HomeMy WebLinkAbout106039 GERRARD EXCAVATING - CONTRACT - BID - 5680 KECHTER ROAD IMPROVEMENTSAdministrative Services
Purchasing Division
CITY OF FORT COLLINS
ADDENDUM No. 1
BID #5680
KECHTER ROAD IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5680 Kechter Road Improvements
OPENING DATE: March 12, 2002, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above,
the following changes are hereby made.
In our Technical Specifications on page 5, we have defined the Muck Excavation to
include only the removal of unsuitable material. The hauling and replacement will be
paid for under separate items (Borrow Suitable Fill Material and Hauling and Leveling).
We contradicted ourselves on page 6, stating that if unsuitable material is found in our
subgrade that it shall be removed and replaced with suitable fill material which will all be
paid for under Muck Excavation.
To clarify ... on page 6: If unsuitable subgrade is encountered and the Engineer
directs the Contractor to over excavate the material, the Contractor shall use
Aggregate Base Courses (Class 5 or 6), Class 1 or 2 Structural Backfill, Pit Run or
an approved fill to backfill the over excavated area if there is not any acceptable
material onsite. This Work Will he nAiA f^. —_._._.-- _
II. In our Technical Specifications on page 27, we stated that for Grading S and Grading SG
the design revolutions need to be 109 and below we contradict that by requiring 100 for
arterial roadways.
To clarify... the gyrations required for this project are 100 for both Grading S and
Grading SG.
III. In our Technical Specifications on page 37, the compressive strength of our box culvert
mix design contradicts the design plans. The specifications require 4000 psi while the
Plans require 4500 psi.
To clarify ... the compressive strength must = 4000 psi
IV. In our Technical Specifications on page 48, we have stated that the lead TCS shall be
onsite at all times. Since this project will be constructed under a full closure, we have
Page -I-
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
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
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's fee.
11.5.2. Expenses of CONTRACTOR's 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).
E]CDC GENERAL CONDITIONS 19] 0-8 (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 11.4.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.6.2.2. for costs incurred under
paragraph 11.4.3, the CONTRACTOR's 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 f
to be negotiated
ith
in Qood fawith the OWNER but not to exceed
five percent of the amount nald 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's 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 11.4 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.
Cask Allowances.,
1 l.g. 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.L 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;
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
26 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/P000)
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.
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 paragraph9.11
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, acts
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
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR.
12.4. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR, an extension of the
Contract Times (or Milestones) in an amount equal to the
time lost due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any Supplier, any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(ii) delays beyond the control of both parties including, but
not limited to, fires, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE 13—TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.1. Notice of Defects..
Prompt notice of all defective Work of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR. All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work.
13.2. OWNER, ENGINEER, ENGINEER's Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
"Neflftbh � for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tests and Inspections.
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to'paragraph 13.9
EJCDC GENERAL CONDITIONS 1911-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
below shall be paid as provided in said
Paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically
to be inspected, tested or approved by an employee or
Other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in cormectaon therewith, and furnish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for OWNER's
and ENGINEER's acceptance of materials or equipment to
be incorporated in the Work, or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGINEER, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall be at CONTRACTORS expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTORS intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Work.
13.8. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGINEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected NEER's request, shall uncover, pose or otheerwise
make available for observation, inspection or testing as
ENGINEER may require, that portion of the Work in
question, famishing all necessary labor, material and
equipment. If it is found that such Work is defective,
CONTRACTOR shall pay all claims, costs, losses and.
damages caused by, arising out of or resulting from such
uncovering, exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); 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, may make a claim therefor as provided in
Article 11. If, however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Times
(or Milestones), or both, directly attributable to such
27
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 fads
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 one Peer two veers 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 (ri)
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
terns 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
E)CIIC GENERAL CONDITIONS 1910-8 (1990 Edition)
28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 me year
two veers 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 matte a claim therefor
as provided in Article I L 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
imaged 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
A orncr _+ A.... c--'-
et sea
CONTRACTOR Is 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 ofAppliealions for Progress payment.
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 (ii) 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,
method
including final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means, s,
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 fiunishing or
Performance of Work, or for any failure of
CONTRACTOR to perform or fimtish 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 15.2A 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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
30 w1 CITY OF FORT COLLINS MODIFICATIONS (REV 4I2000)
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
OWNERS 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 Udlizar'lon:
14.10. Use by OWNER at OWNERS option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(u) 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 be 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 for Payment.
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)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
to furnish such a release or receipt in full,
CONTRACTOR may famish 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 confomvne 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
f iffilled, 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 subiect to paraerayb 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 shaft, 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
famished 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
submitted 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:
151. 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
15.2A. 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
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
32 wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
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 fnishtA 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 be
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.
15A. 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.
17.2.1. 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 1910-5 (1990 Edidm)
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 first
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 [Wade 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.
17.6.2. If a claim is filed OWNER is required b
law (CRS 38-26-1071 to withhold fiom all Pa rents to
CONTRACTOR sufficient funds to insure the
payment of all claims for labor materiais team hire
sustenance JLVVtSlnrmS provender supplies
used or consumed by CONTRACTOR or his
33
-k.
ve
gh
ag
for
Lig
ns.
�o
as
the
to
Lis
ich
to
the
ain
of
FJCDC GENERAL CONDITIONS 1910.8 (1990 Edition)
34 w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
.r
FJCDC GENERAL CONDITIONS 1910.8 (1990 Edition)
34 w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
.r
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
(This page left blank intentionally.)
EiCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
35
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
OWNER question between 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 wi11 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 b ENGINEER ENGINEER bethe parties have presented their
rendered b
evidence b a written decision has not been
fore 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 barred by the
applicable statute of limitations.
E11DC 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 i Other manner any other pn any
erson 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. L 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 }raving
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
arbitration n initiating
would irrevocably , unless delay iprejudice 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
agreed.
shall not serve as arbitrator of such dispute unless otherwise
GC -AI
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:
Geotechnical Engineering Report
And Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements
Larimer County Road 9 to Larimer County Road 7
Fort Collins, Colorado
Terracon Project No. 20015268
January 21, 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
a
will have
limits ofd
$1,000,000 ecombin d ns single 1 mits y( SL)pollcy This policy
will include coverage for Explosion, Collapse, and Underground
coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will
have limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
00800-1
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960 Application for Payment
9/99
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680
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
TOTAL APPROVED CHANGE ORDER $ •00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER 0.00
TOTAL C.O.o OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved) $ 0.00
ACCEPTED BY:
DATE:
Contractor's Representative
ACCEPTED BY:
DATE:
Project Manager
REVIEWED BY:
Title: DATE:
APPROVED BY:
Title: DATE:
APPROVED BY:
Purchasing Agent over $30,000 DATE:
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
9/99
Section 00950 Page 1
Section 00960
Application for Payment
Insert pages 1 - 4
9/99
L
F
- zxzzssxzs-ssznssazszsssszsszsazz
° �?$$$8$888SB38$BSQS€S8S888$8886888� 8
M
J �: MC O CDOO �C �•:Jp »M.0 OCO DO OOCC C O D C CCCDO CD D
N M M N N N
< -r
b
8888888888$6888858888888888888888
8
e edoeeeoedeeoddoddeededeaeeOeeedo
NNNMNMNN NNNMNMMNMMNNMMM MMNMMMNNMM
ro
M
�9
E 3�
8888886888B88888888888888p88888588
8
f
all C.O. M y M M M MM N M M M M M MMMMMN MNMN
N M N N MN N M NM
N
t 5�
U
b
3
888888888888888888888888pp888888886
$
4 zH NN M MM M M NM MNM N M W YDjN M MN MMM N NM MM NY
N
y9
L
i
sass$88$$8s88$8$8p88�jj$888a8p8SS88$88
MMM N N M M M NNM M M N MwN M11�M M wNM NM M NNNNN N
mg�
r _S ` =__ v
s.1 ____ J I 5
� � � i
4
1
� �9 •Sa8886888838888 8 8
m $_ 7 weeeaaaeeeeeaee
F N M M M N N M N M M N M M N µ M
-q g 8
N M r
sssssssssssssss s 8
e 0OO 00Oe COO OOCOOeOOe a e'• N M K MM N NM K M M M N N N N
8
o � ssssssssssassss s s
e ee>eeedeoeedeed w d
y C MNN.NNMNNyMM Mh NN M
41
8888888a8888a8s 8 8
eoe as o. a e ae
e ao a e e ms' M
M N y NKN Ny KM NM N NN
�e}
O
3
888885888888888 8 8
aeeaaeeaaaaaaea a e
M N M MMN N NK N yMN KN N M
L
0 a
0
ZZt�
i
dui �
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
requirements, performance data and guarantees of major items of materials
7/96 Section 00100 Page 6
r
H�`lMNtl a
v�Rw�Av1 A YLH Vl��S
M
6
tl d
N
8
6
N
K
b
C
E �
t�
Keehter Road Improvements Project
January21, 2002
KECHTER ROAD IMPROVEMENTS
PROJECT
The Engineers Joint Contract Documents Committee General Conditions governs the construction of this
contract. The following General Requirements supplement these General Conditions.
PROJECT GENERAL REQUIREMENTS
TABLE OF CONTENTS
SECTION
PAGE
01010
SUMMARY OF WORK.........................................................................................
General Reqs,
2-3
01040
COORDINATION..................................................................................................
General Reqs.
4-5
01310
CONSTRUCTION SCHEDULES.........................................................................
General Reqs,
6-7
01330
SURVEY DATA — (Contractor Supplied)............................................................
General Reqs.
8
01340
SHOP DRAWINGS.................................................................................................
General Reqs.
9-12
01410
TESTING..................................................................................................................
General Reqs.
13-14
01510
TEMPORARY UTILIITIES..................................................................................
General Reqs,
15
01560
TEMPORARY CONTROL...................................................................................
General Reqs.
16-17
01570
TREE PROTECTION...........................................................................................
General Reqs.
18-19
01580
TRAFFIC REGULATION — (Contractor Supplied) ..........................................
General Reqs.
20-21
01700
CONTRACT CLOSEOUT....................................................................................
General Reqs.
22
01711
SITE CLEANUP.....................................................................................................
General Reqs,
23
01720
PROJECT RECORD DOCUMENTS.................................................................
General Reqs.
24
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirements
General Reqs. - 1
Keehter Road Iniprovements Projm
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. The Work shall consist of the construction of the outlined improvements:
PROPOSAL NO. 5680
January 21, 2002
1.Kechter Road from Ziegler Road east (approx. 6000 feet) to the Fossil Creek Inlet Ditch. The
construction of these improvements includes widening to minor arterial standards with curb, gutter
and sidewalks with a twelve- (12) inch waterline and a cast -in -place box culvert.
2. Kechter Road and Ziegler Road Intersection.
Kechter Road:
The construction of the improvements to Kechter Road includes reconstructing and widening Kechter
Road from Ziegler Road east to the Fossil Creek Inlet Ditch. The old County Road surface on Kechter
Road will be removed and reconstructed with a new asphalt pavement section. These improvements will
include construction of vertical curb and gutter, sidewalks, colored concrete handicap access ramps,
asphalt paving with decorative asphalt crosswalks, and storm -water and irrigation installation. A dual
20' x 5' cast -in -place box culvert will be constructed to replace the existing corrugated metal pipe crossing
at the McClelland Channel. Approximately 1200' (feet) of McClelland Channel will be realigned and
re -graded north and south of the McClelland box. This work will include base -flow channels (grouted
and graded), riffle drop structures and rip -rap areas. In conjunction with the Fort Collins -Loveland
Water District, 1200' (feet) of 12-inch pvc c900 water main will be installed. Other tasks associated with
this project include removals, relocations and adjustments of existing features. City crews will install
traffic signal conduit, stripe the finished pavement and install new street signage.
