products List. 7. Substitutions. 8. Systems Demonstration. B. Related Sections: 1. Section 01400 - Quality Control. 2. Section 01730 - Operation and Maintenance Data. 1.02 QUALITY ASSURANCE A. Conform to applicable specifications and standards. B. Comply with size, make, type and quality specified, or as specifically approved in writing by the Consultant. C. Manufactured and Fabricated Products: 1. Two or more items of the same kind shall be identical, by the same manufacturer. 2. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.04 STORAGE AND PROTECTION A. Store products in accordance with manufacturer' instruction, with seals and labels intact and legible. B. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.05 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties.involved in the installation, including one copy to the Consultant and one copy to the Contractor. B. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.06 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not specifically named. C. Consultant will review requests for substitutions with reasonable promptness, and notify, by Addendum, of the decision to accept or reject the requested substitution. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 • GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01600-MATERIAL AND EQUIPMENT COOVER-CLARK & ASSOCIATES, P.C. 1.07 PRODUCT LIST A. Within 15 days after signing of agreement, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1.08 SUBSTITUTIONS A. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. B. Request constitutes a representation that Subcontractor or Contractor: 1. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified products. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make other changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. C. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, orwhen acceptance will require substantial revision of Contract Documents. 1.09 SYSTEMS DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to Consultant and Owner. B. Instruct Owner's personnel in operation, adjustment, and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction. PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 -GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01700-CONTRACT CLOSEOUT COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 COMPLETION AND FINAL INSPECTION 1. The Contractor shall file a written notice with the Architect/Engineer that the work in the opinion of the Contractor, is complete under the terms of the contract. Within ten (10) days after the Contractor files written notice that the work is complete, the Architect/Engineer, the Principle Representative, and the Contractor shall make a final inspection of the project to determine whether the work has been completed in accordance with the contract documents. A final punch list shall be made by the Architect/Engineer in sufficient detail to fully outline to the Contractor: 1. Work to be completed, if any; 2. Work not in compliance with the drawings and specifications, if any; 3. Unsatisfactory work for any reason, if any. The required amount of copies of the punch list will be countersigned by the Architect/Engineer, the Authorized Representative of the Principle Representative and will be transmitted by the Architect/Engineer to the Contractor and the Principle Representative. The combined total number of punch -list items identified by the Contractor, Consultant, and Owner shall not exceed 40. If more than 40 deficiencies are identified, the inspection shall be canceled and the Contractor shall assume responsibility for payment of additional inspection visitation at that rate of $91.00 (Ninety One and 00/100 Dollars) per hour. 2. Within 10 working days of the issuance of the final punch -list, the Contractor shall have completed all punch list items. At that time, the Contractor shall advise the Consultant in writing that the work has been thoroughly inspected and is ready for final acceptance. 3. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Occupany. 4. Owner may occupy designated portions of the Project for the purpose of installation of equipment, under provisions stated in Certificate of Substantial Completion. 5. Contractor shall submit written certification.that: 1. Contract Documents have been reviewed. 2. Project has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of Owner's Representative and are operational. 1.02 CLOSE-OUT FORMS 1. The Architect/Engineer will complete the Closing -out Checklist and Contract Close-out forms, included at the end of this Section, and forward them to the Contractor. 2. The Contractor will complete and date all items indicated to be completed on the Closing -out Checklist and Contract Close-out forms. When all items are completed, the Contractor will sign both forms and forward them to the Architect/Engineer along with a letter stating that all punch list items are complete. 3. The Architect/Engineer verifies that all items are complete, signs both forms and sends them to the Owner. 4. The Contractor shall also submit the following prior to the final application for payment: 1. Contractor's Affidavit of Payment of Debit and Claims: AIA G706. 2. Contractor's Affidavit of Release of Liens (claims): AIA G706A, with: 1. Consent of Surety to final payment: AIA G707 2. Contractor's release of waivers of claims. 3. Separate release of waivers of claims for subcontractors, suppliers and others with claim rights, against property of owner, together with list of those parties. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 -GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01700-CONTRACT CLOSEOUT COOVER-CLARK & ASSOCIATES, P.C. 1.03 ADVERTISEMENT AND FINAL PAYMENT 1. Before the Principle Representative may advertise, the Contractor shall: 1. Deliver to Architect/Engineer: 1. Closing -out Checklist and Contract Close-out forms with all items completed. 2. Other adjustments 3. Deductions for uncorrected work 4. Deductions for reinspection payments 2. Total Contract Sum, as adjusted 3. Previous payments 4. Sum remaining due 1.04 POST -CONSTRUCTION INSPECTION 1. Prior to expiration of one year from date of final acceptance, the Consultant will inspect project to determine whether corrective work is required. Contractor will be notified in writing of all deficiencies. Corrective work must start on noted deficiencies within 10 days of receipt of notification to Contractor. 1.05 MISCELLANEOUS KEYS, SWITCHES, ETC. 1. At the completion of the project, all loose keys for hose Bibbs and keys for electric switches, electrical panels, etc., shall be accounted for and turned over to the Owner. 1.06 WARRANTIES 1. The Contractor and each sub -contractor shall remedy any defects due to faulty materials or workmanship and pay for any damage to other work resulting therefrom, which shall appear in his work within a period of one year from the date of Notice of Acceptance and in accordance with the terms of any special warranties provided in the contract. The Owner shall give notice of observed defects with reasonable promptness. 2. Upon completion of his work, the Contractor shall deliver to the Consultant in duplicate, a written warranty based on the provision of this Article properly signed and notarized. Warranty shall be addressed to the Owner. 1.07 OPERATING AND MAINTENANCE DATA 1. Refer to Section 01730 - Operating and Maintenance. 2. Mechanical - By Mechanical Contractor: See Division 15. 3. Electrical - By Electrical Contractor: See Division 16. 1.08 DEMONSTRATIONS 1. Refer to Section 01730 - Operating and Maintenance 2. Mechanical - By Mechanical Contractor: See Division 15 3. Electrical - By Electrical Contractor: See Division 16. 1.09 SPARE PARTS AND MAINTENANCE MATERIALS 1. Provide products, spare parts, and maintenance materials in quantities specified in each Section, in addition to that used for construction of work. Coordinate with Owner, deliver to Project site and obtain receipt prior to final payment. PRODUCTS (NOT USED) EXECUTION (NOT.USED) END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01700-CONTRACT CLOSEOUT COOVER-CLARK-S ASSOCIATES, P.C. CONTRACT CLOSE-OUT FINAL PUNCH LIST DA ARCHITECT/ENGINEER PROJECT NAME: CITY OF FT. COLLINS & CSU TRANSIT CTR. CONSTRUCTION MANAGER WORK ORDER NO. PRINCIPAL REPRESENTATIVE CONTRACTOR This Form to be used after Follow-up inspections have been made and Punch List is worked down to less than ten items. Final Punch List Item Disposition Date Remarks Distribution: APPROVFD Architect/Engineer CONTRACTOR/C/M Principal Representative EH&S TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION 01720-PROJECT RECORD DOCUMENT COOVER-CLARK & ASSOCIATES P C The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. I GENERAL 1.01 SUMMARY 1. This section describes the definitions, recording and maintenance requirements and the submittal requirements for record documents. 1.02 DEFINITIONS 1. The Project Record Documents are intended to indicate all changes and derivations from the original contract documents and permanently record the as -built condition of material, equipment and structure. The project record documents shall include the contract drawings, project manual, addenda, change orders, modifications and clarifications, field directives, approved shop drawings, approved product data, manufacturer's certificates and project test results. 1.03 SUBMITTALS 1. Submit the project record documents in conformance with Section 01700 and prior to the final applications for payment. The final application for payment will not be approved prior to the submittal of record documents. 1.04 QUALITY ASSURANCE L The project record documents shall be updated at a minimum on a weekly basis and shall be readily available for inspection by the owner and consultants. Maintain a separate set of complete documents for exclusive use of record documents and protect the documents from damage in a clean, dry location. Note: Progress applications for payment will not be approved if record documents are not current. 2. The record documents shall contain a clear, legible record of all detail and dimensional changes and locate all concealed work including, but not limited to: 1. Interior and Exterior Utilities 2. Valves 3. Dampers 4. Controls 5. Junction Boxes 6. Clean -outs 7. Access Doors 3. The project manual (specifications) shall indicate all manufacturers' products complete with catalogue. number and trade name of products installed. All changes and corrections to the project manual shall be clearly indicated. PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION-01730-OPERATION AND MAINTENANCE DATA COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this'section as fully as if repeated herein. 1 GENERAL 1.01 DESCRIPTION OF WORK A. Compile product data and related information appropriate for the Owner's maintenance and operation of products famished. B. Prepare operating and maintenance data as specified in this section and as referenced in other pertinent sections of specifications. C. Instruct the Owner, in the maintenance of products and in the operation of equipment and systems. 1.02 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of the described products. 2. Completely familiar with requirements of this section. 3. Skilled as a technical writer to the extent required to communicate essential data. 4. Skilled as a draftsman competent to prepare required drawings. 1.03 SUBMITTALS A. Prepare data in the form of an instructional manual for use by the Owner. Three copies are required. B. Format: 1. Size: 8-1/2" X 11" 2. Paper: 20 lb. minimum, white, for typed pages. 3. Text: Manufacturer's printed data or neatly typewritten. 4. Drawings: a. Provide reinforced punched binder tab; bind in with text. b. Fold larger drawings to the size of text pages. 5. Provide fly -leaf for each separate product or for each piece of operating equipment. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS" List. a. Title of project and date of completion (month and year). b. Identify of separate system as applicable. C. Identify of general subject matter covered in the manual. C. BINDERS: 1. Commercial quality, three-ring binders with durable and cleanable plastic covers shall be provided. 2. When multiple binders are used, correlate the data into related consistent groupings. 1.04 CONTENT OF MANUAL A. A neatly typewritten table of contents shall be provided for each volume, arranged in a systematic order with figures and tables listed. Include the following: 1. Name of responsible installing principal contractor, address, and telephone number. 2. A list of each product required to be included, indexed to the content of the volume. 3. List with each product, the name, address, and telephone number of a. Maintenance contractor, as appropriate. b. Identity of the area of responsibility of each. C. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols. B. Product Data: 1. Include only those sheets that are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify the specific product or part installed. TECHNICAL SPECIFICATIONS - CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION-01730-OPERATION AND MAINTENANCE DATA COOVER-CLARK & ASSOCIATES P.C. b. Clearly identify the data applicable to the installation. C. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in project record drawings to ensure correct illustration of completed installation. 3. Do not use project record drawings as maintenance drawings. D. Provide written text, as required, to supplement product data for the particular installation: 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. E. Provide a copy of each warranty, bond, and service contract issued. Provide information sheets for the Owner and give: 1. Proper procedures in the event of failure. 2. Instances that might affect the validity of warranties or bonds. 1.05 MANUALS FOR MATERIAL AND FINISHES A. Submit three copies of complete manual in final form. B. Content for architectural products include applied materials and finishes. 1. Manufacturer's data, giving full information on products. a. Catalog number, size, and composition. b. Color and texture designations. C. Information required for reordering special manufactured products. 2. Instructions for care and maintenance: a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods that are detrimental to the product. C. Recommended schedule for cleaning and maintenance. C. Content for moisture -protection and weather -exposed products: 1. Provide manufacturer's data, giving fully information on products. a. Applicable standards b. Chemical composition C. Details of installation 2. Provide instructions for inspection, maintenance, and repair. 1.06 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content for each unit of equipment and system, as appropriate shall contain: 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. C. Complete nomenclature and Commercial number of all replaceable parts. 2. Operating Procedures: a. Start-up, break-in, routine, and normal operating instructions. b. Regulation, control, stopping, shutdown, and emergency instructions. C. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to troubleshooting. C. Disassembly, repair, and reassembly.. d. Alignment, adjustment, and checking. 4. Servicing and Lubrication Schedule, including a list of lubricants required. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 1 - GENERAL REQUIREMENTS TRANSIT CENTER SECTION-01730.OPERATION AND MAINTENANCE DATA COOVER-CLARK & ASSOCIATES P.C. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. 8. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. C. Content for each electric and electronic system, as appropriate, shall contain: 1. Description of system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. C. Complete nomenclature and Commercial number of replaceable parts. 2. Operating Procedures: a. Routing and normal operating instructions. b. Sequences required. C. Special operating instructions. 3. Maintenance Procedures: a. Routing operations. b. Guide to troubleshooting. C. Disassembly, repair, and reassembly. d. Adjustment and checking. 4. Manufacturer's printed operating and maintenance instructions. 5. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. D. Prepare and include additional data when the need for such data becomes apparent during instruction of the Owner's designated operating and maintenance personnel. 1.07 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. The Engineer will review draft and return one copy with comments. B. Submit one copy of complete data in final form 15 days prior to final selection or acceptance. Copy will be returned after final inspection with comments. C. Submit specified number of copies of approved data in final form prior to acceptance. 1.08 INSTRUCTION OF MANAGEMENT PERSONNEL A. Prior to final inspection or acceptance, fully instruct the Owner's designated operating and maintenance personnel in the operation, adjustment, and maintenance of all products, equipment, and systems. B. Operating and maintenance manual shall constitute the basis of instruction. C. Review contents of manual with Owner's personnel in full detail to explain all aspects of operations and maintenance. MATERIALS (NOT USED) EXECUTION (NOT USED) END OF SECTION 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 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 -SITEWORK - TRANSIT CENTER SECTION 02000 -SITE WORK _ COOVER•CLARK & ASSOCIATES. P.C. 1. GENERAL PLAN REQUIREMENTS 1.01 General requirements: 1.02 Match curb lip elevation to existing pavement elevation along sawcut line. See the site demolition plan for pavement areas to be removed. Contractor is to adjust any utility element meant to be flush with grade (clean outs, manholes, catch basins, inlets, etc.) that is affected by site work or grade changes, whether specifically noted on plans or not. Refer to grading plan. 1.03 Topographic survey was provided by Foresight West Surveying, Inc. Utilities shown are taken from the survey and records of respective utility companies and do not necessarily represent all underground utilities adjacent to or upon site shown on plan. Verify exact location of underground utilities prior to beginning excavation construction. 1.04 The Contractor shall take care not to damage the existing surface of streets and parking lots with equipment during construction, and if damaged, shall repair or replace the existing surfaces to their original condition, at no cost to the Owner. Where it is necessary to cut public curbs, they shall be restored and/or reconstructed in strict accordance with the requirements of the govemingjurisdiction. Reconstruct public curbs after demolition of existing approaches. 1.05 Only trees shown on the demolition plan and noted "to be removed" shall be removed. All other shrubs and trees within the construction work area shall be protected against damage unless the Owner's representative gives written permission for removal. The Contractor shall minimize damage to the roots and overhanging limbs of trees and shrubs adjacent to the construction area. Any roots or limbs damaged shall be properly pruned and dressed to the Owner's satisfaction. Remove and stockpile existing topsoil from areas to be graded. Utilize stockpiled topsoil for final grading activities in landscape areas. Cover and retain all excess top soil for use by the landscape Contractor during planting bed preparation. 1.06 Before commencing paving work, the paving Contractor shall verify suitability of sub -grade and compacted base. Surfaces not acceptable shall be reported to the Owners representative immediately. All backfill under roads, sidewalks and parking lots shall be compacted in accordance with the requirements of the specifications. The finish grade of pavement shall slope uniformly to finish elevations shown on the grading plan. All fill utilized shall be adequately compacted to produce a surface satisfactory for the proper installation of base course and paving. 1.07 Traffic shall be maintained on the adjacent streets throughout construction. The Contractor shall provide and install traffic control signs in conformance to the latest edition of the manual of uniform traffic control devices. Contractor shall submit a traffic control plan for approval. 1.08 The Contractor shall provide adequate protection to protect the general public from injury and the site from vandalism. Any damage to the project work shall be removed, or replaced at the Contractor's expense. The Owner and Contractor shall perform a preconstruction walk through of the site to document existing conditions. 1.09 All work noted on the plans shall be performed in compliance with the lines and dimensions noted on the plan and detail sheets where applicable. 1.10 The storage area for material shall be designated by the Contractor and approved by the Owner's representative. Waste material shall be disposed of in a dumpster and shall not be allowed to accumulate on site. 1.11 The Contractor shall provide daily cleanup of the site, including but not limited to, removal of all trash and debris and sweeping adjacent surfaces accessible to the general public, including all adjacent roadways. Prevent debris from blowing off site and pick up if it does. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02000 - SITE WORK COOVER-CLARK & ASSOCIATES, P.C. 1.12 Expansion joints shall be placed as shown on the plan sheets and as noted on the detail sheets, whether or not specifically noted on the plans. 1.13 Sidewalk contraction joints shall be installed at equal increments or at spacing as outlined on the plans. The Owner's representative, prior to Contractor placing concrete, shall approve miscellaneous concrete contraction joint layout. 1.14 All asphalt pavement, concrete sidewalks, curbs and lawns which are removed beyond the limit shown shall be reconstructed or repaired by the Contractor to the satisfaction of the Owner at no cost to the Owner (unless otherwise noted on the plans). 1.15 All asphalt pavements shall be sawcut full depth to provide smooth neat edges. 1.16 The Contractor shall locate and protect existing irrigation systems adjacent to the work. A qualified irrigation firm, approved by the Owner, shall adjust, repair, or relocate any damaged sprinkler heads, piping and/or valve boxes. 1.17 All work shall be included in the base bid unit price bid schedule (unless otherwise noted). 1.18 The Contractor shall refer to the contract documents for any construction phasing and sequencing requirements. 1.19 All public improvements shall conform to the provisions in the current City of Fort Collins standards and specifications for the design and construction of public improvements and the Colorado State University design standards. 1.20 The Contractor shall use extreme caution during demolition activities, to protect all existing structures, pavement, and other items not designated for removal. The Contractor shall repair or replace damaged items to the satisfaction of the Owner. 1.21 The Contractor hall property dispose all items removed during demolition off -site, except those items noted to remain on the property of the Owner. 1.22 Prior to the start of construction, the Contractor shall submit to the Owner's field representative his program and schedule for installation of temporary and permanent erosion control work applicable during all stages of construction, and his plan for disposal of waste materials. Where erosion is likely to be aproblem, clearing and grubbing operations shall be scheduled so that grading operations and permanent erosion control features can follow immediately thereafter, if the project conditions permit, otherwise temporary erosion control measures may be required between successive construction stages. 1.23 The Owner's field representative and/or site engineer shall review and approval the erosion control schedule and methods of operation before work begins. 1.24 Temporary erosion control measures shall be used to correct conditions that develop during construction, that are needed prior to installation of permanent control features, or that are temporarily needed to control erosion that develops during normal construction practices, but which are not associated with permanent control features on the project. 1.25 The Contractor shall conduct his operations to minimize erosion of soils and prevent silting and muddying adjacent rivers, streams, impoundments (lakes, reservoirs, etc.) and adjacent lands to or affected by the work. Construction drainage facilities and performance of the contract work that will contribute to the control of erosion and sedimentation shall be carried out in conjunction with the earthwork operations or as soon thereafter as practicable. The area of bare soil exposed at anytime by construction operations shall be kept to a minimum. The Contractor shall assume complete responsibility for controlling all siltation and erosion of the 02000-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02000 - SITE WORK COOVER-CLARK & ASSOCIATES P.C. project area. Use whatever means necessary including but not limited to stacked straw bails and/or silt fences. Control shall commence with grading and be maintained throughout the project until acceptance by the Owner. The Contractor's responsibilities include all design and implementation as required to prevent erosion and depositing of silt. The Owner may at their own option direct the Contractor in these methods. Any depositing of silt or mud on new or existing pavement, storm sewers or swales shall be removed after each rain and affected areas cleaned to the satisfaction of the Owner at the expense of the Contractor. 1.26 All watercourses and drainageways shall be cleared as soon as practical of fiamework, sheeting, debris or other obstructions placed during construction operations and which are not a part of the frushed work. 1.27 Pollutants such as wash water from concrete mixing operations, fuels, oils lubricants, and other harmful materials shall not be discharged into rivers, streams, ponds, water impoundment areas, watercourses, drainageways, channels, drainage ditches, catch basins or drainage or sewer systems. 1.28 Throughout all operations covered by this contract, the Contractor shall provide all necessary measures to control dust through the use of water, calcium chloride, or other acceptable materials in accordance with the directions of the Owner's field representative, at such locations and during such periods as he may direct, or as may be required by local ordinance or authorities. 1.28 Grade change within tree drip lines are limited to 12 inches per year. 2. QUALITY CONTROUGENERAL REQUIREMENTS 2.01 General description 2.02 Secure and pay for all licenses, government fees and permits required for proper execution and completion of work. Comply with applicable codes, rules, ordinances and other legal requirements. Building permit provided by Owner. 2.03 Take responsibility for reviewing contract documents for procedures, space requirements, materials, installation sequence and coordination with Owner. The latest edition is to be used where reference is made to published standards. 2.04 Confine operations to areas permitted by law, ordinances, permits and contract documents. Do not unreasonably encumber site with materials or equipment. Assume full responsibility for protection of products stored on premises within contract limits. 2.05 Immediately locate all reference points, layout work and be responsible for all measurements and other work to be executed under the contract. Verify all figures shown on the drawings. Verify all dimensions of any existing and new work and be responsible for their accuracy. Submit any differences found to Owner before proceeding with the work. No extra compensation will be permitted because of differences between actual dimensions and measurements indicated on the drawings. 2.06 Be responsible for keeping site clean at all times. Provide metal containers for waste and scrap materials. Remove from site when full. Take responsibility for final cleaning. Remove all tools, scaffolding, and surplus materials from the site at completion of work. 2.07 Be responsible for preventing air and water pollution through dust and dirt control in the following areas: 1. In the street, sidewalks and drives within the limits of the contract. 2. Any haul roads leading to or away from the project that are used by the Contractor. 3. Take all necessary steps to prevent soil eroding onto all paved areas and into all natural water -courses, ditches and the public sewer system. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02000 -SITE WORK COOVERCLARK & ASSOCIATES, P.C. 2.08 Owner may employ and pay for an independent testing laboratory to perform necessary tests or inspections to show compliance with these specifications. If tests indicate work does not meet specified requirements, remove work, replace, and retest without additional cost to Owner. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 -SITEWORK TRANSIT CENTER SECTION 02100 -SITE PREPARATION COOVER-CLARK & ASSOCIATES, P.C. 1. DESCRIPTION A. Section includes: I. Cleaning site of debris, grass, trees and other plant life in preparation for site or building excavation work. 2. Protection of existing structures, trees or vegetation indicated to remain. 3. Stripping topsoil from areas indicated. B. Related documents: the contract documents, as defined in the general conditions, apply to the work of this section. Additional requirements and information necessary to complete the work of this section may be found in other documents. I. Section 02200 - Earthwork: cutting, filling, and grading for proposed site improvements. 1.01 QUALITY ASSURANCE A. Regulatory requirements: 1. Provide temporary erosion control systems as indicated on drawings or as directed by owner's representative to protect adjacent properties and water resources from sediment and erosion. 1.02 PROJECT CONDITIONS OR SITE CONDITIONS A. Existing conditions: 1. The owner shall maintain the conditions existing at time of inspection during bidding, in so far as practical. 2. Notify owner of variations to conditions or discrepancies in actual site conditions prior to start of site preparation work. 3. Traffic: conduct operations and removal of debris with minimal interference to roads, streets, walks, and other adjacent facilities. do not close or obstruct streets, walks or other facilities without permission from authorities having jurisdiction. 4. Protections: provide protection for safe passage of persons around area of site preparation. Take precautions and conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. A. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement or collapse of structures to be demolished and adjacent facilities to remain. 5. Where it is necessary to cut public curbs, they shall be restored and/or reconstructed in strict accordance with the requirements of the governing jurisdiction. Reconstruct public curbs after demolition of existing approaches and in compliance with Section 02619 Site Concrete. 6. All utility structures to be constructed in accordance with all governing codes or standards (city, county or state) and in compliance with the plumbing, mechanical and electrical specifications as detailed on the drawings. 2. PRODUCTS 2.01 MATERIALS A. Topsoil: friable clay loam surface soil containing humus, organic matter, found in a depth of not less than 4 inches free of subsoil, clay lumps, stones, and other objects over 2 inches in diameter, and without weeds, roots, and other unsuitable material. 3. EXECUTION 3.01 EXAMINATION: A. Site verification of conditions: examine areas in which work of this section is to be performed. Verify conditions and note irregularities affecting the work. Report in writing to owner and Architect/Engineer prevailing conditions that will adversely affect satisfactory execution of the work. B. Beginning of work constitutes acceptance of the existing conditions and contractor shall then, at no additional cost to owner, be responsible for correcting unsatisfactory and defective work. C. Verify that survey benchmark and intended elevations for the work are as indicated. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS DIVISION 2 -SITEWORK & COLORADO STATE UNIVERSITY SECTION 02100 -SITE PREPARATION TRANSIT CENTER COOVER•CLARK & ASSOCIATES, P.C. 3.02 PREPARATION: A. Verify that existing plant life and clearing limits are clearly tagged, identified and marked in such a manner as to ensure their safety throughout construction operations. 3.03 CLEARING: A. Clear areas required for access to site and execution of work. B. Remove trees, shrubs, grass, other vegetation, improvements, or obstructions interfering with installation of work as indicated on drawings. Removal includes digging out stumps and roots. Fill depressions caused by clearing and grubbing operations to subgrade elevation. Prevent water ponding. C. Remove grass, trees, plant life, stumps and all other construction debris from site to a dump site that is suitable for handling such material according to state laws and regulations 3.04 TOPSOIL EXCAVATION A. Strip topsoil from areas that are indicated to be filled, excavated, landscaped, or re -graded to depth that prevents contact with underlying subsoil or unsuitable material. Where trees are indicated to remain, stop topsoil stripping sufficient distance from tree to prevent damage to main root system. B. Cut heavy growths of grass from areas prior to start of stripping. Remove heavy growths of grass along with clearing of other vegetation materials. C. Satisfactory topsoil: see Section 2.1 materials. D. Stockpile existing topsoil from areas to be graded as directed by owner's representative. Construct stockpile areas to positively drain surface water. Cover stockpile areas as required to prevent windblown dust. Dispose of unsuitable topsoil off -site as specified clearing, unless directed otherwise by owner's representative. Utilize stockpiled topsoil for final grading activities in turf areas. Cover and retain all excess topsoil for use by landscape contractor during planting and bed preparation. Dispose of excess topsoil off -site as specified for clearing, unless directed otherwise by the owner's representative. 3.05 REMOVAL: A. Remove debris, rock, extracted plant life, paving, curbs, and other structures indicated on drawings. 3.06 PROTECTION: A. Protect existing structures and utilities as specified in section 02200. B. Protect trees, plant growth, and features indicated to remain. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02200 - EARTHWORK COOVER-CLARK & ASSOCIATES. P.C. DESCRIPTION A. Section includes: 1. Preparation of subgrade for building, slabs, walks, pavements, and other sitework. 2. Rough and finish grading. 3. Excavation for filling and grading. 4. Filling and subgrade preparation. 5. Excavating, backfilling, and compacting for structures. 6. Excavating, backfilling, pipe bedding, and compacting for utilities. 7. Excavating, backfilling, and compacting for pavement. 8. Soil stabilization. B. Related documents: the contract documents, as defined in the general conditions, apply to the work of this section. Additional requirements and information necessary to complete the work of this section may be found in other documents. A. Related sections: I. Section 02100 — Site Preparation: clearing site of debris, grass, trees, and other plant life. 1.01 REFERENCES: A. Referenced publications: the following publications are included as part of these earthwork specifications: 1. ASTM C 136 - method for sieve analysis of fine and coarse aggregates. 2. ASTM D 698 - test methods for moisture -density relations of soil and soil- aggregate mixtures, using 5.5-lb (2.49 kg) rammer and 12-in. (305 min) drop. 3. ASTM D 1556 - test method for density of soil in place by the sand -cone method. 4. ASTM D 1557 - test method for moisture -density elevations of soils and soil -aggregate mixture using 10 pound (4.54 kg) rammer and 18 inch (457 min) drop. 5. ASTM D 2167 - test method for density and unit weight of soil in place by the rubber balloon method. 6. ASTM D 4254 - test methods for minimum index density of soils and calculation of relative density. 7. National Fire Protection Association (NFPA): NFPA 70 - National Electric Code. 1.02 DEFINITIONS: A. Building area subgrade pad: portion of site directly beneath and within a line 5 feet 0 inches beyond building and appurtenances including limits of any future building expansion areas indicated on drawings. Appurtenances are those items attached to the building proper. 1.03 QUALITY ASSURANCE: A. Regulatory requirements: 1. Perform earthwork in accordance with applicable requirements of governing authorities having Jurisdiction. B. Soil stabilization standards: State Department of Transportation standard specifications. 1.04 PROJECT CONDITIONS OR SITE CONDITIONS A. Existing conditions: 1. Classification of excavations: Contractor by submitting bid acknowledges that Contractor has investigated project site to determine type, quantity, quality, and character of excavation work to be performed. Consider excavation unclassified excavation. 2. Existing utilities: contact local utility companies and make arrangements to obtain utility company location and marking service prior to start of earthwork operations. a. Locate existing underground utilities in areas of work. if utilities are to remain in place, provide means of support and protection during earthwork operations. b. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility company and Owner representative immediately for directions. c. Coordinate with Owner and utility companies to keep existing utility services and facilities in operation. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02200 - EARTHWORK r.nnVPQrl ACV n. d. Repair damaged utilities to satisfaction of utility company, at no additional cost to Owner. e. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner's representative and then only after acceptable temporary utility services have been provided and approved by Owner's representative. f. Demolish and completely remove from site existing underground utilities indicated on drawings to be removed. Coordinate with utility companies for shut-off of services if lines are active. 2 PRODUCTS 2.01 MATERIALS: A. Existing material: excavated and re -used on -site material for subsoil fill as specified herein. Imported material: imported off -site material approved by Owner's representative and as specified herein. B. Bedding material: processed sand and gravel, free from clay lumps, organic, or other deleterious material as specified on the drawings. C. Topsoil fill: specified in Section 02100. 2.02 SOIL STABILIZATION MATERIALS: A. Quicklime or hydrated lime: ASTM C 977. B. Portland cement: ASTM C 150. C. Fly ash: ASTM C 618. 2.03 PREPARATION: A. Identify required lines, elevations, levels, contours, grades, and datum necessary to provide earthwork grading as indicated on drawings. B. Verify that survey benchmark and intended elevations for work are as indicated on drawings. C. Locate, identify, and protect existing utilities to remain and previously installed utilities that may be damaged by construction operations. I. Notify Owner's representative and utility company immediately of utilities, not indicated on drawings, encountered. 2. Maintain existing utilities, active utilities, and drainage systems in operating condition. 3. Comply with utility company requirements and directions of Owner's representative to keep utilities in operation. 4. Where unmarked utilities are uncovered within the work area, notify Owner and the utilities having jurisdiction, and take precautions to prevent interruption of service. Should such lines or services be damaged, broken or interrupted through negligence, repair and restore immediately without additional cost to utility or to Owner. D. Protect trees, lawns, plant life, fences, existing structures, sidewalks, paving, and curbs from earthwork operations, excavating equipment, and vehicular traffic. E. Protect benchmarks, property comers, and other survey monuments from damage or displacement. Where markers are required to be removed, provide removal and reinstallation by licensed land surveyor licensed in state where project is located. F. Remove material encountered in grading operations that is unsuitable for backfilling, subgrade or foundation purposes as determined by Owner's representative. Dispose of materials off -site in an approved manner in accordance with requirements of authorities having jurisdiction. 2.04 EXCAVATION: A. Provide dewatering, drainage, and ground water management to control moisture of soils when performing grading operations during periods of wet weather. B. Prevent surface water and subsurface or groundwater from flowing into excavations and from flooding project site and surrounding area. Do not allow water to accumulate in excavations. Any water suspected of being contaminated is to be brought to the attention of the design engineer and TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK SECTION 02200 - EARTHWORK TRANSIT CENTER COOVER-CLARK & ASSOCIATES, P.C. Owner. Remove water to prevent soil changes detrimental to stability of subgrades. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. Establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rain water and water removed from excavations to collecting or run-off areas. Do not use trench excavations as temporary drainage ditches. Maintain water on site, if required by the local authority. C. Shore, brace, and drain excavations to maintain excavations safe, secure, and free of water at all times. D. Provide protection for workers within trench areas in accordance with local, state, and federal OSHA requirements and regulations. I. Slope, shore, sheet, or brace excavation sidewalls greater than 5 feet in depth. 2. Provide lateral travel distance to excavation exit ladder or steps maximum 25 feet for trenches minimum 4 feet in depth. E. Acceptable fill material: 1. Rock or stone less than 6 inches in largest dimension as fill to within 24 inches of surface of proposed subgrade when mixed with suitable material. 2. Rock or stone less than 2 inches in largest dimension mixed with suitable material as fill within the upper 24 inches of proposed subgrade. F. Stockpile excavated material suitable for backfilling on -site. G. During excavation, stockpile materials suitable for backfilling away from excavation to prevent overloading, slides, or cave-ins. H. Remove material encountered in excavating operations that is unsuitable for backfilling, subgrade or foundation purposes as determined by Owner's representative. Dispose of materials off -site in an approved manner in accordance with requirements of authorities having jurisdiction. I. Hand correct unauthorized excavation at no cost to Owner. Fill over -excavated areas under structure bearing surfaces by extending indicated bottom elevation of footing or base to excavation bottom without changing top elevation or by filling unauthorized excavation with 3000-psi concrete. Stockpile excavated material in area designated on -site or where directed and remove excess subsoil, not being reused, from site. J. In the event that solid rock or other unexpected materials, over one cubic yard in volume, are encountered, extra cost will be allowed after written approval by Owner or Owner's representative. Quantities to be approved by Owner or Owner's representative. K. Conform excavations for piping to limits, depths, and materials indicated on the drawings, and to applicable codes and regulations. L. Design and provide sheeting, shoring, or bracing at any open trench. Comply with OSHA and other local regulations for trenching requirements. M. Electrical conduit: lay conduit on a four inch compacted bedding of clean sand or pea gravel. Envelope all conduits in sand or pea gravel. Continue backfilling with sand or pea gravel to a depth of four inches above the top of the conduit. Do not use sand in conjunction with filter fabric. Voids between conduits will not be permitted. Clean earth may be substituted for sand when the trench contains only one conduit. N. Potable water piping: lay piping on a four inch compacted bedding of clean compressed air and potable water piping sand or pea gravel. Continue sand backfill to a depth of four inches above the top of the pipe. O. Sewer piping: lay sewer piping supported continuously on a six inch compacted bedding of gravel sewer piping or crushed stone of which 100 percent will pass through a 1/2 inch sieve. Shape bedding for clearance of all joints and fittings, tamped in place, and graded evenly to ensure a uniform bearing for the full length of the pipe. Do not support piping by blocks, planks, or mounds of bedding material. P. Backflling trenches: 1. Place backfill from 12 inches above the pipe, in layers not to exceed eight inches in depth. Provide granular backfill material free of stones larger than three inches in diameter, non- corrosive, and non- organic in nature. Do not use material with cinders, building materials, waste, or rubbish. Do not use frozen or semi -frozen backfill materials. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 -SITEWORK SECTION 02200 - EARTHWORK TRANSIT CENTER COOVER-CLARK & ASSOCIATES, P.C. 2. Do not backfill trenches until field inspections and tests are performed and utility systems comply with and are accepted by governing authorities having jurisdiction. 3. Backfill excavation after pipe or conduit has been installed, bedded, inspected and tested. 4. Contractor is to adjust any utility element meant to be flush with grade (clean out manholes, catch basins, inlets, etc.) That is affected by site work or grade changes whether specifically noted on plans or not. 2.05 COMPACTION: A. Before compaction, moisten or aerate each layer of backfill as required to obtain optimum moisture content to attain required compaction density. Cinders, ashes, organic matter, rubbish, or other deleterious materials will not be permitted. B. Place fill in layers not more than eight inches in loose depth. Roll areas with soils containing clay or silt (cohesive soils) under paving and buildings with a sheeps foot roller. Compact fill with cohesive materials to a density equal to 95 percent of standard proctor density as determined by ASTM D 698. Determine field density for cohesive soils by the sand cone method following ASTM D 1556. C. Roll areas with soils containing sand and gravel (cohesionless soils) under paving and buildings with either a three -wheel ten -ton vibratory roller or seven ton tractor. Compact fill with cohesionless soils to a density equal to 65 percent of relative density as determined by ASTM D 4254. Determine field density for cohesionless soils by the rubber balloon method following ASTM D 2167. 2.06 SITE GRADING A. Excavate pavement areas to line and grade indicated on drawings. B. Stockpile excavated material suitable for backfilling on -site. C. Remove material encountered in excavating operations that is unsuitable for backfilling and pavement subgrade purposes as determined by Owner. Dispose of materials off -site in an approved manner in accordance with requirements of authorities having jurisdiction. D. Over excavate areas of pavement subgrade found consisting of unsuitable materials as determined by soils engineer. Prepare, fill with suitable material, and compact as specified. E. Fill areas to contours and elevations as indicated on drawings. F. Place fill in continuous lifts as specified herein. G. Verify that imported off -site fill and stockpiled on -site fill is tested and approved. H. Verify that backfill areas are free of debris, snow, ice, or water, and that ground surfaces are not frozen. I. Remove all debris from areas to be landscaped to a depth of two feet. Backfill with clean soil to a depth within six inches of the finished grade. Backfill to six inches below top of curbs. J. Uniformly compact backfill and grade areas to indicated slope with a tolerance of 1/4 inch above or below indicated elevations. K. Backfilling: I. Verify imported fill and stockpiled fill to be reused is approved. 2. If, in the opinion of the Owner or his representative, unsatisfactory soil materials exist on the site, remove such materials upon written approval by the Owner or his representative. Replace all unsatisfactory soil materials with an engineered fill consisting of ordinary soil as excavated on the site, free from debris, roots, stones larger than two inches, silt, muck or peat capable of being compacted to the densities specified in section 02200. Where additional fill material is required, famish soil equivalent to that obtained on the site. Install fill material in layers not exceeding 12 inches and moistened only as required to obtain the specified degree of compaction. Provide coarse sand or bank run gravel fill under paving and sidewalks. L. Verify areas to be backfilled are free of debris, snow, ice, or water, and ground surfaces are not frozen. 2.07 SOIL STABILIZATION: A. Mix materials in accordance with referenced state department of transportation standard specifications or as indicated in the report of subsurface exploration for areas of application. SECTION 00410 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700. 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. 7/96 Section 00410 Page 2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02200 - EARTHWORK COOVER-CLARK & ASSOCIATES, P.C. B. Carefully add water to the mix to achieve a consistent mixture without lumping yet not creates a wet plastic consistency. C. The addition of lime may be specified or approved to facilitate mixing fly ash with soil materials. When specified, or directed by the testing laboratory in writing, lime shall be used to prevent fly ash "flash set" or retard soil -fly ash reactivity occurring during final mixing. 1. Lime additive shall be uniformly blended with the fly ash on the surface for incorporation with soil materials during first mixing operations unless other methods of application are approved. 2. The proportion of lime additive with the fly ash will be based on laboratory testing and field trial procedures necessary to determine proper soil modification. 3. The addition of lime will permit a reduction of the fly ash requirement on a replacement basis as approved by the testing laboratory. D. Obtain testing laboratory approval of the mix before proceeding with placement. 2.08 MAINTENANCE OF SUBGRADE: A. Verify finished subgrades for conformance to elevations as indicated on drawings and for specified conditions for subgrade: B. Protect subgrade from excessive wheel loading during construction, including concrete trucks and dump trucks. C. Remove areas of finished subgrade with compaction density below specified density to depth required. Fill removed areas and compact to specified compaction density D. Provide surface of subgrade after compaction hard, uniform, smooth, stable, and true to grade and cross-section. 2.09 FINISH GRADING: A. Grade areas other than paved areas and building pad areas to finish grade elevations or contours as indicated on drawings including the following: 1. Excavated areas. 2. Filled and transition areas. 3. Landscaped areas. B. Provide engineering and field staking necessary for verification of lines, grades, and elevations. C. Provide finish graded areas uniform and smooth, free from rocks, debris, or irregular surface changes with maximum tolerance of 0.10 foot in 50 feet above or below established finish subgrade elevation. Provide graded surfaces sloping uniformly between indicated elevations. D. Provide drainage ditches graded with uniform slope to allow drainage without ponding, minimizing potential for erosion. E. Protection A. Protect building subgrade pad and building related earthwork from damage by construction operations and erosion. B. Prohibit vehicles from entering building subgrade pad area. Vehicles not permitted. C. Scarify surface, reshape, and compact areas damaged by construction operations or weather erosion. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS S COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02612 - ASPHALT PAVING COOVER-CLARK & ASSOCIATES. P.C. DESCRIPTION: A. All work under this section is subject to the contract documents. B. Furnish all labor, materials, equipment, layout and supervision necessary to complete all asphalt paving. C. Refer to drawings, schedules and details for type and location of asphalt work required. D. Coordinate with other trades. E. Asphalt provider shall be a registered and approved paving mix manufacturer with the Department of Transportation and Highways of the state in which the project is located. F. All references herein to State Highway specifications indicate the State Highway or Department of Transportation of the state in which the project is located. 1.01 QUALITY ASSURANCE: A. Owner may hire independent testing firm to perform thickness tests. B. Thickness and tolerances for smoothness shall be as specified in section 3.01 of this document. C. Paving Contractor will provide to the Owner verification of the quantity and quality of the specified material in the form of trip tickets, and mix certifications. D. Provide copy of manufacturer's design mix formula to Owner. 2 PRODUCTS 2.01 MATERIALS: A. Base aggregate: provide clean, hard, durable crushed limestone or crushed air-cooled blast furnace slag having at least 95 percent passing a 1 1/2 inch sieve and not more than 8 percent passing a no. 200 sieve or conforming to State DOT requirements. Furnish aggregate weighing not less than 90 pounds per cubic foot for limestone and for crushed slag when shaken to refusal. B. Coarse aggregate: sound; angular crushed stone; crushed gravel; complying with ASTM D 692. C. Fine aggregate: sharp -edged natural sand or sand prepared form stone; gravel or combinations thereof; complying with ASTM D 1073. D. Mineral filler: rock or slag dust, hydraulic cement, or other inert material complying with ASTM D 242. E. Bituminous material: asphalt cement, performance grade pg 64-22 and conforming to local state highway specifications; ASTM D 3381 for viscosity -graded material; ASTM D 946 for penetration - graded material. F. Tack coat: emulsified asphalt SS-1, ASTM D 977, uniformly diluted 50% with potable water, conforming to local state highway specifications. Apply immediately after cleaning surface with compressed air or blowers. G. Asphaltic concrete: mixture of coarse and fine aggregate, mineral filler and asphaltic cement combined in such proportions that the composition by weight of the finished mix shall be according to state highway specifications within the following range or as directed by Owner: Sieve Total passing % By Weight Binder Course Surface Course (Mixture B) (Mixture C, D, or E) 2" 100 1" 100-- 3/4" 82-100 100 1/2" 50-82 90-100 3/8" 66-100 No.4 24-50 24-65 No.8 16-36 16-48 No.16 10-25 10-32 No.30 9-33 9-33 No.50 4-12 4-15 No. 100 3-9 3-10 No. 200 3-9 3-9 asphaltic cement 2-6 H. Mix and weigh all material in a standard modem plant, regularly producing asphaltic concrete. 2.02 INITIAL SEAL COAT A. Contractor shall include in this work the application of the initial seal coat no sooner than 6 months, and no later than 12 months after installation of asphalt wear course. 2-1 ..n,.�..