Kechter Road and Ziegler Road Intersection•
This intersection will be widened and paved with concrete. Fisting stormwater and irrigation pipes will
be plugged and replaced with new reinforced concrete pipes (RCP). A 36" casing pipe (approx. 210'
long) will be installed for a future Fort Collins -Loveland Waterline. This intersection will be widened
to accommodate right-hand turn lanes and the installation of conduits for future signalization.
B. Protection and Restoration
1. Replace to equal or better conditions all items removed and replaced or damaged during construction.
2. Restore all areas disturbed to match surrounding surface conditions.
3. The Owners Field Representative must approve the condition of all replaced and/or restored areas
prior to final payment.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
The following items shall be coordinated between the Contractor and the Owners Field Renresentative_
A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental
agencies when prosecution of the Work may affect them.
U:\Eileen\SOS\KeehterRoad\Bid Does\Construction Specs\General Requirenents
General Reqs. - 2
Kechter Road tnproven ants Project
January 21, 2002
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is
necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed
scope of work schedule and any items, which would affect their daily operation.
E. Names and telephone numbers of affected agencies and utilities in the area are listed below for
Contractor's convenience.
UTILITIES
Water:
City of Fort Collins, Colorado
221-6681
Storm Sewer:
City of Fort Collins, Colorado
221-6589
Sanitary Sewer:
City of Fort Collins, Colorado
221-6681
Electric:
City of Fort Collins, Colorado
221-6700
Gas/Electric:
Xcel Energies
Telephone:
Qwest Communications
225-7847
Traffic Operations:
City of Ft. Collins, Colorado
224-7558
Cable Television:
AT&T Broadband
221-6630
FCLWD: Nate Gill
City of Fort Collins, Colorado
493-7400
226-3104 ext. 17
Electric:
*Utility
Poudre Valley REA
226-1234
Locates
Under A One -call @ system
1-800.922-1987
Ditch Companies: Brown Staley Ditch Lateral Delbert Brown
AGENCIES
Occupational Safety & Health Administration (OSHA):
Poudre Fire Authority
City of Fort Collins Police Department
Non -Emergency:
844-3061
221-6581
Emer en 911
g cy
Latimer County Sheriffs Department
Non -Emergency:
gcy.
Non-Emergency:7177
221-
225-
Emergency: 911
Postmaster: US Postal Service
Judith Robertson:
225-4111
Emergency: 911
Ambulance: Poudre Valley Hospital
Transportation:
Non -Emergency:
484-1227
Emer en 911
g cy
Transfort:
221-6620
Traffic Engineering:
221-6630
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid DOcACnnstruction Specs\General Requirenrnts
General Reqs. - 3
K"I ter Road Iniprovements Project
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
January 21, 2002
A. Coordinate operations under contract in a manner, which will facilitate progress of the Work. The
Contractor shall also coordinate with the Utility Companies and City Traffic Department whose Work
is separate from the General Contractor's contract.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing
and manner of performance of operations which affect the service of such utilities, agencies, or public
safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding
neighborhoods to provide satisfactory access at all times and keep them informed at all times.
E. Keep traffic areas and temporary residential accesses free of excavated material, construction equipment,
pipe and other material and equipment.
F. Keep fire hydrants and utility control valves free from obstruction and available for use at all times.
G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and
drives.
H. Provide and maintain temporary approaches or crossings at streets and residences.
1.2 SCHEDULE AND MILESTONES
The Contractor shall submit a detailed project schedule showing milestones and the critical path for the
Kechter Road Improvement Project. This schedule shall be agreed to by both the Owner and Contractor.
It shall be made in writing and signed by both parties.
The progress schedule shall be monitored closely during construction and may be updated by written
agreement of the parties as changes occur in the project progress. If the milestones are not met, the
Owner may utilize the remedies provided in paragraph 15.6 of the Supplementary Conditions as well as
any other remedy provided by the Contract Documents or provided by law or equity. The Owner may
also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement.
1.3 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
I. Contractor shall participate in the conference accompanied by all major Subcontractors.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned
to project.
3. Contractor shall submit in writing proposed daily construction hours to Engineer for approval.
4. Contractor shall designate all access roads and parking areas in writing to the Engineer for approval.
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirem:nts
General Reqs. - 4
Kechter Road Improvements Project
January 21, 2002
5. The Engineer shall invite all utility and irrigation companies involved.
6. The Utilities will be asked to designate their coordination person, provide utility plans, and their
anticipated schedules.
7. The Engineer shall introduce the Project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination
of the Work, refining project schedules, and utility coordination.
C. The Engineer may hold coordination conferences, to be attended by all parties involved, when the
Contractor's operations affect, or are affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Engineer.
1.4 PROGRESS MEETINGS
A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and
at other times as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Engineer and Project Manager.
4. Others as may be requested by Contractor, Engineer or Owner.
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
5. Review Milestone Schedule.
6. Discuss the work scheduled for the next two weeks.
7. Discuss the surveying needed for the next week.
D. The Engineer or a Project Representative shall preside at meetings and record and distribute minutes
to the participants.
E. The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the
progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets,
when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures
accurate monthly project pay estimates.
END OF SECTION
U:\Eileen\SOS\KmhterRoad\Bid Does\Construction Specs\General Requirements
General Reqs. - 5
Keehter Road Inprovements Project
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
January21,2002
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after
review of tentative schedule by parties attending the pre -construction conference. This schedule will
show how the contractor intends to meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and
actual progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of
the Work with the needs of Owner or others.
C. The schedule must show how the street, waterline, concrete and paving work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones.
B. Equipment, Materials and Submittals schedule.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for
equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen,
when requested by Owner or Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
I. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
I. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirenents
General Reqs. - 6
Kechter Road Inprovements Project
1.5 OWNER'S RESPONSIBILITY
January 21, 2002
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
the Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
UAElleen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirenents
General Reqs. - 7
Kechter Road Ingrovements Project
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
January 21, 2002
A. The Owner will not provide the construction surveying for the Project. The Contractor will be
responsible to provide the surveying required on this project.
B. The Owner will make the projects CAD drawings available to the Contractor upon request.
C. The Contractor must submit a survey request to the Surveyors a minimum of 48 hours prior to needing
surveying work done.
D. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the
survey personnel shall notify the contractor with the date on which the requested work will be completed.
E. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
F. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to
remove a survey monument or construction stakes, the Contractor is responsible for notifying the
Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will
be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed
monument.
G. The Contractor shall be responsible for transferring the information from the construction stakes to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other
structures and items in accordance with the information on the stakes and grade sheets supplied by the
Owner.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\General Requirenents
General Reqs. - 8
Kechter Road lurmvenvw, Project
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
January 21, 2002
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. The Engineer will not accept Shop Drawings or other submittals from anyone but the Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by the Engineer prior
to the time set forth in the approved schedule will be reviewed at any time convenient to the Engineer
before the time required by the schedule.
C. Any need for more than one resubmission, or any other delay in obtaining the Engineers review of
submittals, will not entitle the Contractor to an extension of the Contract Time, unless delay of the Work
is directly caused by failure of the Engineer to return any scheduled submittal within 10 days after receipt
in his office of all information required for review of the submittals or for any other reason which
prevents the Engineer's timely review. Failure of Contractor to coordinate submittals that must be
reviewed together will not entitle the Contractor to an extension of Contract Time or an increase in
Contract Price.
D. Resubmit a corrected submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such
submittals, stamped by the Contractor and properly marked by the Engineer, are at the site and available
to workmen.
F. Only use Shop Drawings which bear Engineer's mark "NO EXCEPTION TAKEN" in the performance
of the Work.
Review status designations listed on Engineer's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN
Signifies material or equipment represented by the submittal conforms with the design concept, complies
with the information given in the Contract Documents and is acceptable for incorporation in the Work.
Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of
the submittal are to be transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept, complies
with the information given in the Contract Documents and is acceptable for incorporation in the Work
in accordance with Engineer's notations. Contractor is to proceed with the Work in accordance with
Engineer's notations and is to submit a revised submittal responsive to notations marked on the returned
submittal or written in the letter of transmittal.
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design concept
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirenamts
General Reqs. - 9
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
equipment to be
in the Contract
Conditions.
21.0 RETAINAGE.
from Colorado State Sales and Use Taxes on materials and
incorporated in the Work. Said taxes shall not be included
Price. Reference is made to the General and Supplementary
Provisions concerning retainage are set forth in the Agreement.
7/96 Section 00100 Page 7
Kechter Road In'Provetnents Project
January 21, 2002
or comply with the information given in the Contract Documents and is not acceptable for use in the
Work. Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information
sheets,
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in
design, operation, or maintenance. But these submittals do not constitute a basis for determining that
items represented thereby conform to the design concept or comply with the information given in the
Contract Document. The Engineer reviews such submittals for general information, but not for
substance.
1.2 SUBMITTAL REGISTER
A. The Contractor shall complete the Submittal Register and submit with the Final Construction Schedule
submittal. The Contractor must resubmit an updated Submittal Register with each application for
progress payment. A format of the Submittal Register is provided below, Contractor should reproduce
this format, (or an approved alternate) for this register.
B. Instructions for Completing the Submittal Register:
Column 1: References, specification section, and paragraph in which submittal is requested. This will
be done for each item of equipment or material.
Column 2: Describe types of submittal required, i.e., shop drawing, certificate, etc.
Column 3: List the material or item for which submittal is required.
Column 4: Contractor shall provide the date that he intends to make each submittal.
Column 5: Contractor shall provide that date by which each submittal must be approved to accomplish
timely incorporation into the project.
Column 6: Contractor shall provide the mailing date of the initial submittal made to the Owner.
Column 7: Contractor shall record the review action of the Owner to the last submittal for the item,
equipment, or material.
Column 8: Contractor shall record the mailing date of subsequent submittal for each item, equipment,
and material until submittal is accepted by Owner.
Column 9: Contractor may record remarks as necessary to coordinate with other submittal or provide
necessary information.
1.3 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be furnished.
I. Detailed installation drawings showing foundation details and clearances required for construction.
2. Relation to adjacent or critical features of the Work or materials.
3. Field dimensions, clearly identified as such.
4. Applicable standards, such as ASTM or Federal Specification numbers.
5. Drawings, catalogs or parts thereof, manufacturers specifications and data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Engineer to determine that the materials and equipment conform to the design concept and
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\General Requirenents
General Reqs. - 10
Kechter Road Inprovemcnts Project
January 21, 2002
comply with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which
Engineer will review for general information but not for substance.
c. For Engineer to determine what supports, anchorages, structural details, connections and
services are required for materials and equipment, and the effect on contiguous or related
structures, materials and equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to
enable Engineer to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
I. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 81/ 2" x 11".
3. Clearly mark each copy to identify pertinent products and models.
4. Individually annotate standard drawings, which are furnished, cross out items that do not apply,
describe exactly which parts of the drawing apply to the equipment being furnished.
5. Individually annotate catalog sheets to identify applicable items.
6. Reproduction or copies of portions of Contract Documents:
a. Not acceptable as complete fabrication or erection drawings.
b. Acceptable when used as a drawing upon which to indicate information on erection or to identify
detail drawings.
7. Clearly identify the following:
a. Date of submission.
b. Project title and number.
c. Names of Contractor, Supplier and Manufacturer.
d. Specification section number, specification article number for which items apply, intended use
of item in the work, and equipment designation.
e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract
Documents.
f. Deviations from Contract Documents.
g. Revisions on resubmittals.
h. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of
products, field measurements and field construction criteria, and coordination of the information
within the submittal with requirements of the Work and the Contract Documents.
1.4 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no
delay in the Work or in the work of any other contractor.
B. Minimum number required:
I. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer.
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requirements
General Reqs. -11
Kechter Road Improvements Project January 21, 2002
1.5 RESUBMISSION REQUIREMENTS
A. Make corrections or changes required by Engineer and resubmit until accepted.
B. In writing, call Engineer's attention to deviations that the submittal may have from the Contract
Documents.
C. In writing, call specific attention to revisions other than those called for by Engineer on previous
submissions.
D. Shop Drawings
I. Include additional drawings that maybe required to show essential details of any changes proposed
by Contractor along with required wiring and piping layouts.
END OF SECTION
U:\Eileen\.SOS\KechterRoad\Bid Docs\Construction Specs\General Requirements
General Reqs. - 12
Kechter Road Istprovements Project
January 21, 2002
SECTION 01410
1.1 GENERAL TESTING
A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for
collecting and forwarding samples. Do not use any materials or equipment represented by samples until
tests, if required, have been made and the materials or equipment are found to be acceptable. Any
Product, which becomes unfit for use after approval hereof, shall not be incorporated into the work.
B. All materials or equipment proposed to be used may be tested at any time during their preparation or
use. Furnish the required samples without charge and give sufficient notice of the placing of orders to
permit the testing. Products may be sampled either prior to shipment or afrer being received at the site
of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise
provided, sampling and testing of all materials and the laboratory methods and testing equipment shall
be in accordance with the latest standards and tentative methods of the American Society for Testing
Materials (ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required,
such information is included under the applicable sections of the Specifications. Any modification of,
or elaboration on these test procedures (which may be included for specific materials under their
respective sections in the Specifications) shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
I. Soil tests, except those called for under Submittals thereof.
2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by
Owner.
3. Concrete tests, except those called for under Submittals thereof. 4. Asphalt tests, except those called for under Submittals thereof.
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, the Contractor shall also
be responsible for and shall pay all costs in connection with testing required for the following:
L All performance and field testing specifically called for by the specifications.
2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under
section 1.2 above.
3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure
to pave, pour, or fill on schedule for any reason except by action of the Engineer.
B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require
testing.
U:Tileeu\SOS\KechterRoad\Bid Docs\Construction Specs\General Requirements
General Reqs. - 13
Kechter Road Inprovements Project
January 21, 2002
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
,4 General: The Contractor shall establish a quality control system to perform sufficient inspection and tests
of all items of Work, including that of his subcontractors, to ensure conformance to the functional
Contract Documents provide for specific compliance tests by testing laboratoperformance of this project. This control shall be established for all construction except where the
or engineers employed
various sections of these Specifications.
by the Owner. The Contractor's control system shall specifically include all testing required by the ries
B. Superintendence. The Contractor SHALL employ a full time Superintendent to monitor and coordinate
all facets of the Work. Superintendent shall be on site when work is in progress (i.e. weekend work). The
Superintendent shall have adequate experience to perform the duties of Superintendent.
C. Quality Control: Contractor's quality control system is the means by which he assures himself that his
construction complies with the requirements of the Contract Documents. Controls shall be adequate to
cover all construction operations and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed,
instructions received from the Engineer and actions taken as a result of those instructions. These records
shall include evidence that the required inspections or tests have been performed (including type and
number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial
action, and corrective action taken. Document inspections and tests as required by each section of the
Specifications. Provide copies to the Engineer weekly.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Does\Construction Specs\General Requiremnts
General Reqs. -14
Kechter Road Improvements Project
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
January 21, 2002
A. Furnish all utilities necessary for construction.
B. Owner will furnish water in reasonable amounts for execution of the work at existing fire hydrants without
charge to Contractor. The Contractor shall coordinate and schedule with the Owners' Field
Representative for the Water Department to select the appropriate fire hydrant and set the hydrant
meter.
C. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system.
2. Unnecessary waste of water will not be tolerated.
D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1. Only Owner shall operate existing valves and hydrants.
1.2 SANITARY FACILITIES
A. Contractor shall furnish temporary sanitary facilities at each site for the needs of construction workers
and others performing work or furnishing services on the Project. Furnish a minimum of two portable
toilets at the trailers (if office trailers are required) and a minimum of one at each project work site or
as required to accommodate the number of personnel working on site.
B. Contractor shall properly maintain sanitary facilities of reasonable capacity throughout construction
periods.
C. Contractor to enforce the use of such sanitary facilities by all personnel at the site.
D. Place facilities out of public view using the greatest practical extent.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\Generat Requiremuts
General Reqs. - 15
Kechter Road laprovements Project
January 21, 2002
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize
erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual and Plan.
1.5 SECURITY
A. Contractor is responsible for protection of the site and all Work, materials, equipment and exjsting
facilities thereon, against vandalism.
B. No claim will be made against the Owner by reason of any act of an employee or trespasser, and the
Contractor shall make good all damage resulting from his failure to provide security measures as
specified.
C. Security measures will be instituted to protect owners of existing facilities during normal operation, but
will also include such additional security fencing, barricades, lighting, watchman services or other
measures as Contractor feels is required to protect the site.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Dots\Construction Specs\General Requirenents
General Reqs. -17
Kechter Road Improvements Project
January 21, 2002
SECTION 01570
TREE PROTECTION
A. Tree Barriers:
All trees which will be preserved, but are within the limits of construction, must be protected from all
damage associated with construction. A sturdy, physical barrier (fluorescent orange in color) must be
fixed in place around each tree for the duration of construction. This barrier will be placed no closer than
six (6) feet from the trunk, or one-half of the drip line, whichever is greater. The barrier itself must be
fixed so it cannot be moved easily, but the material can be flexible, such as orange safety fence attached
to metal T-posts driven into the ground, but must act as an effective deterrent to deliberate or accidental
damage of each tree. The Project Engineer or Manager must approve actual materials and location of
barrier.
The movement or storage of equipment, material, debris, or fill within these required protective barriers
is completely prohibited.
In situations where the construction will come closer to a tree than six (6) feet, the orange barrier must
still be erected. However, additional padding must be placed around the trunk of each tree starting at
ground level and proceeding up the trunk to a height of six or seven feet. Padding should be a minimum
eight (8) inches thick, and made of a material strong enough to protect the bark from accidental impacts
with hand tools or power equipment.
B. A_ccidental Poisonin •
During the construction, the Contractor shall not cause, or permit the cleaning of equipment or material
within the root zone of any tree. The Contractor shall not store or dispose of waste material including,
but not limited to; paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life
of a tree, within the root zone of each tree, or group of trees.
C. Root Pruning Specifications
When the cutting of tree roots is necessary, each final cut must be made as cleanly as possible for all roots
over three (3) inches in diameter using the following method:
L The line of excavation will be drawn out and appropriate excavation equipment used to clear the area
at least six inches in front of the actual finished excavation line. Roots can then be cut using tools
such as axes, stump grinders, or trenchers.
2. Each root over three (3) inches in diameter will then be cut cleanly back to the excavation line using
stump grinder operated by an experienced licensed arborist. A sharp hand or bow saw is acceptable
for roots under three (3) inches in diameter. Axes and trenchers do not cut roots cleanly and will not
be used for final root cuts.
D. Contractor shall coordinate with the Owners' Field Representative prior to and during the tree
Protection erection and root pruning activities. Owners' Field Representative, at his/her opinion, will
contact the City Forester and/or City Arborist for advice and approval of the tree protection measures
WNWIFtaken by the Contractor and also the City's advice and approval during the root pruning activities.
O:\Eileen\SOS\KechterRoad\Bid DocsTonstructionspecs\General Requirements
General Reqs. - 18
Kechter Road Inprovements Project
January 21, 2002
E. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to any
tree preserved on this project.
F. Violation of Specifications and Penalties for Damaein Trees
Any violation of these specifications will lead to penalties based on the type of violation and/or the
resulting damages, and may be grounds for the termination of this contract.
The penalties will be assessed based on the amount of damage done and the total value of that tree, or
group of trees, prior to the damage. The minimum penalty will be $100.00. Penalties for any damage
will be based on the total value of the tree as determined by the City Forestry Division staff and the
severity of the damage as a proportion of the total value of that tree. This could include up to the full
value of the tree.
As an example, there are two American Elm trees to be preserved on another project. They are
valued at $7, 960 and $6, 667 for the south and north trees respectively. The south tree is
approximately 100 inches in circumference, therefore each inch is worth one -hundredth of the
value, or $79.60 per inch. Similarly, the north tree is 91 inches in circumference, making each
inch worth $73.26. To extend this to penalties paid, if one inch of the bark on the south tree is
scuffed, the penalty would be $100 (the minimum allowed); if two inches are damaged, the
penalty would be $159.20 and so on up to 50% of the circumference of the trunk 1f 50% or
more is damaged, the full value of the tree will be assessed as a penalty. (This example serves to
illustrate how damages will be assessed).
This method of assessing penalties will be applicable to all trees not marked for removal on the project,
accidental poisoning and improper pruning.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\General Requiremnts
General Reqs. - 19
Kechter Road Improvements Project
SECTION 01550
TRAFFIC REGULATION
1.1 TRAFFIC CONTROL
January 21, 2002
A. The traffic control for this project shall be the responsibility of the Contractor. Traffic control is defined
as those devices necessary to channelize vehicular and pedestrian traffic through the project.
B. The Contractor and/or Traffic Control Contractor must submit traffic control plans and coordinate all
traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted
and approved 2 weeks prior to starting construction and before making each modification.
C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic
Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having
jurisdiction.
D. The traffic access/control plan limitations for handling traffic for these projects are described below.
Kechter Road: A full closure has been granted beginning from the east p.c. of Ziegler Road and
ending at the west p.c. of County Road 7 (a.k.a. Strauss Cabin Road) for the entire duration of the
project.
Note: In order to keep local access for residents, Willow Brook Subdivision and 2002 Elementary School
the existing asphalt pavement from the west property line of Wilow Brook mu
st
east to County Road
remain until the completion ofthe new box culvert at McClelland Channel. Once this phase of construction
ad7ust has been completed, the remaining asphalt shall be removed. A temporary all weather access must be
maintainedfor all of the above mentioned parties.
Kechter and Ziegler Intersection: Kechter and Ziegler Intersection can be constructed under the full
closure. However, access MUST BE PROVIDED at aU times to the Fossil Lake Estates Subdivision.
Any modifications to the traffic control plan must be approved by the City s Traffic Control
Coordinator and the Enilineer,
E. Vehicle, bike and pedestrian access to all side streets and private drives shall be maintained at all times.
The Contractor will develop an access control plan in coordination with adjacent property owners, and
submit it in conjunction with the traffic control plan to the Engineer for approval prior to the start of any
Work. Pedestrian traffic shall be maintained at all times, utilizing temporary sidewalks when necessary.
F. The Contractor must work with the adjacent residents to provide and maintain sufficient access for them
during the duration of the project. It will be the Contractors responsibility to coordinate and
communicate with the residents during construction.
G. The Contractor must maintain, at their cost, access to all businesses during their business hours. It will
be the Contractors responsibility to coordinate and communicate with the businesses during construction.
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\General Requirements
General Reqs. - 20
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
Kechter Road Inprovements Project
January 21, 2002
H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, and
other materials and equipment.
The Contractor shall keep fire hydrants and utility control valves free from obstruction and available for
use at all times.