� ara�irn.A I wns CITY OF FORT COLLINS & COLORAD ESTATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02612 -ASPHALT PAVING COOVER-CLARK & ASSOCIATES, P.C. B. Initial seal coat shall be fass - dri polymeric coating (Maintenance, Inc., Wooster, OH. 800 - 892 - 6701). A combination of coal tar, polymer chemistry and reinforcing geotextile fibers applied at a rate of 90 square feet per gallon per coat. The coating shall be UL classified for slip resistance insuring nonskid capability when dry and when flooded with water or oil. Coating shall be weather, gas, oil, chemical and abrasion resistant. Two coats applied separately. The Contractor must submit certification by the manufacturer that the material was purchased and applied according to the manufacturer's specification. Seal all cracks in asphalt prior to applying seal coat. C. Do not permit vehicular traffic of any kind on paving until it has cooled and hardened, and in no case less than six hours after final rolling of bituminous materials. Provide temporary barricades to keep traffic from completed pavement. Maintain in place for a minimum of three days after completion of paving work. D. Coordinate application so that maximum drying time is 24 hours. Do not sealcoat when ambient air or ground temperature is below 45 degrees F. 2.03 INSTALLATION A. Install asphalt paving to the thicknesses shown in the details. B. Parking lot, driveways: 1. After all site utilities have been installed and the backfill is properly consolidated, the Contractor shall fine grade and roll the subgrade, and install the course to the compressed thickness as outlined above. C. Base course: 1. Spread course aggregate with a self-propelled spreading machine capable of placing the aggregate true to grade upon the prepared subgrade. When vibratory equipment is used, the maximum compacted depth of a single layer shall not exceed 6 inches. When vibratory compaction equipment is not used, the maximum compacted thickness of one layer shall not exceed 3 inches. 2. Broom and roll surface until sand or screenings cannot be forced into the voids. 3. Compact base course in accordance with the state highway specifications. 4. Base course shall be installed in two layers of equal thickness. D. Asphaltic concrete binder course and surface course: I. Asphalt mixture shall be laid only when the prepared subgrade or underlying course is dry and when weather conditions are suitable. 2. No mixture shall be spread when the air temperature is below 40 degrees F. or when there is frost on the ground. 3. Provide a uniform finish surface free from ruts or irregularities in contour, and true to the established grade to present a smooth riding. E. Compaction: 1. Compact mixture while still hot, by rolling with self-propelled tandem roller. 2. Compacted course shall be free of all irregularities and shall conform to the grade and dimensions given elsewhere in these specifications. 3. Wearing surface course shall show an even and smooth surface with aggregate and fines uniformly distributed. 4. After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. F. Substitutions: I . Suitable base of the specified thickness obtained by other method is acceptable if submitted to and approved by Owner. 2. Suitable asphaltic concrete wearing surface of different specification is acceptable if submitted and approved by Owner. G. Cutting and patching 1. Saw -cut edge of existing paving where new paving is to abut, in a true, straight line, to expose an even, vertical surface for full course thickness. 2. Contact surfaces shall be clean and free of sand, dirt, and other deleterious material. 3. Apply tack coat. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02612 -ASPHALT PAVING COOVER-CLARK & ASSOCIATES, P.C. 4. Carefully make joint to ensure continuous bond between new and existing paving. 1.06 PAVEMENT MARKING A. Paint accessibility symbols and traffic markings conforming with AASHTO requirements, latest edition. Coordinate exact locations with Owner. B. Material: 1. 2 coats alkyd traffic paint marking paint "ultra -hide traffic paint" as manufactured by ICI paints (Glidden) or "promar alkyd traffic marking paint" as manufactured by Sherwin Williams. 2. Color: white parking stripes, yellow no parking zones and blue handicapped stalls unless otherwise required on drawings or by local jurisdiction. C. Clean pavement surface of loose material and dirt. Apply when temperatures are above 40 degrees F. D. Contractor's work shall include re -striping paving after the initial seal coat is applied per Section 2.02 above. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 -SITEWORK TRANSIT CENTER SECTION 02619 SITE CONCRETE rnnvco_ri Aev s - - 1. DESCRIPTION: A. All work under this section is subject to the contract documents. B. Furnish all labor, materials, equipment, layout and supervision necessary to complete all concrete work. C. Refer to drawings, schedules and details for kind, type and location of concrete work required. b. Coordinate with other trades. E. Concrete work shall be governed by the following American concrete institute (ACI) standards: 1. ACI 301, "specifications for structural concrete" 2. ACI 117, "standard specifications for tolerances for concrete construction and materials" 3. ACI 305R, "hot weather concreting' 4. AACI306.1, "specifications for cold weather concreting' 1.01 QUALITY ASSURANCE A. Submit a written description of the concrete mix design to be used for the work to Owner at least ten working days, prior to first concrete placement. Indicate mixing method, air content, slump, admixtures to be used, 28-day compressive strength, and proportions of concrete, water and aggregate. Mix design should comply with requirement of section 3.03 of this specification. Do not begin concrete placement until Owner has reviewed mixes. B. The Owner may engage an independent testing agency to sample concrete according to ASTM c 172 and to perform tests according to the following ASTM and ACI standards. Compressive strength ASTM C 31 and C 39 Unit Weight ASTM C 138 Air Content ASTM C 173 and C 231 Slump ASTM C 143 Concrete Evaluation ACI 301 Chapter 17 Concrete rejection ACI 301 concrete rejection C. Notify Owner at least 24 hours before concrete pour. D. Contractor shall prepare one concrete cylinder from each truck for each continuous concrete pour in excess of 15 cubic yards volume. Cylinders shall be permanently labeled to indicate installation location and date, and shall be stored on site. Owner may choose to submit these cylinders to a testing laboratory. E. Provide to the Owner, upon request, copies of all concrete delivery tickets documenting the following information: 1. Date and time dispatched, time of arrival, and time of placement. 2. Amount of concrete. 3. Weight and type of concrete aggregate. 4. Water content and water added at job site (if any). 5. Type and amount of admixtures (if any). F. Cold weather requirements I . Mix design, handling and placement of concrete shall be in accordance with ACI 306r except as indicated in this specification. 2. If air temperature at the time of installation is below 40 degree F, concrete may be placed if the following conditions are met: A. The subbase is not frozen, and it has been protected using insulating blankets so that its temperature is not below 32 degrees F. B. Concrete temperature at time of delivery shall not be less than 55 degrees F. f in a moist condition for a minimum of seven days after placement following. C. Maintain concrete above 50 ° the recommendations of ACI 308-92. D. Use either: 1) ASTM CC150 Type III (high early strength) concrete. or 2) ASTM C 150, Type I concrete with non -chloride accelerating admixture conforming to the requirement of ASTM C 494 Type C or E. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 -SITEWORK TRANSIT CENTER SECTION 02619-SITE CONCRETE COOVER-CLARK & ASSOCIATES, P.C. E. Use of chloride containing mixtures will constitute grounds for removal and replacement of concrete at no cost to Owner. F. Concrete shall not be poured if air temperature at the time of placement is below 25 degrees F. G. Hot weather requirements 1. Mix design, handling and placement of concrete shall be in accordance with ACI 305r except as indicated in this specification. 2. If air temperature at the time of installation is above 90 degrees F, concrete may be placed if the following conditions are met: A. Dampen forms and subgrade prior to placing concrete. B. Concrete delivery temperature must not exceed 90 degrees F. C. Cover freshly placed concrete with white plastic sheeting or damp burlap between the placement and finishing steps. D. Use a set retarding admixture conforming to the requirement of ASTM C 494, Type B or D. E. Place concrete as soon as possible after mixing: avoid placing delays. Avoid placing concrete during hottest hours of the day. F. Apply curing/sealing compound immediately after finishing concrete surface. 2 PRODUCTS 2.01 MATERIALS: A. Portland cement 1. ASTM C150, Type I except as noted in cold weather requirements above. 2. Type III high early strength cement at Contractor's option except in hot weather placement. B. Aggregate 1. Conform to ASTM c33. 2. Aggregates shall not contain deleterious materials or materials that cause popouts such as chert, flint, coal, lignite, clay or other friable materials in excess of those allowed in table 3 of ASTM c 33. 3. Coarse aggregates: provide coarse aggregates conforming to ASTM c 33 consisting of crushed stone or washed gravel having a clean, hard, strong, durable, uncoated particles free from injurious amounts of soft or flaky pieces, alkali, organic matter, or other deleterious substances. Provide coarse aggregate with a maximum of 1-1/2 inches, five percent is to pass a No. 4 sieve. 4. Fine aggregates: provide fine aggregates conforming to ASTM c 33 consisting of natural sand having clean, hard, strong, durable, uncoated grains, free of injurious amounts of dust, lumps, soft or flaky particles, shale, alkali, organic matter, or other deleterious substances. Provide fine aggregates with a minimum of nine percent passing through a No. 100 sieve. In addition not more than 45 percent is to be retained between any two consecutive sieves. C. Water shall be clean, potable, free of oil, acids, salts, or other deleterious matter and complying with ASTM c94 D. Steel reinforcing 1. Free from flaking rust, scale and dirt. 2. ASTM A615, grade 60, deformed 3. Wire fabric: cold drawn ASTM Al85 4. Wire fabric shall be in flat sheets and shall be designated as shown on drawings. 5. Synthetic fiber: fibrillated polypropylene fibers engineered and designed for use in concrete complying with ASTM C 1116, Type III, 1/2 inch to 1 inch long. Not required in foundations if approved by Owner. E. Admixtures 1. Admixtures containing more than 0.10% calcium chloride are not permitted. 2. All concrete subject to freeze/thaw cycles shall use an air entraining admixture conforming to ASTM c 260. Air entrained concrete is not required for subgrade foundations or for interior slabs. Air entrained concrete is required in pavement and sidewalks. 3. Other admixtures shall not be used except by prior approval and agreement with Owner. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION 02619 —SITE CONCRETE COOVER-CLARK & ASSOCIATES. P.C. F. Curing/Sealing compound I. Use a non -yellowing gasoline resistant curing/sealing compound, meeting ASTM c 309, Type I. 2. Do not apply sealer to concrete slabs that will eventually be covered by floor tile. 3. NO CURING COMPOUND OR SEALERS SHALL BE USED ON SURFACES THAT SHALL RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE. 4. Approved products: A. Euclid Super Diamond Clear Vox B. Masterbuilders Cure & Seal 30 C. Sonnebom URE N Seal 30% H. Joint materials: 1. Expansion and isolation joint material shall comply with ASTM D 1751. 2. Install in pavement saw -cut or formed control joints, elastomeric joint sealant as follows: A. Comply with ASTM c 920, Type S (single component). B. Comply with ASTM c 920, Grade P (self leveling). . C. Class 25, fuel resistant. 3 EXECUTION 3.01 FORM WORK: A. Form work shall conform to ACI 347r. B. Set forms straight, plumb and true to lines and dimensions per ACI 301 and 347r. C. Provide adequate bracing for forms to withstand all loads. D. Exterior and interior concrete surfaces shall be equivalent to plywood form finish, with normal wood grain showing, unless otherwise noted. E. Clean forms and treat with releasing agent prior to installation. 3.02 REINFORCEMENT: A. Locate and tie all metal reinforcement and accessories in forms as indicated in drawings. Clean reinforcement of loose rust, earth, ice and other foreign materials. B. Install reinforcing steel in accordance with ACI 315. C. Lap splices as required by design and service requirements, TO" minimum, D. Locate and support reinforcement with bar support to maintain minimum concrete cover. E. Do not use lifting chairs for installation of welded wire fabric. Use lifting hook to raise wire fabric into position in sidewalk or slab immediately after concrete is poured in place. 3.03 CONCRETE MIX PROPORTIONS: A. Water cement ratio: maximum of 0.45 B. Compressive strength: 4000 psi average 28-day compressive strength, for slabs, 3500 psi for foundations. C. Slump: 3"-5" at point of placement. D. Air Entrainment: 4% to 6%. in exterior exposed concrete. Cement: 564 lbs/cy (6 bag mix). E. No water may be added at the site to improve concrete workability. Use water reducing admixture conforming to ATSM C494 at the mix plant. 3.04 MIXING: A. Use only ready mixed concrete. Mix and place concrete following ACI 318 "building code requirements for reinforced concrete". B. Concrete shall conform to ASTM c94. C. Plant is to provide delivery ticket for each truck stating mix proportions, air entrainment, intended slump, design compressive strength and brand name of any admixtures and time of mixing. D. Trucks not meeting the criteria in sections 3.3 and 3.4 above shall be rejected at no cost to the Owner. 02619-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2-SITEWORK TRANSIT CENTER SECTION.02619 -SITE CONCRETE COOVER-CLARK & ASSOCIATES, P.C. 3.05 PLACEMENT AND JOINTS: A. Place concrete within 90 minutes of mixing time shown on ticket. 1. Do not place any concrete if the subgrade has standing water or is muddy. 2. Deposit concrete into the final position at the specified slumps without segregation by rehandling or flowing. Deposit concrete at a rate that concrete remains plastic and flowable into the spaces between the reinforcing bars. Do not deposit partially hardened concrete or concrete that has been contaminated by foreign materials. Do not re -temper concrete. 3. Schedule concreting that once started remains a continuous operation until the particular section or panel has been completed. Do not deposit fresh concrete on concrete that has hardened sufficiently to cause formation of seams orplanes of weakness with the section or panel. Provide construction joints as indicated. B. Thoroughly compact concrete by means of mechanical vibrators supervised by experienced personnel. Provide sufficient vibration intensity to cause flow or settlement around reinforcement, embedded items, and comers of the forms; but not long enough to cause segregation of the mix. Supplement mechanical vibration by hand spading in comers and angles of the forms and along form surfaces while the concrete is plastic to ensure even dense surfaces free from aggregate pockets or honeycombs. C. Concrete and reinforcement shall be placed to the thickness, dimensions and extent shown on plans. D. Provide expansion joints at locations indicated on plans. E. Provide preformed joint filler at abutment of foundation and sidewalks, at 20'-0" o.c. in sidewalks, around steel island forms and bollards, and as indicated on the plans. F. Saw -cut control joints to a minimum depth of 3/4-inch to control cracking at spacing not to exceed 20 ft. and not less than 10 ft. control joints shall be installed no sooner than 4 hours and no later than 12 hours after placement. G. Install joint sealant in all control joints, isolation joints and expansion joints. Remove all debris and laitance in sawcut joints using compressed air prior to installing sealant. H. Use tooled control joints on all sidewalks, 5/8-inch minimum depth. Tooled joints with 3/4-inch minimum depth may be used in lieu of sawcut joints in general paving areas provided that joint sealant is installed. I. Provide a smooth finish at all exposed surfaces. Construct corners with a one -inch chamfer. J. Provide construction joints at the end of each day's concreting operations, or when concreting is interrupted for a period of 30 minutes or more. Construct joints with a keyway by use of a well-oiled wood strip with beveled edges, or a metal keyway strip. Locate so the strength and appearance of the structure is not impaired. 3.06 CURING A. Protect concrete from rapid drying and keep in a moist condition for at least 7 days after placing with a curing compound as specified above. B. Cure floor slabs with a non -residual curing compound. C. NO CURING COMPOUND OR SEALERS SHALL BE USED ON SURFACES THAT SHALL RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE. D. Vehicular traffic shall be kept off of curing concrete for at least 7 days. E. Except for saw cutting of control joints, foot traffic should be kept off of concrete for at least 2 days. F. Cure concrete in accordance with hot and cold weather provisions given in Section 1.01 of this specification. 3.07 FINISHING A. Exterior sidewalks: transverse broom finish. B. Pavement: broom finish. END OF SECTION 02619-4 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 - SITE WORK TRANSIT CENTER SECTION 02750 - INTEGRALLY COLORED CONCRETE COOVER-CLARK & ASSOCIATES, P.C. I GENERAL 1.01 SUMMARY A. Section Includes: Integrally colored concrete paving. B. Related Sections: 1. Site Concrete: Section 02619 2. Cast -In -Place Concrete: Section 03300 1.02 REFERENCES A. American Concrete Institute: 1. ACI 301 - Structural Concrete for Buildings. 2. ACI 305 - Hot Weather Concreting. 3. ACI 306 - Cold Weather Concreting. 4. ACI 316 - Recommendations for Construction of Concrete Pavements and Bases. B. American Society for Testing and Materials: 1. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. 2. ASTM C979 - Pigments for Integrally Colored Concrete. 1.03 SUBMITTALS A. Submit product data and manufacturer's instructions for: 1. Color additives. 2. Curing compounds. 3. Patterning tools. B. Samples: 1. Samples for Color Selection: Submit color additive manufacturer's sample chip set; indicate color additive numbers and required dosage rates. Samples indicate general color and may vary from concrete finished in field according to Specifications. 2. Samples for Color Verification: a. Submit sample chips of specified colors indicating color additive numbers and required dosage rates. Samples indicate general color and may vary from concrete finished in field according to Specifications. 1.04 QUALITY ASSURANCE A. Perform work in accordance with ACI 301 and ACI 316. B. Conform to ACI 305 during hot weather. C. Conform to ACI 306 during cold weather. D. Obtain each material from same source and maintain high degree of consistency in workmanship throughout Project. E. Installer Qualifications: Concrete work shall be performed by firm with five years experience with work of similar scope and quality. F. Colored Concrete Field Samples: 1. Provide under provisions of Section 01000. 2. At location on Project selected by Architect, place and finish 4 x 4 feet (1.2 x 1.2 m) area. Demonstrate methods of obtaining consistent visual appearance, including materials, workmanship, and curing method to be used throughout Project. 3. Retain samples of cements, sands, aggregates and color additives used in mock-up for comparison with materials used in remaining Work. 4. Accepted field sample provides visual standard for work of Section. 5. Accepted field sample may remain as part of Work. 1.05 DELIVERY, STORAGE AND HANDLING A. Color Additives: Comply with manufacturer's instructions. Deliver color additives in original, unopened packaging. Store in dry conditions. 1.06 PROJECT CONDITIONS A. Colored Concrete Environmental Requirements: 1. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. 02750 - t Z - OSLZO •alalOuoO a1IS `619ZO uoPoaSuo sluamannbal Ilginj Pue sajoa :NOIJ.OHdSNI WE slaUelds uiog somjins pagsuag womfpu loamold t, •.a1alOuoo Bmot,ld jo aquunpt, m pouam aq 1plgs suoigsno puss pus suuoj pooh -popsodop sl alaimoo ,fuu aaojoq suol;t,nt,oxo pus suuoj Pip mog panocuai oq Ilt,gs sugap pus 1a1um papunodml •0 'lalum Bulput,lS moaj aalj pus dump Aluuo3lun oq lists apua8gnS •uollrpuoo Xioloujsllus u m paumulum aq nsgs pus suogt,aado aaglo 10 ogjuu Aq pogimslp oq lou llugs suolgsno puss ag,L :uouuludaad opulBgnS •g sa>l s apuls pus OUT 1 jo steam fq poureunsm pus pagsggslsa aq llsgs small alaaouoo 1oj smogs sapua8 pus soml ags :loaluo0 opu10 d NOLLd2IddH2Id WE NOLLIIOHXH £ •x/m m sl'ualum snogguamao jo mgSlam jo womod Ol paaoxa IOU llt,gs anlllppu 10103jo alul aBt,soQ g -loallgoly Aq paloolas su aoloo 1oj pannbal su amllppu 10100 pus alt,8018810 'puns 'muamaO apinold :1OIoO 91310UOD d SX0100 d.LHWON00 907 -plug m lalum Bmppt, Aq x1m aadmalaa lot oQ .g •palsl8almsip anuq 'porn jl 's8sq smlua8alulslp puu aanmxlm lnog8noagl posaadslp dluuojnln aau sanglppu loloo 1pun xryg -SUOpoluzsm s,aaanlot,jnuum gllm aout,plOaos m x[yg :S3AII!pp d 10IOO N SHXIIN £07 •alalauoa paloloa gOmt,m 0110100 m apinoad •006LO uollooS ul pogloods adA4 aq [legs slap;as imol• :sluelsaS D •laanlauJnUBW Xq popuounuooal su 'maogs auajXupa C[od :ug13 opold s :assala-d z •mallud puoq summtu'.slool Bmdums odil-aauno anlooO :slool I :sluualuW put, slooj• BmdumS-uaout,d •H ,saoloO slnu(l.iq palnmOt,jnuum put, papuaurlaoOal su alaaauoa paloloa golum of palup II [u0s 1oloO ao [BPS ag WOO 1t,a[O OOOI-A1 aplAold alaaouoo paloloa gllm asn aoj langoujnuum aAP?PPs aoloo xq panoaddu aq PUB 60£O DVLSV gplm fldmoo llt,gs punodmoo SuunO :alalouoO paaoloO 1oj punodmoO BuunO •d SHRIOSSHOOV ZO'Z •samUxlmpu opuolgo mnloluo asn lot oQ :sallgxlmpV O •smdums ulaut,d ioj laanmot,jnuoW Xq pannbaa ss lapels sad :alu8aa88d loolOS •g •alsum alls qoI azlulmtm of s8t,q BuRRISO mslp L,fpt,ag-x!W paanssamaad m sanplppe aoloo gsnunj `oils le xlm of pappu oq of aw so ulppu aoloo jl :2UT oud £ '6L60 W LSV IPIm 8111.i[dmoo pus alalouoo Olin smxim 1oj pass000ad Al[uloads sluaulsid [ulamm palt,guaouoo `aid uleluoo llegs saAPlppe 1o[oO u :sluuOjvw Z -pamollu poN :suonnlpsgnS q •m00'S10IoOSIAt,p'mmm lomalm 10 'm03'SjO10STARP Ojm [It,m-3'8b84-95£-008 auogd `.sloloO sutG 6q palnmOeunuum sloloO s[AuQ T :1alnmoejnut,W •1 :amalouOD paloloa ,f[It,lsamul 10j sanglPPV ao[OO 'y S 1vi-dH,Lvw H.LHZIONOO IO'Z SJ,OflGowCl z -aslmoslp 1Pun 8mgolsq molg saunm xOn luolslsuoo apcAold of alaaauoa jo ,GaA11ap alnpogoS •g .8ulzaa4 pus aanmslom moat alalouoo gsalj loaloall •smog yZ mgum mssoaloj sl 1904 ao 'moss 'ulel jl alalauoa 8mould plonV •z '0'd'S3IVIDOSSV'$ N21V10-L13A000 313190N00 032 565 AllVIA931NI- OWN N011035 1131N30 lISNVHI - N2IOM 311E - Z NOISIAIO A11Sa3AINg 31VIS 00VM0100 @ SNIl103 iNOd d0 A110 N011V31=1103dS 1VOINHO31 SECTION 00020 INVITATION TO BID IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name• Address: By: Title: ATTEST: By: (SEAL) M Title: SURETY (SEAL) 7/96 Section 00410 Page 3 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 2 - SITE WORK TRANSIT CENTER SECTION 02750 - INTEGRALLY COLORED CONCRETE COOVER-CLARK & ASSOCIATES P.C. 3.03 INSTALLATION: A. Formwork: Forms shall be built to the shapes and dimensions of the concrete, set to lines and grades, braced and secured to withstand the placing of the concrete and maintain their shapes and positions. B. Expansion Joints: Expansion joint filler strips shall be spaced as shown or not over 40 feet o.c. and around all fixed objects within or abutting concrete. Concrete edges at expansion joints shall be neatly tooled. Hold expansion material down 1/2", fill with joint sealer. Expansion joint filler strips shall be 1/2" thick unless otherwise detailed on the drawings. C. Control Joints: Formed, sawed, or tooled groove in the concrete to create a weakened plane and regulate the location of cracking shall be placed as shown on the drawings and/or at a maximum spacing at 10 feet o.c. D. Reinforcing Steel: Shall be installed in locations. shown on the drawings. E. Concrete: Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. The placing of concrete shall be carved on at such a rate that the concrete is at all times plastic and flows readily into the spaces between the reinforcement, inserts, forms, etc. F. Do not add water to concrete at job site, fog or spray surface with water, or put into pumps or onto tools or brooms. G. Do not apply Davis Colors or color additives meant for integral coloring to surface of concrete. 3.04 FIELD TESTING: A. Concrete shall be field tested by an independent testing agency as called for in Section 02619, Site Concrete. 3.05 FINISHING OF COLORED CONCRETE 1. Patterned Stamped: Apply pattern in accordance with tool manufacturer's instructions. Touch-up pattern and finish edges with hand tools as necessary. 2. Cookie Cutter -Type Tools: Use release film. 3.06 CURING A. Colored Concrete: Apply curing compound for colored concrete in accordance with manufacturer's instructions. Apply curing compound at consistent time for each pour to maintain close color consistency. 3.07 TOLERANCES A. Minor variations in appearance of colored concrete, which are similar to natural variations in color and appearance of uncolored concrete, are acceptable. 3.08 FORM REMOVAL: Forms shall remain in place at least 12 hours after the concrete has been placed and then may be removed without injuring the concrete. Bars or heavy tools shall not be used against the concrete in removing forms. Any concrete found defective after form removal shall be satisfactorily repaired promptly by the Contractor. END OF SECTION 02750 - 3 SECTION 02810 IRRIGATION PART 1 GENERAL 1.1 SCOPE Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. Coordination of Utility Locates ("Call Before you Dig"). C. Maintenance period. 1.2 WORK NOT INCLUDED A. Installation of irrigation controller. 1.3 IRRIGATION SYSTEM DESIGN A. The Landscape Contractor shall provide, as part of the bid, a preliminary landscape sprinkler design. 1. No contract shall be awarded until a preliminary irrigation design has been submitted, reviewed, and approved by CSU Landscape Architect and CSU Grounds Department personnel. 2. Final irrigation design shall be in substantial compliance with the preliminary irrigation design submitted as part of the bid response. The new irrigation layout must be designed by an irrigation professional with at least 3-5 years experience with comparable systems. 1. The irrigation designer must be familiar with the CSU irrigation system including: controllers, valves, heads, piping, operating standards, and all other materials. C. The new sprinkler system shall include, but not be limited to: valves, wiring, piping, pop- up spray and geared rotor heads. 1.4 SUBMITTALS A. Deliver four (4) copies of all submittals to the Owner's Representative within 15 days from the date of Notice to Proceed. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. D. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. 02810-1 Irrigation 1.5 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.6 TESTING A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Subject mainline pipe to a hydrostatic pressure equal to the anticipated operating pressure of 75 PSI for two hours. Test with mainline components installed. 2. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 3. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. 4. Cement or caulking to seal leaks is prohibited. F. Operational Test: 1. Activate each remote control valve in sequence from controller. The Owner's Representative will visually observe operation, water application patterns, and leakage. 2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5. Repeat test(s) until each lateral passes all tests. Repeat tests, replace components, and correct deficiencies at no additional cost to the Owner. G. Control System Grounding: Test for proper grounding of control system per manufacturer's recommendations. Test results must meet or exceed manufacturer's guidelines for acceptance. 02810-2 Irrigation 1.7 CONSTRUCTION REVIEW The purpose of on -site reviews by the Owner's Representative is to periodically observe the work in progress, the Contractor's interpretation of the construction documents, and to address questions with regard to the installation. A. Scheduled reviews such as those for irrigation system layout or testing must be scheduled with the Owners Representative as required by these specifications. B. Impromptu reviews may occur at any time during the project. C. A review will occur at the completion of the irrigation system installation and Project Record (As -Built) Drawing submittal. 1.8 GUARANTEE/WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of one year from commencement of the formal maintenance period, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owner's Representative. B. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. PART 2 MATERIALS 2.1 QUALITY A. Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.2 SUBSTITUTIONS A. Acceptable equipment manufacturers are as indicated on the drawings. Alternative equipment must be approved by the Engineer prior to bidding. The Contractor is responsible for making any changes to the design to accommodate alternative equipment. B. Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.3 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. 02810-3 Irrigation B. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. C. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. Sleeving Diameter: Equal to twice that of the pipe or wiring bundle unless otherwise indicated on the drawings. 2.4 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. 2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. 3. Use gasketted fittings for mainline pipe of 3" diameter or larger. B. Lateral Pipe and Fittings 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end suitable for solvent welding. 2. Use Class 160, SDR-26, rated at 160 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. 3. Use solvent weld pipe for lateral pipe. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784 for PVC pipe. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. C. Specialized Pipe and Fittings: 1. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 40 threaded fittings. 2. Joint Sealant: Use only Teflon -type tape or Teflon based paste pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.5 MAINLINE COMPONENTS A. Isolation Gate Valve Assembly: As presented in the installation details. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. B. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.6 SPRINKLER AND BUBBLER IRRIGATION COMPONENTS A. Sprinkler Heads are to be sole source - Hunter. No substitutions are permitted without written approval by the University Representative. 02810-4 Irrigation B. Remote Control Valve (RCV) Assembly for Sprinkler and Bubbler Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. C. Sprinkler Assembly: As presented in the drawings and installation details. 2.7 CONTROL SYSTEM COMPONENTS A. Control Wire: 1. Use American Wire Gauge (AWG) No. 14 solid copper, Type OF or PE cable, UL approved for direct underground burial from the controller unit to each remote control valve. 2. Color: Use white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color shall be continuous over its entire length. 3. Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic construction consisting of two (2) pieces, one piece which snap locks into the other. A copper crimp sleeve to be provided with connector. 4. Warning Tape: Inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. Three inches wide, colored yellow, and imprinted with "CAUTION": BURIED ELECTRIC LINE BELOW." B. Existing Control Wire: 1. It is assumed that existing 24 VAC control wire between existing controller and solenoid valves is in workable condition. Any concerns are to be brought to the attention of the Owner's Representative prior to installation of the replacement controller. 2.8 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, spare parts and other items indicated in the General Notes of the drawings. Other Materials: Provide other materials or equipment shown on the drawings or installation details which are part of the irrigation system, even though such items may not have been referenced in these specifications. PART 3 EXECUTION 3.1 INSPECTIONS AND REVIEWS A. Site Inspections: 1. Verify construction site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. Utility Locates ("Call Before You Dig"): 1. Arrange for and coordinate with local authorities the location of all underground utilities. 2. Repair any underground utilities damaged during construction. Make repairs al no additional cost to the contract price. 02810-5 Irrigation C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owner's Representative one week in advance of review. Modifications will be identified by the Owner's Representative at this review. 3.2 LAYOUT OF WORK A. Stake out the irrigation system. Items staked included: sprinklers, pipe, control valves, quick coupling valves and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.3 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from top of pipe or control wire to finish grade): 1. 18-inch over mainline pipe and over electrical conduit. 2. 20-inch over control wire. 3. 12-inch over lateral pipe to sprinklers and bubblers. C. Maintain at least 15-feet clearance from the centerline of any tree. D. PVC lateral pipes may be pulled into the soil utilizing a vibratory plow device specifically manufactured for pipe pulling. Minimum burial depths equals minimum cover listed above. E. Backfill only after lines have been reviewed and tested. F. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. G. Backfill unsleeved pipe in either of the following manners: 1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. H. Enclose pipe and wiring beneath roadways, walks, curbs, and other hardscape surfaces within sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Use of water for compaction around sleeves, "puddling" will not be permitted. I. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. J. Where utilities conflict with irrigation trenching and pipe work, contact the Owner's Representative for trench depth adjustments. 3.4 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. 02810-6 Irrigation B. Extend sleeve ends twelve inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.5 ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. 3. Trenches may be curved to change direction or avoid obstructions within the limits of the curvature of the pipe. Minimum radius of curvature and offset per 20 foot length of pipe by pipe size are shown in the following table. All curvature results from the bending of the pipe lengths. No deflection will be allowed at a pipe joint. SIZE RADIUS OFFSET PER 20' LENGTH 11/2" 25' 7'-8' 2" 25' T-8' 21/2" 100, 1'-11" 3" 100, 1'-11" B. Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. C. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings is not permitted. C. Lateral Pipe and Fittings: 1. Use only strap -type friction, wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in the manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in the pipe. C. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings is not permitted. D. Specialized Pipe and Fittings: 1. PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape or Teflon based paste. C. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 3.6 INSTALLATION OF MAINLINE COMPONENTS A. Quick Coupling Valve Assembly: Install where indicated on the drawings. 02810-7 Irrigation 3.7 INSTALLATION OF SPRINKLER AND BUBBLER IRRIGATION COMPONENTS: A. Remote Control Valve (RCV) Assembly for Sprinkler and Bubbler Laterals: 1. Flush mainline before installation of RCV assembly. 2. Install where indicated on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Install connectors and sealant per the manufacturer's recommendations. 3. Install only one RCV within a valve box. Locate valve box at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. Arrange grouped valve boxes in rectangular patterns. Allow at least 12-inches between valve boxes. 4. Adjust RCV to regulate the downstream operating pressure. 5. Attach ID tag with controller station number to control wiring. B. Sprinkler Assembly: 1. Flush lateral pipe before installing sprinkler assembly. 2. Install per the installation details at locations shown on the drawings. 3. Locate rotary sprinklers 6-inches from adjacent walls, fences, or edges of paved areas. 4. Locate spray sprinklers 3-inches from adjacent walls, fences, or paved areas. 5. Install sprinklers perpendicular to the finish grade. 6. Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best performance, and to avoid overspray. 7. Adjust the radium of throw of each sprinkler for best performance, and to avoid overspray. 3.8 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Control Wire: 1. Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. Do not tape wires together where contained within sleeving or conduit. 2. Control wiring may be chiseled into the soil utilizing a vibratory plow device specifically manufactured for pipe pulling and wire installation. Appropriate chisel must be used so that wire is fed into a chute on the chisel, and wire is not subject to pulling tension. Minimum burial depth must equal minimum cover previously listed. 3. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 100-foot intervals along runs of wiring. Do not tie wiring loop. Coil 24-inch length of wire within each remote control valve box. 4. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. 5. If a control wire must be spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 10-inch round valve box. a. Use same procedure for connection to valves as for in -line splices. 6. Unless noted on plans, install wire parallel with and below PVC mainline pipe. 7. Protect wire not installed with PVC mainline pipe with a continuous run of warning tape placed in the backfill six inches above the wiring. 02810-8 Irrigation 3.9 INSTALLATION OF OTHER COMPONENTS A. Tools and Spare Parts: 1. Prior to the Review at completion of construction, supply to the Owner operating keys, servicing tools, spare parts, and any other items indicated in the General Notes on the drawings. B. Other Materials: 1. Install other materials or equipment shown on the drawings or installation details which are part of the irrigation system, even though such items may not have been referenced in these specifications. 3.10 PROJECT RECORD (AS -BUILT) DRAWINGS A. The Contractor is responsible for documenting changes to the design. Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as -built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each controller or control unit, each sleeve end, each stub -out for future pipe or wiring connections, and other irrigation components enclosed within a valve box. C. Prior to construction completion, obtain from the Owner's Representative a reproducible mylar copy of the drawings. Mylars or CAD data files compatible with AutoCAD software, can be purchased from the Engineer. Cost of mylar reproducible drawings is $25 per sheet and the cost of AutoCAD data files on diskette is $25 per file. Using technical drafting pen or CAD, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". D. Turn over the "Record Drawings' to the Owner's Representative. Completion of the Record Drawings will be a prerequisite for the Review at the completion of the irrigation system installation. 3.11 MAINTENANCE A. Winterize the irrigation system in the fall following completion and star -up the irrigation system the following spring. Repair any damage caused in improper winterization at no additional cost to the Owner. Coordinate the winterization and start-up with the landscape maintenance personnel. B. Upon completion of construction and review by the Owner's Representative, maintain irrigation system for a duration of 30 calendar days. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. C. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage after the landscape maintenance operation. 02810-9 Irrigation SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS Ali 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: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 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: 8. Have you ever failed to complete any Work awarded to you? 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? If yes list agency name. 7/96 Section 00420 Page 1 3.12 CLEANUP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF SECTION 02810-10 Irrigation IRRIGATION SYSTEMS (CSU BUILDING CONSTRUCTION STANDARDS MANUAL) APPENDIX A A. Sole Source Products: 1. Central Control Units — Motorola MIR 5000 Irrigation Central. 2. Satellite Control Unit — Motorola MIR 5000 wall mount Feld unit. 3. Sprinkler Heads - Hunter. 4. Remote Control Solenoid Valves — Rainbird PESB "Scrubber". B. Central Control Units: 1. Shall include IBM-PC personal computer, printer, computer operating system, diskettes, base station, base station antenna, transmission line, base station antenna support, repeater antenna and other appurtenance required to communicate with the satellite control units or stations. C. Satellite Control Units: 1. Shall be wall mount Feld units complete with radio interface, radio, DB hard hat antenna, or other appurtenance required to communicate with the central control unit or monitoring equipment. Satellite control unit shall be sized as shown on the drawings. D. Remote Solenoid Control Valves: 1. Remote control valves (RCV) shall be installed according to Detail L-5 Remote Solenoid Control Valve in Appendix A. 2. All existing and new RCVS shall have valve boxes installed according to Appendix A - Detail L- 5. Boxes shall have a minimum of 2 inches between bottom of box lid and highest part of valve. Boxes shall also have a minimum of 2 inches between bottom of box and piping. Valve boxes shall be set with lids within one half inch of compacted and settled finish grade. Boxes shall have ajminimum of 4 to 6 bricks to support bottom side of box. Ground shall be hand tamped underneath valve boxes. 3. All RCVs shall be of same brand as sole sourced above. 4. Whenever possible, existing galvanized fittings shall be removed and replaced with PVC. 5. Each RCV zone shall be flushed with sprinkler heads removed. Sprinkler Heads: 1. Shall include models with 12 different size nozzles per head, gear driven and sealed in oil, two year replacement warranty with up to 5 years on some parts, strip proof gears, vandalism resistant, dirty water screen, small surface area, and fully interchangeable. 2. Sprinkler heads shall be a minimum of 3 inches from any walk, building, or surface. Top of heads shall be placed exactly at finished grade except sprinkler heads next to walks shall be placed flush with top of sidewalk or curb. 3. Sprinklers shall be firmly tamped under and around so as to be exactly straight up and down. 4. Sprinklers shall have 8 to 12 inches of swing pipe, but not to exceed 24 inches. 5. Refer to Appendix A - Detail L-1 - Sprinkler Head Piping in Appendix A for further information. F. General Design Information: 1. Irrigation systems shall be installed according to latest standards of the Association of Landscape Contractors of Colorado (ALCC). 2. Lawn irrigation is considered a utility. The system is fed from College Lake located against the foothills in West Campus. Irrigation water is untreated water and people should be warned not to drink from -sprinklers. In extreme circumstances, where the system does not reach a specific area of campus, a variance may be requested from Facilities Management to use domestic water. 3. During the growing season turf is watered 14 hours per day, depending on weekly schedule. In the future this utility may be tied to the energy management, system computer located at Facilities Management. Until that time, system clocks must be installed in various locations around campus. The overall system is fed from College Lake with untreated water and it's design and materials will be coordinated with Facilities Management -Grounds Services through the University Representative. 4. The specific design of the sprinkler system will be done by the A/E and reviewed by Facilities Management -Grounds Services through the University Representative. 5. The construction will include provisions for pressure checks and inspection of open trenches by Facilities Management -Grounds Services personnel. 6. Irrigation piping may contain asbestos. Contractors shall be notified prior to construction if asbestos piping exists. 7. All underground utility piping shall also conform to the requirements of Section 02600 B - Nonmetallic Utility Lines. G. Execution: 1. Irrigation control system layout will be reviewed by Facilities Management -Grounds Services through the University Representative after the layout is completed. Notify the University Representative three days in advance of review. Modifications may be identified at this review. 2. The contractor should be informed that bending or kinking of poly pipe weakens the pipe, eventually causing leaks. Therefore, all kinked pipe must be replaced. 3. Verify locations of underground utilities including the existing irrigation system components. 4. Backfilling of new trenches shall be puddled in landscaped areas. Backfilling under pavement shall be with non -shrinkable backfill. H. Salvage: 1. Existing irrigation controllers, sprinklers and valves shall be turned over to Owner unless otherwise instructed. System Damage: 1. The University Representative must contact Facilities Management -Grounds Services immediately if there is any damage to main line or wiring. 2. In the event of main line damage, the Contractor and Facilities Management -Grounds Services must ensure immediate repair. 3. In the event of damage to poly lines or sprinklers, Facilities Management -Grounds Services should be contacted through the University Representative to repair damage promptly and in the proper sequence. If asbestos irrigation pipe is damaged, Contractor shall stop work and notify University Representative. Immediately upon cutting through the irrigation line, the contractor shall cut and tape both ends such that dirt and debris cannot get into the lines. Backfill and tamp, or puddle up to the level of irrigation line that is to be repaired and notify Facilities Management -Grounds Services through the University Representative. After repair has been completed by Facilities Management -Grounds Services, backfill to grade but do not tamp directly on top of irrigation line. Electrical Control System: 1. Control system requires electrical power supply. Coordinate work with the electrical engineer. The electrical control wire design shall be in accordance with the NEC. 2. Provide location in the grounds closet (if provided), the mechanical room, or other services area space for the lawn sprinkler control cabinet. Provide electrical service (110V) at this location with conduit large enough to contain the valve control wires to the outside. 3. Facilities Management -Grounds Services through the University Representative will determine whether replacement of the control wire from a satellite controller and to a solenoid valve shall be replaced when an existing irrigation system is to be extended. 4. Test for leaks to ground per manufacturer's recommendations. Test results must meet or exceed manufacturer's guidelines for acceptance. 5. Defective wires, underground splices or appurtenance will be replaced. Tests will be repeated after replacement and approved by the University Representative. 6. Electrical conduit shall be PVC Schedule 40 conforming to ASTM Standard D1785. Fittings shall be Schedule 40, Type 1, PVC solvent weld fittings, ASTM Standards D2466 and D1784. 7. Control wires shall be prenumbered or labeled with indelible nonfading ink, made of permanent, nonfading material. Wire from satellite controller unit to each remote control valve for new construction shall be AWG No. 14 solid copper, Type OF cable, UL approved for direct underground burial or multi - strand type OF irrigation cable no smaller than 18 gauge. All wiring sizing must conform to the manufacturers recommendations on voltage losses of solenoid valves being used and must not exceed these specifications. Wires shall have same color over its entire length. Use white for common ground wire. Crimper solder splices and seal with waterproof sealant. Wire connectors shall be made of plastic construction consisting of two pieces: one piece which snap locks into the other. A copper crimp sleeve should also be provided with a connector. All wiring splices that are direct buried must be done with "3M" D by wire splice kits. 8. Warning tape shall be buried six inches deep on top of control wiring. The tape shall be inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. The tape shall be three inches wide, colored yellow and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW." 9. The locations of the control units on the drawings will be approximate. The Facilities Management -Grounds Department will determine the exact site locations at the system layout review. The manufacturer's representative will test for positive radio communication prior to the installation of the satellite controllers. 10. Lightning protection shall be provided with a copper -clad grounding rod driven into the soil 8 feet deep. A single rod may be used for grouped control units. Connect controller to grounding rod with AWG No. 10 solid conductor copper wire. Secure wire to grounding rod with brass or bronze clamp. If rod is buried adjacent to the controller enclosure, locate the connection in a separate valve box. 11. Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with an identification number which consists of the name and station number of the existing controller to which the control wire had been previously connected. 12. Bundle control wires where two or more are in the same trench at a minimum of 10 foot intervals. 13 Control wiring may be pulled into the soil utilizing a vibratory plow device specifically manufactured for pipe pulling. Minimum burial depth equals 12 inches. 14. Provide a 24 inch excess length of wire in an 8 inch diameter loop at each 90 degree change of direction, at both ends of sleeves and at 100 foot intervals along continuous runs of wiring. Do not tie wiring loop. Coil 24 inch length of wire within each remote control valve box. 15. Install only one control valve on each control wire. K. Sleeving: 1. Install separate sleeve beneath paved areas to route each run of irrigation wiring bundle. 2. All sleeves under pavement must be bedded in sand with a minimum of 6 inches above and below the sleeve. 3. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. 4. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. 5. Sleeving diameter shall be a minimum of twice that of the pipe and wiring bundle which ever is greater. Sleeves for wiring shall have a minimum diameter of 2 inches. 6. Only one irrigation pipe shall be installed per sleeve. 7. Install sleeving at a depth which permits the encased wiring to remain at the specified burial depth. 8. Extend sleeve ends six inches beyond the edge of the paved surface. During construction, cover sleeve ends and mark with stakes. Mark concrete with a chiseled "X" at sleeve end locations. 9. Bore through obstructions which cannot be removed rather than alter the route. Employ equipment and methods designed for horizontal boring. 10. Cut and patch roadways which must be crossed. Replacement asphalt and subgrade shall match existing conditions. All sleeves under pavement shall be embedded in sand with a 6 inch cover under and above sleeve. L. Piping: 1. Lateral branch lines can be either PVC Class 200 or polypipe rated at 100 psig NSF for 3/4 and 1 inch sizes. Larger branch lines and main trunk lines shall be PVC pipe class 200 or greater. All poly pipe of 1-114 inches and larger must be 80 psig NSF grade. 2. All poly pipe fittings must be plastic barbed, designed specifically for underground irrigation practices. PVC fittings shall be schedule 40, with solvent weld on all sizes 3 inches and smaller and tight fittings on all sizes 3 inches and larger. Ring tight fittings shall have appropriate thrust blocking. 3. All 2 inch insert fittings must be double clamped; smaller poly pipe must be single clamped with screw or pinch clamps. 4. All pressurized pipe shall be located between 14 inches and 18 inches deep. 5. All non -pressurized poly or PVC pipe shall be located between 8 to 12 inches deep. 6. Pressurized and non -pressurized pipe underneath roads shall be a minimum of 18 inches deep. 7. Any changes to new or existing piping shall be mapped and documented indicating size, type and location of pipe. 8. Thrust blocks shall be provided on all pressurized pipe 2 inches and larger using "sacrete" remixed concrete. Consult Uniform Plumbing Code for size and location of thrust blocks. Base selection on 60 psig static system pressure. M. Tools and Spare Parts: 1. Contractor shall provide proprietary tools, test equipment and other parts necessary to service system. Spare parts should be provided for critical components. N. Record Drawings: 1. Record all alterations with accurate reference dimensions, measured from at least two permanent reference points, for each controller or control unit, each sleeve end, each stub -out for future wiring connections, and other irrigation components enclosed within a valve box. O. Warranty: 1. The system shall have a one year warranty. The warranty shall include but not be limited to fill and repair depressions, restoration of landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repairs shall be made within seven days of notification from the University Representative. 2. The sprinkler system will have a one year warranty including blow out and turn on. This work will be done by Facilities Management -Grounds Services with the contractor present for observation and instruction. DIVISION 2 - SITEWORK ' "r Fwm I "W"UNQ ° �VLUKAUU STATE UNIVERSITY SECTION 02870 - SITE FURNISHINGS TRANSIT CENTER COOVER-CLARK & ASSOCIATES P.C. 1 GENERAL 1.01 SUMMARY: This Section covers furnishing and installation of plaza furniture and related accessories: 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Site Concrete: Section 02619. - 1.03 SUBMITTALS: A. For all items 1. Manufacturer's literature 2. Color charts 2 PRODUCTS 2.01 MATERIALS: Contractor shall famish and install all products as herein specified or approved equal: A. Items: 1. Custom Bollards as specified on the drawings. 2. Trash receptacles: Victor Stanley, Inc., S-45, 45-gallon capacity, with S-1 Steel Dome Lid and 10-inch diameter Stainless Steel Ashtray as manufactured by Victor Stanley, Inc., color by Architect. 3. Bicycle Racks: Cora Expo 7510, Hunter Green to match existing. 2.02 COLORS - Architect to select finish colors. 3 EXECUTION 3.01 Install per details on drawings or as per manufacturer's instructions. Placement should be verified by Landscape Architect, prior to installation. END OF SECTION 02870-1 SECTION 02900 LANDSCAPE PLANTING PART 1 GENERAL 1.1 SCOPE OF WORK: A. Furnish and Install: 1. Screened Organic Topsoil, Organic Compost. 2. Plant material. 3. Fine grading of areas to be planted. 4. Bluegrass sod. 5. Mulching of plant material. 1.2 RELATED WORK: A. Earthwork: Section 02300; Landscape Irrigation System: Section 02810. B. Related work specified under other sections: Consult all other Sections, determine the extent and character of related work, and properly coordinate work specified herein with that specified elsewhere to produce a finished, workmanlike installation. 1.3 QUALITY ASSURANCE: A. Qualifications of workers: 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. B. Standards: 1. Quality and size shall conform with the standards for number one grade nursery stock as adopted by the American Association of Nurserymen (AAN). 