The Contractor shall provide and maintain, at their cost, temporary driveway approaches on driveways
open to traffic at all times to insure that the approaches are smooth, compacted, and will not prohibit or
inhibit the use of the driveway. The driveway approaches must be maintained seven days a week. In the
case of bad weather the Contractor must repair the driveways immediately following the storm and must
work to maintain access during the storm.
1.2 WORK AREA SAFETY
A. The Contractor shall maintain a safe work area and protect area residents, motorists, bicyclists,
pedestrians, and children from work area hazards.
B. The Contractor shall provide all work area safety control devices, such as barricades and safety fence
around all excavations and drop-offs.
C. Work area safety control devices will not be paid for separately. Cost for this equipment should be
included In the lump sum cost for the work items which will require work area safety control devices.
1.3 PARKING
A. Provide suitable parking areas for the use of all construction workers and others performing work or
furnishing services in connection with the Project so as to avoid interference with public traffic, Owner's
operations, or construction activities.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid 1Mcs\Construction Specs\Geneml Requirements
General Reqs. - 21
Kechter Road Inprovements Project
SECTION 01700
CONTRACT CLOSEOUT
1.1 SUBSTANTIAL COMPLETION
January 21, 2002
A. Substantial Completion for the The Kechter Road Improvements Project shall be defined as the
completion of all pavement, curb and gutter, sidewalks, ramps, underground utility work, inlets, storm
drainage work, medians including irrigation and landscaping, earthwork and any other pertinent items
as required for this project. The roadways must be opened to traffic.
B. Substantial Completion dates or times are outlined in Section 00520 - Agreement.
1.2 FINAL COMPLETION
A. Final Completion shall be defined as the completion of all Work including cleanup, Project Record
Documents shall be turned over to the Owner, all punch list items completed, and all processing of all
change orders. The Work must be ready for final payment and acceptance.
B. Final Completion will be subject to the terms outlined in Section 00520 - Agreement.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Doc$\Construction Specs\General Requirenents
General Reqs. - 22
Kechter Road Inproventents Project
SECTION 01711
SITE CLEANUP
1.1 GENERAL
A. Execute cleanup, during progress of the Work, and at completion of the Work.
January 21, 2002
B. Adequate cleanup will be a condition for recommendation of progress payments.
1.2 DESCRIPTION
A. Store volatile wastes in covered metal containers and dispose off site.
B. Provide on -site covered containers for the collection of waste materials, debris and rubbish.
C. Neatly store construction materials, such as concrete forms, when not in use.
D. Broom clean adjacent paved surfaces and rake other adjacent surfaces.
E. The streets adjacent to the construction area shall be cleaned of debris generated by the project by the
Contractor at the earliest opportunity, but in no case shall the street be left uncleaned after the
completion of the day's work. It shall be the Contractors responsibility to provide the necessary
equipment and materials to satisfactorily clean the roadway at no additional cost to the project. The
City's Street Department will sweep the street at an approximate hourly rate of $70.00 for a minimum
of 2 hours. The Contractor must sign a Contract with the City Street Department prior to requesting
street sweeping.
If the streets are not cleaned by the Contractor within 24 hours after having been given notice from the
Project Engineer, the Project Engineer will have the Streets Department sweep the streets at the rates
listed above and will back charge the Contractor for expenses incurred.
1.3 DISPOSAL
A. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams
or waterways.
B. Remove waste materials, clearing materials, demolition materials, unsuitable excavated materials, debris
and rubbish from the site at least weekly and dispose of at disposal areas furnished by Contractor away
from the site.
END OF SECTION
U:\Eileen\SOS\KechterRoad\Bid Docs\Construction Specs\General Requirenents
General Reqs. - 23
Kechter Road Improvements Project
SECTION 01720
PROJECT RECORD DOCUMENTS
1.1 GENERAL
A. Maintain at the site one record copy of:
1. Documents and samples called for in General Conditions 6.19.
2. Field Test Records.
3. Certificates of compliance.
1.2 MAINTENANCE OF DOCUMENTS AND SAMPLES
January 21, 2002
A. File documents and samples in accordance with the specifications section numbers.
B. Maintain documents and samples in a clean, dry, legible condition and in good order. Do not use record
documents for construction purposes.
1.3 RECORDING
A. Label each document "PROJECT RECORD" in neat large printed letters.
B. Record information concurrently with construction progress.
1. Do not cover Work until required information is recorded.
C. Marking of Project Records.
1. Legible and with a dark pen or pencil.
2. Ink shall not be water based or subject to easy smearing.
D. Mark Drawings to record actual construction.
1. Field dimensions, elevations, and details.
2. Changes made by a Modification.
3. Details not on original Drawings.
4. Horizontal and vertical locations of underground utilities and appurtenances referenced to a
minimum of three permanent surface improvements.
5. Depths of various elements in relation to project datum.
6. Location of utilities and appurtenances concealed in the construction, referenced to visible and
accessible features of the structure.
1.4 SUBMISSION
A. Accompany submittal with transmittal letter in duplicate containing:
1. Date.
2. Project title and number.
3. Contractor's names, address, and telephone number.
4. Index containing title and number of each Record Document.
5. Signature of Contractor or his authorized representative.
END OF SECTION
U:\E11een\S0S\KechterRoad\Bid Dots\Construction Specs\General Requirenrnts
General Reqs. - 24
Keehter Road Improvements Project
January 21, 2002
KECHTER ROAD IMPROVEMENTS PROJECT
The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction" (1999),
except as revised herein, is hereby adopted as a minimum standard of compliance for this project. The City of
Fort Collins Storm Drainage Construction Standards, City of Fort Collins Water Utilities Standard
Construction Specifications, City of Fort Collins Design Criteria and Standards for Streets, and City of Fort
Collins Work Area Traffic Control Handbook, shall also serve as minimum standards of compliance for this
project. They are not included in the contract documents, but may be obtained at the appropriate City
Departments. It shall be the Contractor's responsibility to purchase and familiarize themselves with all of the
City Department Specifications. These project specifications, City Department specifications, and CDOT
standard specifications are considered minimum standards for compliance on this project. In those instances
where the CDOT Standard Specifications conflict with the City specifications listed above, the City
specifications shall govern. In those instances where the CDOT Standard Specifications conflict with any of
the provisions of the preceding Sections 00001 through 01750, General Requirements, the preceding sections
shall govern.
PROJECT CONSTRUCTION SPECIFICATIONS
INDEX OF REVISIONS
SECTION
PAGE
202
REMOVALS............................................................................................................
Technical Specs
3-4
203
EXCAVATION AND EMBANKMENT..............................................................
Technical Specs
5-7
206
EXCAVATION AND BACKFILL FOR STRUCTURES ..................................
Technical Specs
9-9
210
RESET STRUCTURES..........................................................................................
Technical Specs
10
304
AGGREGATE BASE COURSE...........................................................................
Technical Specs
11-13
306
RECONDITIONING..............................................................................................
Technical Specs
14
307
FLY ASH SUBGRADE STABILIZATION
.........................................................
Technical Specs
15
401
PLANT MIX PAVEMENTS - GENERAL...........................................................
Technical Specs
16-19
403
HOT BITUMINOUS PAVEMENT
.............. ...................................................
..... Technical Specs
20-25
412
PORTLAND CEMENT CONCRETE PAVEMENT .........................................
Technical Specs
26-29
420
GEOSYNTHETICS
................................................................................................
Technical Specs
30-31
506
RIPRAP
...................................................................................................................
Technical Specs
32-33
601
STRUCTURAL CONCRETE...............................................................................
Technical Specs
34-36
603
CULVERTS AND SEWERS.................................................................................
Technical Specs
37-39
604
MANHOLES, INLETS AND METER VAULTS ................................................
Technical Specs
40
U:\Ei1mn\S0S\Kec1uerRoad\Bid
Does\Constntetim Specs\Technical Specs
Technical Specs - 1
Kechter Road Improvements Project
January 21, 2002
607
FENCES
....................................................................................................................
Technical Specs 41
608
SIDEWALKS AND DECORATIVE CROSSWALKS
........................................
Technical Specs; 42-43
609
CURB AND GUTTER
...........................................................................................
Technical Specs 44
619
WATER LINES
......................................................................................................
Technical Specs 45-46
630
TRAFFIC CONTROL DEVICES (Contractor Supplied)
..................................
Technical Specs 47-30
U:\Eiken\SOS\Kechter Road\Bid Docs\Constructim Specs\TechnicalSpecs
Technical Specs - 2
Kechter Road Inprovements Project
REVISION OF SECTION 202
REMOVALS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
January 21, 2002
Subsection 202.01 is revised to include the following:
The Contractor shall remove and dispose of all concrete sidewalk, curb and gutter, cross pans, driveways, inlets,
irrigation structures, pipe, structures, asphalt, fence, trees, retaining walls and any other obstructions that are
designated for removal by the Engineer. All such removals will be measured in the field, and quantities agreed
to by the Contractor and the Engineer.
Subsection 202.02 is revised to include the following:
Disposal Site - Materials designated for removal shall become property of the Contractor, unless noted in the
specifications or specified by the Engineer to be salvaged or stockpiled. It shall be the Contractor's responsibility
to obtain disposal sites for all unusable material, which is removed.
Subsection 202.07 is revised to include the following:
Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and straight vertical line. Pieces
of concrete which, due to the Contractor's operations, crack or break beyond the limits of construction, shall be
saw cut, or removed to the nearest joint, and removed and replaced at the Contractor's expense. The limit of the
repair will be determined by the Engineer. The initial saw cutting to remove existing concrete and/or asphalt shall
be considered incidental to the Work and shall not be paid for separately under this item.
Removal of concrete, asphalt and/or obstructions as described in section 202.01 beyond the limits designated by
the Engineer will be the responsibility of the Contractor and will not be paid for under this section.
Subsection 202.11 is revised to include the following:
The Contractor and the Engineer shall field measure and agree upon the quantity to be removed before the work
commences. Should the Contractor fail to request the Engineer to measure any work, the Contractor shall not
be compensated for materials that were not measured by the Engineer.
The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul, disposal,
and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit
price for each bid item in Section 202.
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pav Item and Pay Unit
The pay unit is denoted by ().
202-01 Remove Pipe (RCP,CMP,PVC) — (LF)
202-02 Remove Pipe and Headwalls on 60" CMP — (LF)
202-03 Remove Irrigation Structure — (EA)
202-04 Remove Concrete Curb and Gutter — (LF)
202-05 Remove Concrete Paving (Avg. Depth = S") — (SF)
U:\Eileen\SOS\Kechter Road\Bid D0cs\C0uStTUCt10u Specs\Technica1Spws
Technical Specs - 3
Keehter Road Inprovements Project
202-06 Remove Asphalt Pavement (0" — 5" Depth) — (SY)
202-07 Remove Fence (Various Types) — (LF)
202-08 Remove 12' x 12' Cistern and 48" Diameter Septic Tank — (LS)
202-09 Remove Concrete Silage Floor — (SF)
202-10 Remove Foundation of House (Approximately 150 LF) — (LS)
202-11 Remove Tree Stumps (Avg. Width = 48" Diameter) — (EA)
202-12 Plug Existing Irrigation Culvert — (EA)
January 21, 2002
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment and incidentals and for doing all work involved in removals and rotomilling, including excavation,
backfill, haul and disposal, as specified in these specifications, and as directed by the Engineer. All saw cutting
involved in removing the necessary items in order to complete the Work shall be considered incidental to the
Work and will not be paid for separately.
END OF SECTION
U:\Eiken\SOS\Kwhter Road\Bid Docs\Cmstructim Specs\Technical Specs
Technical Specs - 4
Kechter Road Improvements Project
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
Subsection 203.01 is revised to include the following:
January 21, 2002
Unclassified Excavation - This shall consist of excavation of all materials on the site to final grades, excluding the
bid items listed in Section 202. Excavation of unsuitable material will only be paid for if it is found to be
unsuitable in its original state. This item shall be measured from the plans and cross sections, and will be paid
for by the cubic yard. This item shall be paid according to plan quantity.
Embankment (Complete in Place) - All excavated material, except the material being hauled and disposed, shall
be placed as embankment and compacted, to final grades, as specified in Section 203.07. The embankment
quantity was not adjusted to allow for shrinkage during compaction. This item will be measured from the plans
and cross sections and will be paid for by the cubic yard. This item will be paid according to plan quantity.
Borrow— Suitable Fill Material (Complete in Place) — This shall include supplying suitable fill material to obtain
the necessary amount for Embankment. Compaction, placing to final grade and wetting is all paid for under
Embankment. This item will be measured from the plans and cross sections and will be paid for by the cubic yard.
This item will be paid according to plan quantity.
Borrow — Suitable Fill Material (Complete in Place)- Unforeseen Circumstances poly — This shall include supplying
suitable fill material to obtain the necessary amount for Embankment. Compaction, placing to final grade and
wetting is all paid for under Embankment. 77tis item is included only to cover unforeseen circumstances if on site
material is reiected for Embankment This item will be measured in the field and paid for by the cubic yard.
Haul and Leveling - This shall consist of hauling and leveling of any excess material or unsuitable fill material on
site. This item will be measured from the plans and cross sections and will be paid for by the cubic yard. This item
shall be paid according to plan quantity.
Muck Excavation (Complete in Place) - This shall include excavation of unsuitable material. Muck -excavation
of material from rain or weather damage will not be paid for and is entirely the Contractor's responsibility. This
item shall be measured in the field, and will be paid for by the cubic yard.
Borrow - ABC Class 5 or 6 (Complete in Place) - This shall include supplying, placing, and compacting aggregate
base course as directed by the Engineer. This item will be measured in the field and paid for by the ton. This item
will not be paid for as Embankment. Borrow material will only be used for fill if there is a shortage of suitable
material onsite and/or as directed by the Engineer and may be used under sidewalks and median hardscaped
areas.
Topsoil - (stripping, stockpiling, placing) - All areas that have suitable topsoil material shall be stripped to a
depth of 6 inches. This material shall be stockpiled and placed after the final grades have been established. This
item shall include stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil
material for back of walk and curb areas, parkway areas, and other designated areas. This item shall be paid
according to plan quantity.
Graded Base Flow Channel — This shall include excavation according to finish grade. All labor, equipment and
associated costs to be included in price.
UAEileen\SOS\Kechter Road\Bid Rocs\Construction Specs\TechnicalSpecs
Technical Specs - 5
Kechter Road Improvements Project January 21, 2002
Re -grade Irrigation Ditch (Ziegler Road from Kechter Road North to McClelland Channel) —This work involves
pulling an Irrigation Ditch from Kechter Road north to the McClelland Channel and will be paid per plan
quantity.
Temporary Access Road — (All Weather) — A temporary access road shall be constructed and maintained to
provide access to local residents, Willow Brook Subdivision, 2002 Elementary School and Fossil Lake Estates.
The road must be constructed of materials and methods that are acceptable to the Engineer. The roadway must
be accessible to the local residents, Postal Service, Emergency Vehicles and Development traffic at all times,
including weekends. The access road must be maintained at all times, including weekends. This temporary access
road will be a minimum of twenty feet (20') wide and four inches (4") deep. Included in this item is the blading
and watering of County Road 7 from the Fossil Creek Inlet Ditch south to Kechter Road. This item will be paid
as a lump sum item and shall be bid to include all costs for, and associated with, constructing, maintaining at all
times, and removing the temporary road.
Maintain County Road 7 (a.k a. Strauss Cabin Road) with Mag Chloride — The contractor will be responsible
for maintaining County Road 7 throughout the project's duration. The blading and watering is included in the
Temporary Access Road quantities. However, the contractor will be required to purchase and apply Mag
Chloride up to three applications as per the Engineers discretion. This item will be paid as per application.
Potholing — The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic
signal conduit and other existing utility lines and shall be performed every 100 lineal feet or as deemed necessary
by the contractor. All related work, including excavation, backfilling, shoring, labor and number of hours will not
be measured and paid for separately, but shall be included in the work. Repair of damaged existing utility lines
caused by the Contractor will be at the Contractor's expense. Potholing will be paid as a lump sum item.
These items will not be paid separately under items in section 202, 210, 603, or 604.
Embankment and subgrade material shall be compacted to 95% of maximum density at +/- 2% optimum
moisture. Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and
gutter, sidewalk, and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum
moisture.
Excavation and Embankment will only be paid when a significant change in grade is required, as determined by
the Engineer. Minor cuts and fills shall be considered incidental to the work, and shall not be paid separately
under this section. If unsuitable subgrade is encountered and the Engineer directs the Contractor to over
excavate the material, the Contractor shall use Aggregate Base Courses (Class 5 or 6), Class 1 or 2 Structural
Backfill, Pit Run or an approved fill to backfill the over excavated area if there is not any acceptable material
onsite. This Work will not be paid for separately but will be paid under the Muck Excavation item. The proposed
material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Aggregate Base Coarse shall be 0.11.
After specified compaction has been obtained, the subgrade under the curb, gutter, sidewalk, and pavement shall
be proof -rolled with a heavily loaded rubber tired roller, fully loaded water truck, or approved equal.
Those areas which produce a rut depth of over one-half (1/2) inch or which crack the subgrade after pumping and
rebounding shall be ripped, scarified, wetted or dried if necessary, and re -compacted to the requirements for
density and moisture at the Contractor's expense. Where unsuitable material is encountered, the Engineer may
require the Contractor to remove the unsuitable materials and backfill to the finished grade with approved
U:\Ejken\SOS\KeehterRcad\Bid Does\Cmsnuctim Specs\Technical Specs
Technical Specs - 6
SECTION 00300
BID FORM
Kechter Road Improvements Project
January 21, 2002
material. The completed subgrade shall be proof -rolled again after placement of approved material. This will
be paid for at the contract unit price for Muck Excavation.
The Contractor shall refer to the plans for re -grading information. This work shall include all excavation,
embankment, and grading required to prepare these sites for landscaping.
Subsection 203.04 is revised to include the following.
The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical
sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 feet.
Subsection 203.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
203-01 Unclassified Excavation - (CY)
203-02 Embankment -CIP - (CY)
203-03 Borrow Suitable Fill Material (CIP) - (CY)
203-04 Borrow Suitable Fill Material (CIP)- Unforeseen Circumstances Only- (CY)
203-05 Muck Excavation- CIP- (CY)
203-06 Haul and Leveling - (CY)
203-07 Borrow ABC (Cl 5 or 6) - (CIP) - (TON)
203-08 Topsoil -(Stripping, stockpiling, placing) - 6" Depth- (CY)
203-09 Regrade Irrigation Ditch (Ziegler Road from Kechter Road north to McClelland Channel) - (LS)
203-10 Temporary Access Road - (All Weather) - (LS)
203-11 Maintain County Road 7 with Mag Chloride - (EA)
203-12 Potholing - (LS)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in Unclassified Excavation, Embankment, Haul &
Leveling, Topsoil (stripping, stockpiling, placing), Muck Excavation, Borrow ABC and Median Hardscape
Shaping, including without limitation, haul, stockpiling, placing of material, watering or drying soil, compaction,
proof rolling, finish grading, and disposal of unusable materials, as shown on the plans and as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
UAEileen\SOS\Kechter Road\Bid Docs\Cmstmctim Specs\Technica1Specs
Technical Specs - 7
Kechter Road Improvements Project January 21, 2002
REVISION OF SECTION 206
EXCAVATION AND BACKFILL FOR STRUCTURES
Section 206 of the Standard Specifications is hereby revised as follows:
Subsection 206.03 is revised to include the following:
Structure Excavation — It is anticipated that unsuitable soils will be encountered for the foundation of the box
culvert. The excavation of the unsuitable material has already been accounted for and will be paid for under the
Muck Excavation item.
The Contractor is cautioned that construction equipment may cause the natural soils to pump or deform while
performing excavation work inside and on footings, structural floor slabs, or other structure foundation areas.
Foundation materials which are: a) saturated by either surface or dewatering work by the Contractor; b) frozen
for any reason; or, c) that are disturbed by the Contractor's work or caused to become unacceptable for
foundation material purposes by means of the Contractor's equipment, manpower, or methods of work shall be
removed and replaced by the Contractor at his expense.
Care should be taken when excavating the foundations to avoid disturbing the supporting materials. Excavation
by either hand or careful backhoe soil removal, may be required in excavating the last few inches of material to
obtain the subgrade of any item of the concrete work.
Any over -excavated subgrades that are due to the Contractor's actions, shall be brought back to subgrade
elevations by the Contractor and at his expense in the following manner:
1. For over -excavations of 2 inches or less, either: Backfill and compact with an approved granular
materials; backfill with 'h inch washed crushed rock; or fill within concrete at the time of the
appurtenant structure concrete pour.
2. For over -excavations greater than 2 inches, backfill and compact with 1'h inch washed crushed rock.
Structural Backfill (On -site Fill) - Backfill, and fill within 2 feet of and adjacent to all structures and for full
height of the walls, shall be selected non -swelling material. It shall be granular, well graded, and free from stones
larger than 3 inches. Material may be job excavated, but selectivity will be required as determined by the
Engineer. Refer to the Plans for job specific requirements. Stockpiled material, other than topsoil from the
excavation shall be used for backfilling unless an impervious structural backfill is specified. The backfill material
shall consist of either clean on -site granular materials free of stones larger than 3 inches in diameter with no more
than 20% passing the No. 200 sieve, or equivalent imported materials. All backfill around the structures shall be
consolidated by mechanical tamping. The material shall be placed in 8-inch loose lifts within range of 2% above
to 2% below the optimum moisture content and compacted to 95% of Maximum Standard Proctor Density
(ASTM D698) for cohesive soils, or to 70% relative density for pervious material as determined by the relative
density of cohesionless soils test, ASTM D4253.
Structural Haul and Leveling - This shall consist of hauling and leveling of any excess material or unsuitable fill
material on site. This item will be measured from the plans and cross sections and will be paid for by the cubic
yard. This item shall be paid according to plan quantity.
Strucural Backfill flow fill — Backfill flow fill will be required around the foundation and up to a height of 2' above
the foundation.
Dewatering — This item shall include pumps, labor, equipment and any associated costs to insure a dry work area.
Also, a discharge pipe is to be installed and removed to provide access for construction equipment. These
combined items will be paid for as a lump sum price.
U:\Eiken\SOS\Kechter Road\Bid Does\Constmctim SpeeffechnicalSpecs
Technical Specs - 8
Kechter Road Improvements Project
January 21, 2002
Dewatering should not be conducted by pumping from inside footing, structural floor slab, or other structure
foundation limits. This may decrease the supporting capacity of the soils.
Subsection 206.07is revised to include the following:
Payment will be made under.
Pay Item and Pay Unit
The pay unit is denoted by ().
206-01 Structure Excavation — (CY)
206-02 Structure Backfill (On -Site Fill) — (CY)
206-03 Structure Haul and Leveling — (CY)
206-04 Structure Backfill Flow Fill — (CY)
206-05 Filter Material (1 'h" Washed Rock) — (TON)
206-06 Dewatering — (LS)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in Structural Excavation, Backfill, Haul & Leveling,
Filter Material installation, and Dewatering, including without lintitation, haul, stockpiling, placing of material,
watering or drying soil, compaction, proof rolling, finish grading, and disposal of unusable materials, as shown on
the plans and as specified in these specifications, and as directed by the Engineer.