2. All plants shall be true to name and one of each lot shall be tagged with the name and size of the plants in accordance with AAN standards. In all cases, botanical names shall take precedence over common names. 1.4 PROTECTION: A. Protect all existing development on site and on adjacent properties including existing trees, buildings, equipment, underground utilities, walls, fences, sidewalks, paving, curbs, etc. Heavy equipment should not be allowed to compact the soil over the root zone of existing trees. Any existing site development damaged by willful or negligent acts of the Contractor or any of his employees shall be replaced or repaired at no expense to the Owner and in a manner satisfactory to the Owner's Representative before project acceptance is given. 1.5 SUBMITTALS: A. Submittals shall be directed to the Landscape Architect and shall be approved before affected work commences. 1. Submit a list of plant material with quantity and source of materials to be installed. Any substitutions for items described in the Drawings or these Specifications must be approved in advance by the Landscape Architect. 02900-1 Landscape Planting 2. Submit samples of the following to the Landscape Architect prior to delivery to the site: a. Shredded Wood Mulch, Topsoil, Compost: 3. Prior to final walk-through submit copies of drawings indicating actual construction. Identify field changes made by change order, and label each sheet "As -Built Drawing". 1.6 PRODUCT HANDLING AND STORAGE: A. Deliver all plants to the site with labels intact for inspection. B. Protect all plant material from damage during transport and before, during, and after installation. C. In the event of damage or rejection, make all repairs and replacements necessary to the approval of the Landscape Architect, and at no additional cost to the owner. 1.7 INSPECTIONS: A. Site Inspection. Contractor shall perform the following: 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Project Manager prior to beginning work. 2. Verify utility locations prior to excavations. 3. Verify that rough grading has been completed. 4. Beginning work of this section implies acceptance of existing conditions. B. Plant Material Inspections: 1. The Landscape Architect or Grounds Maintenance Representative will inspect and approve plant material 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 Landscape Architect for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. 2. If, in the opinion of the Landscape Architect, there is probable cause to suspect root damage, root binding, or disease conditions in the container stock plants, the Landscape Contractor may be requested to remove the container for inspection before planting. C. Staking Inspection: 1. The Landscape Architect will inspect the staked locations of all trees and shrubs before digging for installation. D. Punch List Inspection: 1. A punch list inspection will be performed at the completion of all planting and site work under this contract, to identify any areas of deficiency in work. Give at least three days notice to the Landscape Architect to schedule punch list inspection. 2. At the time of the punch list inspection, the Landscape Contractor shall have planting areas free of weeds and other debris, and neatly cultivated. Plant basins shall be in good repair. Irrigation systems shall be fully operational with heads properly adjusted. Walkways, curbs, and roads shall be cleared of soil and debris. The inspection shall not occur until the site is in finished condition. 02900-2 Landscape Planting 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. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank reference: 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? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 7/96 Section 00420 Page 2 3. Deficiencies, if any, will be identified by the Owner and/or the Landscape Architect and identified in the form of a list submitted by the Landscape Architect to the Contractor. Final Inspection:. 1. When the Contractor has corrected all identified deficiencies, he shall schedule a final inspection with the Landscape Architect. Approval of planting and site work will not be given until all deficiencies have been corrected. 2. When the Landscape Architect determines that all work has been performed in compliance with the contract documents and that all plant materials are in satisfactory growing condition, the project manager will give written notice of completion of the planting and site work portion of the contract. F. Maintenance Period Inspection: 1. At the end of the maintenance period described herein (Part 3.8), and prior to transfer of maintenance responsibility to the Owner, the Landscape Architect shall inspect the job site for satisfactory conditions and evidence of proper maintenance. 2. If, in the opinion of the Landscape Architect, all conditions of the maintenance period have been met, the Landscape Architect will give final acceptance of contracted work. 1.8 GUARANTEE AND REPLACEMENT: A. The purpose of this guarantee is to insure that the Owner receives plant materials of prime quality, planted and maintained in a thorough and careful manner. 1. Guarantee all plant materials for a period of one calendar year from the day which notice of final acceptance is given by the Landscape Architect. 2. This guarantee will not be enforced should a plant die due to circumstances beyond the control of the Contractor. However, during the guarantee period, the Contractor shall check the planting to insure it is being properly maintained. He shall notify the Owner in writing if any deficiencies are noticed. 3. Replace landscape materials and trees when they are no longer in a satisfactory condition as determined by the Owner's Representative for the duration of the guarantee period. 4. All replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents. All replacements shall carry the same guarantee from the time they are replaced. Repairs and replacements shall be made at no expense to the Owner. PART 2 MATERIALS 2.1 SITE PROTECTION MATERIALS: A. Fencing: Four foot red/orange plastic construction fencing. Stakes: Metal T-posts, 5 to 7 foot long. C. Plywood: 3/4" x 4' x 8' sheets. 2.2 PLANT MATERIAL: A. Trees: 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 indicted on the plan, the quantities on the plan shall govern. 02900-3 Landscape Planting B. Substitutions: No substitutions shall be accepted, except with permission from the Landscape Architect. C. Source: All plant material shall be Colorado grown, Colorado fielded, or Northern grown; USDA hardiness zones 1 to 5. D. Quality: 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. Submit materials list with quantity and source of all plant materials. E. Size and Type: Minimum sizes of plant materials are specified in the Plant List. Plants of the same type to be planted together shall be matched in form. Plants larger than those specified in the plant list may be used when acceptable to the Landscape Architect, and if the roots or rootball have been increased in proportion to the size of the plant. F. Digging, wrapping and handling: 1. Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape, and future development after planting. 2. 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. Balls shall be firmly wrapped with non -treated burlap, secured with wire or jute. Broken balls will not be accepted. 3. 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. 4. Plant Protection: Plants shall be handled during transportation to job site so as to prevent any damage from wind or vibration. Plants should never be thrown or bounced off a truck or loader to the ground. Plants shall be handled so that 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 soil and other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planting. 2.3 PLANT INSTALLATION MATERIALS: A. Guying, Staking and Wrapping Material: 1. Tree Stakes: 6 foot long metal T-posts. 2. Guy Anchors: Chance or Duck -Bill anchor, or satisfactory substitute. 3. Guying and Staking Wire: Galvanized iron or steel 12 - 14 gauge wire. 4. Guy Straps: 2-inch minimum width, 12 inch long nylon webbing. 5. Tree Wrap: 4 inch wide commercial tree wrap. 2.4 SOIL AMENDMENTS, FERTILIZERS, MULCHES: A. Topsoil: Screened organic topsoil (70% topsoil, 30% organic blends) free of subsoil, roots, grass, weeds, large stone, and foreign matter. B. Backfill Mix: Backfill mixture to be 2/3 topsoil, 1/3 well rotted manure or equal organic compost. C. Soil Amendment: Screened organic compost, peat moss or well rotted manure at a minimum rate of 3 cubic yards per 1,000 square feet. 02900-4 Landscape Planting D. Fertilizer 1. Trees: Fertilizer for trees and shrubs is not required. 2. Sodding: Fertilizer for grass shall be commercial type of uniform composition, 18-46-0 guaranteed analysis, applied at the manufacturer's suggested rate of application! E. Mulching Material: "Choice Red Cedar". Suggested source: Hageman Earth Cycle, 970-221-7173. 1. Wood Mulch: Submit a sample to the Campus Landscape Architect for approval prior to installation. Do not use landscape fabric under wood mulch areas. 2.5 SOD MIX: A. Bluegrass Sod: Sod shall be a blend of 4 (four) varieties of improved hybrid turf -type Kentucky Bluegrass. Sod shall be weed and pest free, with no more than 1 % of other grasses. Sod shall be a minimum of 3/4 inch thick; and cut not more than one day prior to planting. PART 3 EXECUTION 3.1 GENERAL A. Inspection: Grades have been established under work of another Section to within 1 ", plus or minus, of required finish grade. B. Dimensions: All scale dimensions are approximate. Before proceeding with any work, check and verify all dimensions and quantities. Notify Landscape Architect of any discrepancy between drawings and/or specifications and actual conditions. C. Coordination: Coordinate work with other trades to insure proper sequencing of construction. 3.2 SITE PROTECTION: A. Tree protection: Prior to construction/excavation, all existing trees shall have a fence erected that protects the area within the dripline of the tree. The dripline is defined as the area on the ground covered by the spread of branches. B. No equipment or materials shall be parked or stored within the dripline of any tree. C. Trenching should not be done within the dripline of a tree. If a trench cannot be routed around a tree, tunnel under it. Trenching and tunneling must be approved by Facilities Management Grounds Department. Trenching of more than 50% of the supporting roots will render the tree unstable. D. When trenching occurs in an area containing tree roots, any severed roots must be cut smoothly with flush cuts, and backfilled as soon as possible. Stock piling of excavated soil may not be placed within the dripline of existing trees. 3.3 SITE PREPARATION: A. Grade conditions: Rough grading of the project site shall be conducted by a grading contractor. The landscape contractor shall receive the site grading according to the 02900-5 Landscape Planting following tolerances: 1. At Curbs, Walks, and Driveways: a. Sodded areas: uniformly 2 inches below top of pavement. b. Seeded areas: uniformly 1 inch below top of pavement. B. If the Contractor finds the site grading not in accordance with the tolerances, he shall contact the project manager and not proceed with any work until tolerances are met. C. Any ground compacted by equipment or construction parking must be ripped if outside of tree root zones. D. Maintain approved grades while rounding out abrupt changes in slope, and allow for no standing water in the landscape or on adjacent pavement areas as a result of soil preparation. Perform a drainage test utilizing the irrigation system. 3.4 SOIL PREPARATION: A. Prepare all turf areas and shrub beds as follows: 1. Till existing topsoil to a minimum depth of eight inches. 2. Remove all rubble, stones, and extraneous material over 11/2 inches in diameter from the site. 3. Spread soil amendments and incorporate into the top four inches of soil by rototilling until a uniform mixture is obtained. Apply amendments at a minimum rate of three cubic yards per 1,000 square feet. 3.5 TREE PLANTING: A. Details: Details for tree plantings are located on the Landscape Plan. B. Layout: Plants shall be located as shown on the plan except where obstructions overhead or below ground are encountered or where changes have been made in construction. No planting holes shall be dug until the proposed locations have been staked on the ground by the Contractor, and until such locations have been approved by the Landscape Architect. C. Plant Pits: 1. Dig planting pits to at least 18 inches larger than ball diameter for all trees. 2. Where unsatisfactory subgrade material exists, increase the size of the planting pits by one third the diameter and add six inches of depth. 3. Roughen sides of the pit to remove any compacting or glazing. Loosen soil at bottom of pit to a minimum dept of six inches. Mix loosened soil with specified backfill. D. Backfill Material: Planting pits shall be backfilled with the following mix: 1. 2/3 Topsoil by volume. 2. 113 peat moss, organic compost, or well rotted manure by volume. E. PLANTING: 1. Remove stock from container. Do not break the root ball. 2. Place backfill mix into planting pit to depth such that the top of the root ball when planted, will be 2" above finish grade. 3. Untie and remove burlap from top two-thirds of root ball on balled and burlapped material. Remove top two -third of wire basket and remove twine from around tree trunks. Remove containers and fiber pots from all container grown plants. If container stock is pot bound, score roots 1/8 inch deep, every two to three inches around the circumference. 02900-6 Landscape Planting 4. Backfill using backfill material. Avoid heavy tamping. Use end of shovel handle to remove large air pockets. Water thoroughly to settle soil around root ball and eliminate all air pockets. Water after all backfill has been put into hole. Do not work wet soil. 5. In irrigated areas do not provide a basin to hold water. In non -irrigated areas, build a dish around the edge of the root ball to form a basin for holding water. Fill basin with water, after it has been thoroughly absorbed, repeat. Check that watering basins on slopes catch and hold water adequately to avoid erosion. 6. Remove all twine and plant labels secured around trunk after planting is completed. 7. Remove all surplus soil immediately following the act of planting. 8. Stake and guy trees in a vertical position. Stake deciduous and evergreen trees immediately after planting. Drive metal t-posts outside of planting pit until flanges are just below grade. Do not stake or guy trees too rigidly. Allow for some natural sway. Remove stakes after one growing season. 9. Apply tree wrap to thin barked trees such as maples. Wrap approximately November 1, and remove approximately April 1. F. Watering: 1. Thoroughly water each tree immediately following planting. G. Mulching: Apply wood mulch around plant material to a depth of three to four inches. A 3-foot diameter circle of mulch will be maintained around trees. 3.6 LAYING SOD: A. All turf areas disturbed by construction operations are to be sodded. B_ After soil preparation, roll the area to an evenly compacted, firm soil bed. C. Keep soil moist during laying of sod. D. Lay sod smoothly, edge to edge, with staggered joints. Butt edges tightly. E. Begin sodding at bottom of slopes; pin to slope if necessary. F. Water sod lightly as laying progresses to prevent drying. G. Roll sod diagonally with a light roller, leveling irregularities and sealing joints. Top of sod shall be slightly below paved edges on the downhill side and flush on the uphill side. Hold sod back from all tree trunks in lawn area in a 3-foot diameter circle. 3.7 PROJECT RECORD (AS -BUILT) DRAWINGS: 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 Project Manager prior to punch list inspection. 3.8 MAINTENANCE: A. Continuously maintain all plantings included in the Contract from the beginning of Contract work and during the progress of work. 02900-7 Landscape Planting The Owner will assume the responsibility of maintenance including watering, fertilizing, weeding, etc., upon completion. The Contractor shall periodically inspect the project during the guarantee period (see Part 1, 1.09 Guarantee and Replacement) and immediately notify the Landscape Architect and Owner of any irregularities or deficiencies which will affect the guarantee. C. 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. 3.9 CHECK LIST OF REQUIRED APPROVALS: This check list is provided to assist the Contractor in securing all required approvals as outlined in this section. The Contractor shall submit a completed copy of this check list to the Project Manager as part of final approval. Submittals: Approved By: Date: Plant Material List Wood Mulch As -Built Drawings Inspections: Plant Material Staked Location Punch List Final Inspection Maintenance Period Inspection END OF SECTION 02900-8 Landscape Planting SECTION 02950 LANDSCAPE PROTECTION PART 1 GENERAL 1.1 GENERAL SITE PROTECTION A. Protect all existing development on site and on adjacent properties including existing trees and shrubs, turf, soil, buildings, equipment, underground utilities, walls, fences, sidewalks, paving, curbs, etc. that are not noted for removal. Trees are easily rendered hazardous by uncontrolled construction work around them. Any existing site development damaged by willful or negligent acts of the Contractor or any of his employees shall be replaced or repaired at no expense to the Owner and in a manner satisfactory to the Owner's Representative before project acceptance is given. 1.2 SITE PROTECTION MATERIALS A. Fencing: Four foot orange plastic construction fencing. B. Stakes: Metal T-posts, 5 to 7 foot long. C. Plywood: 3/4" x 4' x 8' sheets. 1.3 SITE PROTECTION EXECUTION A. Tree protection: Prior to construction/excavation, all existing trees shall have a fence , erected that protects the area within the dripline of the tree. The dripline is defined as the area on the ground covered by the spread of branches. All existing shrubs shall have a fence erected along the outside perimeter of the shrub beds to protect the plants within. B. Construction staging should take place in paved areas. If staging takes place within green space a fence shall be erected around the boundary of the staging area, outside the dripline of all trees and shrub bed areas. Contact CSU Grounds Department irrigation personnel to arrange for any necessary sprinkler zone shutoff at least 48 hours prior to construction work. C. No vehicles, equipment or materials shall be parked or stored within the dripline of any tree or shrub bed areas that are to be protected in place. D. No stock piling of excavated soil may take place within the dripline of existing trees or shrub bed areas that are to be protected in place. E. Do not attach any signs to trees. F. If there is limited space on the site, and passage beside a tree is necessary, a bridge is to be constructed over the root zone. Protect trunks of trees with 2"x4" boards tied vertically around trunk. G. When raising or lowering the grade around an existing tree, a dry well or retaining wall is required. Landscape Protection 02950-1 H. Trenching should not be done within the dripline of a tree. See Table 1 below for guidelines. If a trench cannot be routed around a tree, tunnel under it. Facilities Management Grounds Department prior to construction must approve any trenching and tunneling. Trenching of more than 50% of the supporting roots will render the tree - unstable. When trenching occurs in an area containing tree roots, any severed roots must be cut smoothly with flush cuts and backfilled as soon as possible. TABLE 1: TREE SIZE (Diameter in inches) less than 3" 3" through 8" 8.1"through 14" 14.1"through 20" 20.1" through 30" 30.1"through 40" MINIMUM UNDISTURBED RADIUS (from trunk face) 3 feet 6 feet 8 feet 10 feet 15 feet 20 feet END OF SECTION MINIMUM DEPTH OF TUNNEUBORE 3 feet 3 feet 4 feet 4 feet 5 feet 5 feet Landscape Protection 02950-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 CONCRETE TRANSIT, CENTER SECTION 03100 CONCRETE FORMWORK COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this Section as fully as if repeated herein. I GENERAL 1.01 SCOPE: Furnish all plant, labor, materials, appliances, and equipment necessary to fabricate and install the applicable concrete formwork as required by the drawings and/or specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Earthwork: Refer to Section 02200. B. Site Concrete: Refer to Section 02619. C. Concrete Reinforcing: Refer to Section 03200. D. Cast -In -Place Concrete: Refer to Section 03300. 1.03 QUALITY ASSURANCE A. American Concrete Institute: ACI-347, Recommended Practices for Concrete Formwork. 1.04 INSPECTION: Materials and workmanship not in conformity with the drawings or provisions of this specification may be rejected to any time when faults are found prior to or during the progress of the job. Faulty items shall be repaired or removed at the Contractor's expense prior to continuation of work. 2 PRODUCTS 2.01 FORM MATERIALS: A. Forms: Wood, fiber or metal forms subject to Architect's approval. Wood forms for exposed concrete surfaces shall be constructed of 3/4" plywood conforming to U.S. Product Standard PS-1 B-B Concrete Form,Class 1, exterior grade. Forms for footings and foundations not exposed to view may be of undressed lumber or via stabilized earth forms. B. Shores: Shores temporarily supporting concrete during construction may be patented shores of approved design and manufacture, or maybe built upon the job. Shores shall be of adequate strength and properly braced to safely support imposed loads. C. Form Oil: Non -staining, paraffin -base oil having a specific gravity of between 0.8 and 0.9. D. Form Ties: Bolts, rods, or patented devices having a minimum tensil strength of 3,000 pounds, adjustable in length, free of lugs which would leave a hole larger than 7/8" in diameter, or depressions back of exposed surface. Ties shall be constructed so that when forms are removed, there will be no metal remaining within one inch of finished concrete surface. E. Expansion Joint Fillers: Premolded mastic strips of fibrous cellular nature, asphalt impregnated, conforming to ASTM D 1751. F. Carton Forms: Fiberboard "void boxes" as made by Savway Carton Forts, Inc. Forms shall support a minimum load of 350 lbs./sq.ft. thickness as detailed. (Carton forms shall be used if shown on the drawings.) 3 EXECUTION 3.01 FORMWORK INSTALLATION: A. Constructions and Erection: 1. Forms shall be of sufficient strength and rigidity so that when properly supported, they will not deflect under weight or pressure of wet concrete or other incidental loads. 2. Build forms to conform to shapes, lines, and dimensions of detailed members of concrete construction. Set forms to line and grade, and brace and secure so as to withstand placing of concrete and maintain shape and position. Forms shall be sufficiently tight, and substantially assembled so as to facilitate their removal without damage to concrete. 3. Construct forms with care to produce concrete surfaces without unsightly or objectionable form marks in exposed concrete surfaces. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 CONCRETE TRANSIT CENTER SECTION 03100 CONCRETE FORMWORK COOVER-CLARK & ASSOCIATES, P.C. 4. Thoroughly clean surfaces of form lumber and remove nails before reuse. Do not reuse damaged or worn form liners for exposed Architectural finished. Coat contact surfaces of forms prior to placing metal reinforcement with non -staining form oil. 5. Immediately before placing concrete, clean forms of debris. Leave forms in place until concrete has sufficient strength to safely carry its own load and such additional loads as may be placed on it during construction. Immediately after removal of forms, remove form ties, wires and other defects, and immediately patch. 6. An experienced workman shall be available during concrete placing to inspect formwork and support of same and to strengthen or rebuild any portions that show signs of distress. (Note: This part of the specification applies equally to stabilized earth forms, i.e., no form work required.) 7. The Contractor shall notify the Architect 48 hours in advance before placing concrete for examination as specified in paragraph 1.04 of this section. B. Inserts and Accessories: Make provisions for required installation of accessories, bolts, hangers, sleeves and inserts cast in concrete, as required by Drawings and other trades. Place expansion joints where detailed and required. 3.02 REMOVAL OF FORMS AND SHORING: A. Do not disturb forms until concrete has hardened sufficiently to permit removal with safety. Do not remove shoring until members have acquired sufficient strength to support their own weight and load. B. Members subject to additional loads during construction shall be adequately shored to support both member and construction loads in a manner that will protect member from damage. Forms and shores for beam bottoms and slabs may be removed whenever cylinder tests indicate concrete has attained 75% of its required compressive strength. Side forms may be removed after 36 hours. C. The Contractor shall assume all responsibility for any damage to the structure due to premature removal of forms. END OF SECTION 21. What are the limits of your public liability? DETAIL t company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this day of Name of Bidder By: Title: State of County of 20 being duly sworn deposes and says that he is of 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 day of 20 Notary Public My commission expires 7/96 Section 00420 Page 3 TECHNICAL SPECIFICATIONS - CITY OF FORT COLLINS 8 COLORADO STATE UNIVERSITY DIVISION 3 CONCRETE TRANSIT CENTER SECTION 03200 CONCRETE REINFORCEMENT COOVER-CLARK & ASSOCIATES P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this Section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: Furnish all plant, labor, materials, appliances, and equipment necessary to fabricate -and install the applicable concrete reinforcement as indicated on the drawings and/or specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Site Concrete: Refer to Section 02619. B. Concrete Formwork: Refer to Section 03100. C. Cast -In -Place Concrete: Refer to Section 03300. 1.03 SUBMITTALS: Submit shop drawings in accordance with GENERAL REQUIREMENTS, Section 01000. Drawing shall indicate complete reinforcing for each concrete member including, but not limited to, materials, sizes, bends, dimensions, and placing details. 1.04 QUALITY ASSURANCE: A. American Society or Testing and Materials: 1. ASTM A-185, Welded Steel Wire Fabric for Concrete Reinforcement. 2. ASTM A-615, Deformed Billet -Steel Bar for Concrete Reinforcement. B. American Concrete Institute: 1. ACI 315, Standard Practice for Detailing Reinforced Concrete Structures. 2. ACI 318, Building Code Requirements for Reinforced Concrete. 1.05 DELIVERY AND STORAGE: A. Stack reinforcing steel in tiers and mark so that each length, size, shape and locations can be readily determined. Exercise care to maintain reinforcement free of dirt, mud, paint or rust. B. Store from materials and accessories on dunnage and undercover with protective sheeting. 2 PRODUCTS 2.01 REINFORCING MATERIALS A. Metal Reinforcement: Reinforcement shall meet requirements of ASTM A615 for new billet steel, domestic Manufacture, Grade 60, except as otherwise noted. B. Wire Mesh: ASTM A 185. Yield strength (fy) equal to 60,000 psi unless measured at 0.35 percent strain. C. Miscellaneous Accessories: Provide spacers, chairs ties and other devices necessary for properly placing, spacing, supporting and fastening reinforcement in place, as specified in ACI 315 for reinforcement of cast -in -place structural members. 3 EXECUTION 3.01 REINFORCING INSTALLATION: A. Place reinforcing steel of sizes, shapes, lengths, spacing and other dimensions shown in accordance with approved shop drawings. Before placing, thoroughly clean reinforcement of any coatings which might reduce bonding. Heating of reinforcement shall not be permitted. Bars with kinks or bends not shown on approved drawings shall not be used. Reinforcement shall not be spliced at points of maximum stress. Splices in adjacent bars shall be staggered, and splices shall provide a minimum overlap of 30-bar diameters unless specifically noted otherwise on Drawings. B. Accurately place reinforcement and securely saddle tie at intersections with No. 16 gauge black annealed wire, or suitable clips. Rigidly secure reinforcement in place during concrete placing by means of spacers, chairs or other suitable supports of adequate strength. Concrete coverage for reinforcing steel shall be as specified in ACI 318-77 Section 7.7, unless otherwise shown on the Drawings. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINSB COLORADO STATE UNIVERSITY DIVISION 3 CONCRETE - TRANSIT CENTER SECTION 03200 CONCRETE REINFORCEMENT COOVER-CLARK & ASSOCIATES R.C. C. The lapping of wire fabric shall be as specified in ACI 318-77 Section 12.8, unless otherwise noted on the drawings. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 - CONCRETE TRANSIT CENTER SECTION 03300 -CAST-IN-PLACE CONCRETE TRANSIT & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this Section as fully as if repeated herein. I GENERAL 1.01 SCOPE: A. Any and all conditions which occur and are not covered by the drawing and/or specifications, such as: openings, joints, connections, details of reinforcement, etc., or problems encountered during forming and/or placing shall be immediately brought to the attention of the Architect. No further work shall be done in these areas until approved by the Architect. Should corrective measures be necessitated, a written proposal shall be submitted to the Architect for approval. No corrective measures, with the exception of temporary emergency measures, shall be employed without the prior written approval of the Architect. B. Work included generally consists of furnishing all necessary labor, materials, equipment and appliances to install and finish all cast -in -place concrete work in accordance with this section of the specifications and applicable drawings. Work includes, but is not necessarily limited to, the following: I. Reinforced concrete; including foundation structure, slabs on grade and other concrete work indicated on the drawings. 2. Placing of all anchor bolts, anchors, inserts, sleeves, and ties supplied by other trades and/or specified under this section. Cooperate with and coordinate with other trades, as necessary to assure proper placement and location of all such items. Give ample notification to all responsible trades for such items, prior to time of installation. 3. Place all reinforcing steel and anchorages as indicated or required. 4. Place all expansion joints and control joints as indicated or required. 5. Shop drawings of reinforcing steel in accordance with ACI-315. 6. Material samples for testing. 7. Certified mill reports of cement and reinforcing steel shall be submitted, upon Architects request. 1.02 RELATED WORK SPECIFIED ELSEWHERE' A. Concrete Formwork: Refer to Section 03100 B. Concrete Reinforcing: Refer to Section 03200. C. Concrete Sealing: Refer to Section 03375. 1.03 SUBMITTALS: A. Concrete Design: The concrete materials supplier shall submit design mixes for each of the types of concrete based on specified strengths and materials. Design methods shall be in accordance with "Building Code Requirements of Reinforced Concrete" (ACI 318-77). B. Shop Drawings: Submit drawings in accordance with GENERAL REQUIREMENTS, Section 01000. Indicate complete reinforcing for each concrete member including materials, sizes, bends, dimensions, and placing details. 1.04 REFERENCE STANDARDS: A. "Specification for Structural Concrete for Buildings", ACI 301, of the American Concrete Institute (ACI). B. "Recommended Practices for Measuring, Mixing and Placing Concrete", ACI 304. C. "Manual of Standard Practice for Detailing Reinforced Concrete Structures", ACI 315. D. 'Building Code Reinforcement for Reinforced Concrete", ACI 318.77. E. "Standard Specifications for Ready -Mix Concrete", ASTM C 94-74A, of the American Society of Testing and Materials, (ASTM). F. "Standard Specifications for Portland Cement", ASTM C 150. G. "Standard Specifications for Concrete Aggregates", ASTM C 33. H. "CRSI Recommended Practice for Placing Reinforcing Bars", CRSI 63, of the Concrete Reinforcing Steel Institute (CRSI). TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 - CONCRETE TRANSIT CENTER SECTION 03300 - CAST -IN -PLACE CONCRETE COOVER-CLARK & ASSOCIATES, P.C. I. "CRSI Recommended Practice for Placing Bar Supports, Specifications and Nomenclature", CRSI 65. J. Preparation of test specimens and testing: 1. ASTM C-31, Making and Curing Concrete -Test Specimens in the Field. 2. ASTM C-39, Test for Compressive Strength of Cylindrical Concrete Specimens. 3. ASTM C-42, Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 4. ASTM C-173, Test for Air Content of Concrete - Pressure Method. 5. ASTM C-231, Test for Air Content of Concrete - Volumetric. 6. ASTM C-192, Making and Curing Concrete Test Specimens in the Laboratory. 7. ASTM C-143, Method of Slump Test for Consistency of Portland Cement. 1.05 QUALITY AND CONTROL OF CONCRETE: A. Concrete shall be the product of a Ready -Mix plant and shall be composed of cement, aggregate and water with a dispersion and air -entraining additive in proportions to develop the designated strengths and to satisfy the requirements of durability and other specified qualities. The Ready -Mix Concrete shall conform to specifications set forth in ASTM C 94-74A. B. At least 15 days before commencing any concrete operations, the Contractor shall submit to the testing laboratory the proportions of the concrete ingredients he proposes to use as a design mix. The testing Laboratory, in turn, shall submit to the Architect the following data: Concrete Classes; mix designs, including cement brand, proportions of aggregates by weight, slump, water -cement ratio and percentage of air. 1.06 TESTING: A. The Contractor shall engage and pay for the services of an independent testing laboratory approved by the Architect. B. Test reports shall include reports of concrete compressive yield, air content and slump test. Duplicate copies of the test reports are to be sent directly to the Architect. C. If test fail, the Contractor shall pay for the cost of corrective measures required to satisfy the Architect and the Owner. 2 PRODUCTS 2.01 GENERAL: All materials shall be carefully selected of uniform quality meeting the requirements of the specifications and subject to the approval of the Architect. 2.02 CONCRETE MATERIALS: A. Portland Cement: ASTM C-150-76a, Type 1 or 111. B. Fine Aggregate: Clean, hard, durable, uncoated natural sand free from silt, loam, clay and iron particles, meeting requirements of ASTM C-33. C. Coarse Aggregate: Hard durable uncoated crushed stone or natural gravel meeting requirements of ASTM C-33. Maximum size aggregate and graduation shall be in accordance with Size No. 467 in Table I 1 of ASTM C-33 or Size No. 67 in Table 11 or ASTM C-33. D. Water shall be clean, potable, fresh and free from oil, acid, salt, alkali, sewage, organic matter and other deleterious substance. E. Expansion Joint filler, exterior and interior,as governed by ASTM D 994, "Prefomred Expansion Joint Filler for Concrete." 2.03 CURING: A. Curing Compound: Clear Bond as made by GUARDIAN CHEMICAL CO., Acri-Seal as made by TOCH BROS., Dress and Seal made by L & M CONSTRUCTION CHEMICALS, or approved equal. Curing Compound shall be in conformance with ASTM C-309, "Liquid Membrane - Forming Compounds for Curing Concrete." B. Compound Type: Curing compound shall be the type over which vinyl floor tile may be laid. (NO CURING COMPOUND OR SEALERS SHALL BE USED ON SURFACES THAT SHALL TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY - CONCRETE TRANSIT CENTER DIVISION 3 SECTION 03300 - CAST -IN -PLACE CONCRETE COOVER-CLARK & ASSOCIATES, P.C. RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE.) 3 EXECUTION 3.01 INSPECTION PRIOR TO PLACING CONCRETE: A. Do not place concrete until foundations, forms, reinforcing steel, pipes, conduits, sleeves, hangers, anchors, inserts, dampproofing, and other work required to be built into concrete has been inspected and approved by the Architect. Notify Architect at least 2 working days prior to completion of all work required to be built into concrete and ready for inspection. B. Complete preparatory work by noon of the day previous to scheduled pours to allow time for adequate inspections and correction of any unsatisfactory work prior to placing concrete. C. Remove rubbish from formwork immediately prior to placing concrete. 3.02 PLACING CONCRETE: A. Convey and place concrete in such a manner that there will be no separation of ingredients. No concrete shall be used which has attained its initial set. Deposit concrete in horizontal layers with each layer thoroughly incorporated with previous layers. Do not place concrete on previously deposited concrete which has hardened sufficiently to cause formation of seams or cold joints. B. Do not permit concrete to drop freely greater than 3 foot distances. Where longer drops are necessary, use a chute, tremie, or other approved conveyance to assist concrete placement without separation. Do not pour concrete directly into piers or other excavations where water is standing. Thoroughly compact concrete by mechanical vibration during placing and work around reinforcing, embedded items, and into corners of forms. Concrete shall be mixed and placed only when temperature is at least 40 degrees Fahrenheit and rising, unless suitable means are provided for maintaining a temperature of at least 50 degrees for a period of seven (7) days after placing. Methods of heating and protecting concrete shall be subject to Architect's approval. Do not place concrete, under any circumstances, except in the presence of the Architect. C. Construction Joints: Unless otherwise shown on Drawings, each footing pier, column, beam, wall and slab shall be considered as a single unit of operation and concrete shall be placed continuously in order that such unit shall be monolithic in construction. If construction joints are absolutely unavoidable, locate joints at or near midpoints of spans. Additional construction joints shall not be made under any circumstances without written approval of Architect. Construction joints shall be plumb and level. Provide appropriate keys in construction joints, whether horizontal or vertical. Construction joints in exposed concrete work shall occur at planned joints or rustications as approved by Architect. D. Expansion Joint Fillers: Place premolded expansion joint fillers at locations as detailed. Refer to Drawings for required joint dimensions and locations. 3.03 FIELD QUALITY CONTROL: A. Field Control: The Architect or his representative shall control addition of water to concrete at project site and length of time concrete is allowed to remain in mixer. B. Slump: At beginning of each concrete "pour", or from each mixer truck (at discretion of Architect), test for slump shall be performed in accordance with "Method of Slump Test for Consistency of Portland Cement" (ASTM C-143) unless waived by Architect. If slump is greater than that specified, concrete shall be rejected. Slump shall not exceed 4" for cast -in -place concrete or 5" for concrete slabs on grade. C. Test Cylinders: During progress of work, test cylinders shall be made and tested for each different mix placed in any one day. For 10 cubic yards, 3 compression test cylinders will be made by Testing Laboratory of samples taken during pour. Make test cylinders in accordance with ASTM C-31-66 and test in accordance with ASTM C-39-66: one at 7 days, and two at 28 days. Make additional sets of 3 cylinders for concrete placements from 50 yards to 100 yards, and a third set for placements exceeding 100 yards. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS 8 COLORADO STATE UNIVERSITY DIVISION 3 - CONCRETE TRANSIT CENTER SECTION 03300 - CAST -IN -PLACE CONCRETE COOVER-CLARK & ASSOCIATES P.C. D. Test for determination of air content shall be made for approximately every third set of cylinders in compliance with ASTM C-231 and ASTM C-173. 3.04 BUILDING SURFACE FINISHES: A. Preparation: As soon as forms are removed, remove undesired fins and other projections, level offsets, and repair voids or damaged places with mortar of same composition as used in mix. Apply rubbed finish as specified below to exposed cast -in -place concrete surfaces. B. Rubbed Finish: Rubbed finish shall consist of rubbing surfaces with a carborundum stone, clean water, and neat portland cement to a uniformly smooth surface, entirely free of pits, holes, or form marks. 3.05 FLOOR FINISHES: A. Unless otherwise indicated on Drawings, floor finishes shall be monolithic; that is, finished at time of pouring of slab. B. Smooth Trowel Finish: Concrete slabs which are to receive tile and carpet, as well as exposed concrete floors, shall be smooth trowel finished. Surfaces shall be screeded to proper elevation, jitterbugged or tamped, then floated with metal or wood floats. After concrete has sufficiently set to support weight, mechanical floats shall be used for finish leveling. After water sheen has disappeared from surfaces, trowel with steel trowel to smooth surface free from blemishes and trowel marks. Final troweling shall be done after concrete is so hard that no mortar accumulates on trowel and a ringing sound is produced as trowels are drawn over surfaces. Finish floors shall be level with 1/8" when tested with a 10 ft. straight edge. C. Sub -Floor Maintenance: Prior to installation of finish floor coverings, remove dirt, oil, grease, paint, and other foreign matter from surfaces. Inspect for holes, cracks and other abrasions and fill such defects with latex floor leveling compound. Disc -sand high spots and abrasions. 3.09 CURING: A. Preparation: Slab surfaces to be sealed shall be free of dirt, oil, grease, and other foreign matter, and shall be dry. B. Curing: Protect concrete surfaces against frost and rapid drying and keep moist for at least 6 days after placing. During this period, maintain concrete above 70 degrees for a least 3 days or above 50 degrees Fahrenheit for at least 5 days. (NO CURING COMPOUND OR SEALERS SHALL BE USED ON SURFACES THAT SHALL RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE.) C. Curing Compound Application: Concrete slabs shall be cured with curing compound. Begin curing concrete as soon as concrete surfaces begin to take initial set after finishing. Spray compound on surfaces using two coats, applying second at right angle to first, at rate of400 s.f. per gallon. Restrict traffic on surfaces during cure to prevent "tracking off' of protective film. END OF SECTION 03300-4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 • CONCRETE SECTION 03375 - CONCRETE SEALING TRANSIT CENTER COOVERLLARK & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the sealing of all concrete surfaces, unless otherwise called for on the Drawings, for a complete and proper installation. 1.02 QUALITY ASSURANCE: Use of adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. 1.03 PRODUCT HANDLING A. Protect the materials of this Section before, during, and after installation, and protect the work and materials of all other trades. B. In the event of damage, immediately make replacements and repairs to the approval of the Architect and at no additional cost to the Owner. 2 PRODUCTS 2.01 SEALER: Furnish "Ashford Formula" manufactured by Curecrete Chemical Company, Orem, Utah 84057. (NO CURING COMPOUND OR SEALERS SHALL BE USED ON FLOOR SLABS THAT SHALL RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE.) 3 EXECUTION 3.01 SURFACE CONDITIONS: Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Preparation: 1. On freshly finished concrete surfaces, no additional surface preparation will be required. 2. On areas where forms are recently removed, remove all form oil and breaking compound residue to assure penetration of the product into surface. 3. On existing concrete, vertical surfaces, and masonry surfaces: a. Sweep all areas to be treated, using a fine bristle broom, or hose off with water and let dry to remove all surface dust and dirt. b. Free the surface from all contaminants which inhibit penetration of the product into the pores of the material to be treated. C. Remove all curing, sealing, and coating agents by use of chemical or mechanical means as required. d. If acid is used to remove surface coatings, flush the surface with water sufficiently to remove all acid and acid residues. 4. When applying near windows, mask the glass. 5. Avoid contact with plant life, glass, aluminum, and other finished surfaces. Where contact occurs, immediately wipe with a damp cloth or flush with water. 6. Avoid contact with asphaltic concrete. B. APPLICATION: 1. On freshly finished surfaces, spray the product with a low pressure sprayer immediately following the finishing operation. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 3 - CONCRETE TRANSIT CENTER SECTION 03375 -CONCRETE SEALING TRANSIT & ASSOCIATES P.C. a. To assure proper curing, apply the product to the entire surface as soon as the surface is firm enough to walk on, and before checking and temperature cracking begins. b. Keep the entire surface wet for 30 minutes by spraying the dry spots immediately. C. As the product begins to dry into the surface and becomes slippery underfoot, lightly sprinkle the surface with water to aid penetration and to bring alkali to the surface. d. As the product again begins to dry into the surface and becomes slippery underfoot, flush the surface with water and squeegee the surface totally dry, removing all excess product and alkali or other impurities brought to the surface. 2. On broom finished surfaces, no flushing is required but squeegee or broom the excess product from the surface after 30 to 40 minutes. 3. On cured concrete surfaces, saturate the surface with the specified product. a. If dry spots appear, broom excess material onto the dry -spots or respray them immediately. b. Keep the entire surface wet with the product for 30 minutes. C. If, after 30 to 40 minutes, the majority of the product is still on the surface, wait until the surface becomes slippery underfoot and then flush the entire surface with clear water and squeegee completely dry. If no water is available, squeegee the excess product from the surface after 30 minutes so that the surface is completely dry. 4. NO CURING COMPOUND OR SEALERS SHALL BE USED ON SURFACES THAT SHALL RECEIVE ANY SPECIAL FLOOR COVERING THAT DOES NOT ALLOW SUCH SEALERS, SUCH AS STAINED CONCRETE. END OF SECTION 03375-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 MASONRY TRANSIT CENTER SECTION 04100-MORTAR ___..__ _..__ The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: Provide all materials, labor, equipment, services and incidentals necessary for the completion of this section of work. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Masonry Accessories: Refer to Section 04150. B. Sandstone: Refer to Section 04470. 1.03 REFERENCE STANDARDS: A. ASTM C- 91, Masonry Cement B. ASTM C-144, Aggregate for Masonry Mortar C. ASTM C-150, Portland Cement D. ASTM C-207, Hydrated Lime for Masonry Purposes. E. ASTM C-270, Mortar for Unit Masonry F. ASTM C-4.76, Standard Specification for Mortar and Grout for Reinforced Masonry. 1.04 STORAGE OF MATERIALS: Store mortar materials on dunnage, in a dry watertight enclosure. 2 PRODUCTS 2.01 MASONRY MORTAR A. Portland cement shall conform to ASTM C-150, Type 1, natural color. B. Hydrated lime shall conform to ASTM C-207, Type S. C. Sand shall conform to ASTM C-144. D. Water shall be clean and free of deleterious amounts of acid, alkalides, or organic matter (potable). E. Masonry cement shall conform to ASTM C-91, Type II, non -staining. 2.02 GROUT A. All grout shall be, transit -mixed or job -mixed, in accordance with Standard Specification for Mortar and Grout for Reinforced Masonry, ASTM C-476 and shall consist of one part portland cement, 2-1/2 parts sand and two parts pea gravel, and adequate water to produce a concrete of approximately ten (10) inches slump, and shall have a minimum ultimate compressive strength of 2,500 p.s.i. in 28 days. 2.03 MIXES: A. Mortar Mix: Type S. Mortar, conforming to ASTM C-270 and consisting of I part portland cement, 1 part line putty and 6 parts sand by volume, or 1 part masonry cement and 3 parts sand by volume. Incorporate waterproofing admixture in mortar for exterior walls. B. Mixing Mortar: Mix cementitious material and aggregate for a minimum of 5 minutes in a mechanical batch mixer. Add water in amounts compatible with convenience in using mortar. If mortar begins to stiffen from evaporation or absorption or a part of mixing water, retemper by adding to water and remix. Use mortar within 2 1/2 hours of initial mixing; do not use mortar after it has begun to set. 3 EXECUTION 3.01 INSTALLATION: Apply mortar and grout in accordance with Sandstone, Section 04470. END OF SECTION TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY TRANSIT CENTER SECTION 04150 - MASONRY ACCESSORIES COOVER-CLARK & ASSOCIATES P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: Provide all materials, labor, equipment, services and incidentals required for the completion of the section of work. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Site Concrete: Refer to Section 02619. B. Mortar: Refer to Section 04100 C. Sandstone: Refer to Section 04470 1.03 REFERENCE STANDARDS: A. ASTM A-82, Cold -drawn Steel Wire. B. ASTM A-116, Zinc -coated (Galvanized) Wire. C. ASTM A-153, Zinc -coating (Hot -dip) or Iron and Steel Hardware. D. ASTM A-615, Deformed Billet - Steel Bars. 1.04 STORAGE OF MATERIALS: Store reinforcement and accessory items in a protected area. 2 PRODUCTS 2.01 MASONRY ACCESSORIES A. Horizontal joint reinforcement for clay masonry unit cavity wall shall be prefabricated welded wire truss tab (adjustable hook and eye) design units, with 9 ga. galvanized deformed longitudinal wires, 9 ga. galvanized cross rods and rectangular tabs, and 9 ga. rectangular pintle section hook. Wire shall conform to ASTM A-82. Out -to -out spacing of longitudinal wires shall be two inches less than nominal thickness of concrete masonry width of wall. Contractor shall have the option to use welded wire truss fixed rectangular tab design units (without tab drips) where there is no offset coursing required. B. Hardware cloth shall be 1/4" mesh x 23 ga. galvanized steel wire. C. Weephole material shall be 3/8" diameter cotton rope. 2.02 MASONRY MOVEMENT CONTROL PRODUCTS: Rapid Control Joint as manufactured by DUR-O-WAL, Inc., or approved equal, shall be of sizes and shapes as shown on the drawings. Joint material shall be used with standard sash blocks. Rubber shall be extruded conforming to ASTM D-2000 2AA-805 with a Durometer hardness of 80 when tested with ASTM D-2240. 2.03 OTHER MATERIALS: All other accessories, not specifically described but required for a complete and proper installation of unit masonry, shall be as selected by the Contractor subject to approval of the Architect. 3 EXECUTION 3.01 INSTALLATION: A. Joint Reinforcement: Install joint reinforcement for all masonry walls at 16" o.c., vertically laid in the mortar bed with full width laps at splices and at comers to assure continuity. Reinforcement shall extend to, but not through, control joints. B. Ties (general): Brick Ties shall be sized so that they are embedded in a minimum of 2" in the mortar joint; however, they shall not be closer than 3/4" of the finished face of the stone. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and ail subcontractors performing over 300 of the contract. List any Disadvantaged Business Enterprises (DBE) participation. ITEM 7/96 Section 00430 Page 1 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNNERSITY DIVISION 4 • MASONRY TRANSIT CENTER SECTION 04150— MASONRY ACCESSORIES COOVER-CLARK & ASSOCIATES,PC E. Weep Holes: Provide weep holes in veneer of cavity walls in base course by omitting mortar at head joint at 24" o.c. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY TRANSIT CENTER. SECTION 04465 - GRANITE - COOVER-CLARK & ASSOCIATES, P.C. 1 GENERAL 1.01 SCOPE: Provide all materials, labor, equipment, services and incidentals required for the completion of the section of work. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Site Concrete: Refer to Section 02619 B. Mortar: Refer to Section 04100 1.03 REFERENCE STANDARDS: A. ASTM C241 - Abrasion Resistance of Stone Subjected to Foot Traffic. B. ASTM C 1028 - Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull -Meter Method. C. National Building Granite Quarries Association (NBGQA) Specifications for Architectural Granite. 1.04 QUALITY ASSURANCE A. SINGLE SOURCE: 1. Single Source Responsibility for Stone: Obtain each color, grade, finish, type, and variety of stone from a single quarry. The quarry shall provide material of a consistent quality in appearance and physical properties, and include the capacity to cut and finish material without delaying the progress of the work. 1.05 DELIVERY, STORAGE AND HANDLING A. Finished granite shall be carefully packed and loaded for shipment using all reasonable care and customary precautions against damage. in transit. No material which may cause staining or discoloration shall be used for blocking or packing. B. Upon receipt at the site or storage yard, the granite shall be stacked on timber or platforms at least 4 inches above the ground. Extreme care shall be taken to prevent staining or discoloration during storage. ,If storage is to be for a prolonged period, polyethylene or other suitable plastic fihn shall be placed between wood and finished surfaces of completely dry stone. Polyethylene or other suitable plastic film shall be used as an overall protective covering. Lewis holes shall be plugged during freezing weather to prevent the accumulation of water. Salt shall not be used for melting of ice formed in Lewis holes or on pieces, or for any purpose involving contact with the granite. 2 PRODUCTS 2.01 MANUFACTURER A. For the purpose of bidding and to establish the standard of quality and aesthetic goal expected on this project, all materials pertaining to granite are those furnished by Cold Spring Granite Company, Cold Spring, Minnesota. 2.02 MATERIALS A. GENERAL: All granite shall be of standard granite, free of cracks, seams, or starts which may impair the structural integrity or function. Inherent color variations, characteristic of the quarry from which it is obtained, will be acceptable. Color and surface finish shall be in accordance with samples approved by the Architect. B. SCHEDULE: All granite shall be 12"xl2" tiles as supplied by Cold Spring Granite Company, Cold Spring, Minnesota. The extent of the granite shall be as indicated on the Drawings. The finished surface shall be polished unless otherwise noted on the Drawings or in the fmish TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY TRANSIT CENTER. SECTION 04465 - GRANITE COOVER-CLARK & ASSOCIATES P.C. schedule. Each color of granite shall come from a single quarry, with sufficient reserves to satisfy the requirements of the project, and the granite supplier shall have the capabilities to cut and finish the stone without delaying the project. 