END OF SECTION
UAEiken\SOS\Kechter Road\Bid Docs\Constructim Specs\Technica1Specs
Technical Specs - 9
Kechter Road Improvements Project
January 21, 2002
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
Subsection 208.05 is revised to include the following:
All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities
as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included
in the price. No measurement for payment shall be made for maintenance of Erosion Control devices. The
tracking pad shown on the plans shall be included and considered incidental to the work. This item will be paid
for as a lump sum price to the Contractor.
Working in or Crossing Watercourses and Wetlands — Construction vehicles should be kept out of watercourses
to the extent possible. Where in channel -work is necessary, precautions must be taken to stabilize the work area
during construction to minimize erosion control. The channel (including bed and banks) must always be
restabilized immediately after in -channel work is completed. Where a live (wet) watercourse must be crossed by
construction vehicles during construction, a Temporary Stream Crossing must be provided for this purpose.
Subsection 208.07 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
208-01 Erosion Control — (LS)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in installing and maintaining erosion control,
complete -in -place, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Rocs\ConshuChm Specs\TmhnicalSpecs
Technical Specs -10
Kechter Road Improvements Project
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
Subsection 210.10 is revised to include the following:
January 21, 2002
Work contained in this Subsection shall meet the requirements of the current City of Fort Collins and Fort
Collins -Loveland Water District Utilities Standard Construction Specifications or other applicable water utility
agency standard construction specifications.
The Contractor shall cooperate and coordinate with the City Water Utilities Department and Fort Collins.
Loveland Water District or other applicable water utility when shutting off water to minimize downtime to
customers. The Contractor shall also coordinate work involving the relocation of fire hydrants, water meters, curb
stops, and water valves, and lowering water and sewer service lines, and water lines. The Contractor shall supply
all materials required to complete the work that is not supplied by the City or other applicable water utility, and
these materials shall be included in the costs of each item. This shall include, but not be limited to; new copper
line and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper fittings, stop boxes,
and meter pits will be required at each location.
All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving
operations.
All structures located within a concrete pavement shall be adjusted prior to opening the roadway.
The Contractor shall perform all work needed to ensure that said structures can be readily adjusted and shall have
all necessary materials on hand prior to commencing the work. The adjustments shall be made as noted below.
All structures shall be adjusted to be Yd', +/-1/8" below the pavement surface.
The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into
manholes, valve boxes, or other structures during the construction process. In the event that a structure was not
properly adjusted (i.e. too high or too low) or the structure was covered and not adjusted after the paving
operation, written notice will be given by the Engineer to the Contractor requiring the Contractor to make the
necessary adjustments within 5 working days. In the event that the structure is not adjusted within said time
frame; the Engineer shall have the right to engage a third party to complete the work, and to withhold the cost
of such work from payments due the Contractor.
If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around
the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid
for under the bid item for Asphalt Patching.
Adjust Valve Box — Valve boxes located within asphalt pavement shall be adjusted by removing the existing
pavement around the valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt
by cutting vertical edges, then spreading and mechanically compacting bituminous material of the same grade and
quality as the adjacent pavement.
If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the
top section of the valve box is in poor condition, the Contractor shall excavate around the top section of the valve
box and remove and replace the top section with a longer section supplied by the Contractor. The excavation shall
then be back filled with Non -Shrink backfill to the top of subgrade, and then, material of the same grade and
quality as the adjacent pavement shall be placed.
U Tiken\SOS\ 1ner Road\Bid Dots\Cmstmctim Specs\Technical Specs
Technical Specs - 11
Kechter Road Inprovemenu Project
January 21, 2002
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in the opinion of the
Engineer, the Contractor is negligent and breaks the valve box, the valve box shall be replaced at the Contractor's
expense. This item will be paid under Adjust Valve Box — (EA).
Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by removing
an area of pavement with a minimum diameter one foot (1') larger than the structure (centered on the structure). This shall be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous
material of the same grade and quality as the adjacent pavement.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope
of the pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy
under traffic shall be replaced. This item will be paid under Adjust Manhole Ring/Cover — (EA).
Modify Manhole - Manholes located within existing asphalt pavement or subgrade shall be adjusted by removing
an area of pavement or subgrade with a minimum diameter two foot (2') larger than the structure (centered on
the structure). This shall be done by cutting vertical edges in the pavement, if required, and excavating below the
ground surface to the required barrel seam needed to start the adjustment. The cone section shall be removed
and additional sections added or removed to obtain the plan finished elevation. All manhole sections shall be
cleaned and an approved gasket material applied prior to reassembly. This work shall be done in accordance with
the City of Fort Collins Standard Construction Specification for Sewer Mains. The excavation shall be backfilled
with on -site material and shall be mechanically compacted or Flowable Fill used if directed by the Engineer. This
item will be paid under Modify Manhole — (EA). Flowable Fill will be paid under Section 608.
Non -Shrink backfill — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix.
The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/II. The
minimum 24-hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size
shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -
shrink backfill shall be consolidated with a mechanical vibrator.
Fire Hydrants — The Contractor shall supply all materials required to complete the Work. These materials shall
be included in the cost for adjusting or relocating the fire hydrants. The Contractor shall also include excavation,
bedding, backfill and compaction into his/her item cost. This Work will not be paid for separately under any other
item listed in these specifications. This item will be paid under Fire Hydrant — (EA).
Water Meters — The relocation of water meters are shown on the plans. The Engineer may also request meters
to be relocated that are not shown on the plans. The Fort Collins -Loveland Water District Water Utility or other
applicable water utility will not provide any materials to complete this Work. The Contractor shall notify the
water utility Prior to Performing this work. The Contractor shall supply all materials required to complete the
Work. This shall include, but not limited to, new copper line and fittings, new stop box, complete meter pit
assembly, excavation, bedding, backfill and compaction into his/her item cost. This item will be paid under Water
Meter — (EA).
Relocate Mailboxes — This item will consist of relocating existing mailboxes to locations indicated on the plans.
The mailboxes must be relocated at the beginning of the construction and must be accessible to the owner and
the U.S. Postal Service at all times. All relocation work must be governed by the U.S. Postal Service. This item
will be paid per each mailbox relocated.
Traffic Signs - Prior to commencement of any construction that will affect traffic signs of any type, the Contractor
shall contact the City of Fort Collins Streets Division and the City Project Inspector for removal of the signs. The
COFC Streets Division will remove these signs and reset all traffic signs upon project completion.
U:\Eileen\SOS\Kechter Road\Bid Docs\Cmstmctim Specs\Technical Specs
Technical Specs -12
Kechter Road Iniprovements Project
January 21, 2002
Relocate Existing Electric Fence - Prior to commencement of any construction that will affect the Riedlinger
property, the Contractor shall relocate the existing electric fence to the back of the temporary construction
easement. This work needs to be coordinated through the City of Fort Collins and the property owner. This will
be paid for under a linear foot price.
Subsection 210.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ( ).
210-01 Adjust Manhole Ring/Cover — (EA)
210-02 Modify Manhole — (EA)
210-03 Adjust Valve Box (FCLWD) — (EA)
210-04 Relocate Mailboxes — (EA)
210-05 Relocate Water Meter Assembly and Pit — (FCLWD) — (EA)
210-06 Relocate Gas Test Station (EXCELL ENERGY) — (EA)
210-07 Adjust Meter Vault (FCLWD) — (EA)
210-08 Adjust Air Vac Manhole (FCLWD) — (EA)
210-09 Relocate Fire Hydrant (FCLWD) — (EA)
210-10 Relocate Existing Electric Fence (Riedlinger Property) — (LF)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the Work involved in adjusting structures, complete -in -place,
including non -shrink backfill, concrete, metal shims, bituminous materials, haul and disposal, excavation, bedding
material, backfill, and compaction as shown on the plans, as specified in these specifications, and as directed by
the Engineer.
END OF SECTION
U:\Eiben\SOS\Kechter Road\Bid Docs\Construction Specs\Technica]Specs
Technical Specs - 13
Kechter Road Inprovements Project
REVISION OF SECTION 304
AGGREGATE BASE COURSE
January 21, 2002
Section 304 of the Standard Specifications is revised as follows:
Subsection 304.01 is revised to include the following:
This work shall consist of placing 6" of Aggregate Base Course (Class 5 or 6) over previously prepared pavement
subgrade approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and
shall meet the requirements of Subsection 703.03.
The proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.11
Subsection 304.06 is revised to include the following:
Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as
determined by ASTM D698.
Subsection 304.07 is revised to include the following:
Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly
if the moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be
measured or paid for separately, but shall be included in the price for Aggregate Base Course.
Sterilization shall not be Paid for segaratgily under this item.
Subsection 304.08 is revised to include the following:
The accepted quantities of Aggregate Base Course will be paid for at the contract unit price per ton.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
304-01 Aggregate Base Course (Class 5 or 6) 6" depth — (TON)
304-02 Aggregate Base Course Patch Placement (Class 5 or 6) 6" depth — (TON
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment and incidentals and for doing all work involved in Aggregate Base Course including haul, sterilization,
and water. The work will be complete -in -place, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Constmctim Specs\Technical Specs
Technical Specs -14
Kechter Road Iopmvements Project
January 21, 2002
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as follows:
Subsection 306.02 is revised to include the following:
The top 8" of the entire subgrade, including fill areas, (curb, gutter and sidewalk, and pavement areas) shall be
reconditioned by scarifying and recompacting. The subgrade shall be thoroughly mixed and dried or moistened
to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or
below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement or 0.08 foot under
aggregate base course. The surface shall be tested prior to application of any base course or pavement. All
defective work shall be corrected as directed by the Engineer. The surface shall be protected and maintained until
base course or pavement has been placed. If the Contractor chooses to use roadbase as a fine grading material
or a material to mitigate over excavated or rain damaged areas this shall be entirely the Contractors cost and shall
be considered incidental to the Work. The Contractor shall be paid for reconditioning, if reconditioning has been
attempted, and muck excavation in the event that unsuitable material is encountered and removed at the direction
of the Engineer. It shall be at the Engineer's discretion to determine if the Contractor has made a sufficient effort
to control the moisture in the subgrade material and made a reasonable effort to recondition the subgrade.
Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work.
Sterilization shall not be paid for separately under this item.
This item (Reconditioning) will not be necessary or paid for in
Subsection 306.04 is revised to include the following:
The accepted quantities of Reconditioning will be paid for at the contract unit price per square yard.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
306-01 Reconditioning (8") - (Sy)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in Reconditioning, complete -in -place, including
compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and
as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid DwS\Cmstructim Specs\TechnicalSpecs
Technical Specs -15
Kechter Road Improvements Project
January 21, 2002
REVISION OF SECTION 307
FLYASH SUBGRADE STABILIZATION
Section 307 of the Standard Specifications is revised as follows:
This item shall consist of treating the subgrade, adding Class "C" fly ash, mixing and compacting of the mixed
material to the required depth and density. This item applies to natural ground or embankment and shall be
constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans
or as established by the Engineer.
MATERIALS
A. Fly Ash - The fly ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in
accordance with Sections 4, 6, and 8 unless otherwise shown on the plans. Fly ash shall be Class C
designation containing a minimum of 25 percent CaO.
B. Water - The water used in the stabilized mixture shall be clean, clear, and free of sewage, vegetable
matter, oil, acid, and alkali. Water known to be potable may be used without testing. All other sources
shall be tested in accordance with AASHTO T-26 and approved by the Materials Engineer.
EQUIPMENT
A. The machinery, tools and equipment necessary for proper prosecution of the Work shall be on the project
site and approved by the Engineer prior to the beginning of construction operations. All machinery, tools
and equipment used shall be maintained in a satisfactory and workmanlike manner.
B. Fly ash shall be stored and handled in closed weatherproof containers until immediately before
distribution on the road. If storage bins are used, they shall be completely enclosed.
C. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified on public scales or the
Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by
the Engineer.
CONSTRUCTION METHODS
A. General
It is the primary purpose of this specification to secure a completed course of treated material that
contains the following:
1. Uniform fly ash/soil mixture with no loose or segregated areas;
2. Uniform density and moisture content
3. Is well bound for its full depth
4. A smooth surface suitable for placing subsequent courses.
It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient
quantity of material to achieve full depth as shown on plans; to use the proper amounts of fly ash; to
maintain the work; and to rework the courses as necessary to meet the above requirements at no
additional cost.
Before other construction operations are initiated, the subgrade shall be graded and shaped to enable
the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown
on the plans. Unsuitable soil or materials shall be removed and replaced with acceptable material.
UAEileen\SOS\Kechter Road\Bid Dws\Cmsr Ction Specs\Tmhnica)Specs
Technical Specs - 16
SECTION 00300
BID FORM
PROJECT: KECHTER ROAD IMPROVEMENTS PROJECT; BID NO. 5680
Place_
Date
1. In compliance with your Invitation to Bid dated
and subject to all conditions thereof, the undersigned
:10L +^+ �-+��- a **(Corporation,
QQW@a44y, P p ,_,_ .,___. _
business in the State of Colorado hereby 88i T** authorized to do
urnish and do
everything required by the Contract Documentstoproposes
which this to f 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
in the sum of standard Bid bond
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: L-0'—D'Ci— 1J � _
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. I through
7/96 Section 00300 Page 1
Kechter Road Improvements Proim
January 21, 2002
The subgrade shall be firm and able to support, without displacement, the construction equipment and
the compaction hereinafter specified. Soft or yielding subgrade shall be corrected and made stabl
scarifying, adding fly ash, and compacting until it is of uniform stability. e by
If the Contractor elects to use a trimming machine that will remove the subgrade material accurately to
the secondary grade, he will not be required to expose the secondary grade or windrow the material.
However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, before using
the trimming machine and correcting any soft areas that this rolling may reveal. This method will be
permitted only where a machine is provided which will ensure that the material is cut uniformly to the
proper depth and which has cutters that will plane the secondary grade to a smooth surface over the
entire width of the cut. The machine shall be of such design that visible indication is given at all times
that the machine is cutting to the proper depth.
B. Application
The fly ash shall be spread by an approved spreader at the rate of 12% dry weight of soil as shown on the
plans and as directed by the Engineer. A motor grader shall not be used to spread the fly ash.
The fly ash shall be distributed at a uniform rate and in such manner as to reduce the scattering of fly ash
by wind to a minimum. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer,
are such that blowing fly ash becomes objectionable to traffic or adjacent property owners.
During final mixing, water shall be added to the materials as directed by the Engineer, until the proper
moisture content has been secured. Water shall be added through the pulverizing machine or method
acceptable to the Engineer to develop a uniform, controlled rate addition of the needed moisture. Initial
mixing after the addition of fly ash will be accomplished dry or with a minimum of water to prevent fly
ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture
content of the mix by more than two percent nor by less than the optimum by more than four percent.
Should the natural moisture content of the soil be above the specified range, aeration of the soil may be
required prior to addition of the fly ash.
C. Mixing
The soil and fly ash shall be thoroughly mixed by approved rotary mixers or other approved equipment,
and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of soil
and fly ash is obtained, free from all clods or lumps. Water required to achieve the specified moisture
content for the mixture should be added after initial mixing.
If the soil fly ash mixture contains clods, they shall be reduced in size by raking, blading, disking,
harrowing, scarifying or the use of other approved pulverization methods so that when all non -slaking
aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the
following requirements when tested at the field moisture condition or dry by laboratory sieves:
Minimum Passing 1: inch sieve 100 percent
Minimum Passing No. 4 sieve 60 percent
D. Compaction
Compaction of the mixture shall begin immediately after mixing of the fly ash and be completed within
one hour following addition of fly ash and water. The material shall be sprinkled as necessary to maintain
entire depth of mixture is uniformly compacted to a specified density. the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the
U:\Eiken\SOS\Kechter Road\Bid Dms\Cm uuctim Specsgmhnicalspecs
Technical Specs - 17
Kechter Road Iniproventents Project
January 21, 2002
All non -uniform (too wet, too dry or insufficiently treated) areas which appear shall be corrected
immediately by scarifying the areas affected, adding or removing material as required and reshaping the
recompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth
condition, free from undulations and ruts, until other work is placed thereon or the work is accepted.
The stabilized section shall be compacted to the extent necessary to provide the density specified below:
Description
For fly ash treated subgrade, existing sub -base or
existing base that will receive subsequent sub-
base or base courses
For fly ash treated sub -base or base that will
receive surface course
Not less than 95 percent maximum dry density
(ASTM D-698)
Not less than 95 percent maximum dry density
(ASTM D-698)
In addition to the requirements specified for density, the full depth of the material shown on the plans
shall be compacted to the extent necessary to remain firm and stable under construction equipment.
After each section is completed, the Engineer will make tests as necessary. If the material fails to meet
the density requirements, the Engineer may require it to be reworked as necessary to meet those
requirements or require the Contractor to change his construction methods to obtain required density
on the next section. Throughout this entire operation, the shape of the course shall be maintained with
a blade, and the surface, upon completion, shall be smooth and in conformity with the typical section
shown on the plans and to the established lines and grades. Grading should be terminated within two
hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required
stability, density and finish before the next course is placed or the work is accepted, it shall be
reprocessed, re -compacted and refinished at the sole expense of the Contractor. Reprocessing shall
follow the same pattern as the initial stabilization, including the addition of fly ash.
E. Finishing, Curing and Preparation for Surfacing
After the final course of the treated sub -grade, sub -base or base has been compacted, it shall be brought
the required lines and grades in accordance with the typical sections.
1. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped",
"skinned" or "tight bladed" by a power grader to a depth of approximately 3 inch, removing all
loosened stabilized material from the section. Re -compaction of the loose material should not be
attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small
increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one
complete coverage of the section with the fat wheel roller shall be made immediately after the
"clipping" operation. When directed by the Engineer, surface finishing methods may be varied from
this procedure provided a dense, uniform surface, free of surface compaction plans, is produced. The
moisture content of the surface material must be maintained within the specified range during all
finishing operations. Surface compaction and finishing shall proceed in such a manner as to produce,
in not more than two hours, a smooth, closely knit surface, free of cracks, ridges or loose material
conforming to the crown, grade and line shown on the plans.
2. After the fly ash treated course has been finished as specified herein, the surface shall be protected
against rapid drying by either of the following curing methods for a period of not less than three days
or until the surface or subsequent courses are placed:
UAEiken\SOS\Kechter Road\Bid Docs\Constmetim Specs\TwhnicalSpms
Technical Specs -18
Kechter Road Improvements Project
January 21, 2002
(a) Maintain a thorough and continuously moist condition by sprinkling.
(b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition.
(c) Apply an asphalt membrane to the treated course, immediately after same is completed.
The quantity and type of asphalt approved for use by the Engineer shall be sufficient to
completely cover and seal the total surface of the base between crown lines and all voids. If the
Contractor elects to use this method, it shall be the responsibility of the Contractor to protect
the asphalt membrane from being picked up by traffic by either sanding or dusting the surface
of same. The asphalt membrane may remain in place when the proposed surface or other base
courses are placed. Asphaltic emulsions are not acceptable for the asphaltic membrane.
METHOD OF MEASUREMENT
Fly Ash Subgrade Stabilization will be measured by the square yard to the limits as constructed in the
field and be paid for at the contract unit price per square yard.
NOTE: The square yards of Fly Ash Subgrade Stabilization is an estimate only based on the
soils report and general knowledge of the soil conditions in this area. The subgrade areas to
be stabilized with fly ash will be determined by the Engineer based upon results after proof
rolling and effects resulting from inclement weather conditions. Subgrade areas not requiring
fly ash stabilization will be Reconditioned (Revision of Section 306), measured by the square
yard as constructed in the field and paid for at the Reconditioning contract unit price per
square vard.
BASIS OF PAYMENT
Payment will be made under:
Pav Item and Pay Unit
The pay unit is denoted by ().
307-01 Fly ash stabilization - 12% - (SY)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in Fly ash stabilization, complete -in -place, including
compaction, and wetting or drying as shown on the plans, as specified in these specifications, and as directed by
the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 19
Kechter Road lrtprovements Project
January 21, 2002
REVISION OF SECTION 401 & 703
PLANT MIX PAVEMENTS — GENERAL & AGGREGATES
Section 401 and 703 of the Standard Specifications is hereby revised as follows:
Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will be considered by the
Engineer. A job mix formula shall be determined by the Contractor and submitted to the Engineer for
approval a minimum of one week prior to the beginning of construction for each proposed change. The
laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil coContractor shall provide the Engineer with an asphalt mix design report from an independent testing
mix formula and recommended mixing and placing temperatures. The costs for all job mix formuntent, job
las shall be
the responsibility of the Contractor.
If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City
may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of
a Nuclear Asphalt Oven.
For Superpave Mixes, delete Table 401-2 and replace with the following:
uramng Test Procedure Minimum Test Sampling
Result p g Frequency
All Gradings CP L-5109 Method B 80 One per 10, 000 metric tons (10,000 tons) or
fraction thereof minimum
In subsection 401.02, delete the second, third, and fourth paragraphs and replace with the following:
1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure 52(CP52-99),
including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly
within the Master Range Table, Tables 703-3A, B, and C, before the tolerances shown in Table 401-1 are
applied. The weight of lime shall be included in the total weight of the material passing the 75 mm (No.
200) sieve. The restricted zone boundaries shown for all gradings in Tables 703-3A, 703-313, and 703-3C
are to be used as guidelines in mix design development. However, the job -mix gradation is not required to
pass above or below the restricted zone boundaries.
2. The name of the refinery supplying the asphalt cement and the source of the anti -stripping additive.
3. A sufficient quantity of each aggregate for the Department to perform the tests specified in section 2.2.1 of
CP52.
In subsection 401.02 delete Table 401.1, including the footnotes, and replace with the following:
401-113itumen Content
Recycling Agent
-ature of Mixture When Dischar ed from Mixertuminous
Pavement - Item 403
+:�_L
the 9.5 mm (%2) and larger sieves
the the 4.75 mm (No. 4) and 2.36 mm (No. 8) sievesthe
600 mm (#30) sieve
the 75 mm (#200) sieve
±2%
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 20
Kechter Road Inprovenents Project
January 21, 2002
'When 100% passing is designated, there shall be no tolerance. When 90-100% passing is designated,
90% shall be the minimum; no tolerance shall be used.
Delete Subsection 401.07 and replace with the following:
Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow,
and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed
the temperatures specified in Table 401-3 and the Engineer determines that the weather conditions permit the
pavement to be properly placed and compacted.
Table 401.3
Placement Tern
eratare Limitations in "C
Compacted Layer
Minimum Surface and Air
Thickness in
Temperature °C (OF)
mm (inches)
Top Layers Belo
La er To La er
<38 (1'/s)
15 (60) 10 (50)
38 (1'h) - <75 (3)
10 (50) 5 (40)
75 3 or more
7 45 2 (35)
Note: Air temperature is taken in the shade. Surface is defined as the existing base on which
the new pavement is to be placed.