2.03 ACCESSORIES A. ANCHORS: All anchors or anchoring devices coming in contact with the granite, shall be Type 302 or 304 stainless steel in accordance with ASTM A167 or Extruded Aluminum in accordance with ASTM B 221, alloy and temper as required, minimum strength and durability properties of 6063-T6. Wire anchors not acceptable for exterior use. For specific application information, refer to Section 1.09.A.2. B. SETTING BUTTONS: Lead or resilient plastic setting pads, nonstaining to the granite, sized to suit joint thickness and bed depths shall be used. C. STEEL PLATES: ASTM A36. D. STEEL TUBING: Cold formed ASTM A500. E. REINFORCING WIRE MESH FOR PAVING: Galvanized wire fabric 2 inches x 2 inches 16 gauge or 0.0624 inch diameter complying with ASTM A185 and ASTM A82. For small mesh with light traffic, 18 gauge galvanized hexagonal mesh (chicken wire) shall be acceptable. F. PLASTIC TUBING FOR WEEPS: Medium density polyethylene, outside diameter of 1/4 inch and of a length required to extend between exterior face of stone and cavity behind. 2.04 MORTARS A. GENERAL: All methods of measuring, mixing, and handling of mortars shall be in strict compliance with ASTM C270 —STANDARD SPECIFICATION FOR MORTAR FOR UNIT MASONRY. Use accurate measuring devices to mix mortar ingredients by volume. Mix colored mortars separately and thoroughly clean vessels and mixing equipment between different colored batches to avoid color contamination from each other. Maximum pot life and retempering shall be as indicated in ASTM C270. Mortar joints shall be raked to a depth of no less than the joint width. Joints shall be pointed after initial cure of setting mortars. When "thumbprint hard", pointing shall be tooled to a concave profile using a striking tool with a diameter of 1 1/2 times the joint width. B. MIXES: 1. Mortar setting bed for Exterior Paving shall be Type S per ASTM C270. Setting Bed for Exterior Paving shall be made up of one part Portland cement to three parts washed sand. Add only enough water to dampen mixture. 2. Pointing mortar for Exterior Paving joints shall be Type N per ASTM C270. 2.05 FABRICATION A. GENERAL: Fabricate all granite in sizes and shapes required as indicated on the Drawings and on approved shop drawings. All granite shall comply with "Specification for Architectural Granite" as recommended by the National Building Granite Quarries Association. B. TOLERANCES: All granite shall be of the specified thickness and within a tolerance of plus or minus 1/8 inch of the nominal thickness shown. For thicknesses greater than 2 inches the variation tolerance may be plus or minus 1/4 inch of the nominal thickness. Overall face size may vary plus or minus 1/16 inch in both height and width, including being out of square to that tolerance. C. JOINTS: Joints of stone shall be square and true and at approximately 90 degrees to the face. For exterior facing, joints shall be 3/8 inch wide unless otherwise noted. D. ARRISES: All arrises shall be slightly blunted to remove the sharp edge and to reduce chipping of the finished edge. 04465-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY - DIVISION 4 - MASONRY TRANSIT CENTER. SECTION 04465 - GRANITE COOVER-CLARK & ASSOCIATES P.C. 2.06 QUALITY CONTROL A. GENERAL: Establish and maintain a quality control system to ensure that all materials supplied in this section meet or exceed the specified requirements. 3. EXECUTION 3.01 EXAMINATION A. SURFACE CONDITIONS: 1. Prior to installing granite, examine the existing surface that is to receive the cut stone and verify it is in accordance with the specifications and as indicated on the Drawings. Do not proceed until defective surfaces are brought into compliance. 2. Verify measurements and tolerances and report in writing to the Contractor, conditions that are not correct. This includes water tightness of sub -surface, installation of anchoring accessories, and other mechanical devices required to be installed prior to the installation of the cut stonework. 3.02 PREPARATION A. Prior to setting cut stone, clean all surfaces to remove accumulated dirt and stains. Clean thoroughly by scrubbing with non-metallic brushes followed by a drenching with clean water. Use only mild detergents that do not contain caustic fillers. 3.03 INSTALLATION A. QUALITY 1. Proceed with the installation of the stonework using skilled mechanics capable of proper handling of the setting of the stone and able to field cut where necessary with sharp and true edges. 2. Set stone in compliance with the approved shop drawings. Set with anchors, supports, and fasteners, as indicated, to properly secure the stone accurately in the places indicated on the approved shop drawings. Joints shall be uniform in appearance and edges and faces aligned to tolerances indicated. B. TOLERANCES 1. For variations from level on lintels, sills, parapets, and other horizontal lines, do not exceed 1/2 inch in any bay or 20 feet maximum, or 3/4 inch in 40 feet or more. 3.04 ADJUSTING A. Repair or replace stonework found to be not within the range of the approved mock up in appearance or application including broken, stained or chipped stonework, or stonework not properly fitted. 3.05 CLEANING A. As soon as possible after installation, clean all finished stonework with a mild detergent using a fiber brush. After cleaning, rinse with clean water. Do not use acid or other caustic materials. When cleaning is completed, remove temporary protection installed during construction. 3.07 PROTECTION A. At the end of each day's work, cover top of walls with a nonstaining waterproof covering. Protect partially finished work when not being worked on. 04465-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY - TRANSIT CENTER. SECTION 04465 - GRANITE COOVER-CLARK & ASSOCIATES R.C. B. Protect sills, ledges, and other projections from mortar or other droppings during the process of the work. C. Provide work covers where needed. END OF SECTION TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY SECTION 04470-SANDSTONE TRANSIT CENTER COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and installation of sandstone units complete, including: A. Flagstone Veneer. B. Thin Veneer Sandstone. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Site Concrete: Refer to Section 02619. B. Mortar: Refer to Section 04100. C. Masonry Accessories: Refer to Section 04150. D. Sealants: Section 07900 1.03 SUBMITTALS: Furnish the following for Architect's approval: A. Full size samples (4 units). 1.04 MOCK-UPS: Furnish the following for Architect's approval: A. Visual Mock-up: A full sized mock-up of the approved flagstone in the approved finishes shall be erected at a site agreed to by the Architect, Contractor, and the Fabricator. The size and extent of the mock-up shall be in accordance with the Architect's design intent and as indicated in the Architect's drawings. When mock-up is approved, it shall become the standard for the project. Unless otherwise specified, the cost of the visual mock-up shall be included in the cost of the flagstone. The purpose of the visual mock-up shall be to evaluate erection procedure, evaluate the comparability of adjacent materials, evaluate caulking and mortar colors and textures, and to provide an overall aesthetic standard for the project. 1.05 MATERIAL HANDLING AND STORAGE: Guard against soiling, mutilation, or chipping while handling and storing. Store in a manner that all units rest entirely clear of the ground. 2 PRODUCTS 2.01 SANDSTONE (NATIVE STONE) A. Sandstone conforming to ASTM C 616 Class II, quartzitic sandstone: 1. Color range as selected by Architect and approved by the Owner to match existing at site. 2. Rough face finish. 3. Thickness: 4". 4. Size: Varies. 2.02 THIN VENEER SANDSTONE A. Robinson Rock "Thinveneer" stone as supplied by Robinson Brick, Denver, Colorado, to match appearance of existing flagstone as approved by Architect and Owner, or written approved equal (refer to Alternate #3 in Bid Appendix A). 1. Stone shall be a mix of Canyon Wall "Regatta", "Rosa", "Sierra", and Mountain Summit "Aspen Bark" as required to achieve an acceptable match to existing flagstone. 3 EXECUTION 3.01 INSTALLATION: Set trim units by experienced craftsmen; set full stones plumb and true and with square edges and uniform staggered joints. Joints to be caulked with silicone rubber sealant. TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 4 - MASONRY TRANSIT CENTER SECTION 04470 -SANDSTONE COOVER-CLARK & ASSOCIATES, P.C. A. Set using Tile Council of America method W223, Organic Adhesive Method. 3.02 CLEANING: The face of sandstone units is to be kept clean at all times. 3.03 PROTECTION: Protect all sandstone work from damage of every description untilbuildingis completed. Damaged or soiled stone shall be repaired or replaced at no additional cost to the Owner. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 5 - METALS TRANSIT CENTER SECTION 05500 - MISCELLANEOUS METALS COOVER-CLARK& ASSOCIATES P.C. The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this Section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the fabrication, delivery and installation of all items of miscellaneous metal complete, including: A. Steel frames for roof openings. B. Miscellaneous steel for lintels C. Miscellaneous steel framing as indicated on the Drawings for the support of the work of other trades. D. Anchorage portions for items of work included in this section. E. Shop painting and field touch-up painting. F. Specialty Signage G. Specialty metal trusses. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Structural Steel - Refer to Section 05100. 1.03 SHOP DRAWINGS: Required for all miscellaneous metal items, the Contractor shall submit detailed shop and installation drawings for review by the Architect, in accordance with General Requirements, Section 01000. 2 PRODUCTS 2.01 MATERIALS A. Unfinished Bolts and Nuts: Shall conform to ASTM A307, regular hexagon -bolt types. B. Steel: Shall conform to ASTM A36 C. Washers: Shall conform to American Standard B27.2, type B D. Anchors: Provide all sleeves, inserts and bolts required in conjunction with items of work included under this section and under other trades where necessary for securing work in place. Sizes, kinds and spacing of bolts and/or anchors not indicated or specified shall be as directed. E. Welding Electrodes: As recommended by the American Welding Society. F. Paint: For shop coat and field touch up of ferrous metals shall conform to the requirements of FS-TT-P-636C. G. Anchor Bolts and Anchors: Properly located and built into connecting work. Bolts and anchors shall be preset methods to locate the anchors and anchor bolts accurately. H. Iron Castings: Soft gray iron conforming to ASTM A48. 1. Steel Framing for Support Miscellaneous Items: Furnish and install all steel shapes where shown and/or required for the support of other items of work. Framings shall be as detailed on Drawings. Prior to fabrication, verify dimensions with fabricator of items to be supported. J. Clip Angles: Provide clip angles as detailed. Weld in place or punch steel members and bolt to masonry and concrete as required or shown. 2.02 FABRICATION: A. Verify all measurements and make all field measurements necessary before fabrication. B. Provide all materials and parts necessary to complete each item, even though such work is not definitely shown or specified. C. Miscellaneous bolts and anchors, supports, braces, and connections necessary for completion of the miscellaneous metal work shall be provided. The necessary rebates, lugs and brackets shall be provided so that the work can be assembled in a neat and substantial manner. Fastenings shall be concealed where practicable. Thickness of metal and details of assembly and supports shall give TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 5 - METALS TRANSIT CENTER SECTION 05500 - MISCELLANEOUS METALS COOVER-CLARK & ASSOCIATES P.C. ample strength and stiffness. Where dissimilar metals are in contact, the surfaces shall be protected with a coat of bituminous paint to prevent galvanic or corrosive action. D. Items to be galvanized shall be hot -dip processed after fabrication. Galvanizing shall be in accordance with ASTM Al23, Al63, or A386, as applicable. E. Materials shall be fabricated and assembled in the shop to the greatest extent possible. Assembled pieces shall be taken apart, if necessary, for the removal of burrs and shavings produced by the reaming operation. Parts not completely assembled in the shop shall be shipped secured by bolts, insofar as is practicable. 2.03 SHOP PAINTING: A. Finish painting of miscellaneous metal is included in Section 09900. Shop prime coat shall be as specified herein. B. Shop preparation: Chemicals, oils, weld spatter or other contaminates shall be removed by washing with appropriate solvents of water. C. Shop painting: All items included in this section (both exposed and un-exposed surfaces) shall receive one coat of shop paint - 2.0 mils thick (dry film), plus or minus 0.2 mils. Paint shall be applied by spray (no rollers, brushing or sipping will be permitted. Final surfaces of prime coat shall be free of holidays, sags, runs, blisters, scratches, etc. 3 EXECUTION 3.01 INSTALLATION: A. Install items in locations indicated on approved shop drawings. Splices and field connections shall be made with bolts or welding. B. Welding to or on structural steel shall be in accordance with the Code for Welding in Building Construction of the American Welding Society. C. Exposed fastenings shall be compatible materials, shall generally match in color and finish, and shall harmonize with the material to which fastenings are applied. D. Where dissimilar materials are in contact, the surfaces shall be coated with bituminous paint to prevent galvanic or corrosive action. 3.02 FIELD ASSEMBLY: After assembly, the various members shall be aligned and adjusted accurately before being fastened. 3.03 FIELD PAINTING: After erection, field connections, including welds, bolts, and all abraded places on the shop paint, shall be painted with same material specified for shop coat. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 7 - THERMAL & MOISTURE PROTECTION TRANSIT CENTER SECTION 07270 - FIRESTOP - COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, and Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 The General Conditions and Supplementary General Conditions are hereby made a part of this section as fully as if repeated herein. 1.02 SUMMARY: This section covers the preparing of surfaces to receive fire proofing, protection of adjacent surfaces, spray fireproofing on steel beam and columns to provide I hour rated fireproofing and clean up. 1.03 QUALITY ASSURANCE: The applicator of firestop is to be licensed by manufacturer of firestop materials, and is to provide in writing names of previous comparable type and size applications successfully completed on time. 1.04 TESTING AGENCY: Inspection and testing is to be carried out to ensure that applied thickness and density meet fire rating requirements and to verify installation meets reviewed test reports. Testing is to be paid for by the Contractor. Correct unacceptable work and pay for further testing if required to prove acceptability. Patch test areas as required to re-establish fire proofing integrity. 1.05 REFERENCE STANDARDS: A. UL Fire Hazard Classification. B. ASTM E84 Test for Burning Characteristics of Building Materials. 1.06 SUBMITTALS: Furnish the following for the Architect's approval: A. Manufacturer's recommendations for fixing and application of firestop. B. Two copies of certified test results of each of the following: 1. Fire test reports of firestop application to substrate materials similar to conditions expected on project. 2. Reports of reputable independent testing agencies, of product proposed for use, which indicates conformance with ASTM E814, ASTM E84, and UL-1479. 1.07 EXISTING CONDITIONS: Ensure structure and surfaces to which firestop is applied are not enclosed and are open to view as much as is practical until application is reviewed. 1.08 WARRANTY: Provide certificate stating that firestop has been completed in full accordance with requirements to provide necessary fire resistance ratings. Provide warranty stating that firestop will remain free from cracks and checking for a minimum of 2 years from date of Substantial Completion, and that failure to provide such performance will constitute reinstallation or repair to the satisfaction of the Owner at no additional cost. 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: Nelson CLK Firestop Sealant by Hevi-Duty/ Nelson Products, Tulsa, Oklahoma, or approved equal. 2.02 MATERIALS: One part firestop sealant with silicone rubber base, non -sag and self leveling. 3 EXECUTION 3.01 PREPARATION: A. Clean substrate of dirt, dust grease, oil, loose material, or other matter which might affect bond. B. Remove all incompatible materials which affect bond by scraping, brushing or scrubbing. SECTION 00500 AGREEMENT FORMS 00510Notice of Award 00520 Agreement 00530Notice to Proceed TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 7 - THERMAL & MOISTURE PROTECTION SECTION 07270 - FIRESTOP COOVER-CLARK 8 TRANSIT CENTERASSOCIATES, P.C. C. Verify bond requirements and compatibility of surfaces to receive firestop materials. 3.02 APPLICATION: A. Apply firestop in strict accordance with manufacturer's written instructions. B. Apply firestop in sufficient thickness to achieve rating. C. Apply firestop over substrate with a standard caulking gun, building up to required thickness with as many passes as necessary to cover. 3.03 CLEAN UP: Remove excess and overcaulk droppings and debris. Remove firestop from materials and surfaces not specifically required to be firestopped. END OF SECTION TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 7 -THERMAL AND MOISTURE PROTECTION TRANSIT CENTER SECTION 07900 - CAULKING AND SEALANT COOVER CLARK & ASSOCIATES P.0 The General Conditions, Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and installation of sealants complete, including: A. Sealant for all translucent panels and connections at bus shelters. B. Sealant for paving joints. C. Caulking for general exterior use. 1.02 SUBMITTALS: Submit the following to Architect for approval: A. Color Charts B. Product literature. 1.03 FINAL SELECTION APPROVAL: Actual selected samples shall be installed over a section of the areas to be used for comparison of material colors for final approval. In the event the actual installed sample does not meet the approval of the Architect, the Architect reserves the right to have the Contractor remove the caulking and install another selection at no additional cost to the Owner. 2 PRODUCTS 2.01 MATERIALS A. Sealants: Generally for all exteriorjoints and interiorjoints subject to movement: Shall be a non -straining one component, rubber base compound conforming to Federal Specification TT-S-00230b, Class B, colors as selected by Architect. 1. GRACE Construction Homflex One Component Sealant. 2. Sika Corporation, Sikaflex —2c NS 3. Products Research & Chemical Corp., PRC Rubber Calk 5000. B. Caulking: To be used generally for interior joints without movement. Colors shall be as selected by the Architect. 1. TREMCO Caulking Compound 2. DAO, Inc., Architectural Grade Caulk C. Primers: As recommended by sealant manufacturer and shall have been tested for staining and durability on samples of the surfaces to be sealed. D. Backup Material: Shall be non -absorbent, non -staining, and shall be compatible with the sealant used. Tube or rod stock when used shall be rolled into the joint cavity. 3 EXECUTION 3.01 DIMENSIONS OF JOINTS A. Exterior and Interior Joints with Sealant: Depth ofjoints shall be equal to 1/2 the width with a minimum depth of 1/4". 3.02 SURFACE PREPARATION: A. Concrete and masonry surfaces in contact with compound shall be dry, clean, sound, and well brushed and wiped dust free. Back-up material shall be used in all joints and shall be inserted in joint cavities to required depths. B. Steel surfaces: Shall be scraped with wire -brush to remove loose mill scale. Dirt, oil, or grease shall be removed by solvent cleaning and surfaces shall be wiped with lintless paper towels. C. Aluminum surfaces: Shall be cleaned of temporary protective coatings. When masking tape is used for a protective cover, the tape shall be removed just prior to applying the sealant. Solvents used to remove protective coatings shall be as recommended by the manufacturer of the aluminum work, and shall be non -staining. 3.03 APPLICATION: A. Sealant compound shall be applied in strict accordance with the manufacturer's directions. 07900-t TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 7 -THERMAL AND MOISTURE PROTECTION TRANSIT CENTER SECTION 07900 - CAULKING AND SEALANT COOVER-CLARK 8 ASSOCIATES P.0 B. Sealant shall be installed in joints as shown on the plans, using a gun with proper size nozzles to fit the various joint widths. C. Surfaces of all material adjoining caulked joints shall be thoroughly cleaned of any smears of compound. D. Compound shall be applied properly to insure effective bond to masonry, wood, metal, and other building materials and to form resilient, weatherproof, permanent joints. END OF SECTION 07900-2 TECHNICAL SPECIFICATION CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 8 - DOORS AND WINDOWS TRANSIT CENTER SECTION 08800 - GLASS AND GLAZING COOVER-CLARK & ASSOCIATES P.C. The General Conditions, Supplementary General Conditions and Division I, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing of materials, equipment and labor required for the complete installation of exterior glass and glazing. 1.02 LABELS: All glass shall be properly labeled as to manufacturer and type. 1.03 RELATED WORK SPECIFIED ELSEWHERE: Shelters & Booths, refer to Section 13046. 1.04 SUBMITTALS: Furnish the following for the Architect's approval: A. Manufacturer's literature B. Shop drawings. C. Sample of glass to be used. D. Certification that glass meets the standards specified herein. 2 PRODUCTS 2.01 MATERIALS: A. Exterior glass: 1. Exterior float glass shall be '/<" thick Lexan, tinted. 3 EXECUTION 3.01 GLAZING: A. Tempered glass shall be installed in all locations indicated on the drawings, and in all hazardous locations as defined by the Consumer Product Safety Commission Standard 16 CFR 1201. B. Install glass in accordance with the drawings, and recommendations of the Flat Glass Marketing Association Glazing Manual, latest edition. C. All lites over 6 square feet shall be set upon 2 neoprene setting blocks, set at the 1/4 points. Lengths of the setting blocks shall be such as to limit the load from the glass to 15 p.s.i., but not less than 4 in length. D. Frames shall be spot puttied before setting stops to prevent glass rattling. 3.02 CLEANING: After completion of the glazing, clean all glass, remove all decals, markings, dirt and excess glazing compound. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS 8 COLORADO STATE UNIVERSITY DIVISION 9 - FINISHES ` - TRANSIT CENTER SECTION 09310-CERAMIC TILE COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and installation of ceramic tile complete, including: A. Ceramic Tile at Display Panels 1.02 RELATED WORK SPECIFIED ELSEWHERE: e A. Mortar: Refer to Section 04100 B. Misc. Metals: Refer to Section 05500 C. Caulking and Sealant: Refer to Section 07900 D. Shelters & Booths: Refer to Section 13046. 1.03 SUBMITTALS: A. Submit manufacturer's full range of colors for Architect's selection. Obtain Architect's approval and color selection before delivering any products to the job site. B. Submit tile manufacturer's maintenance guides for Owner's use in maintaining all ceramic tile work here specified. C. Submit grout color chart for Architect's selection of grout in each area. 1.04 EXTRA STOCK: Supply extra 2% of each tile used in clean marked cartons for Owner's emergency use. 2 PRODUCTS 2.01 CERAMIC TILE: A. - Ceramic Tile shall be Florida Tile Confetti Series, 6 inch x 6 inch, or written approved equal, up to four colors selected by Architect. 2.02 SETTING MATERIALS: A. Portland Cement: ASTM C-150 Type I. B. Hydrated Lime: ASTM C-206 or C-207 Type S. C. Sand: ASTM C-144. D. Water: Clean and potable. E. Organic Adhesive: ANSI A136.1. F. Latex Mortars: ANSI A118.4. G. Dry Set Mortars: ANSI A 118:1. H. Grout: L & M CERAMIC MOSAIC GROUT, acid resistant type, color as selected by Architect. 2.03 SEALANT: White, fungicidal one -part silicone rubber, meeting Federal Specification TT-001542, Class A or B (COM-NBS). 3 EXECUTION 3.01 ACCEPTABILITY OF SURFACES: A. Before tiling, be sure variations of surfaces to be tiled fall within maximum variations of 1/4" x 8'0". Report all unacceptable surfaces to the Architect, and do not tile such surfaces until they are leveled enough to meet above requirements. B. Before tiling, be sure surfaces to be tiled are free of curing membranes, oil, grease, wax and dust. TECHNICAL SPECIFICATIONS - CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 9 - FINISHES - TRANSIT CENTER SECTION 09310-CERAMIC TILE COOVER-CLARK & ASSOCIATES, P.C. 3.02 SETTING METHODS: A. Installation of Ceramic Tile: 1. Use standard TCA Method for setting ceramic tile over tile backer board. 3.03 GROUTING: A. Follow grout manufacturer's recommendations as to grouting procedures and precautions. B. Remove all grout haze, observing both tile and grout manufacturer's recommendations as to use of acid and chemical cleaners. C. Rinse tilework thoroughly with clean water, before and after chemical cleaners. 3.04 PROTECTION FROM CONSTRUCTION DIRT: A. Apply to all clean, completed tile walls, floor, and ceilings, a protective coat of neutral cleaner solution, 1 part cleaner to 1 part water. B. Just before final acceptance of tilework, remove paper and rinse protective coat of neutral cleaner from all tile surfaces. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 9 - FINISHES TRANSIT CENTER SECTION D9900 - PAINT COOVER CLARK S ASSOCIATES, P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and application of all materials as required to complete all painting and finishing of surfaces, complete. The following list of items to be finished under this section, in general, are: A. Painting of all exterior exposed ferrous and galvanized surfaces, including items of miscellaneous ferrous metals, exposed piping and equipment in conjunction with electrical work, and concrete stain. 1.02 ITEMS RELATED WITH PAINTING INCLUDED IN OTHER SECTIONS: A. Prime coat on structural steel and miscellaneous metal. B. Prime coat on metal doors and pressed steel frames. 1.03 ITEMS AND AREAS NOT REQUIRING PAINTING AS PART OF THE WORK OF THIS SECTION: A. Exterior site concrete surfaces, unless noted otherwise. B. Concealed structural steel. C. Aluminum and brass. D. Factory finished items (except prime coat only). 1.04 COLORS AND SAMPLES: Colors shall be determined by Architect. Colors shall be standard colors, intermixes or let -downs, and the Contractor shall mix colors as required to match approved samples. The Contractor shall prepare and finish in triplicate, on chips approximately 8" x 10" in size, dry specimens for the approval of the Architect. In all instances, specimens shall be on the same type of material as that on which it is to be used. 2 PRODUCTS 2.01 SUBSTITUTIONS: The painting formulas are based on the products of Benjamin Moore. Other manufacturers are Sherwin Williams, Pratt & Lambert, Glidden, PPG Paint Co., and Devoe Paint Co., or those approved by the Architect. 2.02 PAINTING SCHEDULE: The following paint formulations are based on products of Benjamin Moore & Company, Kemiko, and Surtec, Inc. and are intended to establish type and quality which will be required on various materials. The surfaces listed in the painting schedule shall receive the surface preparation, paints and number of coats prescribed. Install all products per manufacturer's printed instructions. Piping shall not be painted until the piping has been tested and approved. Federal Specifications listed are included as generic standards for coatings intended for use. 1. Exposed exterior metals: 1" coat: IronClad Alkyd Low Lustre Benjamin Moore #163 or equal. 2°d coat: #185 Moorecraft Super Spec Low Lustre or equal. 3`d coat: Same as second coat 2. Exposed exterior metals - metallic:' 1" coat: M33/M34 Polyamide Epoxy Metal Primer 2"d coat: M74/M75 Alithatic Urethane Gloss Enamel 3rd coat: Same as second coat CITY OF FORT COLLINS BID PROPOSAL BID #5 BID OPENING: SALE OF LOUDEN AND NORTH LOUDEN IRRIGATION WATER May 2, 2002, 3:00 p.m. (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR SALE OF LOUDEN AND NORTH LOUDEN IRRIGATION WATER PER THE BID INVITATION: The City of Fort Collins, CLRS Department, is requesting bids to sell a portion of their Louden and North Louden irrigation water. Four and three fourth (4 %) shares will be sold to the highest bidder(s). This water can be purchased in individual shares or all shares. The City reserves the right to award in the best interest of the City. If no acceptable bid is received the bid will remain open until an acceptable bid is received or the offer to sell is withdrawn. The offer to sell the Louden and North Louden irrigation water may be withdrawn at any time at the discretion of the City. For Technical questions, please call Virgil Taylor, Project Manager at 970-221-6365. For Purchasing questions, please call John Stephen, CPPB, Senior Buyer, at 970-221- 6775 BID SCHEDULE I will purchase shares at $ per share for Total FIRM NAME Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATURE ADDRESS PHONE/FAX # TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 9 - FINISHES TRANSIT CENTER SECTION 09900 - PAINT COOVER-CLARK & ASSOCIATES, P.C. 3. Stained Concrete Surfaces, submit colors for selection by Architect',' 1" coat: 50% Kemiko Stone Tone Stain, 50% water 2°" coat: 50% Kemiko Stone Tone Stain, 50% water 3rd coat: Surtec, Inc. CL-630 waterproofing mixed with Surtec, Inc. Slowtrack anti -slip additive per manufacturer's printed instructions 4' coat: Surtec, Inc. CL-630 waterproofing' 5`s coat: (if recommended by manufacturer depending on results of previous coats): Surtec, Inc. CL-630 waterproofing Contact Kevin Hunt with Benjamin Moore for application information: (303) 520-0012 'Contact Joan Ader for Kemiko Concrete Products, (303) 816-7022. Apply in accordance with manufacturer's printed instruction. Protect concrete floor areas to be stained until final acceptance. Soiling of unstained concrete surfaces will affect performance of stain, protect surfaces during construction operations. 'Contact Kurt Grannis for Surtec, Inc. products, (510) 582-7800. 'Brush surface with floor or straw broom after 3rd coat is completely dried. If a significant amount of loose material is removed, add Surtec, Inc. Slowtrack anti -slip additive per manufacturer's printed instructions. 3 EXECUTION 3.01 CLEANING AND PREPARATION OF SURFACES: Hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in contact with painted surfaces and not to be painted shall be removed, masked, or otherwise protected prior to surface preparation and painting operations. Surfaces to be painted shall be clean before applying paint or surface treatments. 3.02 PAINT APPLICATION: The finished surface shall be free from runs, air bubbles, drops, ridges, waves, laps, brush marks, and variations in color, texture, and finish. The hiding shall be complete, and each coat shall be so applied to produce film of uniform thickness. Special attention shall be given to insure that all surfaces including edges, corners, crevices, welds, and rivets receive a fihn thickness equivalent to that of adjacent painted surfaces. Adjacent areas and installation shall be protected by the use of drop cloths or other approved precautionary measures. Sufficient time shall elapse between successive coats to permit proper drying. 3.04 CLEANING: Cloths and cotton waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. Upon completion of the work, staging, scaffolding, and containers shall be removed from the site. Paint spots, oil or stains upon adjacent surfaces shall be removed and the entire job left clean and acceptable. END OF SECTION DIVISION 10- SPECIALTIES """"""' """"`•""'"AIC Un1VCKJ1rY SECTION 10130 - VISUAL DISPLAY BOARDS TRANSIT CENTER COOVER-CLARK & ASSOCIATES P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and installing of Tackable Display Panels as shown on the drawings, including all components for a complete installation. 1.02 WARRANTIES: Materials, labor and equipment shall be warranted to be free of defects for a period of one (1) year from date of project acceptance by Owner. 1.03 SUBMITTALS: Furnish manufacturer's literature, color charts, and drawings showing sizes and details for Architect's approval. 2 PRODUCTS 2.01 VINYL IMPTREGNATED CORK: 48" Roll product as manufactured by AARCO Products, Inc. Color(s) shall be selected by the Architect from the manufacturer's standard colors. 3 EXECUTION 3.01 Vinyl impregnated cork shall be installed at the locations shown on the drawings. 3.02 Installation shall be performed in accordance with the manufacturer's requirements and recommendations. 3.03 Product shall be completely free of dirt, adhesive, and other foreign matter. Product shall be protected from damage prior to, during, and after installation. END OF SECTION SECTION 00510 NOTICE OF AWARD Date: PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated , 20_ for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700. The Price of your Agreement is 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 20 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 M Tit 9/12/01 Section 00510 Page 1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 10 -SPECIALTIES TRANSIT CENTER SECTION 10400 - IDENTIFYING DEVICES COOVER-CLARK & ASSOCIATES, P.C. The General Conditions, and Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. - 1 GENERAL 1.01 SUMMARY: A. Section includes: 1. Identifying devices. 1.02 SYSTEM DESCRIPTION: A. Exterior Panel Signs: Provide new exterior signs to accomplish the following functions (exact wording, color, style and other options to be selected by Architect): I. Code required signage. 2. Emergency and life safety signage. 3. Miscellaneous signage. 4. Wayfinding Signage 1.03 SUBMITTALS: A. Product Data: 1. Submit manufacturer's technical data and installation instructions for each type of sign required. B. Samples: 1. Submit samples of each sign form and material showing finishes, colors, surface textures and qualities of manufacture and design of each sign component including graphics. a. Submit full-size sample unit. Acceptable units maybe installed as part of the work. C. Shop Drawings: 1. Submit shop drawings for fabrication, color and erection of identifying devices. Include plans, elevations, and large scale details of sign working and lettering layout. Show anchorages and accessory items. Furnish location template drawings for items supported or anchored to permanent construction. a. Furnish full-size spacing templates for individual structure -mounted letters and numbers. 1.04 QUALITY ASSURANCE: A. Manufacturer: 1. For each sign form and graphic image process indicated furnish products of a single manufacturer with a minimum of 3 years successful experience in the types of signs required. B. Standards: 1. Provide life safety signage in compliance with applicable building codes and ADA requirements. Signage shall meet requirements of UBC Section 1103.2.4.1. 2. Fabricate signs to meet ANSI A117.1 and the Uniform Federal Accessibility Standards (UFAS). 3. All site signage and pavement markings shall meet AASHTO standards, latest edition. 2 PRODUCTS 2.01 MATERIALS: A. Sign Materials: 1. Provide the following materials as manufactured by Best Mfg. Sign Systems, Kroy Sign Systems, or approved substitute: a. General Signage, including Raised Lettering and Braille Signage: ADA Integral. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS 8. COLORADO STATE UNIVERSITY DIVISION 10 - SPECIALTIES TRANSIT CENTER SECTION 10400 -IDENTIFYING DEVICES COOVER-CLARK & ASSOCIATES P.C. b. Site Signage Accessories: 1. Mounting: Provide mounting accessories according to manufacturer—s written recommendations for each type of mounting surface involved. 2.02 FABRICATION OF PANEL SIGNS: A. General: 1. Fabricate signs to comply with requirements of referenced standards, as indicated below, or as specifically approved. 2. Produce smooth, even, level sign panel surfaces, constructed to remain flat under installed conditions within a tolerance of+/-1/16" measured diagonally from comer to comer. B. Unframed Signs: 1. Fabricate unframed signs with edges mechanically and smoothly finished with square cut edges and radiused corners. a. Size: 6" x 6 b. Provide in type style as selected by Architect. C. Provide 1.125" letter height for area identification, centered on a 2" base line with standard braille lettering centered at the lower part of the sign face. 1. Provide raised copy and braille lettering in copy thickness not less than 0.03125" thick. D. Provide International symbol for handicapped access on signage designated for those areas accessible for the handicapped as required by UFAS. E. Pictograms, if used, shall be accompanied with the equivalent written description placed below the pictogram. 2.03 FACTORY FINISHES: A. Colors and Surface Textures: Provide colors as selected by Architect. 3 EXECUTION 3.01 INSTALLATION: A. Install sign units level, plumb and at height indicated, with sign surfaces free from distortion or other defects of appearance. B. Signs: 1. Wall -Mounted Units: Attach panel signs to wall surfaces according to manufactures written recommendations. END OF SECTION TECHNICAL SPECIFICATIONS FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 11 -EQUIPMENT CITY OF TRANSIT CENTER SECTION 11000 - SECURITY EQUIPMENT COOVER-CL4RK & ASSOCIATES P.C. The General Conditions, any Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE: This section covers the furnishing and installation of the project security system, complete. 1.02 WARRANTIES: Materials, labor and equipment shall be warranted to be free of defects for a period of one (1) year from date of project acceptance by owner. 2 PRODUCTS 2.01 ENTRY SECURITY SYSTEM: Shall be Delta Scientific SG1420 Security Gate as supplied by Delta Scientific Corporation, Valencia, California, or written approved equal. 2.02 EQUIPMENT FOR CONTROL ACCESS SYSTEM AT ENTRY GATE: A. Security gate shall be Delta Scientific SG1420 with double reduction feature, or written approved equal. B. Gate arm shall be Delta Scientific SG 1420-11, 16 foot wood gate arm, white with black safety tape. C. Heater package shall be Delta Scientific AG812-35 basic heater package, 60W. D. Tape switch shall be Delta Scientific 2533-31. E. Tape switch connectors shall be Delta Scientific 2533-32, 102A/B. F. Manual crank shall be Delta Scientific SG 1420-26. G. Radio receiver shall be Delta Scientific MPL-03, with antenna, standard unit, 310 MHz. H. Transmitters shall be Delta Scientific MPL-04, two button. Provide eight (8) transmitters total. 1. Provide Delta Scientific 3546-3NP 120V Digital detector power resumption safety unit at each gate. J. Detector harness shall be Delta Scientific 00O2-11, 11 pin. 3 EXECUTION 3.01 INSTALLATION: Install all equipment in place with all necessary electrical hookups. Contractor shall also provide all miscellaneous attachment devices required for complete installation. 3.02 ADJUSTMENTS: After all equipment has been placed and hooked -up, Contractor shall make any adjustments required to put system and equipment in working order. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 13 - SPECIAL CONSTRUCTION TRANSIT CENTER SECTION 13046 -SHELTERS & BOOTHS COOVER-CLARK & ASSOCIATES P.C. The General Conditions, and Supplementary General Conditions and Division 1, General Requirements are hereby made a part of this section as fully as if repeated herein. 1 GENERAL 1.01 SCOPE OF WORK: 1. Furnish and install prefabricated shelter(s). Shelter(s) are to be constructed and installed in accordance with specifications contained under 2. PRODUCTS and 3. EXECUTION. All parts, components, and materials used in the manufacturing with a minimum 5 years experience in manufacturing pre-engineered buildings. No matching of materials from different suppliers will be allowed. All structures shall be provided by a single manufacturer. 1. Identifying devices. 1.02 RELATED WORK A. Concrete. General Contractor shall block out openings in concrete slab at each column and/orrefer to style of base connection detail chosen. B. Paint. Refer to paint specifications for finish coat. 1.03 REFERENCES ASTM A 500-501: Specifications for Structural Tubing. ASTM A 446, GRADE A: Specifications for Steel Sheet. ASTM A 36: Specifications for Structural Steel. ASTM A 307: Specifications for Unfinished Bolts and Nuts. ASTM A 48-83: Specifications for Gray Iron Castings. 1.04 SYSTEM DESIGN A. Design of Shelter System shall be in accordance with applicable Building Codes and certified by a Registered Engineer. Footing designs will require a Soils Sample provided by the Owner. 1.05 QUALITY ASSURANCE A. Manufacturer shall have a minimum of five years experience in the manufacture and supply of pre- engineered steel shelter systems. Manufacturer shall be active members of The American Institute of Steel Construction. Manufacturer shall have demonstrated experience in AISC certified Category I and Il construction. Manufacturer shall have a Certified Welding Inspector on staff. B. Installation shall be in accordance with manufacturers shop drawings and directions. 1.06 SUBMITTALS A. Submit shop drawings and product data and samples. B. Submit color chart for roof and, when necessary, submit color chart for steel structure. C. Submit sample of cast iron collars and fittings. 1.07 DELIVERY AND STORAGE A. Deliver materials to site undamaged. Store and protect materials onsite so that they will not be damaged. Materials will be placed prior to erection so that water will drain and not accumulate. B. Contractor and/or Owner is responsible for providing adequate space for unloading and storage. Contractor and/or Owner must provide good access to the site and conditions adequate for off- loading and erection by crane. 1.08 WARRANTY A. Provide one year warranty that shelter structure and roof will not fail structurally due to defects in materials or design. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 13 - SPECIAL CONSTRUCTION TRANSIT CENTER SECTION 13046 - SHELTERS & BOOTHS COOVER-CLARK & ASSOCIATES P.C. 1.09 ENGINEERING DATA A. Wind load: Shelter(s) shall withstand a wind load of up to 90 mph. B. Snow load: Shelter(s) shall support a snow load of 30 lbs. Psf. 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. SKYLARK SHELTER SYSTEMS, manufactured by Central Denver IronWorks, Inc., Denver, Colorado, 80216 (303) 433-3180 fax 433-3002. B. Any equal alternates must be approved in writing by Architect 10 days before the bid date. 2.02 MATERIALS A. Columns, Beams, and Purlins shall meet ASTM Specification A 500. All other structural steel shall conform to ASTM Specification A 36. All structural steel shall be primed and/or finish coated as specified under SECTION D: PAINTING. Bolts, unless otherwise specified, shall conform to ASTM Specification A 307. Field connections shall be bolted except at purling. Bolt heads shall be hidden from view where necessary. Purlins are to fit into pre -fabricated saddles. B. Rafters shall run continuous over the columns and extend uninterrupted 18" beyond the centerline of the columns. They shall attach, using a bolted connection, to a continuous outside fascia tube with a minimum thickness of 3". The dimensions of the fascia tube shall be a minimum 10" x 2" and will be reviewed and approved by The Owner. No bolts shall be visible at this connection. C. The inclusion of wood, aluminum flashing, light gauge framing and sheet metal judged to be excessive by the Owner's Representative shall not be allowed. D. All welds at column collars and other exposed welds shall be ground and sanded smooth. No onsite welding will be allowed E. Column Collars shall be Cast Iron or steel and conform to ASTM Specifications A 48-83. F. Roof system shall be provided, complete with flashing, trim, and fasteners as required Roofing panels shall be fabricated from 20 gauge galvanized steel sheet. G. Roof system shall be composed ofpolycarbonate panels 5/8" thick by Polygal with complete integral clip, batten and fastening system by the game manufacturer. Extruded aluminum trim member shall be painted the color chosen by Architect. 3. EXECUTION 3.01 INSPECTION A. Contractor shall verify that shelter is installed straight and true. All structural welds on the shelter shall be inspected by a Certified Welding Inspector paid for by The Manufacturer. 3.02 INSTALLATION A. " Install shelter(s) in accordance with manufacturer=s drawings and specifications. 3.03 TOLERANCES A. Maximum variation from plan and drawings at embedded base plate: 3/16" radial variation from centerline of column. B. Maximum offset from true alignment between adjacent members butting or in line: None. 3.04 CLEAN UP A. Installer shall clean up site and remove excess materials. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIV 13 - SPECIAL CONSTRUCTION - SECTION 13046 -SHELTERS 8 BOOTHS TRANSITCENTER ARK x e¢cnriwroc 3.05 PROTECTION A. Contractor shall protect finished installation from damage due to other trades or accidents. 4 PAINTING 4.01 STEEL FRAME A. Primer Paint: Devoe Paints Hi -Solids Alkyd Metal Primer or equal B. Finish Coat: Devoe Paints catalyzed aliphatic -urethane system or equal C. Preparation: Clean and prepare surfaces consistent with SSPC SP 10 near -White Blast. 4.02 DENVER ROOF SYSTEM A. Galvanize. B. Apply conversion coat. C. Primer Paint: Devoe Paints Hi -Solids Alkyd Metal Primer or equal. D. Finish Coat: Devoe Paints catalyzed aliphatic -urethane system or equal END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16010 — BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES P.C. Cf19AZIaIT." 1.01 SUMMARY A. Certain labor, materials, and equipment may be furnished under other Sections of these specifications, by Utility Companies or by the Owner. When this is the case, the extent, source and description of these items will be as indicated on the drawings or as described in the specifications. 1.02 RELATED DOCUMENTS A. Drawings, general and special conditions, Division 1 - general requirements and other applicable technical specifications apply to work of this Section. 1.03 RELATED SECTIONS A. Basic Electrical Requirements specifically applicable to Division 16 Sections, in addition to Division 1 - General Requirements. B. Description: Work shall consist of furnishing all labor, equipment, supplies, and materials, unless otherwise specified, necessary for the installation of complete electrical systems as required by the specifications and as shown on the drawings, subject to the terms and conditions of the contract. The Work shall also include the completion of those details of electrical work not mentioned or shown which are necessary for the successful operation of all electrical systems. 1.04 REFERENCE STANDARDS A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents. A listing of applicable reference standards is contained in Division 1. B. Latest editions of the following: 1. ANSI/NFPA 70 - National Electrical. 2. ANSI/IEEE C2 - National Electrical Safety Code. 3. NECA - Standard of Installation. 4. Other references as listed elsewhere in these specifications 1.05 DEFINITIONS A. "Furnish" or "Provide": To supply, install and connect up complete and ready for safe and regular operation of particular work unless specifically otherwise noted. "Install": To erect, mount and connect complete with related accessories. C. "Supply": To purchase, procure, acquire and deliver complete with related accessories. D. "Work": Labor, materials, equipment, apparatus, controls, accessories, and other items required for proper and complete installation. 16010-1 I LUMNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERS17Y DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES P.C. E. "Wiring": Raceway, fittings, wire, boxes and related items. "Concealed": Embedded in masonry, concrete or other construction, installed in furred spaces, within double partitions or hung ceilings, in trenches, in crawl spaces, or in enclosures. G. "Exposed": Not installed underground or "concealed" as defined above. H. "Indicated," "Shown" or "Noted": As indicated, shown or noted on drawings or specifications. I. "Similar" or "Equal": Equal in materials, weight, size, design, construction, capacity, performance, and efficiency of specified product. J. "Reviewed," "Satisfactory," "Accepted," or "Directed": As reviewed, satisfactory, accepted, or directed by or to Engineer. K. 'Related Work" includes, but is not necessarily limited to, mentioned work associated with, or affected by, the work specified. L. Refer to Article 100 of the currently adopted National Electrical Code for other definitions as applicable to this project. 1.06 WORK SEQUENCE A. Construct Work in sequence under provisions of Division 1 where applicable. 1.07 DRAWINGS AND SPECIFICATIONS A. The drawings indicate the general arrangement of circuits and outlets, locations of switches, panelboards and other work. Information shown on the drawings is schematic, however, recircuiting will not be permitted without specific acceptance. Drawings and specifications are complementary each to the other. What is called for by one shall be as binding as if called for by both. Data presented on these drawings is as accurate as planning can determine, but accuracy is not guaranteed and field verification of all dimensions, locations, levels, etc., to suit field conditions is directed. Review all Architectural, Structural and Mechanical Drawings and Specifications: adjust all work to conform to all conditions shown therein. The Architectural drawings shall take precedence over all other drawings. Prior to submitting a bid, visit the site of the job and ascertain all conditions affecting the proposed installation and adjust all work accordingly. Make provisions for these costs. C. Discrepancies between different plans, between plans and specifications, between specifications, or re-ulations and codes governing this installation shall be brought to the attention of the Engineer in writing before the date of bid opening. In the event such discrepancies exist, and the Engineer is not so notified, the adjudication of responsibility shall be solely at the discretion of the Engineer. 1.08 COORDINATION A. Prior to fabrication or installation of any electrical work, participate in detailed coordination planning meetings with all other building utilities system trades, under the direction of the General Contractor, so as to completely establish routings, elevations, space requirements, and coordination of access, 16010-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010 -BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES, P.C. layout, and suspension requirements in relationship to the building structure and the work of all other trades. 1.09 SUBMITTALS (Refer to Sections 01300. A. Submit shop drawings and product data in accordance with provisions of Division 1. B. Prior to submission, shop drawings, material lists and catalog cuts or manufacturer's printed data shall be thoroughly checked for compliance with contract requirements, compatibility with equipment being furnished by the Contractor or Owner, accuracy of dimensions, coordination with work of other trades, and conformance with sound and safe practice as to erection of installation. Each submittal shall bear Contractor's signed statement evidencing such checking. C. Clearly mark each shop drawing as follows for purposes of identification: 1. Shop Drawing 2. Equipment Identification Used on Contract Drawings 3. Date 4. Name of Project 5. Branch of Work 6. Engineer's Name 7. Contractor's Name D. Clearly mark printed material, catalog cuts, pamphlets or specification sheets, and shop drawings with the same designation shown on the contract document schedules. Identify specific item proposed, showing catalog number, recess openings, dimensions, capacities, electrical characteristics, etc. Submittals which are incomplete will be returned to the Contractor without review. E. Contractor agrees that submittals processed by the Engineer are not change orders; that the purpose of submittals is to demonstrate to the Engineer that the Contractor understands the design concept; and that the Contractor demonstrates this understanding by indicating which equipment and material he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. P. Contractor shall be responsible for dimensions (which he shall confirm and correlate at the job site), fabrication processes and techniques of construction, and coordination of his work with that of other trades. The Contractor shall check and verify all measurements and review shop drawings before submitting them. If any deviations from the specified requirements for any item of material or equipment exist, such deviation shall be expressly stated in writing and incorporated with the submittal. G. Maintain one copy of shop drawings at the project field office until completion of the project, and make this copy available, upon request, to representatives of the Engineer and Owner. H. No equipment or materials shall be installed or stored at thejobsite until submittals for such equipment or materials have been given review action permitting their use. I. Shop drawings and manufacturer's published data shall be submitted for. 1. Lighting fixtures (catalog cuts) 2. Lighting Controls 3. Wiring Devices 16010-3 CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES, P.C. 1.10 RECORD DOCUMENTS A. Maintain a contract set of electrical drawings at the site. Neatly mark all changes, discoveries and deviations from the original drawings. Use a color which contrasts with the prints. This shall be a separate set of drawings, not used for construction purposes, and shall be kept up to date as the job progresses and shall be made available for inspection by the Engineer at all times. Upon completion of the contract, this set of record drawings shall be delivered to the Engineer. Record documents to be provided by the Contractor shall clearly and accurately show the following: 1. Major raceway systems, size and location, for both exterior and interior; locations of control devices; distribution and branch electrical circuitry; and fuse and circuit breaker size and arrangements. 2. Equipment locations (exposed and concealed), dimensioned from prominent building lines. 3. Approved substitutions, Contract Modifications, and actual equipment and materials installed. 1.11 REGULATORY REQUIREMENTS A. Conform to those editions of the following as currently adopted by the local code enforcement authority: 1. ANSYNFPA 70. 2. ANSUIEEE C2. 3. Comply with requirements of the utility and telephone companies furnishing service to this installation. 4. Other requirements as listed elsewhere in these specifications. B. Obtain electrical permits, plan review, and inspections from authority having jurisdiction in accordance with Division 1. C. The drawings and specifications take precedence when they are more stringent than codes, statutes, or ordinances in effect. Applicable codes, ordinances, standards and statutes take precedence when they are more stringent than, or conflict with the drawings and specifications. PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and Equipment: Acceptable to the authority having jurisdiction as suitable for the use intended, except where more stringent requirements are indicated by the Contract Documents. B. Compatibility with Available Space: Equipment layouts shown are based on use of equipment as specified. If the Contractor chooses equipment available from any other manufacturer listed as an acceptable manufacturer, or offers equipment under the provision for substitutions, the Contractor shall be solely responsible for first ascertaining that the offered equipment can be installed in the space 16010-4 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20_ and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK 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 excavation and demolition, import fill, grading, new utilities and modification to existing utilities, site furnishing, landscape, concrete, stone masonry, structural steel, metals, custom - fabricated bus shelters, special site equipment, site electrical systems and lighting, and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Coover-Clark & Associates, P.C., 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 within 91 days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within 106 days after the date when the Contract Times commence to run. 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. 9/12/01 Section 00520 Page 1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES P.C. available with ample clearances for maintenance. Include coordination drawings, as specified herein, when required. C. All equipment and materials installed shall be new, unless otherwise specified D. Defective or damaged materials shall be replaced or repaired, prior to final acceptance, in a manner acceptable to the Engineer or Owner and at no additional cost to the Owner. E. All electrical materials shall be acceptable for installation only if labeled or listed by a nationally recognized testing laboratory and if accepted by local authorities. F. All major equipment components shall have the manufacturer's name, address, model number, and serial number permanently attached in a conspicuous location. 2.02 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not specifically named. C. Products Specified by Naming One or More Manufacturers without a Provision for Substitutions: Products of named manufacturers meeting specifications; no options, no substitutions allowed. 2.04 PRODUCTS LIST A. Within 30 days after date of Owner -Contractor Agreement, submit complete list of major products required for submittal under these specifications, with name of manufacturer, trade name, and model number of each product. 2.05 SUBSTITUTIONS A. Refer to DIVISION 1 - GENERAL REQUIREMENTS, Substitutions. 2.06 GUARANTEE A. The entire electrical system installed under this Contract shall be left in proper working order. Replace, at no additional cost to the Owner, any work, materials, or equipment which evidences I CCHNICAL 5FLCIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES P.C. defects in design, construction, or workmanship within two years, or as specifically noted elsewhere in these specifications, from date of final acceptance. 0AMS1110031, 3.01 WORKMANSHIP A. Install work using procedures defined in NECA Standard of Installation. Workmanship shall conform to highest industry standards for each trade involved in erection of the work. C. Contractor's personnel and subcontractors selected to perform the work shall be well versed and skilled in the trades involved. D. Any changes or deviations from the drawings and specifications must be accepted in writing by the Engineer. All errors in installation shall be corrected at the expense of the Contractor. All specialties shall be installed as detailed on the drawings. Where details or specific installation requirements are not provided, manufacturer's recommendations shall be followed. E. Upon completion of work, all equipment and materials shall be installed complete, thoroughly checked, correctly adjusted, and left ready for intended use or operation. All work shall be thoroughly cleaned and all residue shall be removed from surfaces. Exterior surfaces of all material and equipment shall be delivered in a perfect, unblemished condition. F. Contractor shall provide a complete installation, including all required labor, material, cartage, insurance, permits, and taxes. 3.02 CHASES, OPENINGS, CUTTING AND PATCHING A. Carefully lay out all work in advance so as to eliminate where possible, cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings and roofs. Any damage to the building, structure, piping, ducts, equipment or any defaced finish shall be repaired by skilled mechanics of the trades involved at no additional cost to the Owner and to the satisfaction of the Architect/Engineer. Any necessary cutting, channeling, drilling or welding as required for the proper support, concealment, installation or anchoring of raceways, outlets, or other electrical equipment shall be performed in a careful manner, and as approved by the Engineer. B. All openings made in fire -rated walls, floors, or ceilings shall be patched and made tight in a manner to conform to the fire rating for the surface penetrated. C. All penetrations required through completed concrete construction shall be core drilled at minimum size required. Precautions shall be taken when drilling to prevent damage to structural concrete. The Contractor shall obtain permission from the Engineer before proceeding with drilling. 3.03 ELECTRICAL INSTALLATIONS A. Coordinate electrical systems, equipment, and materials installation with other building components. If equipment of a different size is furnished by the Contractor, the Contractor shall furnish and install the proper motor starter, fuses, circuit breaker, disconnect switch, wire and conduit required for the equipment furnished, at no additional cost to the Owner and shall be approved by the Owner. 16010-6 CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 -ELECTRICAL TRANSIT CENTER SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES, P.C. 3.04 PROGRESS OF WORK A. Order the progress of electrical work to conform to the progress of the work of the other trades. Complete the entire installation as soon as the condition of the building will permit. Any cost resulting from defective or ill-timed work performed under this Section shall be borne by this Contractor. 3.05 TRENCHING AND BACKFILLING A. Perform all trenching and backfilling required by work performed under this Section in accordance with the excavating and grading specifications and as herein specified. B. Excavate trenches to the depth required for the utilities involved. The trench bottom shall be graded true and free from stones or soft spots, bottom of trenches must be compacted. C. After installation of electrical work, backfill, tamp, and compact to insure against the possibility of differential settling, in conformity with Division 2 Specifications. Verify location of existing or new utilities and, if damaged by this Contractor, replace or repair. 3.06 ELECTRICAL COMPLETION A. Indoctrination of Operating and Maintenance Personnel: Furnish the services of a qualified representative of the supplier of each item or system itemized below who shall instruct specific personnel, as designated by the Owner, in the operation and maintenance of that item or system. Instruction shall be given when the particular system is complete, and shall be of the number of hours indicated and at the time requested by the Owner. A representative of the Contractor shall be present for all demonstrations. System Hours Of Instruction Lighting Controls 2 B. Operating and Maintenance Manuals and Parts Lists: Deliver three (3) complete operating & maintenance manuals and parts lists to the Owner at the time of the above required indoctrination. Fully explain the contents of the manuals as part of required indoctrination and instruct the Owner's personnel in the correct procedure in obtaining service, both during and after the guarantee period. The operating and maintenance manuals and parts lists shall give complete information as to whom the Owner shall contact for service and parts. Include address and phone number. Furnish evidence that an authorized service organization regularly carries a complete stock of repair parts for these items (or systems), and that the organization is available for service. Service shall be furnished within 24 hours after requested. C. Operating and Acceptance Tests: Provide all labor, instruments, and equipment for the performance of tests as specified below and elsewhere in these specifications. Submit three copies of a typewritten test report to the Engineer for his approval. 1. For a seven-day period after building has been placed into normal service, record the full load current in each phase or line at the main service entrance and submit to the Engineer. 16010-7 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16010-BASIC ELECTRICAL REQUIREMENTS COOVER-CLARK & ASSOCIATES, P.C. 2. Perform a careful inspection of the main switchboard bus structure and cable connections to verify that all connections are torqued to manufacturer's recommendations. D. Clean -Up: Remove all materials, scrap, etc., relative to the electrical installation, and leave the premises and all equipment, lamps, fixtures, etc. in a clean, orderly condition. Any costs to the Owner for clean-up of the site will be charged against the Contractor. E. Acceptance Demonstration: Upon completion of the work, at a time to be designated by the Engineer, the Contractor shall demonstrate for the Owner the operation of the entire installation, including all systems provided under this contract. F. Final acceptance by the Owner will not occur until all operating instructions are received and Owner's personnel have been thoroughly indoctrinated in the maintenance and operation of all equipment. END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 -CONDUIT COOVER-CLARK & ASSOCIATES, P.C. 1 GENERAL 1.01 SECTION INCLUDES A. Metal Conduit B. Flexible Metal Conduit C. Liquidtight Flexible Metal Conduit D. Electrical Metallic Tubing E. Nonmetallic Conduit F. Fittings and Conduit Bodies 1.02 RELATED SECTIONS A. Division 1 - Cutting and Patching. B. Division 2 - Trenching: Excavation and backfill for conduit and utilities on site. C. Division 3 - Cast -In -Place Concrete: Protective envelope for underground conduit installations. D. Division 7 - Sheet Metal Flashing and Trim. E. Section 16130 - Boxes. F. Section 16170 - Grounding and Bonding. G. Section 16190 - Supporting Devices. H. Section 16195 - Electrical Identification. 1.03 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSUNEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSIINFPA 70 - National Electrical Code. E. NECA - "Standard of Installation'. F. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 - CONDUIT - COOVER-CLARK & ASSOCIATES, P.C. G. NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). H. NEMA TC 3 — PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.04 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.05 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 16010. B. Accurately record actual routing of conduits larger than two (2) inches or larger, regardless of location (i.e., above ceiling, below slab, etc.). Dimension from building columns. C. Accurately record actual routing of all conduits installed in and under the slab. Dimension from the building columns. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products under provisions of Section 16010 and Division 1. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.07 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system and to coordinate with the work of other trades. 2 PRODUCTS 2.01 CONDUIT REQUIREMENTS A. Minimum Size, unless otherwise specified: 1. Homeruns: a. 1/2-Inch above accessible ceilings. b. 3/4-Inch above unaccessible ceilings and in concrete slab. 16111-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 -CONDUIT COOVER-CLARK & ASSOCIATES, P.C. C. 1-Inch below grade and below slab on grade. B. Branch Circuits after the first junction point: 1/2-Inch C unless otherwise specified. C. Underground Installations: 1. More than 8-Feet from Foundation Wall: Use PVC Schedule 40 nonmetallic conduit, except as otherwise noted. Bends: Use rigid steel plastic coated conduit. 2. Within 8-Feet from Foundation Wall: Use rigid steel plastic coated conduit. 3. Through Slab or Extension Above Grade: Use rigid steel with PVC coating. 4. In or Under Slab on Grade: Use PVC Schedule 40 nonmetallic conduit. 5. Minimum Size: 1-Inch. D. Outdoor Locations, Above Grade: Use rigid steel conduit. E. In Slab Above Grade: 1. Use PVC Schedule 40 nonmetallic conduit, unless otherwise specified. 2. Maximum Size Conduit in Slab: 3/4-Inch or as permitted by the Structural Engineer, based on field conditions. F. Wet and Damp Locations: Use rigid steel conduit if subject to physical damage. Thickwall nonmetallic conduit in areas not subject to physical damage and acceptable to the local authority. G. Dry Locations: 1. Concealed: Use electrical metallic tubing. 2. Exposed: Use rigid steel conduit if subject to damage below 8-feet, otherwise use electrical metallic tubing. H. Products Not Permitted: 1. Electrical non-metallic tubing (ENT). 2.02 METAL CONDUIT A. Rigid Steel Conduit: ANSI C80.1. B. Intermediate Metal Conduit JMQ: Rigid steel. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; material to match conduit. 2.03 PVC COATED METAL CONDUIT A. Description: NEMA RN 1; rigid steel conduit with external PVC coating,20 mil thick. 16111-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 -CONDUIT COOVER-CLARK & ASSOCIATES, P.C. 2.04 FLEXIBLE METAL CONDUIT A. Description: Interlocked steel construction. B. Fittings: ANSIINEMA FB 1. 2.05 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Description: Interlocked steel construction with PVC jacket. B. Fittings: ANSI/NEMA FB 1. 2.06 ELECTRICAL METALLIC TUBING (EMT) A. Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: ANSI/NEMA FB 1; steel, compression or set screw type. 2.07 NONMETALLIC CONDUIT A. Description: NEMA TC 2; Schedule 80 PVC, Schedule 40 PVC. B. Fittings and Conduit Bodies: NEMA TC 3. 3 EXECUTION 3.01 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation". B. Install nonmetallic conduit in accordance with manufacturers instructions. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel, provide space on each for 25 percent additional conduits. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. 16111-4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 - CONDUIT COOVER-CLARK & ASSOCIATES P.C. H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to building elements and walls. Install conduit to achieve maximum clearances from ceiling. Minimum clearance shall be 6- inches. L. Route conduit in and under slab from point-to-point. Dimension from building columns. M. Do not cross conduits in slab except with written approval from the Structural Engineer. N. Routing conduits parallel in the slab is prohibited except with written approval from the Structural Engineer. O. Maintain adequate clearance between conduit and piping. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. Q. Cut conduit square using saw or pipecutter, de -burr cut ends. R. Bring conduit to shoulder of fittings; fasten securely. S. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for twenty (20) minutes, minimum. T. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. U. Install no more than equivalent of four 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one-shot bender to fabricate or factory elbows for bends in metal conduit larger than 2-inch size. V. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. W. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. X. Provide suitable pull string in each empty conduit except sleeves and nipples. Y. Use suitable caps to protect installed conduit against entrance of dirt and moisture. TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16111 -CONDUIT COOVER-CLARK & ASSOCIATES P.C. Z. Ground and bond conduit under provisions of Section 16170. AA. Identify conduit under provisions of Section 16195. BB. Transition from underground nonmetallic conduit to above grade metal conduit or electrical metallic tubing shall be made in or below the slab. The transition between nonmetallic conduit and above grade conduit shall be made with a rigid steel, plastic coated elbow. 3.02 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using approved materials and methods. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with roofing installation specified. END OF SECTION 1) Substantial Completion: Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the ninety-one (91) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Dollars ($100.00) for each calendar day or fraction thereof that expires after the fifteen (15) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $_ Dollars, 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. 9/12/O1 Section 00520 Page 2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION - 16123 - BUILDING WIRE AND CABLE COOVER-CLARK & ASSOCIATES, P.C. 1 GENERAL 1.01 SUMMARY A. Building Wire and Cable. B. Wiring Connections and Terminations 1.02 RELATED SECTIONS A. Section 16111 - Conduit B. Section 16130 - Boxes C. Section 16190 - Supporting Devices D. Section 16195 - Electrical Identification 1.03 RELATED DOCUMENTS A. Drawings, general and special conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section. 1.04 REFERENCE STANDARDS A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents. A listing of applicable reference standards is contained in Division 1. B. NEMA WC 3 — Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. C. NEMA WC 5 — Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. 1.05 SUBMITTALS A. Submit shop drawings and product data under the provisions of Section 16010. 1.06 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Conductor sizes are based on copper. C. Wire and cable routing shown on Drawings is appropriate unless dimensioned. Route wire and cable as required to meet project conditions. 16123-1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION - 16123 - BUILDING WIRE AND CABLE COOVER-CLARK & ASSOCIATES P.C. D. Where wire and cable routing is not shown, and destination only is indicated, determine exact routing and lengths required. 1.07 COORDINATION A. Coordinate Work under provisions of Section 16010. Determine required separation between wiring and other work. C. Determine routing to avoid interference with other work. PRODUCTS 2.01 BUILDING WIRE A. Thermoplastic -Insulated Building Wire: NEMA WC 5. B. Rubber -Insulated Building Wire: NEMA WC 3. C. Feeders and Branch Circuits: Copper, stranded conductor, 600 volt, insulation. THHNfrFIWN, or XHHW. D. Control Circuits: Copper, stranded conductor 600 volt insulation, THHN/I'HWN, or XHHW. 2.02 REMOTE CONTROL AND SIGNAL CABLE A. Control Cable for Class 1 Remote Control and Signal Circuits: Copper conductor. 600 volt insulation, rated 60 degree C, individual conductors twisted together, shielded, and covered with a PVC jacket. Control Cable for Class 2 or Class 3 Remote Control and Signal Circuits: Copper conductor, 300 volt insulation, rated 60 degree C. individual conductors twisted together, shielded, and covered with a PVC jacket UL listed. C. Plenum Cable for Class 2 or Class 3 Remote Control and Signal Circuits: Copper conductor, 300 volt insulation, rated 60 degree C, individual conductors twisted together, shielded, and covered with a non-metallic jacket; UL listed for use in air handling ducts, hollow spaces used as ducts, and plenums. D. Install all remote control and signal cables in cable tray, raceways, or supported every 4'-0" on bridal rings. 2.03 PRODUCTS NOT PERMITTED A. Non-metallic cable (Type NM or NM-C) B. Metal clad cable I (Type AC or MC) 16123-2 i C�MNIcAL arecir UAI wN5 CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION- 16123 - BUILDING WIRE AND CABLE COOVER-CLARK & ASSOCIATES, P.C. 3 EXECUTION 3.01 GENERAL WIRING METHODS A. Use no wire smaller than No. 12 AWG for power and lighting circuits, and no smaller than No. 16 AWG for control wiring. B. Use No. 10 AWG conductor for 20 ampere, 120 volt branch circuit home runs longer than 75 feet, and for 20 ampere, 277 volt branch circuit home runs longer than 175 feet. C. Place an equal number of conductors for each phase of a circuit in same raceway or cable. D. Splice only in accessible junction or outlet boxes. E. Neatly train and lace wiring inside boxes, equipment, and panelboards. Make temporary connections to panelboard devices with sufficient slack conductor to facilitate reconnections required for balancing loads between phases. F. Damaged conductors during installation shall be replaced. G. Install products in accordance with manufacturer's instructions. 3.02 WIRING INSTALLATION IN RACEWAYS A. Pull all conductors into a raceway at the same time. Use UL listed wire pulling lubricant for pulling No. 4 AWG and larger wires. B. Install wire in raceway after interior of building has been physically protected from the weather and all mechanical work likely to injure conductors has been completed. C. Completely and thoroughly swab raceway system before installing conductors. 3.03 CABLE INSTALLATION A. For flexible connection to lighting fixtures. (Flexible connection not to exceed 6-0".) B. Use suitable cable fittings and connectors. C. Support cable every four feet and within 12 inches of every outlet box, junction box, cabinet, or fitting. D. Cable shall not be used in emergency circuits. E. Cable shall not be used as flexible connection to motors, transformers or other vibrating equipment. F. Support cables above accessible ceiling, using spring metal clips or metal cable ties to support cables from structure. Do not rest cable on ceiling panels. G. Provide protection for exposed cables where subject to damage. 16123-3 i ecnnwAL JYtGIhIGAiIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION - 16123 - BUILDING WIRE AND CABLE COOVER-CLARK & ASSOCIATES, P.C. 3.04 WIRING CONNECTION AND TERMINATIONS A. Splice only in accessible junction boxes. B. For No. 8 AWG and smaller, use insulated spring wire connectors with plastic caps. C. Use split bolt connectors for copper wire splices and taps, No. 6 AWG and larger. Tape uninsulated conductors and connectors with electrical tape to 150 percent of the insulation value of conductor. D. Thoroughly clean wires before installing lugs and connectors. E. Make splices, taps and terminations to carry full ampacity of conductors without perceptible temperature rise. F. Terminate up to #10 AWG spare conductors with wire nuts. Use electrical tape for spare conductor#8 AWG and larger. G. Terminate aluminum conductors with tin-plated, aluminum -bodied compression connectors only. Fill with anti -oxidant compound before installing conductor. H. Use suitable reducing connectors or mechanical connector adaptors for connecting aluminum conductors to copper conductors. I. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. J. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. K. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 3.05 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Division 1. B. Inspect wire and cable for physical damage and proper connection. C. Torque test conductor connections and terminations to manufacturer's recommended values. D. Perform continuity test on all power and equipment branch circuit conductors. Verify proper phasing connections. 3.06 WIRE AND CABLE INSTALLATION SCHEDULE A. Concealed Interior Locations: Building wire in raceways or cable as approved herein. If specified, cables may be used for lighting fixture connections. B. Exposed Interior Locations: Building wire in raceways. 16123-4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION — 16123— BUILDING WIRE AND CABLE COOVER-CLARK & ASSOCIATES, P.C. C. Above Accessible Ceilings: Building wire in raceways or cable as approved herein. D. Wet or Damp Interior Locations: Building wire in raceway. E. Exterior Locations: Building wire in raceways. F. Underground Locations: Building wire in raceways. 3.07 WIRE AND CABLE COLOR CODING A. Wires No. 8 AWG and smaller shall be factory color -coded. Wire No. 6 AWG and larger shall be color -coded with color tape 6-inch length of exposed ends, and at every accessible junction box on the branch circuit or feeder. 120/208 Volts A = Black B = Red C = Blue Neutral = White Ground = Green 277/480 Volts A = Brown B = Orange C = Yellow Neutral = Gray Ground = Green B. Maintain the color coding throughout the system from panel to the last device on the branch circuit. 3.08 FIELD QUALITY CONTROL A. Prior to energizing, all feeders from transformers, switchboards, and building service cables, are to be tested with a 500-volt insulation megohm meter to determine insulation resistance levels to assure requirements are fulfilled. All field test data is to be recorded and submitted. Test is to include meggering for one minute between conductors and between each conductor and ground. Cables are to be meggered after installation with cables disconnected at both ends. The values must be not less than as follows: Conductor Size (AWG or MCM) #16 AWG to #8 AWG #6 AWG to #2/0 AWG #3/0 AWG to 500 KCMIL Resistance (Meeohms-1.000 It END OF SECTION 200 100 50 16123-5 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 —ELECTRICAL TRANSIT CENTER SECTION 16130 — ELECTRICAL BOXES AND FITTINGS COOVER-CLARK & ASSOCIATES P.C. GENERAL 1.01 SUMMARY A. Wall and Ceiling Outlet Boxes B. Pull and Junction Boxes 1.02 RELATED DOCUMENTS A. Drawings, general and special conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section. 1.03 RELATED SECTIONS A. Division 7 - Firestopping. B. Division 8 - Access Doors: Wall and ceiling access doors. 1.04 REFERENCE STANDARDS A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents. A listing of applicable reference standards is contained in Division 1. B. ANSUNEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. ANSUNEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers and Box Supports. D. ANSUNFPA 70 - National Electrical Code. E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 1.05 PROJECT CONDITIONS A. Verify field measurements are as shown on Drawings. B. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Install at location required for box to serve intended purpose. Include installation within 10-feet of location shown. Refer to Architectural Drawings. 2 PRODUCTS 2.01 OUTLET BOXES A. Sheet Metal Outlet Boxes: ANSUNEMA OS 1; galvanized steel, with 2-inch male fixture studs where required. B. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. Provide threaded hubs. 16130-1 I ECNNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16130 - ELECTRICAL BOXES AND FITTINGS COOVER-CLARK & ASSOCIATES P.C. 2.02 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1; galvanized steel. B. Sheet Metal Boxes Larger than 12-Inches in Any Dimension: Hinged enclosure. C. Surface -Mounted Cast Metal Box: NEMA 250, Type 6; flat -flanged, surface -mounted junction box. 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. 2.03 PRODUCTS NOT PERMITTED A. Through -the -wall boxes. 3 EXECUTION 3.01 INSTALLATION A. Install electrical boxes as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. B. Install electrical boxes to maintain headroom and to present neat mechanical appearance. C. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. D. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6-inches from ceiling access panel or from removable recessed luminaire. E. Install boxes to preserve fire resistance rating of partitions and other elements, using materials and methods under the provisions of Division 7. F. Align adjacent wall -mounted outlet boxes for switches, thermostats, and similar devices with each other. G. Use flush mounting outlet boxes in finished areas. H. Do not install flush mounting boxes back-to-back in walls; provide minimum 6-inch separation. Provide minimum 12-inches separation between back-to-back boxes in acoustic rated walls. I. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. J. Use stamped steel bridges to fasten flush mounting outlet box between studs. K. Install flush mounting box without damaging wall insulation or reducing its effectiveness. L. Use adjustable steel channel fasteners for hung ceiling outlet box. M. Do not fasten boxes to ceiling support wires. f[iKbs7 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16130- ELECTRICAL BOXES AND FITTINGS COOVER-CLARK & ASSOCIATES, P.C. N. Support boxes independently of conduit, except cast box that is connected to two (2) rigid metal conduits both supported within 12-inches of box. O. Use gang box where more than one (1) device is mounted together. Do not use sectional box. P. Use gang box with plaster ring for single device outlets. Q. Use cast outlet box in exterior locations exposed to the weather and wet locations. R. Large Pull Boxes: Boxes larger than 100 cubic inches in volume or 12-inches in any dimension. L Interior Dry Locations: Use hinged enclosure. 2. Other Locations: Use surface -mounted cast iron box. S. Minimum junction and pull box size 4-11/16" x 4-11/16" x 2-1/4". T. Minimum outlet box size 4" x 4" x 1-1/2". U. Minimum telephone outlet box size 4-11/16" x 4-11/16" x 2-1/4". 3.02 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for products furnished under other sections. B. Coordinate locations and sizes of required access doors with Division 8. C. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. D. Coordinate mounting heights and locations of outlets mounted above counters, benches and backsplashes. E. Position outlet boxes to locate luminaires as shown on reflected ceiling plan. 3.03 ADJUSTING A. Adjust flush -mounting outlets to make front flush with finished wall material. B. Install knockout closure in unused box openings. END OF SECTION 16130-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16170 - GROUNDING AND BONDING COOVER-CLARK & ASSOCIATES. P.C. 190 111L411Y.y 2.01 MATERIALS A. Ground Rods: Copper or copper -clad steel, 3/4-inch diameter, minimum length 10-feet. B. Mechanical Grounding Connectors: For all grounding connections above grade. 1. Manufacturer: Bumdy Electrical 2. Material: Copper. 3. Compression Type: Irreversible. 4. UL listed under Standard UL467. C. Wire: 1. Material: Copper. 2. Size: As indicated on the drawings. When size is not indicated, size per Article 250 of NEC requirements. D. Grounding Connection Accessories: 1. Electrical insulating tape, heat -shrinkable insulating tubing, welding materials, bonding straps, as recommended by accessories manufacturers for type service required. E. Field Welding: Exothermic welded connections are required where grounding conductors connect to underground grounding conductors and to underground grounding electrodes, and for bonding to steel. All underground connection shall be exothermic welded. EXECUTION 3.01 INSTALLATION A. Provide a separate, insulated equipment grounding conductor in feeder and branch circuits. Terminate each ground conductor to the bushing and ground lug. B. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values for connectors and bolts. Where manufacturer's torquing requirements are not indicated, connections are to be tightened to comply with tightening torque values specified in UL 486A to assure permanent and effective grounding. C. Provide code -sized ground cable bonding jumpers, installed with ground clamps, across all conduit expansion couplings and fittings. D. Route grounding connections, conductors to ground, and grounding conductors to protective devices in the shortest and straightest paths possible to minimize transient voltage rises. 16170-2 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 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 9/12/01 Section 00520 Page 3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 -ELECTRICAL TRANSIT CENTER SECTION 16170-GROUNDING AND BONDING COOVER-CLARK & ASSOCIATES, P.C. E. Provide a corrosion -resistant finish to field connections, buried metallic bonding products, and where factory applied protective coatings have been destroyed, where subject to corrosive action. F. Provide an equipment grounding conductor in all non-metallic conduits. G. Provide an equipment grounding conductor in all flexible metallic conduits. H. Grounding conductor in feeders and branch circuits extend ground conductor to switches, receptacle, equipment enclosures, equipment, and panels etc. and ground as required. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of electrical grounding and bonding systems, the ground resistance shall be tested with an earth ground resistance tester in accordance with IEEE 81, "Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System". Where tests show resistance -to -ground is over values in Table 1 below, Contractor shall take appropriate action to reduce resistance to the values in Table 1, by driving additional ground rods; and then retest to demonstrate compliance. All results shall be recorded and submitted. Table 1 Earth Ground Resistance to Equipment Equipment (Ohms) Pad Mount Transformer 5 Secondary Neutrals and Other Ground 10 END OF SECTION TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL SECTION 16190 - SUPPORTING DEVICES AND SEALS TRANSIT CENTER COOVER-CLARIC 1C AQCnrIATec e, 1 GENERAL 1.01 SUMMARY A. Conduit and equipment supports. B. Fastening hardware. C. Wall and floor seals. 1.02 RELATED DOCUMENTS A. Drawings, general and special conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section. 1.03 RELATED SECTIONS A. Division 3 - Cast -in -Place Concrete. Concrete equipment pads. B. Coordinate size, shape and location of concrete pads with Division 3. C. Refer to Section 16010 for coordination requirements. 1.04 REFERENCE STANDARDS A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents. A listing of applicable reference standards is contained in Section 01091. 1.05 QUALITY ASSURANCE A. Support systems shall be adequate for weight of equipment and conduit, including wiring, which they carry. 2 PRODUCTS 2.01 MATERIAL A. Support Channel: Galvanized or painted steel for non -corrosive environment. B. Hardware: Corrosion -resistant. 3 EXECUTION 3.01 INSTALLATION A. Fasten hanger rods, conduit clamps, and outlet and junction boxes to building structure using precast insert system, expansion anchors, preset inserts, or beam clamps. Do not use spring steel clips and clamps; however, caddy fasteners are accepted. 16190-1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16190 — SUPPORTING DEVICES AND SEALS COOVER-CLARK & ASSOCIATES, P.C. B. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or preset inserts in solid masonry walls; self -drilling anchors or expansion anchor on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction. C. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit. D. Do not drill structural steel members. E. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to present a neat appearance. Use hexagon head bolts with spring lock washers under all nuts. F. Install all free-standing electrical equipment on a 4-inch concrete housekeeping pad. G. Install surface -mounted cabinets and panelboards with minimum of four anchors. H. Bridge studs top and bottom with channels to support flush -mounted cabinets and panelboards in stud walls. I. Where conduit penetrates fire -rated walls, concrete and/or masonry walls and floors, it shall be sleeved. Seal opening around conduit with UL listed foamed silicone elastomer compound. J. Where conduit penetrates waterproofed floors or exterior walls subject to entry of moisture, provide pipe sleeves two sizes larger than conduit, suitably flashed or sealed where appropriate. Seal annular space around conduit with UL listed foamed silicone elastomer compound. K. Route conduit through roof openings for piping and ductwork where possible; otherwise, route through roof jack with pitch pocket. L. No suspended conduit or box supports shall be less than 1/4" diameter steel rod. Rod used as pedestal support is not acceptable. The contractor shall not use tie wire or wire of any type to support conduits, junction boxes or pull boxes. M. No more than five (5) 1/2" conduits, three (3) 3/4" conduits or two (2) 1" conduits shall be supported on a single 1/4" diameter steel rod. N. All conduits shall be supported by approved hangers. Supports installed and used by other trades such as duct hangers, pipe hangers, ceiling hangers, etc. shall not be used for conduit support. No conduit shall be hung from air handling duct of any type. Electrical conduit systems "shall stand alone." O. All light fixtures shall be independently supported at opposite corners from structural steel or from trapeze supported from structural steel by electrical contractor. Wall -mounted fixtures shall be supported from building structure with approved backing support to prevent any damage to the wall. y Q. Concrete anchors shall not be used to suspend heavy electrical loads such as electrical switch panels or four -inch and larger conduits. Anchors shall be designed to support conduits and cable tray when full fitted to maximum capacity with cables. 16190-2 I CUNNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORA60 STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16190 - SUPPORTING DEVICES AND SEALS COOVER-CLARK & ASSOCIATES, P.C. R. Locate raceways a minimum of 12 inches from flues, steam lines, hot water lines, etc. 3.02 EQUIPMENT BASES A. Provide equipment pad bases of concrete type, construction, and finish as herein specified. Bases shall be of dimensions indicated or, where not specifically indicated or specified, dimensions shall be 4 inches height with width and length providing 4 inches of projection of base beyond outline dimension of supported equipment. Concrete shall be Class 3000, prepared in conformity with ACI301, ASTM C 33, and ASTM C 94, as applicable. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping, using equipment and procedures for consolidation of concrete in accordance with ACI 309. Perform consolidation so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. Perform curing of concrete by moist curing, by moisture -retaining cover curing, or by combinations thereof, as directed or approved. 2. Provide oiled wood forms for concrete placement, adequately braced to ensure straight and vertical sides for bases. Finished bases shall provide a 3/4-inch chamfer at all exposed edges. Except where vibration attenuating base mountings are specified, provide No. 4 dowels (conforming to ASTM A 615, Grade 60), grouted into place, for anchorage of bases to substrate for all applications for which imposed strains or dynamic forces produced by equipment operation introduce the possibility of displacement of bases. Spacing of dowels shall be not less than 24 inches o.c., with a minimum of 4 dowels for each base. 3. Bases where indicated shall be reinforced by installation of 6 x 6 No. 8 AWG welded wire fabric conforming to ASTM A 185. Apply measures, during concrete placement, to ensure that fabric remains vertically centered in bases. 4. Bring slab surfaces to correct level with straightedge and strikeoff. Do not disturb slab rior to beginning finishing operations. Float finish surfaces and provide steel surfaces p trowel final finish. B. For all equipment to be installed on concrete bases or other concrete construction, provide templates, anchor bolts, and accessories as required. When installing equipment, set equipment into final position, shim equipment bases, skids or rails for level positioning, and install non -shrink grout for uniform support, and securely bolt into final position. END OF SECTION 16190-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16195— ELECTRICAL IDENTIFICATION COOVER-CLARK & ASSOCIATES, P.C. 1 GENERAL 1.01 SUMMARY A. Buried and Duct Bank Warnings B. Electrical Power, Control and Communication Conductors and Conduit C. Operational Instructions and Warnings D. Danger Signs E. Equipment/System Identification Signs 1.02 RELATED DOCUMENTS A. Drawings, general and special conditions, Division 1 - General Requirements and other applicable technical specifications apply to work of this Section. 1.03 RELATED SECTIONS A. Division 9 - Painting. 1.04 REFERENCE STANDARDS A. Comply with the requirements of the reference standards noted herein, except where more stringent requirements are listed herein or otherwise required by the Contract Documents. A listing of applicable reference standards is contained in Division 1. 1.05 QUALITY ASSURANCE A. ANSI Compliance: Applicable requirements of ANSI A13.1, 'Piping and Piping Systems". B. FS Compliance: Applicable requirements of FS L-P-387 'Plastic Sheet, Laminated, Thermosetting (for designation plates)". C. UL Compliance: Applicable requirements of UL Standard 969, "Marking and Labeling Systems," pertaining to electrical identification systems. D. NEMA Compliance: Applicable requirements of NEMA Standard Nos. WC-1 and WC-2 pertaining to identification of power and control conductors. E. Comply with "OSHA" sign standards for danger, caution, warning, etc. 1.06 SUBMITTALS A. Submit product data under provisions of Division 1. 16195-1 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16195 - ELECTRICAL IDENTIFICATION COOVER-CLARK & ASSOCIATES P.C. B. Include schedule for all specified applications of electrical identification. PRODUCTS 2.01 ELECTRICAL IDENTIFICATION MATERIALS A. General: The manufacturer's standard products of categories and types required are to be used for each application. Underground Type Plastic Line Marker: Manufacturer's standard permanent, bright -colored, continuous -printed plastic tape, intended for direct -burial service; not less than 6-inches wide x 4 mils thick. Printing is required on tape, which most accurately indicates type of service. 2. Color: Yellow C. Cable/Conductor Identification Bands: For cables smaller than No. 2/0 manufacturer's standard vinyl -cloth self-adhesive cable/conductor markers of wrap -around type, either prenumbered plastic coated type, or write -on type with clear plastic self-adhesive cover flap are to be used and numbered to show circuit identification. 2. For cables No. 2/0 AWG and larger, heat shrink sleeving is to be used for phase color coding. D. Plasticized Tags: 1. Manufacturer's standard preprinted or partially preprinted accident -prevention and operational tags, on plasticized card stock with matte finish suitable for writing, approximately 3-1/4-inch x 5-5/8-inch, with brass grommets and wire fasteners, and with appropriate preprinted wording including large -size primary wording, e.g., DANGER, CAUTION, DO NOT OPERATE. E. Baked Enamel Danger Signs: Manufacturer's standard "DANGER" signs of baked enamel finish on 20-gauge steel; of standard Red, Black and White graphics; 14-inch x 10-inch size except where 10-inch x 7- inch is the largest size which can be applied where needed; with recognized standard explanation wording, e.g., XXXX VOLTS, KEEP AWAY, BURIED CABLE, DO NOT TOUCH SWITCH, etc. F. Engraved Plastic -Laminate Signs: 1. Engraved stock melamine plastic laminate, complying with FS L-P-387, in sizes and thicknesses indicated, engraved with engraver's standard letter style of sizes and wording indicated, Black face and White core (White letters on a Black background) except as 16195-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16195— ELECTRICAL IDENTIFICATION COOVER-CLARK & ASSOCIATES, P.C. otherwise required (emergency power and fire alarm shall be Red with White letters), punched for mechanical fastening with a minimum of two (2) screws. 2. Thickness: 1/16-Inch, for units up to 20 square inches or 8-inch length; 1/8-inch for larger units. 3. Fasteners: A minimum of two (2) self -tapping stainless steel screws. 4. Minimum letter height shall be as follows: a. 1/4-Inch: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14) G. Lettering and Graphics: Panelboard name. Switchboard name. Transformer name. Transformer switch name. System control panel name. Voltage rating. Ampere rating. Source circuit ("Fed from Normal or Generator'). Individual circuit breaker number and load name. Individual switch circuit number and load name. Individual motor starter circuit number and load name. Individual indicating light function. Individual pushbutton function. Individual selector switch functions. 1. Names, abbreviations and other designations used in electric identification work are to be coordinated with corresponding designation shown, specified or scheduled. Numbers, lettering and wording as required or as recommended by manufacturer or as required for proper identification and operation/maintenance of electrical systems and equipment. LZ"4 *811 effl 3.01 APPLICATION AND INSTALLATION A. General Installation Requirements: Regulations: Governing regulations and requests of governing authorities are to be complied with for identification of electrical work B. Underground Conduit and Ductbank Identification: During back-filling/top-soiling of each exterior underground conduit and ductbank, a continuous underground -type plastic line marker, located directly over conduit or ductbank at 12-inches below finished grade or 4-inches below paving, shall be provided. 16195-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16195 — ELECTRICAL IDENTIFICATION COOVER-CLARK & ASSOCIATES P.C. C. Cable/Conductor Identification: The application of cable/conductor identification, with circuit number, on each cable/conductor in each box/enclosure/cabinet where wires of more than one circuit or communication/signal system are present is required. The identification is to match the marking system used in panelboards, shop drawings, contract documents, and similar previously established identification for project's electrical work. D. Junction Box and Pull Box Identification: On the Cover of each junction box and pull box: The panel name and circuit number(s) of the enclosed conductors are to be legibly written with a Black permanent ink broad tip marking pen and the system identified for FA (Fire Alarm) EM (Emergency) PA (Public Address), S (Security) TC (Temperature Control). 2. Covers for emergency system junction boxes and pull boxes shall be painted Yellow. Covers for the Fire Alarm System junction boxes and pull boxes shall be painted Red. E. Device Plates: 1. Label inside of all cover plate with panel name and circuit number with Black permanent marking pen. Operational Identification and Warnings: Wherever required to ensure safe and efficient operation and maintenance of electrical systems, and electrically connected mechanical systems and general systems and equipment, including prevention of misuse of electrical facilities by unauthorized personnel, self- adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures shall be provided. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for intended purposes. G. Caution Signs: 1. The following caution sign is to be provided for all circuit breakers and switchboards where turning off a circuit will automatically start an emergency operation: "CAUTION TURNING OFF THIS CIRCUIT WILL AUTOMATICALLY START EMERGENCY OPERATION." 2. The following caution sign is to be provided for all automatic transfer switches, switches, circuit breakers, equipment, and emergency panels that are energized by the emergency power system: "CAUTION AUTOMATICALLY ENERGIZED BY EMERGENCY POWER SUPPLY SYSTEM." 16195-4 i Ma nMl � orMwncAI wrvs CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 - ELECTRICAL TRANSIT CENTER SECTION 16195 - ELECTRICAL IDENTIFICATION COOVER-CLARK & ASSOCIATES, P.C. H. Equipment/System Identification: 1. An engraved plastic -laminated sign is to be provided on each major unit of electrical equipment in the building; including central or master unit of each electrical system including communication/controVsignal/alarm systems, unless unit is specified with its own self- explanatory identification or signal system. Except as otherwise indicated, provide single line of text, letter height as specified, black lettering on white field. Provide text matching terminology and numbering of the contract documents and shop drawings. The sign shall include unit designation, source circuit number, circuit voltage, and other data specifically indicated. Also, the sign shall indicate normal source circuit number ("Fed from ...") and emergency source circuit number when the equipment is a transfer switch or fed directly from a transfer switch. Include signs for each unit of the following categories of electrical work: a. Switchboards, panelboards (include main bus ampacity on sign), electrical cabinets and enclosures. b. Access panel/doors to electrical facilities. C. Disconnect switch. d. Push buttons, selector switches, indicating lights. (Circuit number and voltage not required on sign). e. Power transfer equipment: Contactors and transfer switches. I. Power generating units. g. Telephone cabinets and switching equipment. (Circuit number and voltage not required on sign.) h. Fire Alarm Control Panel. 2. The installation of signs are required at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. The sign shall be secured to the substrate with fasteners, except use adhesive where fasteners should not or cannot penetrate substrate. END OF SECTION 16195-5 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16530— SITE LIGHTING COOVER-CLARK & ASSOCIATES. P.C. PART 1-GENERAL 1.01 SECTION INCLUDES A. Exterior luminaires and accessories. B. Poles. 1.02 RELATED SECTIONS A. Division 3: Foundations for poles. 1.03 REFERENCES A. ANSI C78.379 - Electric Lamps - Incandescent and High -Intensity Discharge Reflector Lamps - Classification of Beam Patterns. B. ANSI C82.1 - Ballasts for Fluorescent Lamps -Specifications. C. ANSI C82.4 - Ballasts for High -Intensity -Discharge and Low Pressure Sodium Lamps (Multiple -Supply Type). 1. IES RP-20 - Lighting for Parking Facilities. 2. NFPA 70 - National Electrical Code. 1.04 SUBMITTALS FOR REVIEW A. Section 16010: Procedures for submittals. B. Shop Drawings: Indicate dimensions and components for each luminaire which is not a standard Product of the manufacturer. C. Product Data: Provide dimensions, ratings, and performance data. 1.05 DELIVERY, STORAGE, AND HANDLING A. Section 16010 and Division 1: Deliver, handle, store, and protect products. 1.06 COORDINATION A. Furnish bolt templates and pole mounting accessories to installer of pole foundations. 1.07 EXTRA PRODUCTS A. Furnish two of each type and wattage lamp installed. B. Furnish two of each type and wattage ballast installed. 16530-1 SECTION 00020 INVITATION TO BID Date: April 4, 2002 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 April 29, 2002, for the City of Fort Collins and Colorado State University Transit Center; Bid No. 5700. If delivered, they are to be delivered to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. 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 site excavation and demolition, import fill, grading, new utilities and modification to existing utilities, site furnishing, landscape, concrete, stone masonry, structural steel, metals, custom -fabricated bus shelters, special site equipment, site electrical systems and lighting. This is a Federally Funded project with Davis -Bacon wages and DBE participation. 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 April 8, 2002. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado. 3. CMD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO 4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 1:30 p.m. on April 11, 2002, at the site location on CSU's campus, the South West side of the parking lot just North of the Lory Student Center. You will be meeting with Cass Beitler, CSU Project Manager, Architect and John Stephen, Senior Buyer for the City of Fort Collins Purchasing. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Bids will be received as set forth in the Bidding Documents. 07/2001 Section 00020 Page 1 conditions of the Contract Documents. 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 7.2.3Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets with the following general title: Drawing Index: CS-1 Cover Sheet, CS-2 Construction Phase Plan, D-1 Demolition Plan, L-1 Site/Planting Layout, L-2 Planting/Site Details, C-1 Existing Conditions, C-2 Grading & Drainage Plan, C-3 Construction Details, C-4 Construction Details, A-1 Phase/Site Plan, A-2 Enlarged Site Plan, A-3 Canopy Plans, Elevations, Details, A-4 Site Elevations & Details, A-5 Signage Detalis, E0.1 Electrical Legend & Fixture Details, E1.1 Electrical Site Plan, E7.1 Electrical One -Line Diagram, E7.2 Electrical One -Line Diagram, E8.1 Electrical Detail Sheet. The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , 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. 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. 9/12/01 Section 00520 Page 4 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16530—SITE LIGHTING COOVER-CLARK & ASSOCIATES P.C. 2 PRODUCTS 2.01 LUMINAIRES AND ACCESSORIES A. Furnish Products as scheduled. Refer to Section 16010 for substitutions and product options. 2.02 HIGH INTENSITY DISCHARGE (HID) BALLAST A. Acceptable Manufacturers: General Electric. Advance. Universal. 1. Substitutions: Under provisions of Section 16010. B. Description: ANSI C82.4, metal halide lamp ballast. C. Provide ballast suitable for lamp specified. D. Voltage: Match luminaire voltage. 2.03 LAMPS A. Acceptable Manufacturers: General Electric Osram Sylvania Phillips 1. Substitutions: Under provisions of Section 16010. B. Lamp Types: As specified for luminaire. Refer to Section 16010 for substitutions and product options. C. Reflector Lamp Beam Patterns: ANSI C78.379. 2.04 POLES A. Acceptable Manufacturers: Architectural Area Lighting 1. Substitutions: Under provisions of Section 16010. 2. Sidewalk: Round straight 14'-3". 3. Parking: Round, tapered, 30-foot heavy-duty. 4. Material and Finish: Match fixture. 16530-2 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16530— SITE LIGHTING COOVER-CLARK & ASSOCIATES P.C. 5. Section Shape and Dimensions: Straight round. B. Accessories: I. Handhole. 2. Anchor bolts. C. Loading Capacity Ratings: 1. Steady Wind: 110 miles per hour, minimum. 3 EXECUTION 3.01 INSTALLATION A. Provide concrete bases for lighting poles at locations indicated, in accordance with Section 03300. B. Install poles plumb. Provide double nuts to adjust plumb. Grout around each base. C. Install lamps in each luminaire. D. Bond luminaires, metal accessories to branch circuit equipment grounding conductor. 3.02 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connections and operation. B. Measure illumination levels to verify conformance with performance requirements. C. Take measurements during night sky, without moon or with heavy overcast clouds effectively obscuring moon. 3.03 ADJUSTING A. Aim and adjust luminaires to provide illumination levels and distribution as directed. 3.04 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from enclosure. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 16530-3 TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS & COLORADO STATE UNIVERSITY DIVISION 16 — ELECTRICAL TRANSIT CENTER SECTION 16530—SITE LIGHTING COOVER-CLARK & ASSOCIATES P.C. 3.05 PROTECTION OF FINISHED WORK A. Relamp luminaires which have failed lamps at Substantial Completion. END OF SECTION 16530-4 APPENDIX A GEOTECHNICAL ENGINEERING REPORT GEOTECHNICAL ENGINEERING REPORT PROPOSED CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER SOUTH OF W. PLUM, EAST OF LAGOON, AND NORTH OF LORY STUDENT CENTER FORT COLLINS, COLORADO TERRACON PROJECT NO.20015282 JANUARY 31, 2002 r Prepared for: CITY OF FORT COLLINS — FACILITIES P.O. BOX 580 117 NORTH MASON STREET FORT COLLINS, COLORADO 80524 ATTN: MR. STEVE WHITE Prepared by: Terracon 301 North Howes Street Fort Collins, Colorado 80521 1rerraco January 31, 2002 Irerracon 301 N. Howes • P.O. Box 503 Fort Collins, Colorado 80521-0503 (970) 484-0359 Fax: (970) 484-0454 _ City of Fort Collins - Facilities P.O. Box 580 117 North Mason Street Fort Collins, Colorado 80524 Attn: Mr. Steve White Re: Geotechnical Engineering Report Proposed City of Fort Collins and Colorado State University Transit Center Facility South of West Plum Street, East of Lagoon, and North of Lory Student Center Fort Collins, Colorado Terracon Project No. 20015282 Terracon has completed a geotechnical engineering exploration for the proposed City of Fort Collins and Colorado State University Transit Center Facility situated north of the Lory Student Center, south of West Plum Street, and east of the existing lagoon located on the Colorado State University's Main Campus, in Fort Collins, Colorado. This study was perrorm�d in general accordance with our Proposal No. D2001438 dated December 18, 2001. The project as we understand will be constructed 'in two phases. The first phase will consist of the concrete paved areas for the bus lanes along with the bus shelters. The second phase will include an addition to the existing Lory Student Center, of which plans - have not been finalized at this time - The results of our engineering study, including the boring location diagram, laboratory test results, test boring records, and the geotechnical recommendations needed to aid in the design and construction of foundations, pavement, and other earth connected- phases of this project are attached. Approximately 1 to 3-inches of asphalt pavement underlain by approximately 3 to 5-inches of aggregate road base material was encountered at the surface of Test Boring Nos. 2, 3, 4, 8, and 9. An approximate 6-inch layer of silty topsoil was encountered at the surface of Test Boring Nos. 1, 5, 6, and 7. The subsurface soils immediately underlying the pavement section and topsoil consisted of sandy lean clay fill material. Underlying the fill material was native sandy lean clay, silty sand, and silty sand with gravel extending to the depths explored and/or to the bedrock below. Sandstone/siltstone bedrock was Arizona ■ Arkansas ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ Iowa ■ Kansas ■ Kentucky ■ Minnesota ■ Missouri Montana ■ Nebraska ■ Nevada ■ New Mexico ■ Oklahoma ■ Tennessee ■ Texas ■ Utah ■ Wisconsin ■ Wyoming Quality Engineering Since 1965 Geotechnical Engineering Report Terracon _ Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 ' - encountered in Test Boring Nos. 5, 6 and 7 at approximate depths of 5 to 8-1/2 feet below existing site grades. Groundwater was encountered in Test Boring Nos. 6 and 7 at approximate depths of 7 feet below existing site grades during initial drilling operations. The test boring holes were backfilled immediately after completion; therefore, stabilized water levels were not obtained. The results of our field exploration and laboratory testing completed for this study indicate that the soils and bedrock at the site have a low to moderate expansive potential. The soils and/or bedrock at anticipated foundation bearing depths has moderate foundation support capabilities. Based on the subsurface conditions encountered, the type of construction proposed for the Phase 2 portion of the facility (i.e. the addition to the Lory Student Center) and the anticipated wall and column loads being on the order of 1 to 4 klf and 50 to 200 kips, respectively, it is recommended the building addition be supported on a grade beam and straight shaft pier/caisson foundation system. It is also recommended to support the lightly loaded bus shelter structures on a spread footing/deadman foundation system to resist uplift forces. Conventional slab -on -grade construction is feasible for the proposed structure. Other design and construction recommendations, based upon geotechnical conditions., are presented in the report. We appreciate being of service to you in the geotechnical engineering phase of this project, and are prepared to assist you during the construction phases as well. If you have any questions concerning this report or any of our testing, inspection, design and consulting services please do not hesitate to contact us. Sincerely, p REG/ TERRACON Q:�o'A 4, Gary L. Wilson, E.I.T. David A. Richer,�� •°~'••» ��� Geotechnical Engineer Geotechnical Engis/ E�ment Manager Copies to: Addressee (4) Coover-Clark & Associates (2): Mr. Dave Clark Huitt-Zolars, Inc. (1): Woody TABLE OF CONTENTS Letter of Transmittal.............Page No, .............................. .......................... ................ ..........i INTRODUCTION...................................................................................................................1 PROPOSEDCONSTRUCTION............................................................................................2 SITEEXPLORATION...........................................................................................................2 FieldExploration................................................................................... 2 .................... SITECONDITIONS...............................................................................................................3 — SUBSURFACE CONDITIONS..............................................................................................4 Geology.......................................................................................................................4 _ Soil and Bedrock Conditions.......................................................................................4 Field and Laboratory Test Results...............................................................................5 GroundwaterConditions.............................................................................................5 — ENGINEERING ANALYSES AND RECOMMENDATIONS...................................................6 GeQlechNeal Considerations.......................................................................................6 _ Fo'undation Systems....................................................................................................6 LateralEarth Pressures.............................................................................................10 Seismic Considerations ................ ............ .................................. .............. ................. 11 _ Floor Slab Design and Construction ................... .......... ..... .......... ............. .................11 Earthwork..................................................................................................................15 General Considerations....................................................................................15 SitePreparation...............................................................................................15 Subgrade Preparation......................................................................................16 Fill Materials and Placement............................................................................16 Excavation and Trench Construction...............................................................17 Additional Design and Construction Considerations..................................................18 Exterior Slab Design and Construction ........................................... .............. :... 18 Underground Utility Systems............................................................................18 CorrosionProtection.........................................................................................18 SurfaceDrainage.............................................................................................19 GENERALCOMMENTS.....................................................................................................19 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 APPENDIX A Site Plan Logs of Borings APPENDIX B Laboratory Test Results APPENDIX C General Notes Pavement Notes iv - GEOTECHNICAL ENGINEERING REPORT PROPOSED CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER SOUTH OF W. PLUM, EAST OF LAGOON, AND NORTH OF LORY STUDENT CENTER FORT COLLINS, COLORADO TERRACON PROJECT NO. 20015282 JANUARY 31, 2002 INTRODUCTION Terracon has completed a geotechnical engineering exploration for the proposed City of Fort Collins and Colorado State University Transit Center Facility situated north of the Lory Student Center, south of West Plum Street, and East of the existing Lagoon located on the Colorado State University's Main Campus, in Fort Collins, Colorado. The site is located in the Northeast 1/4 of Section 14, Township 7 North, Range 69 West of the 6th Principal Meridian, Larimer County, Colorado. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: • subsurface soil and bedrock conditions • groundwater conditions • foundation design and construction • lateral earth pressures • floor slab design and construction • pavement design and construction • earthwork • drainage The recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, and experience with similar soil conditions, structures and our understanding of the proposed project. 1 ARTICLE B. 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 Geotechnical Engineering Report Proposed Transit Center _ City of Fort Collins and Colorado State University Project No. 20016282 PROPOSED CONSTRUCTION Terracon Based on available information provided, Terracon understands the project will consist of a new City of Fort Collins and CSU Transit Center Facility situated north of the Lory Student Center, south of West Plum Street, and east of the existing lagoon. The project will include concrete paved drives and parking areas, bus shelters, and in the future an expansion to the Lory Student Center. The anticipated wall and column loads for proposed building addition/expansion are anticipated to be on the order of 1 to 4 klf and 50 to 350 kips, respectively. The bus shelters are assumed to be relatively lightly loaded 10-foot by 20-foot open steel framed structures. SITE EXPLORATION The scope of the services performed for this project included a site reconnaissance by a geotechnical engineer, a subsurface exploration program, laboratory testing and engineering analyses. Field Exploration A total of 9 test borings were drilled on January 14, 2002 to approximate depths of 10 to 25- feet below existing site grades at the locations shown on, the Site Plan, Figure 1. Three of the — test borings were located within the proposed Lory Student Center building addition (Test Boring Nos, 5, 6, and 7). The remaining 6 test borings were located within proposed concrete paved areas and/or bus shelter locations. The borings were advanced with a truck -mounted drilling rig, utilizing 4-1/4 inch inside diameter hollow stem augers. The location of the test borings were pre -determined by the project architects/engineers. The borings were located in the field by pacing from existing site features and buildings. The accuracy of boring locations should only be assumed to the level implied by the methods used. Continuous lithologic logs of each boring were recorded by the geotechnical engineer during the drilling operations. At selected intervals, samples of the subsurface materials were taken by means of pushing thin -walled Shelby tubes, or by driving split -spoon samplers. Penetration resistance measurements were obtained by driving the split -spoon barrel into the subsurface materials with a 140-pound hammer falling 30 inches. The penetration resistance 2 Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20016282 Terracon value is a useful index in estimating the consistency, relative density or hardness of the materials encountered. Groundwater conditions were evaluated in each boring at the time of site exploration. The test boring holes were backfilled immediately after completion; therefore, stabilized water levels were not obtained Laboratory Testing All samples retrieved during the field exploration were returned to the laboratory for "— observation by the project geotechnical engineer and were classified in accordance with the Unified Soil Classification System described in Appendix C. Samples of bedrock were classified in accordance with the general notes for Bedrock Classification. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Boring logs were prepared and are presented in Appendix A. Laboratory tests were conducted on selected soil and bedrock samples and are presented in Appendix 13., The test results were used for the geotechnical engineering analyses, and the development' of foundation and earthwork recommendations. All laboratory tests were performed in general accordance with the applicable ASTM, local or other accepted standards. Selected soil and bedrock samples were tested for the following engineering properties: Water Content • Plasticity Index • Dry Density Water Soluble Sulfate Content • Consolidation • Expansion • Compressive Strength • R-Value - • Grain Size SITE CONDITIONS The area for the proposed Lory Student Center addition is situated on the north and west side of the existing facility on CSU's main campus. The area is presently grass -landscaped with concrete sidewalks. The area for the proposed transit center facility is situated north of the existing Lory Student Center and is presently covered by asphalt parking and drive areas. 3 Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 Terracon West Plum Street lies to the north, the Engineering Building lies to the east, an existing asphalt parking lot lies to the northeast, and an existing lagoon lies to the west. SUBSURFACE CONDITIONS Geology The proposed area is located within the Colorado Piedmont section of the Great Plains physiographic province. The Colorado Piedmont, formed during Late Tertiary and Early quaternary time (approximately two -million (2,000,000) years ago), is a broad, erosional trench - which separates the Southern Rocky Mountains from the High Plains. Structurally, the site lies along the western flank of the Denver Basin. During the Late Mesozoic and Early Cenozoic Periods (approximately seventy million (70,000,000) years ago), intense tectonic activity occurred, causing the uplifting of the Front Range and associated downwarping of the Denver Basin to the east. Relatively flat uplands and broad valleys characterize the present-day topography of the Colorado Piedmont in this region. The site is underlain by the Cretaceous Pierre formation. The Pierre Shale underlies the site at depths of 5 to 8-1/2 feet in Test Boring Nos. 5, 6 and 7, and at greater depths of 10 feet in the remaining borings. The bedrock is overlain by atiluvial clays and sands of Pleistocene and/or Recent age. Mapping completed by the Colorado Geological Survey .('Hart, 1972), indicates the site in an area of "Moderate Swell Potential". Potentially expansive materials mapped in this area include bedrock, weathered bedrock and colluvium (surficial units). Due to the gentle slopes at the site, geologic hazards at the site are anticipated to be low. Seismic activity in the area is low; and from a structural geology standpoint, the site should be stable. Soil and Bedrock Conditions Approximately 1 to 3-inches of asphalt pavement underlain by approximately 3 to 5-inches of aggregate road base material was encountered at the surface of Test Boring Nos. 2, 3, 4, 8, and 9. An approximate 6-inch layer of silty topsoil was encountered at the surface of Test Boring Nos. 1, 5, 6, and 7. The subsurface soils immediately underlying the pavement section and topsoil consisted of sandy lean clay fill material. Underlying the fill material was natural 'Hart, Stephen S., 1972. Potentially Swelling Soil and Rock In the Front Range Urban Corridor, Colorado, Colorado Geological Survey, Environmental Geology No. 7. 4 Geotechnicai Engineering Report Terracon Proposed Transit Center _ City of Fort Collins and Colorado State University Project No. 20015282 sandy lean clays and silty sand, and silty sand with gravel extended to the depths explored and/or bedrock. Sandstone/siltstone bedrock was encountered in Test Boring Nos. 5, 6 and 7 at approximate depths of 5 to 8-1/2 feet below existing site grades, and extended to the depths explored. Field and Laboratory Test Results Field and laboratory test results indicate the clay soils are relatively plastic, soft to stiff in consistency, exhibit low to moderate expansive potential and low to moderate bearing characteristics. The sandy soils are loose to medium dense in relative density, exhibits non- to low expansive potential, and low to moderate bearing characteristic. The bedrock is weathered to competent and moderately hard to hard, exhibits moderate bearing characteristics and generally low to moderate swell potential. Groundwater Conditions Groundwater was encountered in Test Boring Nos. 6 and 7 at approximate depths of 7 feet below existing site grades during initial drilling operations. The test boring holes were - backfilled immediately after completion; therefore, stabilized water levels were not obtained. Groundwater' levels can be expected to fluctuate with varying seasonal and weather _ conditions. Based upon review of U.S. Geological Survey maps (2Hillier, et al, 1983), regional groundwater is expected to be encountered in unconsolidated alluvial deposits on the site, at depths - ranging from 10 to 20 feet below the existing ground surface. - The possibility of groundwater fluctuations should be considered when developing design and construction plans for the project. Fluctuations in groundwater levels can best be determined by implementation of a groundwater -monitoring plan. Such a plan would include installation of groundwater monitoring wells, and periodic measurement of groundwater levels over a sufficient period of time. 2 Hillier, Donald E.: Schneider, Paull A., Jr.; and Hutchinson, E. Carter, 1983, Depth to Water Table (1979) in the Boulder - Fort Collins -Greeley Area, Front Range Urban Corridor, Colorado, United States Geological Survey, Map I-855-I. 5 Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20016282 ENGINEERING ANALYSES AND RECOMMENDATIONS Geotechnical Considerations Terracon The site appears suitable for the proposed construction from a geotechnical engineering point of view. The following foundation systems were evaluated for use on the site: • spread footings or deadman foundations bearing on undisturbed soils and/or engineered fill for the proposed bus shelters, and • grade beams and straight shaft piers/caisson drilled into the bedrock for the expansion to the Lory Student Center. Foundation Systems Spread Footings/Deadman Foundation System Due to the presence of low swelling subsurface soils on the site, spread footing foundations bearing upoiI, undisturbed subsoils and/or engineered fill are recommended for support for the proposed bus shelter structures. The footings may be designed for a maximum bearing pressure of 1,500 psf bearing on the overburden clay native soils. In addition, all of the footings should be sized to maintain a minimum dead load pressure of 500 psf. The design bearing pressure applies to dead loads plus design live load conditions. The design bearing pressure may be increased by one-third when considering total loads that include wind or seismic conditions. Footings should be proportioned to reduce differential foundation movement. Proportioning on the basis of equal total settlement is recommended; however, proportioning to relative constant dead -load pressure will also reduce differential settlement between adjacent footings. Total settlement resulting from the assumed structural loads is estimated to be on the order of 1-inch or less. Differential settlement should be on the order of 1/2 to 3/4 of the estimated total settlement. Additional foundation movements could occur if water from any source infiltrates the foundation soils; therefore, proper drainage should be provided in the final design and during construction. Reinforced concrete foundations, cast in excavations against undisturbed subsoils are recommended for resistance to uplift for the proposed bus shelter/canopy structures. Footing or dead -man foundations may be designed using the cone method. The equation for 0 Geotechnical Engineering Report Proposed Transit Center 'City of Fort Collins and Colorado State University Project No. 20015282 Terracon determining the ultimate uplift capacity as a function of footing or dead -man foundation dimension, foundation depth, and soil weight is presented below: T=0.4xyxDZx(B+Q+W Where: T = Ultimate uplift capacity (Ibs) y = Unit weight of soil (Ibs/ft3)* D = Depth to base of footing foundation below final grade (ft) B = Width of footing foundation (ft) L = Length of footing foundation (ft) W= Weight of footing + weight of soil directly over the top of the footing/block (Ibs) *A unit weight (y) of 120 pcf is recommended for soil (either undisturbed or compacted backfill) at this site. The design uplift resistance should be calculated by dividing the ultimate resistance obtained from the equation above by an appropriate factor of safety. A factor of safety of at least 2 is recommended for live uplift loads in the analysis. Footings, foundations and masonry walls should be reinforced as necessary to reduce the potential for distress caused by differential foundation movement. The use of joints at openings or other discontinuities in masonry walls is recommended. Foundation excavations should be observed by the geotechnical engineer. If the soil conditions encountered differ significantly from those presented in this report, supplemental recommendations will be required. Grade Beams and Straight Shaft Piers Due to the expansive potential of the bedrock and anticipated maximum column loads of 50 kips to 350 kips, a grade beam and drilled pier foundation system is recommended for support of the proposed Lory Student Center addition. Straight shaft piers, drilled a minimum of 10 feet into competent or hard siltstone/claystone bedrock, with a minimum shaft length of 25 feet are recommended. For axial compression loads, piers may be designed for a maximum end -bearing pressure of 20,000 pounds per square foot (psf), and a skin friction of 2,000 for.the portion of the pier in 7 Geotechnical Engineering Report Proposed Transit Center _ City of Fort Collins and Colorado State University Project No. 20015282 Terracon firm or harder bedrock. All piers require sufficient dead load and/or additional penetration into the bearing strata to resist potential uplift of the expansive materials. All piers should be designed for a minimum dead -load pressure of 7,500 psf, based upon pier end area. -- A minimum practical horizontal spacing between piers of at least three (3) diameters should be maintained, and adjacent piers should bear at about the same elevation. Piers should be considered to work in group action if the horizontal spacing is less than three pier diameters. The capacity of individual piers may need to be reduced when considering the effects of group action. Capacity reduction is a function of pier spacing and the number of piers within a group. If group action analyses are necessary, capacity reduction factors can be provided. To satisfy forces in the horizontal direction, for a pier diameter of 12-inches, piers may be designed for lateral loads using a modulus of 100 tons per square foot for the portion of the pier in the overburden clay soils and/or engineered fill, and 300 tsf in bedrock. The coefficient of subgrade reaction for varying pier diameters is as follows: " bxs s✓�,y x'�i �4 ti�� I� 1w v..,v -, * a u x�r�yi'4 -syr *�rw t>�` a �k tf�'e�rSiC1t ��an °Y.:4„��Y '��.�Ri�,yS-.: W a ,Su-3 ♦,,W 24 50 150 30 40 140 36 33 117 42 28 100 48 25 88 The soil modulus and coefficient of subgrade reaction are ultimate values; therefore, appropriate factors of safety should be applied in the pier design. When the lateral capacity of drilled piers is evaluated by the L-Pile (COM 624) computer program, we recommend that internally generated load -deformation (P-Y) curves be used. Terracon recommends the "stiff clay with no water" condition be used. The following — parameters may be used for the design of laterally loaded piers, using the L-Pile (COM 624) computer program: -- Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 Terracon Parameters Compacted Existing Fill Material and on -site Bedrock Structural Fill Clay Soils Unit Weight of Soil (pco 130 115(') 120(') Cohesion (psf) 0 1500 5000 Angle of Internal Friction 0 35 23 0 (degrees) Strain Corresponding to '/: --- 0.02 0.010 Max. Principal Stress Difference .50 *Notes: 1) Use of 65 PCF below the water table All piers should be reinforced full depth for the applied axial, lateral and uplift stresses imposed. The amount of reinforcing steel for expansion should be determined by the tensile force created by the uplift force on each pier, with allowance for dead -load. Minimum reinforcement of at least one-half percent of the cross -sectional area of each pier should be specified. — To reduce potential uplift forces on piers, use of long grade beam spans to increaseindividual pier loading is recommended. For this project, a minimum pier diameter of 24 inches is recommended. Drilling to design depths should be possible with conventional single flight power augers. Groundwater conditions indicate that temporary steel casing may be required to properly drill and clean piers prior to concrete placement. Groundwater should be removed from each pier hole prior to concrete placement. Pier concrete should be placed immediately after completion _ of drilling and cleaning. If pier concrete cannot be placed in less than 3 inches of water, a tremie should be used for concrete placement. Due to potential sloughing and raveling, foundation concrete quantities may exceed calculated geometric volumes. Casing should be withdrawn in a slow continuous manner maintaining a sufficient head of concrete to prevent infiltration of water or the creation of voids in pier concrete. Pier concrete should have a relatively high fluidity when placed in cased pier holes or through a tremie. Pier concrete with a slump in the range of 5 to 8 inches is recommended. 9 -- Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 Free -fall concrete placement in piers will only be acceptable if provisions are taken to avoid striking the concrete on the sides of the hole or reinforcing steel. The use of a bottom -dump hopper, or tremie discharging near the bottom of the hole where concrete segregation will be minimized, is recommended. To provide increased resistance to potential uplift forces, the sides of each pier should be mechanically roughened in the bearing strata. This should be accomplished by a roughening tooth placed on the auger. Pier bearing surfaces must be cleaned prior to concrete placement. A representative of the geotechnical engineer should inspect the bearing surface and pier configuration. Lateral Earth Pressures For soils above any free water surface, recommended equivalent fluid pressures for unrestrained foundation elements are: • Active: i Cohesive soil backfill (on -site clays) ...................................... 45 psf/ft Cohesionless soil backfill (imported or on -site sands) ........... 35 psf/ft On -site bedrock materials ..........................not recommended for use • Passive: Cohesive soil backfill (on -site clays) .................................... 250 psf/ft Cohesionless soil backfill (imported sands) ......................... 350 psf/ft Where the design includes restrained elements, the following equivalent fluid pressures are recommended: • At rest: - Cohesive soil backfill (on -site clay) ........................................ 60 psf/ft Cohesionless soil backfill (imported or onsite sands) ............ 50 psf/ft On -site bedrock materials ..........................not recommended for use Fill against grade beams and retaining walls should be compacted to densities specified in Earthwork. High plasticity clay soils should not be used as backfill against retaining walls. Compaction of each lift adjacent to walls should be accomplished with hand -operated tampers 10 -- Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20016282 Terracon or other lightweight compactors. Overcompaction may cause excessive lateral earth pressures, which could result in wall movement. Seismic Considerations The project site is located in Seismic Risk Zone I of the Seismic Zone Map of the United States as indicated by the 1997 Uniform Building Code. Based upon the nature of the subsurface materials, a soil profile type S, should be used for the design of structures for the proposed project (1997 Uniform Building Code, Table No. 16-J). Floor Slab Design and Construction It is anticipated non -expansive or low -swelling natural soils or engineered fill will support the floor slabs. Some differential movement of slabs -on -grade floor systems is possible should the subgrade soils become elevated in moisture content. To reduce potential slab movements, the subgrade soils should be prepared as outlined in the earthwork section of this report. For structural design of concrete slabs -on -grade, a modulus of subgrade reaction of 100 pounds per •cubic inch (pci) may be used for floors supported on existing or engineered fill consisting of ion -site soils. A modulus of 200 pci may be used for floors supported on at least 2 feet of non -expansive imported fill meeting the specifications outlined below. Additional floor slab design and construction recommendations are as follows: • Positive separations and/or isolation joints should be provided between slabs and all foundations, columns or utility lines to allow independent movement. • Control joints should be provided in slabs to control the location and extent of cracking. • Interior trench backfill placed beneath slabs should be compacted in accordance with recommended specifications outlined below. • In areas subjected to normal loading, a minimum 4-inch layer of sand, clean - graded gravel or aggregate base course should be placed beneath interior slabs. For heavy loading, reevaluation of slab and/or base course thickness r- may be required. 11 OWNER: CITY OF FORT COLLINS CONTRACTOR: By: By: JOHN F. FISCHBACH, CITY MANAGER mys JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: Clerk Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 Approved as to Form sistant City Attorney Title: Date: (CORPORATE SEAL) Attest: Address for giving notices: LICENSE NO.: 9/12/01 Section 00520 Page 6 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20016282 • Floor slabs should not be constructed on frozen subgrade. • Other design and construction considerations, as outlined in the ACI Design Manual, Section 302.1 are recommended. Pavement Design and Construction Design of pavements for the project have been based on the procedures outlined in the 1993 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO), City of Fort Collins criteria, and the following data. For flexible pavement design, a design life of 20 years was utilized. Using a laboratory tested design R-value of 15 for the proposed Transit Center, appropriate ESAL/day, environmental criteria and other factors, the structural numbers (SN) of the pavement sections were determined on the basis of the 1093 AASHTO design equation. Favement n118 k� P " ESAts e y 20 (nffilaf ' 3ermgral Sj, -2 Sectmn > EDLR year Rha6iirty ,, ServAceab�jity `'SerVro`eability a'ear� ; Design CSU Transit, 180 1,314,000 90 4.5 2.5 3.24 (1) The 18-kip equivalent daily load application value of 180 was provided by the City of Fort Collins Facilities Department and based on the utilization of i8 buses per day for a 10 hour day which for this project equates to an 18-kip EDLA of approximately 180. Local drainage characteristics of proposed pavement areas are considered to vary from fair to — good depending upon location on the site. For purposes of this design analysis, fair drainage characteristics are considered to control the design. These characteristics, coupled with the approximate duration of saturated subgrade conditions, results in a design drainage coefficient of 1.0 when applying the AASHTO criteria for design. In addition to the flexible pavement design analyses, a rigid pavement design analysis was completed, based upon AASHTO and/or CDOT design procedures. Rigid pavement design is based on an evaluation of the Modulus of Subgrade Reaction of the soils (K-value); the Modulus of Rupture of the concrete, and other factors previously outlined. The design K-value of 100 pounds per cubic inch (pci) for the subgrade soil was determined by correlation to the laboratory tests results. A modulus of rupture of 650 psi (working stress 488 psi) was used for pavement concrete. The rigid pavement thicknesses for each traffic category were determined 12 Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 Terracon on the basis of the AASHTO and/or CDOT design equation. Recommended alternatives for flexible and rigid pavements, summarized for each street, are as follows: -:Recommended. Minimum: Pavement: Thicknesses - Actual Traffic Area Alternatives -Asphalt Concrete Asphalt. Concrete. land Surface Grading S or Surface ent Total versus Sx Grading SGrete Required Sa cn A 2.0 3.0 MA 15.0 3.30/3.24 ;:Transit "1 B 3.5 4.07.5 3.30/3.24Center 161 C 3.0 3.0 12.0 3.30/3.24p 8.0 N/A (1) Alternative A: Provides the minimum pavement thicknesses for use of asphalt concrete surface material, Grading S, SX and SG, underlain by Class 5 or 6 aggregate road base material. (2) Alternative B: Provides the minimum pavement thicknesses for use of full -depth asphalt concrete` surface material, Grading S or SX, underlain by asphalt concrete surface material; Grading SG. (3) Alternative C: Provides the minimum pavement thicknesses for use of full -depth asphalt concrete surface material, Grading S or SX, underlain by a minimum 6-inches of Class 5 or 6 aggregate road base material. (4) Alternative D: Provides the minimum required pavement thicknesses for use of Portland Cement Concrete pavement. Each alternative should be investigated with respect to current material availability and economic conditions. Aggregate base course (if used on the site) should consist of -a blend of sand and gravel, which meets strict specifications for quality and gradation. Use of materials meeting Colorado Department of Transportation (CDOT) Class 5 or 6 specifications is recommended for base course. Aggregate base course should be placed in lifts not exceeding — six inches and should be compacted to a minimum of 95% Standard Proctor Density (ASTM D696). Asphalt concrete pavement should be composed of a mixture of aggregate, filler and additives, if required, and approved bituminous material. The asphalt concrete should conform to approved mix designs stating the Hveem and/or SuperPave properties, optimum asphalt content, job mix formula and recommended mixing and placing temperatures. Aggregate used 13 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 in the asphalt concrete should meet particular gradations, such as the Colorado Department of Transportation Grading S, SX or SG specifications. Mix designs should be submitted prior to construction to verify their adequacy. Asphalt material should be placed in maximum 3-inch lifts and should be compacted to a minimum of 92 to 96 % of Maximum Theoretical Density. Where rigid pavements are used, the concrete should be obtained from an approved mix design with the following minimum properties: • Compressive Strength @ 28 days...........................................4000 psi minimum • Modulus of Rupture @ 28 days... .......................... ................... 600 psi minimum • Strength Requirements....................................................................... ASTM C94 Minimum Cement Content.........................................................6.0 sacks/cu. yd. • Cement Type............................................................................... Type I Portland — Entrained Air Content.............................................................................. 4 to 8% • Concrete Aggregate ..................................... ASTM C33 and CDOT Section 703 lggregateSize...........................................................................1 inch maximum • Maximum Water Content ...................................................... 0.49 lb/lb of cement • Maximum Allowable Slump.....................................................................4 inches Concrete should be deposited by truck mixers or agitators and placed a maximum of 90 -- minutes from the time the water is added to the mix. Other specifications outlined by the Colorado Department of Transportation should be followed. - Longitudinal and transverse joints should be provided as needed in concrete pavements for expansion/contraction and isolation. The location and extent of joints should be based upon the final pavement geometry and should be placed (in feet) at roughly twice the slab thickness (in inches) on center in either direction. Sawed joints should be cut within 24-hours of concrete placement, and should be a minimum of 25% of slab thickness plus 1/4 inch. All joints should be sealed to prevent entry of foreign material and doweled where necessary for load transfer. Preventative maintenance should be planned and provided for through an on -going pavement management program in order to enhance future pavement performance. Preventative maintenance activities are intended to slow the rate of pavement deterioration, and to preserve the pavement investment. 14 Geotechnical Engineering Report Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 Terracon Preventative maintenance consists of both localized maintenance (e.g. crack sealing and _ patching) and global maintenance (e.g. surface sealing). Preventative maintenance is usually the first priority when implementing a planned pavement maintenance program and provides the highest return on investment for pavements. Recommended preventative maintenance policies for asphalt and jointed concrete pavements, based upon type and severity of distress, are provided. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventative maintenance. Earthwork General Considerations The following presents recommendations for site preparation, excavation, subgrade preparation and placement of engineered fills on the project. All earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, subgrade preparation, foundation bearing soils, and other geotechnical conditions exposed during the construction of the project. • Site Preparation Strip and remove uncontrolled fill (if encountered during construction), vegetation, debris, and other deleterious materials from proposed building and pavement areas. All exposed surfaces should be free of mounds and depressions, which could prevent uniform compaction. The site should be initially graded to create a relatively level surface to receive fill, and to provide for a relatively uniform thickness of fill beneath proposed pavements and building structures. All exposed areas which will receive fill, once properly cleared and benched where necessary, should be scarified to a minimum depth of eight inches, conditioned to near optimum moisture content, and compacted. 15 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No.20015282 Engineered fill should be placed and compacted in horizontal lifts, using equipment and _ procedures that will produce recommended moisture contents and densities throughout the lift. Recommended compaction criteria for engineered fill materials are as follows: Material Minimum Percent (ASTM D698) Scarified subgrade soils........................................................................ 95 On -site and imported fill soils: Beneath foundations.................................................................. 95 Beneathslabs............................................................................ 95 Beneath pavements ...................................... .. 95 ........................... Miscellaneous backfill (non-structural areas) ......................................... 90 On -site clay soils should be compacted within a moisture content range of 2 percent below, to 2 percent above optimum. Imported granular soils and/or on -site sands shoul,d be compacted within a moisture range of 3 percent below to 3 percent above r- optimum unless modified by the project geotechnical engineer. 1 • Excavation and Trench Construction Excavations into the on -site soils will encounter a variety of conditions. The individual contractor(s) should be made responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of safety following -- local and federal regulations, including current OSHA excavation and trench safety standards. The soils to be penetrated by the proposed excavations may vary significantly across the site. The preliminary soil classifications are based solely on the materials encountered in widely spaced exploratory test borings. The contractor should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, the actual conditions should be evaluated to determine any excavation modifications necessary to maintain safe conditions. 17 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 As a safety measure, it is recommended that all vehicles and soil piles be kept to a minimum lateral distance from the crest of the slope equal to no less than the slope height. The exposed slope face should be protected against the elements. -- Additional Design and Construction Considerations • Exterior Slab Design and Construction Exterior slabs -on -grade, exterior architectural features and utilities founded on or in backfill may experience some movement due to the volume change of the backfill. Potential movement could be reduced by: • minimizing moisture increases in the backfill • controlling moisture -density during placement of backfill • using designs which allow vertical movement between the exterior features and adjoining structural elements • placing effective control joints on relatively close centers i Underground Utility Systems All piping should be adequately bedded for proper load distribution. It is suggested that clean, graded gravel compacted to 75 percent of Relative Density ASTM D4253 be used as bedding. Where utilities are excavated below groundwater, temporary dewatering will be required during excavation, pipe placement and backfilling operations for proper construction. Utility trenches should be excavated on safe and stable slopes in accordance with OSHA regulations as discussed above. Backfill should consist of the on -site soils or imported material approved by the geotechnical engineer. The pipe backfill should be compacted to a minimum of 95 percent of Standard Proctor Density ASTM D698. • Corrosion Protection Results of soluble sulfate testing indicate that ASTM Type I Portland cement is suitable for all concrete on and below grade. However, if there is no, or minimal cost differential, use of ASTM Type II Portland cement is recommended for additional sulfate resistance of construction concrete. Foundation concrete should be designed in accordance with the provisions of the ACI Design Manual, Section 318, Chapter 4. in Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20016282 Surface Drainage Positive drainage should be provided during construction and maintained throughout the life of the proposed project. Infiltration of water into utility or foundation excavations — must be prevented during construction. Planters and other surface features, which could retain water in areas adjacent to the building or pavements, should be sealed or eliminated. In areas where sidewalks or paving do not immediately adjoin the structure, we recommend that protective slopes be provided with a minimum grade of approximately 5 percent for at least 10 feet from perimeter walls. Backfill against _ footings, exterior walls, and in utility and sprinkler line trenches should be well compacted and free of all construction debris to reduce the possibility of moisture infiltration. Downspouts, roof drains or scuppers should discharge into splash blocks or extensions when the ground surface beneath such features is not protected by exterior slabs or paving. Sprinkler systems should not be installed within 5 feet of foundation walls. Landscaped irrigation adjacent to the foundation system should be minimized or eliminated. GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be ,made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide testing and observation during excavation, grading, foundation and construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations, which may occur between borings or across the site. The nature and extent of such variations may not become evident until construction. If variations appear, it will be necessary to reevaluate the recommendations of this report. The scope of services for this project does not include either specifically or by implication any environmental assessment of the site or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the potential for such contamination, other studies should be undertaken. 19 Geotechnical Engineering Report Terracon Proposed Transit Center City of Fort Collins and Colorado State University Project No. 20015282 This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. in the event that changes in the nature, design, or location of the project as outlined in this report, -- are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes, and either verifies or modifies the conclusions of this report in writing. GEOTECHNICAL ENGINEERING REPORT - APPENDIX A -- EPE W. PLUM STREET y-- IS N0.2 NO.9 Ira NO 4 % ✓ \\\\ �N0.3 •� �� dLJ` SNO.7 ENGINEERING BUILDING LAGOON \.\ IORV STUDENT CENTER 1�p IGURE I: SITE DlAGR4M llVOjlj��TE F FT. COLLINS a COLORADO STATE UNiv. TRANSIT CENTERFORT COLLINS, COLORADO LEGEND DAR Pro ed No.10mF,287 9 APPROX. TEST BORING LOCATION DAR lrerracDAR 3m1 N. Hoe Street I/2B/02 AR Fort GoIIMs, C 1l 8110 90521 Dreun eB,SDCDIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS NOT (MENDED FOR CONSTRUCTION PURPOSES. 5202FIG1 FW. No. SECTION 00530 NOTICE TO PROCEED Description of Work: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 To: 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 CONT Title: 7/96 Section 00530 Page 1 r-- LOG OF BORING NO. 1 Page 1 of 1 CLIENT City of Fort Collint - Facilities SITE North of Lory Student Center PROJECT Fort Collins, Colorado Colorado State University Transit Center SAMPLES TESTS DESCRIPTION °m > Z $t EEI- w > zn ofw z ravaOv z Hp t--z 3°FILL Y MATERIAL 1 SS 12 17 Sandy Lean Clay trace Gravel 2 SS 12 13 13.2 Tan, brown, moist, medium stiff to very stiff 5 5 3 SS 12 6 16.2 SANDY LEAN CLAY Tan, brown, moist, soft to stiff tp to 4 SS 12 4 23.9 BOTTOM OF BORINGit I. The stratification lines represent the approximate boundary lines between soil and rock types7 in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft BORING STARTED 1-14-02 WIL DRY WD i Ireirracon C DFOREMAN 1 1WAIRS L � SL RGING CME55 WL Initial Water Level Reading APPROVED DAR JOB # 20015282 LOG OF BORING NO. 2 Page 1 of 1 CLIENT City of Fort Collins - Facilities SITE North of Lory Student Center PROJECT Fort Collins, Colorado Colorado State University Transit Center SAMPLES TESTS (� o DESCRIPTION J m a ❑ a U } c r ZS [L Q H �. W U M g W O ZN WF HZ ZZ OW fLmd QD', O K J J ❑ Z K ym �OU ❑�. �U) oeON 0.3 3" ASPHALT 0.5 3" AGGREGATE BASE COURSE 1 SS 12 8 SANDY LEAN CLAY 2 SS 12 9 20.4 Tan, brown, moist, soft to stiff 0.0008 3 SS 12 3 25.2 5 t0 10 4 SS 12 9 19.1 BOTTOM OF BORING r� r The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft Irerracon BORING STARTED 1-14-02 WL I DRY WD IT COMPLETED 1 1 4-02 WL IWL L BORING CME55FOREMAN AIRS Initial Water Level Reading APPROVED DAR JOB # 20015282 LOG OF BORING NO. 3 page 1 of 1 CLIENT` City of Fort Collins - Facilities SITE North of Lory Student Center PROJECT Fort Collins, Colorado Colorado State University Transit Center SAMPLES TESTS () o DESCRIPTION J m ;e a s w x w U a. g N w y w z r z Z7 zz g0 �zS Q H N m w O ? WH ow OH# w y >a> w ~Z 0 ¢ ? 0 x � _ 0 0 z�� �u �y 0.1 3" ASPHALT 0.5 3" AGGREGATE BASE COURSE 1 SS 12 5 FILL MATERIAL 2 SS 12 7 15.4 Sandy Lean Clay trace Gravel COMP. Tan, brown, gray, moist, soft to medium SAMPLE stiff @ 0'-4' 40/23/57 3 SS 12 4 17.3 5 9 SANDY LEAN CLAY 4 SS 12 6 19.1 10 Tan brown moist soft to stiff 1p BOTTOM OF BORING ;i I The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft IrerraconRIG BORING STARTED 1-14-02 WL Z DRY WD -V BORING COMPLETED 4-02 1 1ARS WL IWL T � CME 55 OREMAN Initial Water Level Reading APPROVED DAR JOB # 20015282 No Text LOG OF BORING NO. 5 CLIENT Page 1 of 1 City of Fort Collins - Facilities SITE North of Lory Student Center PROJECT Fort Collins, Colorado Colorado State University Transit Center SAMPLES TESTS DESCRIPTION m > o o a a i w > z z �~ aww wJ� W O zm ,� o:w wH zC7 OW U Z D. O >' Up-' Zt~q QDLL JJ 0.5 6" TOPSOIL Ow Nm �� O n SOD FILL MATERIAL 1 SS 12 6 18.4 2 Sandy Lean Clay trace Gravel Tan brown moist soft to medium stiff SANDY LEAN CLAY Tan, brown, rust, moist, medium stiff to stiff 2 ST 12 19.3 102 2610 5 3 SS 12 7 21.0 5 WEATHERED CLAYSTON E/SANDSTONE/SI LTSTON E Tan, gray, rust, moist, moderately hard 8 4 ST 12 15.8 107 z CLAYSTONE/SANDSTONE/SILTSTONE 5 SS 12 38 15.3 Tan, gray, rust, moist, hard to very hard H x X X X X X X x X to X x x i X X X X X x X x X x X x X X X x 0.0007 6 SS 10 50/0.8 15.8 x x 15 .X X. X x X x z X X x X x X x .X XX X X XX 7 SS 8 50/0.7 15.5 X x 20 x x X x X x X X X x X X X X X X X x I x z x x 24A i BOTTOM OF BORING The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, It BORING STARTED 1-14-02 WIL Q DRY WD = BORING COMPLETED DFOREMAN 1-14-02 I rerracon WL � P RIG ARS WL Initial Water Level Reading APPROVED DAR I JOB # 20015282 LOG OF BORING NO. 6 CLIENT Page 1 of 1 City of Fort Collins - Facilities SITE North of Lory Student Center PROJECT Fort Collins, Colorado Colorado State University Transit Center SAMPLES TESTS DESCRIPTION M } w ~ L=2)j ¢wN m w p ZN wtw- l--to< D z o aim �OU c 0l=/1 TOPSOIL LL MATERIAL 1 SS 12 12 14.5 ndy Lean Clay trace Gravel n, brown, moist, medium stiff to stiff 0.0011 [AND Y LEAN CLAY n, brown, rust, moist, medium stiff to stiff3 2 ST 12 19.8 105 2150 S 12 4209ntermittent Silty Sand Lenses SZ gray, rust, moist, (STONEISANDS gra „`rust, moist, to very BOTTOM OF BORING c Y C u i The stratification lines represent the apprommate boundary lines between soil and rock types: in -situ, the transition may be gradual. n WATER LEVEL OBSERVATIONS, ft 10 1: ® A 1 6 1 SS 1 12 1 37 1 15.211—_­I 7 SS 12 40 75.5 SWELL 250 psf I 8 25 WL 4 7.0 WD irerracon i WL � ]Z WL Initial Water Level Reading 616 BORING STARTED 1-14-02 BORING COMPLETED 1-14-02 RIG CME-551 FOREMAN ARS APPROVED DAR JOB # 20015282 No Text LOG OF BORING NO, 8 CLIENT City of Fort Collins - Facilities SITE North of Lory Student Center P_ ROJECT Fort Collins, Colorado DESCRIPTION 3" AGGREGATE BASE COURSE FILL MATERIAL Sandy Lean Clay trace Gravel Tan, brown, gray, moist, medium stiff to very stiff SANDY LEAN CLAY Tan, brown, moist, soft to stiff Tan, brown, moist, loo BOTTOM OF BORING i medium dense 1 of 1 I Colorado State University Transit Center SAMPLES TESTS J O m > ee LU G f- W C C N W a W F- Z F, Z� LL 2 0 H m W O Z3 WF OZ �F-u o0 w p O U¢ N,z �aae¢nm 0 1 SS 12 18 COMP. SAMPLE 2 SS 12 20 16.0 @ U-4- 32/15/43 3 SS 17 S io 7 MRN®-M---' 6 The stratification lines represent the approximate boundary lines - between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft BORING STARTED 1-14-02 Ill WL Y DRY WD rerracon ROBING CO IG ME55EDFOREMAN 1-14-02 ARS n WL Initial Water Level Reading APPROVED DAR I JOB # 20015282 GEOTECHNICAL ENGINEERING REPORT - APPENDIX B -41 APPLIED PRESSURE, TSF Specimen Identification Classification Yd, pcf WC,% • 5 7,Oft WEATHERED CL4YSTONE/SANDSTONEISILTSTONE 112 1 16 Notes: CONSOLIDATION TEST ado state �University �ransft center 1rerracon Site: eNo hoofrLory Student center TFort Collins, Colorado Job #: 20015282 Date: 1-24-02 No Text N N 0 II SWELL - %- CONSOLIDATION 0 to 0 W o � U LL `m _ U U H N Q o 0 L" c N > (D Z 'c C O � R � cl) co o 2 'o o w J 00 O Q N 0 U o o N m z �k O Q c O u m 0 o � r 7U rO_ _N �9 r F' � m O W 0 W a J rn Z O m _ 'ac o f LU c U m F- to p a° N z J O � N a M N Z in Z m m m 0 Z m a m U m .a U 0 N 0 o n O W d' W t o It �-% _ W z " � a O ifi�o 0 0 c U 0 C u E m -- - _ -- - - U 0)h U• N IBM uoi 0 Z v v a v a 00 co (Ni o 0 O o 0 0 0 0 0 0 0 0 OIIVd OIOA "��'�W�'��r. r. vrara �ivrr rVJryW Jl 0 o U � V a 0i c �9 t� 0 LL O W F- U Z 0 d c c m U U } 0 LL C o V J O N N 0 Z W U a N J 0 O U V a O C N 'O o co o J N O N O O O � U C o N O N Z U o o a IL °, � C 0 N 0 M U p 0 C u E m U N CO o Z • O O O O O O O O O V O C O oitva aeon ZWVZIl 10'J'Noovmd31 fdSZ8Z9LOOZ 4.8 OIOA 10SN0. Ol t i f00 N N � N N V OV V N O O '- .. Irerracan P.O. Box503 North 301 North Howes Street FORT COLLINS, COLORADO 80521 _ (970) 484-0369 FAX (970) 484-0464 RESISTANCE R-VALUE & EXPANSION' PRESSURE OF COMPACTED SOIL AASHTO T-190 CLIENT: City of Fort Collins PROJECT: CSU Transit DATE OF TEST: 22-Jan-02 LOCATION: B-3 @ 0.0' - 4.0' TERRACON NO. 20015282 CLASSIFICATION: Lean Clay with Gravel (visual) SAMPLE DATA TEST RESULTS TEST SPECIMEN NO. 1 COMPACTION PRESSURE (PSI) 120 DENSITY (PCF) 119.2 MOISTURE CONTENT (%) 13.9 EXPANSION PRESSURE (PSI) 0.37 HORIZONTAL PRESSURE @ 160 PSI 117 _ SAMPLE HEIGHT (INCHES) 2.40 EXUDATION PRESSURE (PSI) 159.1 CORRECTED R-VALUE 21.9 UNCORRECTED R-VALUE 22.9 2 200 122.5 13.5 0.53 98 2.31 290.4 34.1 36.9 3 250 125.4 12.8 0.56 78 2.55 429.6 49.8 49.8 R-VALUE;@ 300 PSI EXUDATION PRESSURE = 35 100 90 80 70 w 60 � f50 40 30 "20 10 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE - PSI P.D. Box503 Irerracan .. North 301 North Howes Street FORT. COLLINS, COLORADO 80521 . (970) 484-0359 FAX (970) 484-0454 RESISTANCE R-VALUE & ;EXPANSION PRESSURE OF COMPACTED SOIL AASHTO T-190 CLIENT: City of Fort Collins - Facilities DATE OF TEST: 22-Jan-02 PROJECT: City of Fort Collins and Colorado State University Transit Center LOCATION: Composite ample Test Boring No. @ 0.5' - 4.0' TERRACON NO. 20015282 CLASSIFICATION: Sandy Lean Clay-CL; AASHTO A-6 SAMPLE DATA TEST RESULTS TEST SPECIMEN NO. 1 2 COMPACTION PRESSURE (PSI) 120 200 DENSITY (PCF) 115.3 118.9 MOISTURE CONTENT (%) 17.8 16.0 EXPANSION PRESSURE (PSI) 0.37 0.53 HORIZONTAL PRESSURE @ 160 PSI 127 118 SAMPLE HEIGHT (INCHES) 2.40 2.31 EXUDATION PRESSURE (PSI) 159.1 290.4 CORRECTED R-VALUE 16.6 22.9 UNCORRECTED R-VALUE 17.3 24.8 3 250 120.4 14.6 0.56 108 2.55 429.6 31.2 31.2 R-VALUE@ 300 PSI EXUDATION PRESSURE = 23 100 90 80 i 70 I w 60 50 � I 40 30 20 10 I. 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE - PSI lrerraca CLIENT: City of Fort Collins - Facilities PROJECT: City of Fort Collins & CSU Transit Center PROJECT NO. 20015282 DATE: 1/30/2002 LOCATION: South of West Plum Street and North of Lory Student Center AASHTO 1993 PAVEMENT DESIGN PRO�OSE')2QADVtF3 ! ???� RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN 18-kip-(ESAL's) 180 1,314,000 (1) DESIGN 18-kip (ESAL's) 1,314,000 (2) RELIABILITY 90% a (2) RELIABILITY 90% (3) OVERALL DEVIATION 0.34 (3) OVERALL DEVIATION 0.44 (4) MODULUS OF RUPTURE 650 (5) MODULUS OF ELASTICITY 3,705,000 (6 LOAD TRANSFER 3.1 (4) R-VALUE (HVEEM STABILOMETER) 15 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 9,325 (8) DRAINAGE COEFFICIENT 1.0 (9) INITIAL SERVICEABILITY 4.5 (6) INITIAL SERVICEABILITY 4.5 (10) TERMINAL SERVICEABILITY 2.5 (7) TERMINAL SERVICEABILITY 2.5 Alternative D CALCULATED RIGID PAVEMENT THICKNESS, (IN): 7.15" CALCULATED STRUCTURAL NUMBER: 3.24 LAYER NUMBER PAVEMENT THICKNESS"' " _! 'PAVEMENT COEF�JGIENT ' } CAI:CU4A- ED"STRUCTURAj. PAVEM�NTTYPE$ECTIQN DRAINAGE jJEF 4ENT - THICKNESSr(INCHES) „ ,�,_.��> , UPPER 0.44 5.0 ASPHALTS z INGS, 1.0 2.20 ?I 0.11 10.0 AGGREGATE BASE COARSE- 1.0 1.10 CLASS 6 OR 6 Alternative A TOTAL 15.0 TOTAL 3.30 3.24 UPPER 0.44 3.5 ASPHALT SURFACE -GRADING S, 1.0 1.54 I 2 0.44 4.0 ASPHALT SURFACE -GRADING S, 1.0 1.76 Alternative B TOTAL 7.5 TOTAL 3.30 3.24 UPPER 0.44 3.0 ASPHALT SURFIN AOE-GRADG S, 1.0 1.32 S 2 0.44 - 3.0 ASPHALT SURFACE -GRADING S, 1.0 1,32 SO 3 0.11 6.0 AGGREGATE BASE COARSE- 1.0 0.66 CLASS 5 OR 6 Alternative C TOTAL 12.0 - TOTAL 3.30 3.24 GEOTECHNICAL ENGINEERING REPORT - APPENDIX C -� DRILLING AND EXPLORATION DRILLING & SAMPLING SYMBOLS; R : Ring Barrell - 2.42" I.D., 3" O.D., unless otherwise noted SS ; Split Spoon - 1 " I.D., 2" O.D., unless otherwise noted ST : Thin -Walled Tube - 2" O.D., unless otherwise noted PS :Piston Sample PA : Power Auger - WS : Wash Sample HA: Hand Auger FT ; Fish Tail Bit DS : Diamond Bit = 4", N, S RE : Rock Bit AS : Auger Sample BS : Bulk Sample HS ; Hollow Stem Auger PM : Pressure Meter DC : Dutch Cone WB : Wash Bore Penetration Test: Blows per foot of a 140 pound hammer falling 30 inches on a 2-inch O.D. split spoon, except where Inoted. WATER LEVEL MEASUREMENT SYMBOLS: WL : Water Level WCI :Wet Cave in WS :While Sampling WD : While Drilling DCI : Dry Cave in BCR : Before Casing Removal AS :After Boring ACR : After Casting Removal Water, levels indicated on the boring logs are the levels measured in the borings at the time indicated. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels is not possible with only short term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil Classification is based on the Unified Soil Classification system and the ASTM Designations D-2487 and D-2488. Coarse Grained Soils have more than 50% of their dry weight retained an a #200 sieve; they are described as: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are described as: clays, if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse grained soils are defined on the basis of their relative in -place density and fine grained soils on the basis of their consistency. Example: Lean clay with sand, trace gravel, stiff ICL); silty sand, trace gravel, medium dense (S,M). CONSISTENCY OF FINE-GRAINED SOILS: Unconfined Compressive Strength, Qu, psf Consistency < 500 Very Soft 500- 1,000 Soft 1,001 - 2,000 Medium 2,001 - 4,000 Stiff 4,001 - 8,000 Very Stiff 8,001-16,000 Very Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) (of Components Also Present in Sample) Trace With Modifier RELATIVE PROPORTIONS Descriptive Term(s) (of Components Also Present in Sample) Trace With Modifier Percent of Dry Weight < 15 15-29 > 30 OF FINES Percent of Dry Weight < 5 5-12 > 12 RELATIVE DENSITY OF COARSE -GRAINED SOILS: N-Blows/ft. Relative Density 0-3 Very Loose 4-9 Loose 10-29 Medium Dense 30-49 Dense 50-80 Very Dense 80+ Extremely Dense GRAIN SIZE TERMINOLOGY Major Component of Sample Boulders Cobbles Gravel Sand Silt or Clay Size Range Over 12 in. (300mm) 12 in. to 3 in. (300mm to 75mm) 3 in. to #4 sieve (75mm to 4.75mm) #4 to #200 sieve (4.75mmto 0.075mm) Passing #200 Sieve (0.075mm) l%rracon LABORATORY TESTS SIGNIFICANCE AND PURPOSE J TEST SIGNIFICANCE PURPOSE California Used to evaluate the potential strength of subgrade soil, Bearing subbase, and base course material, including recycled Pavement Ratio materials for use in road and airfield pavements. Thickness Design Consolidation Used to develop an estimate of both the rate and amount of Foundation both differential and total settlement of a structure. Design J Direct Shear Used to determine the consolidated drained shear strength of Bearing Capacity, soil or rock. Foundation Design & Slope Stability Dry Density Used to determine the in -place density of natural, inorganic, fine-grained Index Property soils. Soil Behavior Expansion Used to measure the expansive potential of fine-grained soil Foundation & Slab and to provide a basis for swell potential classification. Design Gradation Used for the quantitative determination of the distribution of particle sizes in soil. Soil Classification Liquid & Used as an integral.part.of engineering classification Plastic Limit, systems to characterize the fine-grained fraction of soils, and to Soil Classification Plasticity specify the fine-grained fraction of construction materials. Index Permeability Used to determine the capacity of soil or rock to conduct a Groundwater liquid or gas. Flow Analysis PH Used to determine the degree of acidity or alkalinity of a soil. Corrosion Potential JResistivity Used to indicate the relative ability of a soil medium to carry Corrosion electrical currents. Potential JR-Value Used to evaluate the potential strength of subgrade soil, Pavement subbase, and base course material, including recycled Thickness materials for use in road and airfield pavements. Design Soluble Used to determine the quantitative amount of soluble Corrosion Sulphate sulfates within a soil mass. Potential Unconfrned To obtain the approximate compressive strength of soils that Bearing Capacity Compression possess sufficient cohesion to permit testing in the Analysis unconfined state, for Foundations Water Used to determine the quantitative amount of water in a soil Index Property Content mass. Soil Behavior Irerracon — REPORT TERMINOLOGY (Based on ASTM D653) Allowable Soil Bearing Capacity The recommended maximum contact stress developed at the interface of the foundation element and the supporting material. Alluvium Soil, the constituents of which have been transported in suspension by flowing water and subsequently deposited by sedimentation. Aggregate Base Course A layer of specified material placed on a subgrade or subbase usually beneath slabs or pavements. Backfill A specified material placed and compacted in a confined area. Bedrock A natural aggregate of mineral grains connected by strong and permanent cohesive forces. Usually requires drilling, wedging, blasting or other methods of extraordinary force for excavation. Bench A horizontal surface in a sloped deposit. Caisson (Drilled pier or Shaft) A concrete foundation element cast in a circular excavation which may have an enlarged base. Sometimes referred to as a cast -in -place pier or drilled shaft. Coefficient of Friction A constant proportionality factor relating normal stress and the corresponding shear stress at which sliding starts between the two surfaces. Colluvium Soil, the constituents of which have been deposited chiefly by gravity such as at i the foot of a slope or cliff.. Compaction The densification of a soil by means of mechanical manipulation. Concrete Slab -on- ' A concrete surface layer cast directly upon a base, subbase or subgrade, and Grade typically used as a floor system. Differential Movement Unequal settlement or heave between, or within foundation elements of a structure. Earth Pressure The pressure or force exerted by soil on any boundary -such as a foundation wall. ESAL Equivalent Single Axle Load, a criteria used to convert traffic to a uniform standard, (18,000 pound axle loads). Engineered Fi11 Specified material placed and compacted to specified density and/or moisture conditions under observations of a representative of a geotechnical engineer. Equivalent Fluid A hypothetical fluid having a unit weight such that it will produce a pressure against a lateral support presumed to be equivalent to that produced by the actual soil. This simplified approach is valid only when deformation conditions are such that the pressure increases linearly with depth and the wall friction is neglected. Existing Fill (or man- Materials deposited through the action of man prior to exploration of the site. made fill Existing Grade The ground surface at the time of field exploration. Irerracon SECTION 00600 BONDS AND CERTIFICATES 00610 Performance 00615 Payment Bon 00630Certificate 00635 Certificate 00640Certificate 00650 Lien Waiver 00660Consent of 00670 Application Bond 9 of Insurance of Substantial Completion of Final Acceptance Release (CONTRACTOR) Surety for Exemption Certificate REPORT TERMINOLOGY — (Based on ASTM 0653) Expansive Potential The potential of a soil to expand (increase in volume) due to absorption of moisture. Finished Grade The final,grade created as a part of the project. Footing A portion of the foundation of a structure that transmits loads directly to the soil. Foundation The lower part of a structure that transmits - Frost Depth the loads to the soil or bedrock. The depth of which the ground becomes Grade Beam frozen during the winter season. — A foundation element or wall, typically constructed of reinforced concrete, used to span between other foundation Groundwater elements such as drilled piers. Subsurface water found in the zone of saturation of soils, or within fractures in bedrock. Heave Upward movement. Lithologic The characteristics which describe the composition and texture of soil and rock by observation. Native Grade The naturally occuring ground surface. Native Soil Naturally occurring on -site soil, sometimes referred to as natural soil. Optimum Moistures Content The water content at which a soil can be compacted to a maximum dry unit — weight by a given compactive effort. Perched Water !' Groundwater, usually of limited area maintained above a normal water elevation by the presence of an intervening relatively impervious continuing stratum. Scarify To mechanically loosen soil or break down existing soil structure. Settlement Downward movement. Skin Fdction (Side Shear) The frictional resistance developed between soil and an element of structure such as a drilled pier or shaft. Soil (earth) Sediments or other unconsolidated accumulations of solid particles produced by the physical and chemical disintegration of rocks, and which may or may contain organic matter. not Strain The change in length per unit of length in a given direction. Stress The force per unit area acting within a soil mass. Strip To remove from present location. Subbase A layer of specified material in a pavement system between the subgrade and base course. Subgrade The soil prepared and compacted to support a structure, slab or pavement system. 1rerracon UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests'' Coarse -Grained Gravels more than Clean Gravels Less Soils more than 50% of coarse 50% than 5% finest Cu > 4 and 1 Cc <3E 00 St retained on fraction retained on < No. 200 slave No. 4 sieve Cu < 4 andlor 1 > Cc > Sands 50% or more of coarse fraction Passes No. 4 sieve Fine -Grained Soils Silts and Clays 50% or more Liquid limit less Passes the than 50 No. 200 sieve Silts and Clays Liquid limit 50 or more ABased on the material passing the 3-in. (76-mm) sieve elf field sample contained c6bbles or boulders, orboth; add 'with cobbles or boulders, or both" to group 'name. `Gravels with to 12% fines require dual symbols: GW-GM well -graded gravel with silt GW,-GC well -graded gravel with clay GP -GM poorly graded gravel with silt GP -GC poorly graded gravel with clay 'Sands with 5 to 12% fines require dual symbols: SW-SM well -graded sand with silt SW -SC well -graded and with clay SP-SM poorly graded sand with silt SP-SC poorly graded sand with clay wr— Gravels with Fines more than 12% finest Fines classify as ML or MH noes classify as CL or CH Clean Sands Less than 5°% finesE Cu > 6 and 1 < Cc < 3E — — — Cu < 6 and/or 1 > Cc > 3E Sands with Fines Fines classify as ML or MH more than 12% fines° Fines Classify as CL or CH Inorganic PI > 7 and plots on or above "A line' PI < 4 or plots below "A" line' organic Liquid limit - oven dried Liquid limit - not dried < 0.75 inorganic PI plots on or above nA" line PI lots below "A" line organic Liquid limit - oven dried I rn, dd r....» ___ .. < 0.75 In color, and organic odor aCu'Dao/DL° Cc a (D°°)r D10 X D6. "If soil contains > 15% sand, add "with sand" to group Name. 'if fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. "If fines are organic, add "with organic fines" to group name. 'if soil contains > 15% gravel, add "with gravel" to group name. 'If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. . avr vMvvilienenn nl IMv�.nlnvtl voip ntl vbv'[ InvC 4Y Nn vv"m- '0 yninn0 olio wnuWaun cf '� -.ne '}"f 0.73 ILLf_ 2 I 353 O V"tlun�F:0.0 lLf d)-"f = I �t o\�, I-P Group ymbo GIN GP GM GC Sw Sp SM SC CL ML Group Narrea Well -graded gravel" Silty gravel,G,H Lean OL Organi CH Fat cla MH Elastic OH Organ PT Peat 'If soil contains 15 to 29% plus No. 200, add With sand" or "with gravel", whichever is predominant. Lif soil contains > 30% plus No. 200 predominantly.sand, add "sandy" to group name. °9f soil contains > 30°% plus No. 200, predominantly gravel, add "gravelly" to group name. "PI > 4 and plots on or above "A" line. °PI < 4 or plots below "A" line. "PI plots on or above "A" line. °PI plots below "A" Una. Ica llc iferraco RECOMMENDED PREVENTATIVE MA FOR ASPHALT CONCRETE 1 Distress Distress Recommended Cracking """` Patching Utility Cu Medium Patching Full -Depth Asphalt Concrete Patch Aggregate Cracking - Potholes Medium Clean & Seal an All Hi h Bumps & Sags Low No Railroad Crossing mealum Full -Depth Asphalt Concrete. Patch Hi h )egression Low .None .; Shoving Medium Shallow AC Patch Hi h Full -De h Patch Edge Cracking Low None Slippage Cracking Reflection Seal All Cracks Medium Lane/Shoulder Drop-off Hi h Low Shallow AC Ps None Medium Regrade Shoulder Hi h Longitudinal & Transverse Low None Cracking Medium O'Clean & Seal All Cracks POLICY weamermg Low & Ravelling Asphalt Concrete Patch N- ---- Asphalt Concrete Patch No— P li for This Project Shallow AC Patch None Shallow Asphalt Concrete Patch Fog Seal Irerracon — _Aggregate Severity Levels Defined or ...o..e Overlay Medium Full -Depth Concrete Patchl Slab Replacement High Break LOW Seal Cracks Poouts p No Severity None Levels Defined M edium Full -Depth _ Concrete Patch High Divided Slab Low Seal Cracks Pumping No Undersea], — Severity Levels Sealcracksfjoints and Defined Restore - Load Transfer Medium Slab -- Replacement High Durability Cracking Low None Punchout Low Seal Cracks _ Medium Full -Depth Patch Medium Full -Depth Concrete — Faulting Railrcad Crossing Patch No Policy - Hf h Low Slab Replacement - None High Low for this — Joint Seal Scaling Map Cracking Project None i Medium Grind None - - Medium High low - Hi h Low Crazing Medium Reseal Joints Medium Slab Replacement, Full -depth Patch, _ Lan ]der Drop-off Regrade and Fill Shoulders to Match Lane Height - Shrinkage Cracks or Overlay None High Low Hi h No Severity Levels Defined Medium Hi h Linear Cracking Longitudinal, Transverse and Low Clean & Seal all Cracks Spelling (Corner) - Low None - Diagonal Cracks Medium Medium Partial-0epth -- Concrete Patch Hi h I Full -Depth Patch High Large Patching and Utility Cuts Low None Spelling Low one (Joint) _ Medium Seal Cracks or Replace Patch Medium Partial -Depth Patch Hi h Low Small None. High Reconstruct Joint Patching Medium Replace Patch Irerracon SECTION 00610 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of 20 IN PRESENCE OF: (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00610 Page 2 SECTION 00615 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), "Principal" and (Firm) (Address) Bond No. (a Partnership), (a Corporation), hereinafter referred to as hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00615 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of 20 IN PRESENCE OF: (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal M (Title) (Address) Other Partners Surety By: By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 2 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 50 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 By6 V::�0 / �� �-� ) Jaines B. O'Neill, II, CPPO, P rchasing/Risk Management Director 07/2001 Section 00020 Page 2 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT TITLE: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 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 tially complete and will assume full possession of the project at 12:01 a.m., on heat, utilities, security, and insurance under as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: of the project as substan- of the project or specified area The responsibility for the Contract Documents shall be AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: 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, CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700. 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: CitV 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: (CONTRACTOR) PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 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 ATTEST: Secretary STATE OF COLORADO COUNTY OF LARIMER day of CONTRACTOR By: Title: )ss. Subscribed and sworn to before me this 20 , by Witness my hand and official seal. My Commission Expires: 20 day of Notary Public 7/96 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: CITY OF FORT COLLINS AND COLORADO STATE UNIVERSITY TRANSIT CENTER; BID NO. 5700 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of 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 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. DR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232.2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(M) DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each 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. No. (to be assigned by DOR) Woo 8.gistratiorVAccount 0170-750 (999) $0.00 ' qr: �iroxep��},rsuv . o � 1c 37yYr <4,1a, u r , al >>a cS a - Trade name/DBA: - Uwner, partner, or corporate name: Mailing address (Ctty, Sffite, Zip): Contact Person E-Mail address: Federal Employers IdenUflcation Number. Bid amount for your contract Fax number. j Business telephone number: Colorado withholding tax account number. ame of exempt organizatlon (as shown on contract): Exempt arganizetlons number: 98 Address of exempt organizatlon (City, State, Zip): Principal contact at exempt organization: Principal contacts telephone number: Physical location of project site (give actual address when applicable and Cites and/or County (!as) where project is located) Scheduled Month Day Year Estimated Month Day Year constnrcdan start date: completion date: p WW ,xx�� ...v'h'G�^i� k "'iY�� r� eftx ♦�'h Qt= sp �+i+l C ,1.t,. , ��Mp'r �� h`i x�„q� .J S „ �UiF +n^' - e e Ja# Nq �wr }pb -0 �,'Y ly .g. . ,.f Pnr 'e F� .m�N'. ,, -V. �S.�'u�✓n'Cj 1 [='ry 4i �r.{ ;fix II�d..�JJRIk,v ,N�,iY,Y �,�,gb3�7 1 ir�liv4 ^Yhre'�'F2 yi+ fa+r �'p xY J ,-Y .. 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. Title of corporate officer; Date: vv r\v I WMI I C CCLUW 1 Hitt LINE SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) SECTION 00100 INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 1. DEFINITIONS............................„..,,,.„.,.,,,,,,,.,,,,.1 2. PRELIMINARY MATTERS................................3 1.1 Addenda.............................................1 2.1 Delivery of Bonds .............................3 1.2 Agreement......................................... . 1 2.2 m Copies of Docuents,....................... 3 1.3 Application for Payment,,,,,,,,,,,,,,,,,,,,,, 1 2.3 Commencement of Contract 1.4 Asbestos ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1 Times; Notice to Proceed............... 3 1.5 Bid ..,,..... 1 2.4 Starting the Work,,, .............3 1.6 Bidding Documents,,,,,,,,,„.,,,,,,,,,., I' 2.5-2.7 Before Starting Construction; 1.7 Bidding Requirements ..........................1 CONTRACTOR's Responsibility 1.8 Bonds,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1 to Report; Preliminary Schediles; 1.9 Change Order,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I Delivery of Certificates of 1.10 Contract Documents ,,,,,,,,,,,,,,,,,,,,,,,,,,,,1. Insurance ,,,,,,,,,,,,,,.,,,,.,,.,,,,,,,.....3-4 1.11 Contract Price,,, ,,,,,.,,, ,,..,,,.,,1 2.8 Preconstruction Conference .............. 1.12 Contract Times ,,,,,.„,,,,,,,,,,,1 2.9 Initially Acceptable Schedules ,,,,,,,,,,4 1.13 CONTRACTOR 1 1.14 defective ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1 3. CONTRACT DOCUMENTS: INTENT, 1.15 Drawings...................................I AMENDING, REUSE......................................... 4 1.16 Effective Date of the Agreement.,,,,,,,,,, 1 3.1-3.2 Intent ....................................... 4 1.17 ENGINEER,,,,,,,,,,,,,,,,,,, ,,, , ,, ,,,,,,, 1 3.3 i...... Reference to Standards and Speci- 1.18 ENGINEER's Consultant,,,,,,,,,,,,,,,,,,,,,,1 fications of Technical Societies; 1.19 Field Order,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, I Reporting and Resolving Dis- 1.20 General Requirements ,,,,,,,,,,,,,,,,,,,,,,,,,2 crepancies,,,,,,,,,,,,,,,,,,....,,,,,,,,,,,4-5 1.21 Hazardous Waste „ ,,,,,.,.,2 3.4 Intent of Certain Terms or 1.22.a Laws and Regulations; Laws or Adjectives ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,5 Regulations,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2 3.5 Amending Contract Docunents,,,,,,,,,5 1.22.b Legal Holidays,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2 3.6 Supplementing Contract 1.23 Liens..................................................Z Documents..............................-....5 1.24 Milestone,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,2 3.7 Reuse of Documents 1.25 Notice of Award .................................. 2 1.26 Notice to Proceed ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,2 4. AVAILABILITY OF LANDS; 1.27 OWNER,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,. SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utilization,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2 REFERENCE POINTS5 1.29 PCBs,,,,................. .........2 4.1 Availability of Lands ,,,,,,,,,,,,,,,,,,,,,j-6 1.30 Petroleum...........................................2 4.2 Subsurface and Physical 1.31 Project................................................2 Conditions .................................... 6 1.32.a Radioactive Material ,,,,,,,,,,,,,,,,,,,,,,,,,,,,2 4.2.1 Reports and Drawings,,,,,,,,,,,,,,,,,,,,..6 132.b Regular Working Hours,,,,,. ,,,,,..,2 4.2.2 Limited Reliance by CONTRAC- 1.33 Resident Project Representative,,,,,,,,,,,,2 TOR Authorized; Technical 1.34 Samples..............................................2 Data..............................--.............6 1.35 Shop Drawings,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2 4.2.3 Notice of Differing Subsurface 1.36 Specifications,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 2 or Physical Conditions ,,,.,,,,,,,,,,,,..6 1.37 Subcontractor,.. ..,,,,, ,,...,,,, 2 4.2.4 ENGINEER's Review .................6 1.38 Substantial Completion ,,,,,,,,,,,,,,,,,,,,,,,2 4.2.5 Possible Contract Documents 1.39 Supplementary Conditions .................... Change ......................................... 6 1.40 Supplier,,,,,,,,,,,,,,,,,,,,,,,,,,,, ..........2 4.2.6 Possible Price and Times 1.41 Underground Facilities ,,,,,,,,,,,,,,,,,,,,,2-3 Adjustments,,,,,,,,,,,,,,,,..............6-7 1.42 Unit Price Work ................................... 3 4.3 Physical Conditions --Underground 1.43 Work .................................................. Facilities ....................................... 7 1.44 Work Change Directive,,,,,,,,,,,,,,,,,,,,,,, 3 4.3.1 Shown or Indicated,,,,,,,,,,,,.,,,.,,.,,,...7 1.45 Written Amendment ...................... 4.3.2 Not Shown or Indicated ,,,,,,,,,,,,,,,,,7 4.4 Reference Points ................................ 7 II EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, 6.25 Submittal Proceedures; CON - Hazardous Waste or TRACTOR's Review Prior Radioactive Material....................7-8 to Shop Drawing or Sample Submittal....................................16 5. BONDS AND INSURANCE .... ............. I—.......... 8 6.26 Shop Drawing & Sample Submit- 5.1-5.2 Performance, Payment and Other tals Review by ENGINEER 16-17 Bonds .............................................. 8 6.27 ...... Responsibility for Variations 5.3 Licensed Sureties and Insurers; From Contract Documents ............ 17 Certificates of Insurance .................... 8 6.28 Related Work Performed Prior 5.4 CONTRACTOR's Liability to ENGINEER's Review and Insurance.........................................9 Approval of Required 5.5 OWNER's Liability Insurance .............. 9 Submittals ................................... 17 5.6 Property Insurance .........................9-10 6.29 Continuing the Work„ ........... 17 5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General tional Property Insurance.................10 Warranty and Guarantee........,,,,,. 17 5.8 Notice of Cancellation ProNision ......... 10 6.31-6.33 Indemnification .........................j7-18 5.9 CONTRACTOR's Responsibility 6.34 Survival of Obligations 18 for Deductible Amounts ... ...............„10 .............. 5.10 Other Special Insurance.**.................10 7. OTHER WORK ................................................. 18 5.11 Waiver of Rights.......................I......_.11 7.1-7.3 Related Work at Site ........................ 18 5.12-5.13 Receipt and Application of 7.4 Coordination..................................18 Insurance Proceeds ...................... 10-11 5.14 Acceptance of Bonds and Insv- 8. OWNER'S RESPONSIBILITIES .........................18 ance; Option to Replace....................11 8.1 Communications to CON- 5.15 Partial Utilization --Property TRACTOR .........................„ 18 Insurance ................................... . .11 8.2 Replacement of ENGINEER, *...*....18 8.3 Furnish Data andPay Promptly 6. CONTRACTOR'S RESPONSIBILITIES ...............11 When Due..................................18 6.1-6.2 Supervision and Superintendency....... 11 8.4 Lands and Easements; Reports 6.3-6.5 Labor, Materials and Equipment... I1-12 and Tests..............................18-19 6.6 Progress Schedule..............................12 8.5 Insurance, 19 6.7 Substitutes and "Or -Equal" Items; 8.6 _ Change Orders ........................ CONTRACTOR's Expense; 8.7 Inspections, Tests and .19 Substitute Construction Approvals...................................19 Methods or Procedures; 8.8 Stop or Suspend Work; ENGINEER's Evaluation . ............ 12-13 Terminate CONTRACTOR's 6.8-6.11 Concerning Subcontractors, Services ............................. Suppliers and Others; 8.9 Limitations on OWNER'S .19 Waiver of Rights .........................13-14 Responsibilities ,........................... 19 6.12 Patent Fees and Royalties ................... 14 8.10 Asbestos, PCBs, Petroleum, 6.13 Permits ............................................. 14 Hazardous Waste or 6.14 Laws and Regulations ........................14 Radioactive Material ......,,,,......,.„19 6.15 Taxes .. ...................... 14-15 8.11 Evidence of Financal 6.16 Use of Premises .................................15 Arrangements..............................19 6.17 Site Cleanliness ................................ 15 6.18 Safe Structural Loading.....................15 9. ENGINEER'S STATUS DURING 6.19 Record Documents .............................15 CONSTRUCTION 6.20 Safety and Protection ....................15-16 9.1 OWNER's Representative,,,,,......,,,, 19 6.21 Safety Representative... 16 9.2 Visits to Site .................. 19 6.22 Hazard Communication Programs...... 16 9.3 Project Representative 6.23 Emergencies ............................... 16 9.4 ...............19-21 Clarifications and Interpre- 6.24 Shop Drawings and Samples..............16 tations................. ....................... 1 9.5 Authorized Variations in Rbrk21 1° EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work..................21 9.7-9.9 Shop Drawings, Change Orders and Payments ................................... 21 9.10 Determinations for Unit Prices,,,,, 21-22 9.11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpreter..............22 9.13 Limitations on ENGINEER's Authority and Responsibilities,.,, 22-23 CHANGES IN THE WORK ....................................... 23 10.1 OWNER's Ordered Change...............23 10.2 Claim for Adjustment,,,,,,,,,,, ............. 23 10.3 Work Not Required by Contract Documents ..................................... 23 10.4 Change Orders ,,,,,,,,,,,,,,,,,,23 10.5 Notification of Surety,,,,,,,,,,,,,,,,,,,,,,,, 23 CHANGE OF CONTRACT PRICE .............................23 11.1-11.3 Contract Price; Claim for Adjustment; Value of the Work ................................... 23-24 11.4 Cost of the Work .........................24-25 11.5 Exclusions to Cost of the Work ........... 25 11.6 CONTRACTOR's Fee........................25 11.7 Cost Records25-26 11.8 Cash Allowances...............................26 11.9 Unit Price Work................................26 CHANGE OF CONTRACT TIMES ............................26 12.1 Claim for Adjustment ........................26 12.2 Time of the Essence ..........................26 12.3 Delays Beyond CONTRACTOR's Control ...................................... 26-27 12.4 Delays Beyond OWNER'S and CONTRACTOR's Control27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK..................................................27 13.1 Notice of Defects..............................27 13.2 Access to the Work ............................27 13.3 Tests and Inspections; CONTRACTOR's Cooperation,,,,,,,,, 27 13.4 OWNER's Responsibilities; Independent Testing Laboratory,,.,,,, 27 13.5 CONTRACTOR's Responsibilities . ..... . . .. . ....................27 13.6-13.7 Covering Work Prior to Inspec- tion, Testing or Approval,,,,,,,,,,,,,,,,, 27 13.8-13.9 Uncovering Work at ENGI NEER's Request ..................... 13.10 OWNER May Stop the Work ....... *... 28 13.11 Correction or Removal of Defective Work ..........................28 13.12 Correction Period......*................... 28 13.13 Acceptance of Defective Work ......... 28 13.14 OWNER May Correct Defective Work ..................................... 28-29 14. PAYMENTS TO CONTRACTOR AND COMPLETION ................................................. 29 14.1 Schedule of Values ........................29 14.2 Application for Progress Payment ..................................... 29 14.3 CONTRACTOR's Warranty of Title...........................................29 14.4-14.7 Review of Applications for Progress Payments,,,,,,,,,,,,,,,,,, 29-30 14.8-14.9 Substantial Completion,,,,,,,,,,,,,,,, 30 14.10 Partial Utilization ....................... 30-31 14.11 Final Inspection. ............................31 14,12 Final Application for Payment ,,,,,,,,31 14.13-14.14 Final Payment and Acceptance,.,,,,, 31 14.15 Waiver of Claims ......................31-32 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 15.1 OWNER May Suspend Work,,,,,,,,,, 32 15.2-15.4 OWNER May Terminate,,,,,,,,,,,,,,,, 32 15.5 CONTRACTOR May Stop Work or Terminate....... 32-33 16. DISPUTE RESOLUTION 33 17. MISCELLANEOUS..........................................33 17.1 Giving Notice................................33 17.2 Computation of Times,,,,.,.„.„....., 33 17.3 Notice of Claim .............................33 17.4 Cumulative Remedies ..............33 17.5 Professional Fees and Court Costs Included .............................33 17.6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 Intentionally left blank.......................................35 EXHIBIT GC -A: (Optional) Dispute Resolution Agreement .................... GC -Al 16.1-16.6 Arbitration,,,,,,,,,,,,,,,,,,,,,,,,,,,, GC -Al 16.7 Mediation...............................GC-AI EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of -- Bonds and Insurance........................................5.14 defective Work............................10.4.1, 13.5, 13.13 final payment........ ...._...9.125 14.15 insurance......................................................... 5.14 other Work, by CONTRACTOR ..........................7.3 Substitutes and "Or -Equal" Item*....................6.7.1 Work by OWNER ................... .......2.5, 6.30, 6.34 Access to the -- Lands, OWNER andCONTRACTOR responsibilities .............................................. 4.1 site, related Work .............................................. 7.2 Work...........................................13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR...................................6.9,15 9.13.3 ENGINEER .......................................... 6.20, 9.13.3 OWNER....................................................6.20, .9 Addenda --definition of also see definition of Specifications........ 1.6, 1.10, 6.19 , 1.1 Additional Property Insurances ................................. 5.7 Ad ustments-- Contract Price or Contract Times ...........................1.5, 3.5, 4.1, 4.3.2, 4.5.2, .............................4.5.3, 9.4, 9.5, 10.2-10.4, ........................................ 111, 12, 14. ,15.1 progress schedule .............................................. 6.6 Agreement -- definition of......................................................1.2 "All -Risk" Insurance, policy form..........................5..6.2 Allowances, Cash....................................................11. Amending Contract ocuments, 3.5 Amendment, Written -- in general ................. 1,10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ...........................6..2, 6.19, 10.1, 10.4, 11.2 ....................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER s Responsibility 9.9 final payment ................. 9.13.4, 9.13.5, 14.12-14.15 in general ..........................2. , 2.9, 5.6.4, 9.10, 15.5 progress payment ...................................... 14.1-14.7 re iewof................................................:14.4-14.7 Arbitration . ....... .......... ................. ........... ......16.1-16.6 Asbestos -- claims pursuant theretq..........................4.5.2, 4.5.3 CONTRACTOR authori ed to stop Work .......... 4.5.2 definition of.....................................................1.4 Article or Paragraph Number OWNER responsibility for ............................ 4.5.1, .10 possible price and times change ....................... 4.5.2 Authori ed ariations in Work .......... 3.6, 6.25, 6.27, 9.5 A ailability of Lands ......................................... 4.1, .4 Award, Notice of --defined, ...................................... 1.25 Before Starting Construction ..............................2 5-2. Bid --definition of........................1.5 1.1, 1.10, 2.3, 3.31 ,,,,,,,4.2.6.4, 6.13, 11.4.3, 11.9.1 Bidding ocuments--definition of 1.6 6. .2 Bidding Requirements --definition Of..........................................1.7 1.1, 4.2.6.2 Bonds -- acceptance of....................................................5.14 additional bonds..................................10.5, 11.4.5.9 Cost of the Work............................................11.5.4 definition of.......................................................1 deli ery of...................................................2.1, 5.1 final Application for Payment. .................. 14.12-14.14 general ...................................... 1.10, 5.1-5.3, 5.13, ........................................9.13, 10.5, 14.7.6 Performance, Payment and Other...................5.1-5.2 Bonds and Insurance --in general.................................5 Builders risk "all-risk" policy form .................... J.6.2 Cancellation Pro isions, Insurance......, 5.4.11, 5. , 5.15 Cash Allowances....................................................11. Certificate of Substantial Completion.....,, 1.3 , 6.30.2.3, ..............14. , 14.10 Certificates of Inspection ...................9.13.4, 13.5, 14.12 Certificates of Insurance..............2.7, 5.3, 5.4.11, 5.4.13, .......................5.6.5, 5. , 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances„ ............................................ 11. claim for price ad ustment............ 4.1, 4.2.6, 4.5, 5.15, 6. .2, 9.4 ................... 9.5, 9.11, 10.2, 10.5, 11.2, 13.9, ... ...,13.13, 13.14, 14.7, 15.1, 15.5 CONTRACTOR s fee.........................................11.6 Cost of the Work general ............................................... 11.4-11.7 Exclusions to .............................................. 11.5 Cost Records.....................................................11.7 in general ....... ...... 1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing .......................................... 11.3.2 Notification of Surety........................................10.5 Scope of....................................................10.3-10.4 Testing and Inspection, nco ering the Work .................................. 13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Unit Price Work .......................................... 11.9 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment ........ 4.1, 4.2.6, 4.5, 5.15, ........... 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, .......... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual timelimits12.2 Delays beyond CONTRACTOR's control....................................................... 12.3 Delays beyond OWNER's and CONTRACTOR's control.............................12.4 Notification of surety.........................................10.5 Scope of change,,,,,,,,,,,, ...................... _....10.3-10.4 Change Orders -- Acceptance ofDefective Work ..........................13.13 Amending Contract Documents .........................13.5 Cash Allowances11.8 Change of Contract Price.....................................I I Change of Contract Times...................................12 Changes in the Work,,,,,.,,, ,.,...... „.,....10 CONTRACTOR's fee ........................................ 11.6 Cost of the Work 11.4-11.7 Cost Records....................................................11.7 definition of ...................................................... 1.9 emergencies.................................................... 6.23 ENGINEER's responsibility.,.,,,, 9.8, 10.4, 11.2, 12.1 execution of.....................................................10.4 Indemnifiction ..... I .... ... I ............ 0.12, 6.16, 6.31-6.33 Insurance, Bonds and,,,,,,,,,,,,,,,,,,,,,,, 5.10, 5.13, 10.5 OWNER may terminate,,,,.,. ...............15.2-15.4 OWNER's Responsibility,,,,,,,,,,,,,, ............... $.6, 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 11.9 value value of Work, covered by.................................11.3 Changes in the Work,,,,,,,,,,,,,,,,, ...10 Notification of surety.........................................10.5 OWNER's and CONTRACTOR's responsibilities .......................... ................. 10.4 Right to an adjustment .............................. 10.2 Scope of change ........................................ 10.3-10.4 Claims -- against CONTRACTOR....................................6.16 against ENGINEER ........................................ 6.32 against OWNER...............................................0.32 Change of Contract Price ........................... 9A, 11.2 Change of Contract Times,,,,,,,,,,,,,,,, ........... 9.4, 12.1 CONTRACTOR's.............4 7.1, 9.4, 9.5, 9.11, 10.2, ...........................11.2, 11.9, 12.1, 13.9, 14.8, ............................................15.1, 15.5, 17.3 CONTRACTOR's Fee 11.6 Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work „ 11.4, 11.5 Decisions on Disputeg...............................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement .................... 16.1-16.6 ENGINEER as initial interpretoK....................... 9.11 Lump Sum Pricing ......................................... J 1.3.2 Noticeof..........................................................17.3 OWNER'S_,_„ .............. 9.4, 9.5, 9.11, 10.2, 11.2, 11.9 .....12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability .............................................. 5.5 OWNER may refuse to make payment.................14.7 Professional Fees and Court Costs Included......................................................17.5 request for formal decision on ............................9.I I Substitute Items ........................ I....................6.7.1.2 Time Extension.................................................12.1 Time requirements....................................9.11, 12.1 Unit Price Work 11.9.3 Valueof. ..........................................................1.1.3 Waiver of --on Final Payment ................. J4.14, 14.15 Work Change Directive .................................... 10.2 written notice required,,,,,,,,,,,,,,,,,,,, 9.11, 11.2, 12.1 Clarifications and Interpretations,,,,,,,,,,,, 3.6.3, 9.4, 9.11 CleanSite............................................................6.17 Codes of Technical Society, Organization or Association ...... ... .. ...................................... 3.3.3 Commencement of Contract Timesz 3 Communications-- general..............................................0.2, 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,,,,,,,,,,,,,,,,,,, ........14.10 Substantial Completion ......................1 38, 14.8-14.9 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 preconstructi on ... ... .. ........................................... 2.8 Conflict, Error, Ambiguity, Discrepancy-- CONTRACTOR to Report..........................2.5, 3.3.2 Construction, before starting by CONTRACTOR............................................2.5-2.7 Construction Machinery, Equipment, etc;,,,,,,,,,,,,,,,,, 6.4 Continuing the Work .................................... 6.29, 10.4 Contract Documents -- Amending.......................................................... 3.5 Bonds............................................................. 5.1 vi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Cash Allowances11.8 Article or Paragraph Number Change of Contract Price ............................ *.......11 Change of Contract Times, .................................. 12 Changes in the Work................................10.4-10.5 check and verify ................................................ 2.5 Clarifications and Interpretations .........................3.2, 3.6, 9.4, 9.11 definition of.....................................................1.10 ENGINEER as initial interpreter of,,,,,,,,,,,,,,,,,, 9.11 ENGINEER as OWNER's representative..............9.1 genera13 Insurance...........................................................5.3 Intent........................................................ 3.1-3.4 minor variations in the Work..............................3.6 OWNER's responsibility to furnish data...............8.3 OWNER's responsibility to make prompt payment ..........................$.3, 14.4, 14.13 precedence............ ......... ..........3.1, 3.3.3 Record Documents............................................6.19 Reference to Standards and Specifications of Technical Societies .................................... 3.3 Related Work,,,,,,,,,, ,,,,,,,,, 7.2 Reporting and Resolving Discrepancies,,,,,.,, 2.5, 3.3 Reuseof.............................................................3.7 Supplementing.................................................. 3.6 Termination of ENGINEER'S Employment .......... 8.2 Unit Price Work...............................................11.9 variations ........................................ . 3.6, 6.23, 6.27 Visits to Site, ENGINEER'g ............. 4................. 9.2 Contract Price -- adjustment of ................3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof .... .. .......................... ...........................11 Decision on Disputes........................................9.11 definition of.....................................................1.11 Contract Times -- adjustment o........................... 3.5, 4.1, 9.4, 10.3, 12 Change of. ...............................................12.1-12.4 Commencement of ............................................ 2.3 definition of....................................................1.12 CONTRACTOR -- Acceptance of Insurance. .................................. 5.14 Communications,,,, ......... ,,,,.., 6.2, 6.9.2 Continue Work ................................... .. ...6.29, 10.4 coordination and scheduling....................I.......6.9.2 definition of ..................................................... 1.13 Limited Reliance on Technical Data Authorized.........................................4.2.2 May Stop Work or Terminate,........., *..............15.5 provide site access to others,,,,,,,,,,,,,,.......... . 7.2, 13.2 Safety and Protection ...................4.3.1.2, 6.16, 6.18, ...................4..................6.21-6,23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal........................................6.25 Stop Work requirements..................................4.5.2 CONTRACTOR'sb Article or Paragraph Number Compensation ............................................ 11.1- 11.2 Continuing Obligation ... .... ......... *......,,,,,,,,,, ... * 14.15 Defective Work ............................... 9.6, 13.10-13.14 Duty to correct defective Work ..........................13.11 Duty to Report - Changes in the Work caused by Emergency............................................ .......................................... 6.23 Defects in Work of Others.............................2.3 Differing condition* ...................................4.2.3 Discrepancy in Documents,,,,,,,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated,,,,,,,,,, 4.3.2 Emergencies.....................................................6.23 Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost Plug..........................11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee.......................0.30 Hazard Communication Programs,,,,,,,,,,,,,,,, 6.22 Indemnification.....,.....* ,,,,,,.....6.12, 6.16, 6.31-6.33 Inspection of the Work . ................7.3, 13.4 Labor, Materials and Equipment ....................6.3-6.5 Laws and Regulations, Compliance by,.,,.,.,.,,, 6.14.1 Liability Insurance..............................................5.4 Notice of Intent to Appeal .........................9.10, 10.4 obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds 5.1 Permits, obtained and paid for bY.......................0.13 Progress Schedule ..........................2.6, 2.8, 2.9, 6.6, ........................................6.29, 10.4, 15.2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work..................................10.1 Concerning Subcontractors, Suppliers and Others......................................6.8-6.11 Continuing the Work ..........................0.29, 10.4 CONTRACTOR's expense .......................... 6.7.1 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..............................(.7.3 For Acts and Omissions of Others.............................6.9.1-6.9.2, 9.13 for deductible amounts, insurance...................5.9 general........................................6, 7.2, 7.3, 8.9 m Hazardous Communication Progra@........... .22 Indemnification ................................... 6.31-6.33 va EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Labor, Materials and Equipment..............0.3-6.5 Laws and Regulations..................................6.14 Liability Insurance......................................... 5.4 Article or Paragraph Number Notice of variation from Contract Documents ........................................... 6.27 Patent Fees and Royalties.............................6.12 Permits.......................................................6.13 Progress Schedule.........................................6.6 Record Documents ...................................... 6.19 related Work performed prior to ENGINEER's approval of required submittals ............................................. 6.28 safe structural loading.................................6.18 Safety and Protection ..... ........ 6.20, 7.2, 13.2 Safety Representative...................................6.21 Scheduling the Work..................................6.9.2 Shop Drawings and Sample$ ......... 6.24 Shop Drawings and Samples Review by ENGINEER ..................................... 6.26 Site Cleanliness ........................................... 6.17 Submittal Procedures ................................... 6.25 Substitute Construction Methods and Procedures .................................... 6.7.2 Substitutes and "Or -Equal" Items................6.7.1 Superintendence ............................................ 6.2 Supervision...................................................6.1 Survival of Obligations................................6.34 Taxes........................... I .............................. 6.15 Tests and Inspections...................................13.5 ToReport......................................................2.5 Use of Premises .....................6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................ 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim ............. 41 7.1, 9.4, 9.5, 9.11, 10.2,11.2, .......... i1.9,12.1,13.9,14.8,15.1,15.5,17.3 Safety and Protection ................. 6.20-6.22, 7.2, 13.2 Safety Representative ....................................... 6.21 Shop Drawings and Samples Submittal$ ....6.24-6.28 Special Consultants........................................11.4.4 Substitute Construction Methods and Procedurep..6.7 Substitutes and "Or -Equal" Items, Expense .......................................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Otherg........., 6.8-6.11 Supervision and Superintendence .......... 6.1, 6.2, 6.21 Taxes, Payment by............................................6.15 Use 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 terminatc, ....... 15.5 Reports of Differing Subsurface and Physical Condition$ ....................... 4.2.3 Substantial Completion................................14.8 CONTRACTORS --other .............................................. 7 Contractual Liability Insurance..............................5..4.10 Contractual Time Limits,,. 12.2 Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................6.9.2 Copies of Documents ...... ....................................... 2.2 Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance of Defective Work ...........................1, .13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period 13.12 OWNER May Correct Defective Work .......... J3.14 OWNER May Stop Work.................................13.10 Cost -- of Tests and Inspection$ .................................... 13.4 Recordsll.7 Cost of the Work -- Bonds and insurance, additional ...................11.4.5.9 Cash Discounts, ..................... ........................ 11.4.2 CONTRACTOR's Fee 11.6 Employee Expenses. „ .....,,,,,,,,11.4.5.1 Exclusions to............ .................................... .....11.5 General11.4-11.5 Home office and overhead expense*.................„11.5 Losses and damages.....................................11.4.5.6 Materials and equipment ................................. 11.4.2 Minor expenses...........................................11.4.5.8 Payroll costs on changes,,,,, ... *...... *.............11.4.1 performed by Subcontractors..........................1.1.4.3 Records11.7 Rentals of construction equipment and machinery.......................................11.4.5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary facilitie$................ j 1.4.5.2 Special Consultants, CONTRACTOR's............11.4.4 Supplemental ................................................. l 1.4.5 Taxes related to the World............................11.4.5.4 Tests and Inspection ....................... Trade Discounts ............................. Utilities, fuel and sanitary facilities„ Work after regular hours ................. Covering Work......... Cumulative Remedies Cutting, fitting and patching....... Data, to be furnished by OWNER. Day --definition of ....................... Decisions on Disputes .................. defective --definition of ............... defective Work -- Acceptance of ....................... 10.4.1, 13.13 v&1 E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Correction or Removal of ............ Correction Period ....................... in general ................................. ......10.4.1, 13.11 OWNER's Representative .................. .................13.12 Payments to the CONTRACTOR, .....13, 14.7, 14.11 Responsibility for ......................... Recommendation of Payment ............... Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting...........................................................9.6 Uncovering the WorX.......................................13.8 Definitions ................................................................ 1 Delays ..................................... 4.1, 6.29, 12.3-12.4 Delivery of Bonds.....................................................2.1 Delivery of certificates of insurance ............................7.7 Determinations for Unit Prices ........................ *........9.10 Differing Subsurface or Physical Conditions -- Noticeof........................................................4.2.3 ENGEQEER's Review.....................„....,,,.„.....4.2.4 Possible Contract Documents Chang@ .............. 4.2.5 Possible Price and Times Adjustments ............. 4.2.6 Discrepancies -Reporting and Resolving................................2.5, 3.3.2, 6.14.2 Dispute Resolution-- Agreement................................................16.1-16.6 Arbitration................................................. 16.1-16.5 genera116 Mediation .......................................................... 16.6 Dispute Resolution Agreement.........................16.1-16.6 Disputes, Decisions by ENGINEER .................. 9.11-9.12 Documents -- Copiesof...........................................................2.2 Record 6.19 Reuseof............................................................ 3.7 Drawings --definition of..........................................1.15 Easements................. ......... ......... .......4.1 Effective date of Agreement -- definition of .............1.16 Emergencies.........................................................0.23 ENGINEER -- as initial interpreter on disputes .................9.11-9.12 definition of....................................................1.17 Limitations on authority and responsibilities..... 9.13 Replacement of .................................................. 8.2 Resident Project Representative ...........................9 3 ENGINEER's Consultant -- definition of ......... .......1.18 ENGINEER'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 Interpretations ...............3.6.3, 9.4 Decisions on Disputes .............................. 9.11-9.12 defective Work, notice of..................................13.1 Evaluation of Substitute Items ..........................6.7.3 Liability...................................................6.32, 9.12 Notice Work is Acceptable...............................14.13 Observations...........................................6.30.2, 9.2 9.1 ........9.9, 14 .,14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations op.................9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions.............................4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Construction— authorized variations in the Work..................9.5 Clarifications and Interpretations ..................9.4 Decisions on Disputes ................. ..... 9.11-9.12 Determinations on Unit Price .......................9.10 ENGINEER as Initial InterpretcX..........9.11-9.12 ENGINEER's Responsibilities ................9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities..............................9.13 OWNER's Representative..............................9.1 Project Representative ................................. 9.3 Rejecting Defective Work ..,. .........9.6 Shop Drawings, Change Orders and Payments .................... ................ 9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations.................................. 9.10 Visits to Site.......................................................9.2 Written consent requires{..............................7.2, 9.1 Equipment, Labor, Materials and ........................ ....... Equipment rental, Cost of the Work .................. 11.4.5.3 Equivalent Materials and Equipment ........................6.7 omissions error or ............... .................................... . 6.33 Evidence of Financial Arrangements .......................8.1I Explorations of physical conditions ....................... 4.2.1 Fee, CONTRACTOR's--Costs Plus ...........................11.6 Field Order -- definition of ....................................................... 1.19 issued by ENGINEER ................................ 3.6.1, 9.5 Final Application for Payment .............................. 14.12 Final Inspection...................................................14.11 Final Payment -- and Acceptance......................................14.13-14.14 Prior to, for cash allowances ............................. 11.8 General Provisions .......................................... 17.3-17.4 General Requirements -- definition of.....................................................1.20 principal references to..............2.6, 6.4, 6.6-6.7, 6.24 Giving Notice.........................................................17.1 Guarantee of Work --by CONTRACTOR ........ 6.30, 14.12 Hazard Communication Programs ...........................6.22 Hazardous Waste -- definition of.....................................................1.21 general............................................................. 4.5 OWNER's responsibility for ............................... 8.10 1 is EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Indemnification....................... Initially Acceptable Schedules,., Inspection -- Certificates of,,,,,,,,,,,,,,,,,,,, Final ......0..12, 6.16, 6.31-6.33 Insurance...........................................................5.3 ................................2.9 Precedence................................................3.1, 3.3.3 Reference to .................................................... 3.3.1 .......9.13.4, 13.5, 14.12 Safety and Protection................................6.20, 13.2 .....................14.11 Subcontractors, Suppliers and Others .........6.8-6.11 Article or Paragraph Number Special, required byENGINEER ......................... 9.6 Tests and Approval,.,.,,,,,,,, .........$.7, 13.3-13.4 Insurance -- Acceptance of, by OWNER...............................5.14 Additional, required by changes in the Work............................................11.4.5.9 Before starting the Work .................................... 2.7 Bonds and --in genera(..........................................5 Cancellation Provisions ....................................... 5.8 Certificates of..................2.7, 5, 5.3, 5.4.11, 5.4.13, ......................5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations..................................1.5.4.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR's objection to coverage.............5.14 Contractual Liability ................... ..... *........... 5.4.10 deductible amounts, CONTRACTOR's responsibility................................................5.9 Final Application for Payment .........................14.12 Licensed Insurers ................................................ 5.3 Notice requirements, material changes ........ 5.8, 10.5 Option to Replace.............................................5.14 other special insurances ................................... 5.10 OWNER as fiduciary for insureds ........ .....5.12-5.13 OWNER's Liability............................................5.5 OWNER's Responsibility....................................8.5 Partial Utilization, Property Insurance...............5.15 Property.................................................... 5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance . .. . .. . . . .. . .. . .............................. 5.10 Waiver of Rights..............................................5.11 Intent of Contract Documents ................ ............. 3.1-3.4 Interpretations and Clarifications ......................3.6.3, 9.4 Investigations of physical conditions ..........................4.2 Labor, Materials and Equipment...........................6.3-6.5 Lands -- and Easements...................................................$.4 Availability of.............................................4.1, 8.4 Reports and Tests...............................................8.4 Laws and Regulations --Laws or Regulations -- Bonds .......................................................... 5.1-5.2 Changes in the Wor)i....................................... 10.4 Contract Documents, ................................... 3.1 CONTRACTOR's Responsibilities..........„...... '0.14 Correction Period, defective Work....................13.12 Cost of the Work, taxes,,,,,,, ......... ...... 11.4.5.4 definition of.....................................................1.22 general6.14 Indemnification ........................................ 6.31-6.33 Article or Paragraph Number Tests and Inspections...................................13.5 Use of Premises ........... ......... ..............6. 16 Visits to Site.......................................................9.2 Liability Insurance— C ONTRACTOR's............................................... 5.4 OWNER's...........................................................5.5 Licensed Sureties and Insurers 5.3 Liens -- Application for Progress Payment ......................1.4.2 CONTRACTOR's Warranty of Title....................14.3 Final Application for Payment ..........................14.12 definition of......................................................1.23 Waiver of Claims14.15 Limitations on ENGINEER's authority and responsibilities . .. .. ... .. ....................................... 9.13 Limited Reliance by CONTRACTOR Authorized......................................................4.2.2 Maintenance and Operating Manuals -- Final Application for Payment .........................1.4.12 Manuals (of others)-- Precedence................................................... 3.3.3.1 Reference to in Contract Documents ..................3.3.1 Materials and equipment -- furnished by CONTRACTOR...............................6.3 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 ...................................... 17.2 Cumulative Remedies 17.4 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 ......................................... J.25 Claim............................................................1.7.3 Defects,13.1 Differing Subsurface or Physical Condition$,,,.,, 4.2.3 Giving............................................................1.7.1 Tests and Inspections........................................13.3 Variation, Shop Drawing and Sample.................6.27 Notice to Proceed -- definition of.....................................................1.26 givingof ........................................................... 2.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,J0.5 Observations, by ENGINEER.............................30, 9.2 Occupancy of the Work„.................5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR................6.9, 9.13 Open Peril policy form, Insurance ..........................5..6.2 Option to Replace....................................................5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of ................................. 6.3 OWNER -- Acceptance ofdefective Work...........................t3.13 appoint an ENGINEER......................................8.2 as fiduciary ............................................... 5.12-5.13 Availability of Lands, responsibility ....................4.1 definition of.....................................................1.27 data, furnish......................................................8.3 May Correct Defective Work...........................13.14 May refuse to make payment.............................14.7 May Stop the Work.........................................13.10 May Suspend Work, Terminate' . ........................$.8, 13.10, 15.1-15.4 Payment, make prompt.....................8 3, 14.4, 14.13 performance of other work .................................. 7.1 permits and licenses, requirements ....................6.13 purchased insurance requirements .............. 5.6-5.10 OWNER's-- Acceptance of the Work...............................0.30.2.5 Change Orders, obligation to execute,,,,,,,,,, 8.6, 10.4 Communications ................................................. 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decisioq............................9.11 Inspections, tests and approvals..„..............$.7, 13.4 Liability Insurance..............................................5.5 Notice of Defects..............................................13.1 Representative --During Construction, ENGINEER's Status ...................................... 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ................. 8.10 Change Orders..............................................8.6 Changes in the Work .................... I..............10.1 communications ............................................ 8.1 CONTRACTOR's responsibilities .................. 8.9 evidence of financial arrangement$ .............. $.I I inspections, tests and approvals .....................8.7 insurance. ..................................................... 8.5 lands and easements.....................................8.4 prompt payment by........................................8.3 replacement of ENGINEER............................$.2 reports and tests...........................................8.4 stop or suspend Work...... 4...........8.8, 13.10, 15.1 terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at site..............................9.3 testing, independent............ use or occupancy of the Wodc,,,,,,,,,,,,,,,,,,,,, written consent or approval required ......................... „ 13.4 $.15, 6.30.2.4, 14.10 9.1, 6.3, 11.4 xi E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 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 8-159 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform 7/96 Section 00100 Page 1 Article or Paragraph Number written notice required .........................7.1, 9.4, 9.11, ....................................11.2, 11.9, 14.7, 15.4 PCBs -- definition of......................................................1.29 general..............................................................4.5 OWNER's responsibility for...............................8.10 Partial Utilization -- definition of.....................................................1.28 general 6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties ....................................... 6.12 Payment Bonds ............ .............. . ........................ 5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......................14.2 CONTRACTOR's Warranty of Title ...................14.3 Final Application for Payment ..........................14.12 Final Inspection ................................... .. . „„.. , . 14.11 Final Payment and Acceptance ................14.13-14.14 general.........................................................8.3, 14 Partial Utilization ............................................ 14.10 Retainage......................................................... 14.2 Review of Applications for Progress Payments................................ prompt payment............ .............................. ........8.3 Schedule of Values, ........................................... 14.1 Substantial Completion...............................14.8-14.9 Waiver of Claims ............................................ 14.15 when payments due ................................. 14.4, 14.13 withholding payment.........................................14.7 Performance Bonds............................................5.1-5.2 Permits............................................................6.13 Petroleum -- definition of.....................................................1.30 general..............................................................4.5 OWNER's responsibility for..............................8.10 Physical Conditions -- Drawings of, in or relating to ........................ 4.2.1.2 ENGINEER's review ......................................... 4.2.4 existing structures............................................4.2.2 general 4.2.1.2.... Notice of Differing Subsurface or, .................... 4.2.3 Possible Contract Documents Change...............4.2.5 Possible Price and Times Adjustments...............4.2.6 Reports and Drawings ..................................... 4.2.1 Subsurface and ................................................... 4.2 Subsurface Conditions...................................4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ....................... 4.2.2 Underground Facilities -- general ....................................... I ................. 4.3 Not Shown or Indicated..............................4.3.2 Protection of ........................................ 4.3, 6.20 Article or Paragraph Number Shown or Indicated ................................................ 4.3.1 Technical Data ............................................... 4.2.2 Preconstruction Conference ........................................ 2.8 Preliminary Matters ................................. .2 ................... Preliminary Schedules .............................................. 2.6 Premises, Use of ............................................. 6.16-6.18 Price, Change of Contract...........................................I I Price, Contract --definition of .................................. 1.11 Progress Payment, Applications fo}..........................14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR's............. 2.6, 2.8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project --definition of...............................................1.31 Project Representative— ENGINEER's Status During Construction .............9.3 Project Representative, Resident --definition of ......... 1.33 prompt payment by OWNER.....................................8.3 Property Insurance-- Additional.........................................................5.7 general5.6-5.10 Partial Utilization ........... ......... I., ....... 5.15, 14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and..............................¢.20-6.21, 13.2 Punch list..........................................................1.4.11 Radioactive Material-- defintion of.....................................................1.32 genera14.5 OWNER's responsibility for...............................$.10 Recommendation of Payment ............. 14.4, 14.5, 14.13 Record Documents ... .. ................ .. ................. 6.19, 14.12 Records, procedures for maintaining ..........................7.8 Reference Points .......................... ... ........................ .. 4.4 Reference to Standards and Specifications of Technical Societies.........................................3.3 Regulations, Laws and(or)......................................6.14 Rejecting Defective Work..........................................9.6 Related Work -- at Site........................................................7.1-7.3 Performed prior to Shop Drawings and Samples submittals review.....................6.28 Remedies, cumulative........................*............_17.4, 17.5 Removal or Correction ofDefective Work................13.11 rental agreements, OWNER approval required ..... 11.4.5.3 replacement of ENGINEER, by OWNER .................... 8.2 Reporting and Resolving Discrepancies, ................................ 2.5, 3.3.2, 6.14.2 Reports -- andDrawings.................................................4.2.1 and Tests, OWNER's responsibility .....................8A Resident and Project Representative -- definition of....................................................1.33 provisionfor............................................................ 9.3 xii E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR'$ ............... 6.2 Responsibilities— CONTRACTOR's-in general .................................. 6 ENGINEER's-in general........................................9 Limitations on.............................................9.13 OWNER's-in general ............................................. Retainage............................................................1.4.2 Reuse of Documents..................................................3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ..........................6.25 Review of Applications for Progress Payments ....... .......................... 14.4-14.7 Right to an adjustment............................................10.2 Rights of Way..........................................................4..1 Royalties, Patent Fees and......................................6.12 Safe Structural Loading..........................................6.18 Safety -- and Protection................................4.3.2, 6.16, 6.18, ....... ............. .......... ...6.20-6.21, 7.2, 13.2 general.....................................................6.20-6.23 Representative, CONTRACTOR's.......................6.21 Samples -- definition of ..................................................... 1.34 general ....... ... ............................... ............6.24-6.28 Review by CONTRACTOR ............................... 6.25 Review by ENGINEER..............................6.26, 6.27 related Work.....................................................6.28 submittal of ... ... ..............................................6.24.2 submittal procedures.........................................6.25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, ................ I ..... .................. 6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, 6.24-6.28 Schedule of Values...- ..........................2.6, 2.8-2.9, 14.1 Schedules -- Adherence to..................................................15.2.1 Adjusting...........................................................6.6 Change of Contract Times.................................10.4 Initially Acceptable....................................... ...,..........., 2.8, 2.9 Preliminary........................................................2.6 Scope of Changes......................................10.3-10.4 Subsurface Conditions ......................................... 4.2.1.1 Shop Drawings -- and Samples, general.................................6.24-6.28 Change Orders & Applications for Payments, and.........................................9.7-9.9 definition of......................................................1.35 ENGINEER's approval of................................3.6.2 ENGINEER's responsibility for review ..................................... 9.7, 6.24-6.28 related Work.....................................................6.28 review procedures................................2.8, 6.24-6.28 Article or Paragraph Number submittal required ............................................... 6.24.1 Submittal Procedures 6.25 use to approve substitutions..............................6.7.3 Shown or Indicated ................................................ 4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness.......................................................0.17 Site, Visits to -- by ENGINEER .......................................... 9.2, 13.2 byothers..........................................................13.2 "special causes of loss" policy form, insurance ................................. ....................... 5.6.2 definition of.....................................................1.36 Specifications— defination of....................................................1.36 of Technical Societies, reference tq...................3.3.1 precedence ..................................... .........3.3.3 Standards and Specifications of Technical Societies ........................................ 3.3 Starting Construction, Before..............................2.5-2.8 Starting the Work...................................................2A Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER......................................8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety... .................................... 6.18 Subcontractor -- Concerning ................................................ 6.8-6.11 definition of.....................................................1.37 delays.............................................................12.3 waiver of rights................................................6.11 Subcontractors --in general.................................6.8-6.11 Subcontracts --required provisions .......... 5.11, 6.11, 11.4.3 Submittals -- Applications for Payment................................114.2 Maintenance and Operation Manuals .............. 14.12 Procedures.......................................................0.25 Progress Schedules,,,,...*..............................2.6, 2.9 Samples .................... ............................... 6.24-6.28 Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of............................6.30.2.3, 14.8-14.9 definition of.....................................................1.38 Substitute Construction Methods or Procedures ,....... 6.7.2 Substitutes and "Or Equal" Items...............................6.7 CONTRACTOR's Expense............................0.7.1.3 ENGINEER's Evaluation ................................. 6.7.3 "Or -Equal" ................................................... 6.7.1.1 Substitute Construction Methods EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number or Procedures.............................................6.7.2 Substitute Items ............................................. 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relatbg to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 ENGINEER's Review....................................... 4.2.4 general..............................................................4.2 Limited Reliance by CONTRACTOR Authorized ...............................................4.2.2 Notice of Differing Subsurface or Physical Conditions,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4.2.3 Physical Conditions,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 Possible Contract Documents Change ,,,,,,,,,,,,,,,4.2.5 Possible Price andTimes Adjustments ,,,,,,,,,,,,,,,4.2.6 Reports and Drawings ..................................... 4.2.1 Subsurface and ...................... I ............................. .2 Subsurface Conditions at the Site ..................... 4.2.1.1 Technical Data.................................................4.2.2 Supervision_ CONTRACTOR's responsibility,,,,,,,,,,,,,,,,,,,,,,,,,,, 6.1 OWNER shall not supervise ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9.13.2 Superintendence.......................................................6.2 Superintendent, CONTRACTOR's resident ,,,,,,,,,,,,,,,6.2 Supplemental costs,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5 Supplementary Conditions -- definition of ....................................................... 1.39 principal references to,,,,,,,,,,,,,,,,,1.10, 1.18, 2.2, 2.7, ,,,,,,,,,,, 4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ,,,,,,,,,,,,,,,, 5.11, 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,,,,,,,,,,,3.7, 6.5, 6.8-6.11, 6.20, ..........................................6.24, 9.13, 14.12 Waiver of Rights...............................................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, 15.1 Suspension of Work and Termination, ,,,,,,,,,15 CONTRACTOR May Stop Work or Terminate ............................................... 15.5 OWNER May Suspend Work ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,15.1 OWNER May Terminate.............................15.2-15.4 Taxes --Payment by CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,, 6.15 Technical Data -- Limited Reliance by CONTRACTOR ,,,,,,,,,,,,,,,,4.2.2 Possible Price and Times Adjustments,,,,,,,,,,,,,, 4.2.6 Reports of Differing Subsurface and Physical Conditions ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,4.2.3 xiv Temporary construction facilities ............................. 4.1 Article or Paragraph Number Termination -- by CONTRACTOR...........................................15.5 by OWNER........................................8.8, 15.1-15.4 of ENGINEER's employment,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 8.2 Suspension of Work-in general ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,15 Terms and Adjectives..............................................3.4 Tests and Inspections -- Access to the Work, by others ,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.2 CONTRACTOR's responsibilities ,,,,,,,,,,,,,,,,,,,,,,13.5 cost of 13.4 covering Work prior to,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.6-13.7 Laws and Regulations(or),,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 13.5 Notice of Defects13.1 OWNER May Stop Work ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.10 OWNER's independent testing ,,,,,,,,,,,,,,,,,,,,,,,,,,13.4 special, required by ENGINEER ,,,,,,,,,,,,,,,,,,,,,,,,,,9.6 timely notice required ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.4 Uncovering the Work, at ENGINEER's request ............ ... .................................. 13.8-13.9 Times -- Adjusting...........................................................6.6 Change of Contract ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,12 Computation of.................................................17.2 Contract Times --definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,j.12 day..................... ......... ............17.2.2 Milestones..........................................................12 Requirements-- appeals.................................................9.10, 16 clarifications, claims and disputes ,,,,,,,,,,,,,,,,,,9.11, 11.2, 12 Commencement of Contract Times,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference 7.8 schedules.........................................2.6, 2,9, 6.6 Starting the Work ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,2.4 Title, Warranty of ................................................... 14.3 Uncovering Work ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.8-13.9 Underground Facilities, Physical Conditions -- definition of....................................................1.41 Not Shown or Indicated 4.3.2 protection of,,,,,,,,,,,,, ,,,,,,, ,,, 43, 6.20 Shown or Indicated,,,, ,,,,,,,,, ,,,,,,,,,,,,,4.3.1 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,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,6.16, 6.18, 6.30.2.4 Utility owners ............................. 6.13, 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 E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Variations in Work --Minor Authorized_ .....................................6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER....................................9.2 Waiver of Claims --on Final Paymem..................... 14.15 Waiver of Rights by insured partieg..................5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................6.30 Warranty of Title, CONTRACTOR's........................14.3 Work -- Accessto..........................................................13.2 byothers............................................................... 7 Changes in the.....................................................to Continuing the..................................................6.29 CONTRACTOR May Stop Work or Terminate...............................................15.5 Coordination of...................................................7.4 Cost of the.................................................11.4-11.5 definition of......................................................1.43 neglected by CONTRACTOR............................13.14 otherWork............................................................7 OWNER May Stop Work ........................... I ..... 13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site.....................................7.1-7.3 Starting the........................................................2.4 Stopping by CONTRACTOR.............................1.5.5 Stopping by OWNER.................................15.1-15.4 Variation and deviation authorized, minol........... 3.6 Work Change Directive -- claims pursuant to.............................................10.2 definition of......................................................1.44 principal references to......................3.5.3, 10.1-10.2 Written Amendment -- definition of ........................................................ 1.45 principal references to..............1.10, 3.5, 5.10,15.12, .........................6.6.2, 6.8.2, 6.19, 10.1, 10.4, .........................11.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations, .................................. 3.6.3, 9.4, 9.11 Written Notice Required -- by CONTRACTOR............................7.1, 9,10-9.11, ........................................... 10.4, 11.2, 12.1 by OWNER,,,,,,,,,,,,,,,,,,,, 9.10-9.11, 10.4, 11.2, 13.14 xv E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) (This page left blank intentionally) xvi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) GENERAL CONDITIONS ARTICLE 1—DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof. 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement --The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. I.S. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents —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). 1.7. Bidding Requirements —The advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order --A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract 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, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times --The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective --An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 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 ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to famish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER 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 Contract Times. 1.20. General Requirements --Sections of Division 1 of the Specifications. 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22.a. Laws and Regulations; Laws or Regulations --Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.22.b. Leeal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens —Liens, charges, security interests or encumbrances upon real property or personal property. 1.24. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of Award —A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed --A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to he provided. 1.28. Partial Utilization —Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs --Polychlorinated biphenyls. 1.30. Petroleum —Petroleum, 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 indicated elsewhere in the Contract Documents. 1.32.a. Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Working Hours —Regular working hours are defined as 7:00am to 6:00nm unless otherwise specified in the General Requirements. 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part 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 portion of the Work will be judged. 1.35. Shop Drawings —All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications --Those portions of the Contract 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. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEEWs definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) 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 final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materiahnan or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1.43. Work —The entire completed construction or the various separately identifiable parts thereof required to be famished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or famishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment --A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to famish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall firrnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed. 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC GENERAL. CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreementr— - will the GeFtt et Times . sixtieth day aftef the day Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to rut, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2.6.2.1. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will 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 and ^a o,.-�"* ER shall each deliver to the ether OWNER, with copies to ENGINEER certificates of insurance (and other evidence of insurance reasonably --request requested by OWNER) which CONTRACTOR and OWNED __speeti• b- of is required to purchase and maintain in accordance with paragraphs 5 n 5.6 and Tc Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to ran, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents, at least ton days befefe submission of the fifst before any work at the site begins, a conference attended by CONTRACTOR, ENGINEER and others as apprepaate designated by OWNER, will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 - General Requirements. CONTRACTOR shall have 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 Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER 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 concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4Y2000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the 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: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the temu "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment 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 Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents. 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. of eF filing a ffleehame's lien against sugh lands in OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on 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 OWNER's furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 4.0 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. 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. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to 7/96 Section 00100 Page 2 CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions. 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of. 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by CONTRACTOR Authorized; Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, 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 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or EJCDC GENERAL CONDITIONS I910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, preazpd5 immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an 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 one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any 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 any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities: 4.3.1. Shown or Indicated: 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 famished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(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 paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, PreatpNy immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGfNEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering 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 Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous 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 Drawings 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 exposed 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. ._ .. ..:_. ..... FllflllF---------I�. .. .. .. ..... ..... .. .. EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) ARTICLE 5—BONDS AND INSURANCE Performance, Payment and Other Bonds: 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 performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond fiunished by CONTRACTOR is declared a bankrupt or becomes insolvent or 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. 5.3. Licensed Sureties and Insurers, Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized 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 Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. OR —shall eeeasiened by enfefeemeiit of Laws emd Regulations rF1!T.��Ti11i _N+�11ER1)R�fi!'1. S. - -. -... .- ... .-. ... .. . 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) to w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Receipt and Application ofinsurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by ", p", i ii4erest, OWNER as fidueiavy shall give bond fef Acceptance of Bonds and Insurance, Option to Replace: 5.14. If eithe' _ - (OAN rvn __ C;QNTnnGTQR) OWNER has any objection to the coverage afforded by or other provisions of the Bandsr insurance required to be purchased and maintained by the ethef p' CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the OWNER will notify CONTRACTOR in writing within ten fifteen days after reeeipt delivery of the certificates (of�-chef e:ide ce requested) to OWNER as required by paragraph 2.7. Partial Utilization —Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall 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 ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's 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, Materials and Equipment. 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not pemdt overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on Saturday, Sunday, Holidays or outside the Regular Working Hours. 11 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the famishing, performance, testing, start-up and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the City's purchasing restrictions. A copy of the resolutions are available for review in the offices of the Purchasing and Risk Management Division or the City Clerk's office. 6.4.2. 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 bum hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description 12 E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTORSs Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced 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 CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 69. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is, without subcontracting). The 20 percent requirement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.8.2. if the Supplementafy Conditions Biddine Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in _d,.____ of the e_ee:aed date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, —tea i° CONTRACTOR has ..,,boitted a list tL..,.eef : ges8Fd-Anee .dal. the Supple.-..,-,.... Ceiidi fier&, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any sueh subeentraetef, supplief OF other Pe efganizatien se identified ... be , eked Rn ♦6e aeeeptable siibsfitute, the GeFl..aOt Price will be sueh substitution and an appfepriaite Change QFdeF sill he : .ed aF lllit4e_ A.- end-...em Signed, will constitute a condition of the Contract requiring the use of the named subcontractors, suppliers or other persons or organization on the Work unless prior written approval is obtained from OWNER and ENGINEER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or famishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any 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. OWNER or ENGINEER may furnish to any subcontractor, supplier or other verson or organization evidence of amounts paid [o CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment". 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terns and conditions of the Contract Documents for the benefit of OWNER and ENGINEER .,,1.__ .veF any such agF_efn ..pis 5.6 of G '] the agmemeW Let.. eon th -------------- ., .. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees 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, process, 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 disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's 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 infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents. 14 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes 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. OWNER is exempt from Colorado State and local sales and use taxes on materials to be permanently incorporated into the project. Said taxes shall not be included in the Contract Price. CONTRACTOR must apply for, and receive, a Certificate of Exemption from the Colorado Department of Revenue for construction materials to be physically incorporated into the project. This Certification of Exemption provides that the CONTRACTOR shall neither pay nor include in his Bid, Sales and Use Taxes on those building and construction materials physically incorporated into the proiect. Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver, Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials physically incorporated into the proiect are to be paid by CONTRACTOR and are to be included in appropriate bid items. Use of Premises. 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work 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 materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any 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: EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other 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 construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work 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 Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them 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 negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative. - CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents 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.L CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and 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 ENGINEER the materials 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 Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited 16 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures. 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample 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 specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER 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 a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of 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. 5.4. 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 days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT 7/96 Section 00100 Page 3 construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6,31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's 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 (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or famish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or famish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTHER WORK Related Work at Site. 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR 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 involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER' employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8—OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall famish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER' duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits 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 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will famish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs9.3 and 9.13 and in the Supplementmy Eenditiens of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the SapplemeaIiar . Conditions paragraph 9.3 of these General Conditions. If the ENGINEER furnishes a Resident Project Representative (RPR) or other assistants, or if the OWNER designates a Representative or agent, all as provided in paragraph 9.3 of the General Conditions, these Representatives shall have the authority and limitations as provided in para�l ph 9.13 of the General Conditions and shall be subject to the following: 9.3.2. Duties and Responsibilities. Representative will: 9.3.2.1. Schedules - Review the progress 19 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstmction conferences, progress meetings and other job conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3. Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR working princi ally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information, when required, for proper execution of the Work 9.3.2.3.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Review of Work, Reiection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding in accordance with the Contract Documents. 9.3.2.4.3. Accompany visiting inspectors representing public or other agencies having Jurisdiction over the Project, record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the ENGINEER. 9.3.2.6. Modifications Consider and evaluate CONTRACTOR'S suggestions for 20 EJCDC GENERAL. CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) modification in Drawings or Specifications and report these recommendations to ENGINEER Accurately transmit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. 9.3.2.7.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of equipment and materials 9.3.2.8. Reports. 9.3.2 8 1 Famish ENGINEER periodic reports, as required, of the progress of the Work and of the CONTRACTOR'S compliance with the progress schedule and schedule of shop Drawing and sampe submittals. 9.3.2.8.2. Consult with ENGINEER in advance of scheduling major tests inspections or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive Changes and field orders. 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of any accident 9.3.2.9. Payment Requests Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values, work completed and materials and equipment delivered at the site but not incorporated in the Work. 9.3.2.10. Completion. 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion. 9.3.2.10.2. Conduct final inspection in the company of the ENGINEER. OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. 9.3.3. Limitation of Authority: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accept any substitute materials or equipment, unless authorized by [he ENGINEER. 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the Contract Documents 9.3.3.3. Undertake any of the responsibilities of the CONTRACTOR. Subcontractors, or CONTRACTOR'S superintendent 9.3.3.4. Advise on, or issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences or Procedures for construction unless such is specifically called for in the Contract Documents 9.3.3.5. Advise on or issue directions regarding or assume control over safety precautions and programs in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR. 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the ENGINEER. Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Orderjustifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article I 1 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project 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 Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (it) if no such Dispute Resolution Agreement has been entered into, 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 ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes. 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after 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 accordance with applicable Laws and Regulations within sixty days of the date of such 22 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter -puFsiiant-�. 9.13. Limitations on ENGINEER's Authority and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. 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 required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (it) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents E1CDC GENERAL. CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for perforating the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER 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 claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall 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 OWNER 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 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined 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 paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR'S fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Rork. 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, butbut fie be limited to- salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and-reHrernenf benefits, ems applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment famished 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 deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, 24 E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs l 1.4, l 1.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, 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. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and 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, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees 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 connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4—all of which are to be considered administrative costs covered by the CONTRACTOR' fee. 11.5.2. Expenses of CONTRACTOR' principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs I IA. I and 11.4.2, the CONTRACTORS fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR' fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five pement of the the next lahref tier SkibeeritmeteF to be negotiated in good faith with the OWNER but not to exceed five percent of the amount Paid to the next lower tier Subcontractor. 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR' fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 determined pursuant to paragraphs I I A and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; 26 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining item so long as the deletion or addition does not exceed twenty-five percent of the original total Contract Price ARTICLE 12—CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated 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 Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, ads or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and 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 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. 7/96 Section 00100 Page 4 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR 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 Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period: 13.12.1.If within ene-yeae two year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other 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 defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including 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 defective Work (and damage to other 28 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of ene year two Years after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect 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 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work. 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective 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 Work 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 under this paragraph OWNER shall proceed expeditiously. In connection 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 incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained 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 respect 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 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values. 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials 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 OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds that are withheld by the OWNER shall not be subject to substitution by the CONTRACTOR with securities or any arrangements involving an escrow or custodianship By executing the application for Payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes, Section 24-91-101 et seq. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment. 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications 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 ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (i1i) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is 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 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 be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed 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 ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER 30 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, 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 he accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application forPayment., 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Project manual. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be subtrtted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after 31 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid 32 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will he paid to CONTRACTOR. If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement', to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice. 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 corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2.L When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other parry's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the fast observance 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 limitations or repose.Cumulative Remedies. 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition 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 by 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 specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included: 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement. Reference to two pertinent Colorado statutes are as follows; 17.6.1. Colorado Revised Statutes (CRS 8-17-101) require that Colorado labor be emvloved to perform the Work to the extent of not less than 80 percent (80%) of each type or class of labor in the several classifications of skilled and common labor employed on the project. Colorado labor means any person who is a bona fide resident of the State of Colorado at the time of employment, without discrimination as to race, color, creed, age, religion or sex. 17.6.2. If a claim is filed, OWNER is required by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials, team hire, sustenance, provisions, provender, or other supplies used or consumed by CONTRACTOR or his 33 subcontractors in or about the performance of the Work. Such funds must be withheld until said claims have been paid or such claims as filed have been withdrawn, 34 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) (This page left blank intentionally.) EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 36 E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER 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 ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER 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 acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER 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 9.10. 16.3. 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 ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time 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 be bared by the applicable statute of limitations. E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER'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 thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, 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 Industry 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 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -AI