If the temperature falls below the minimum air or surface temperatures, paving shall stop.
The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing for more
than 10 calendar days during the period specified in Table 401-3A, below. The Contractor shall immediately place
a temporary hot bituminous pavement layer on any surface that has been planed or recycled and can not be
resurfaced in accordance with the above temperature requirements within 10 calendar days after being planed
or recycled. The minimum thickness of the temporary hot bituminous pavement layer shall be 50 mm (2 inches).
The Contractor shall perform the quality control required to assure adequate quality of the hot bituminous
pavement used in the temporary layer. All applicable pavement markings shall be applied to the temporary layer
surface. The Contractor shall maintain the temporary layer for the entire period that it is open to traffic. Distress
which affects the ride, safety, or serviceability of the temporary layer shall be immediately corrected to the
satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be removed when work resumes.
Table No. 401-3A
Periods R uirm Overlay of Treated Surfaces
Location by Elevation Period During Which Planed or Recycled
Surfaces Must be Overlaid within Ten Da
All areas below and including 2100 m October 1 to March 1
(7000 feet)
All areas above 2100 m (7000 feet) up to September 5 to April 1
and includin 2600 m 8500 feet
All areas above 2600 m (8500 feet) August 20 to May 15
In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the
following.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 21
Kechter Road Iniprovetnents Project
January 21, 2002
The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be
as shown in the following table:
Asphalt Grade
PG 58-28
Minimum Mix Discharge
Tern erature, °C 4F *
135 (275)
Minimum Delivered
Mix Tern erature, °C 4F **
113 (235)
PG 58-22
138 (280)
113 (235)
PG 64-22
143 (290)
113 (235)
AC-20 Rubberized
160 (320)
138 (280)
PG 76-28
160 (320)
138 (280)
PG 70-28
149 (300)
138 (280)
PG 64-28
149 (300)
138 (280)
PG 58-34
149 (300)
138 (280)
" The maximum mix discharge temperature shall not exceed the minimum discharge temperature
by more than 170C (30 (4F) .
* * Delivered mix temperature shall be measured behind the paver screed.
Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that
Produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with
AASHTO T 195), and that allows the required compaction to be achieved.
Subsection 401.16 is hereby revised to include the following:
The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the
side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer.
In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following:
When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG
58-34), and the surface temperature falls below 850C (185 °F), no further compaction effort will be permitted
unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28)
and the surface temperature falls below 1101C (230 2F), no further compaction effort will be permitted unless
approved.
Subsection 401.17 is hereby revised to include the following:
All pneumatic tire rubbers shall be equipped with rubber skirts.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 22
Kechter Road Improvements Project
January 21, 2002
In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows:
TABLE 703-3A
Master Range Table for Hot Bituminous Pavement (Grading S)
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary(Guideline)
Minimum
Maximum
37.5 mm (Ph")
25.0 mm (111)
100
19.0 mm (3/4")
90 - 100
12.5 mm ('/2")
9.5 mm (3/s.)
4.75 mm (#4)
2.36 mm (#8)
23 - 49
34.6
34.6
1.18 mm (#16)
22.3
28.3
600 mm (#30)
16.7
20.7
300 mm (#50)
13.7
13.7
150 mm (#loci)
75 mm (#200)
2-8
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 23
Kechter Road 6ryrovements Project
TABLE 703-3B
Master Range Table for Hot Bituminous Pavement (Grading SX)
January 21, 2002
Sieve
Size
Percent by weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 mm (1'/2")
25.0 mm (1")
19.0 mm (3/a")
100
12.5 mm (/z")
90 - 100
9.5 mm
4.75 mm (#4)
2.36 mm (#8)
28 - 58
39.1
39.1
1.18 mm (#16)
25.6
31.6
600 mm (#30)
19.1
23.1
300 mm (#50)
15.5
15.5
150 mm (#100)
75 mm (#200)
2 - 10
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 24
Kechter Road Inprovernents Project
TABLE 703-3C
Master Range Table for Hot Bituminous Pavement (Grading SG)
January 21, 2002
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 mm (1'h")
100
25.0 mm (1")
90 -100
19.0 mm (s/4")
12.5 mm ('/2")
9.5 mm
4.75 mm (#4)
39.5
39.5
2.36 mm (#8)
19 - 45
26.8
30.8
1.18 mm (#16)
18.1
24.1
600 mm (#30)
13.6
17.6
300 mm (#50)
11.4
11.4
150 mm (#100)
75 mm (#200)
1-7
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 25
Kechter Road Improvements Project
REVISION OF SECTION 403
HOT BITUMINOUS PAVEMENT
Section 403 of the Standard Specifications is hereby revised as follows:
Subsection 403.01 is revised to include the following:
January 21, 2002
Asphalt Patchy — HBP Grading S & SG shall be used in locations as directed by the Engineer. These quantities
will be restricted to small areas which require hand placement methods and conventional paving equipment
cannot be utilized.
Hot Bituminous Pavement — This shall consist of constructing one or more courses of HBP Grading S & SG over
existing pavement or subgrade surfaces previously prepared by the contractor or City of Fort Collins Crews.
Subsection 403.02 is revised to include the following:
Laboratory Mix Design — Grading S & SG - The mix designs shall be prepared by an independent laboratory
acceptable to the Engineer and shall be submitted by the Contractor to the Engineer for approval a minimum
on one (1) month prior to the beginning of paving for this project. The criteria for the mix design is as follows:
HBP Grading S & SG
ESAL's = Kechter Rd: 1,095,000
Binder: PG 64-28
Designed according to the most recent set of SUPERPAVE Specifications available.
SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRETERIA
A request made in writing by the Contractor for changes in the job mix formula will be considered by the
Engineer.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP. This
plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the
Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be
corrected before paving operations will be allowed to resume.
Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 20% reclaimed material
will be allowed for HBP Grading SG.
The Contractor shall construct the work such that all roadway pavement placed prior to the time paving
operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's
Progress Schedule shall show the methods to be used to comply with this requirement.
PAVEMENT SECTION: Kechter Road
Grading S 311
Grading SG 411
Aggregate Base Coarse 611
Fly Ash Treated Sub Base 12"
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 26
CONTRACTOR
BY: c.C. •ZCQQSZ
ADDRESS: 1-:'r2 A
�t=Q e V"r8GLS3�-
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
t2
Signature Date
Title
License Number (If Applicable)
(Seal - if. Bid is by corporation)
Attest:
Address S
Telephone
7/96 Section 00300 Page 2
Kechter Road Improvements Project
January 21, 2002
The design mix for Grading S, SX, and SG shall conform to the following:
TABLE 403-1
Properly
Test
Grading 8
Grading SG
Grading SX
Method
N/A this Project
Air Voids, percent at:
CPL 5115
N (initial)
N (design)
> 11.0
> 11.0
> 11.0
N
3.0 - 5.0
3.0 - 5.0
3.0 - 5.0
maximum
> 2.0
> 2.0
> 2.0
Lab Compaction (Revolutions):
CPL 5115
N (initial) (a)
8
8
N (design) (b)
109
109
(a)
(b)
N maximum a
174
174
a
Stability, minimum (a)
CPL 5106
42
42
(a)
for information
Aggregate Retained on the 4.75
CP 45
60
60
60
mm (No. 4) Sieve with at least two
Mechanically Induced Fractured
Faces, % minimum
Accelerated Moisture
CPL 5109
80
80
80
Susceptibility Tensile Strength
Method B
Ratio Lottman , minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
205 (30)
Stren th, kPa(psi)
Method B
Grade of Asphalt Cement
PG 64-28
PG 64-22
PG 64-22
To La er
Grade of Asphalt Cement Layers
PG 64-28
PG 64-22
PG 64-22
Below To
Voids in the Mineral Aggregate
CP 48
14.0
12.0
(a)
VMA %minimum a
Voids Filled with Asphalt (VFA)
AI MS-2
65 - 75
65 - 75
(a)
% (a
(a) Current CDOT Design Criteria
(b) Residential 50, Collector 75, Arterial 100
Note: AIMS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached
with caution because of constructability problems.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Spec. - 27
Kechter Road fr provements Project
Subsection 403.03 is revised to include the following:
January 21, 2002
Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature
lower than 225degree F.
Emulsified Asphalt for tack coat shall be Grade CSS-lh. The tack coat shall consist of a 1:1 dilution (one (1) part
emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons
per square yard.
The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious
matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut
vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed
against clean, vertical edges on all sides of the area to be patched.
Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The
minimum lift thickness for Grading SX shall be one (1) inch and Grading S shall be (1 1/2) inch. HBP Grading
SG shall be placed in equal lifts not exceeding four (4) inches and the minimum lift thickness shall be three (3)
inches. Overlaying layers of Hot Bituminous Pavement shall not be placed until the lower layer has cooled
sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in
any manner. Tack coat shall be placed between all lifts.
NOTE: Any leveling courses Placed shall be paid for at the contract unit price for Hot Bituminous Pavement.
Subsection 403.04 shall include the following:
Hot Bituminous Pavement Grading SX, SG, and S, will be measured by the ton and paid for at the Contract Unit
Price for Asphalt Patching and Hot Bituminous Pavement. Pavement cutting, excavation, subgrade preparation,
haul and disposal, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated
lime, and all other work necessary to complete each hot bituminous pavement item will not be paid for separately
but shall be included in the unit price bid.
Load slips shall be consecutively numbered for each day and shall include batch time.
Subsection 403.05 is revised to include the following:
Payment will be made under:
Pav Item and Pay Unit
The pay unit is denoted by (),
403-01 HBP— Grading S (3" Depth) — (PG 64-28) —(TON)
403-02 HBP —Grading SG (4" Depth) — (PG 64-22) —(TON)
403-03 Asphalt Paver Patching — Grading S (4" Depth) - (PG 64-28) — (TON)
403-04 Asphalt Paver Patching — Grading SG (8" Depth) - (PG 64-22) — (TON)
403-05 Asphalt Patching — Grading S (4" Depth) - (PG 64-28) — (TON)
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 28
Kechter Road Inprovemente Project
January 21, 2002
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in Hot Bituminous Pavement and Asphalt
Patching, including pavement cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling,
surface preparation, and bituminous materials, complete in -place, as shown on these plans, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid DocsWonstruction Specs\Technical Specs
Technical Specs. .29
Kechter Road Inprovements Project
January 21, 2002
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised as follows:
Subsection 412.03 is revised to include the following:
Concrete pavement shall conform to Class "P" concrete as specified in Subsections 601.02 and 601.03. Class "P"
concrete shall have a minimum 28-day field compressive strength of 4200 psi.
The Contractor shall submit a concrete mix design for Class "P" showing and establishing the proportions of
all the ingredients. The Contractor shall be responsible for all subsequent adjustments necessary to produce
the specified concrete mix. The Contractor shall submit a new mix design based on the Class "P"
requirements when a change occurs in the type of cement, or sources of fly ash, or aggregate. The contractor
may delete Class F fly ash and also substitute Size 67 aggregate in lieu of the larger aggregate blend for the
Class "P" concrete only upon the approval of the mix design submitted to the Engineer.
The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24-
hour field compressive strength of 3000 psi and a minimum 28-day field compressive strength of 4200 psi.
This item shall be paid for by the cubic yard of concrete used. It shall include supplying, placing, curing and
texturing the high early concrete. Payment for the cost of using high early concrete will be paid for by the
cubic yard for the incremental increase in cost and will be paid only when the Engineer requires use of high
early concrete.
No concrete shall be placed until the applicable mix design and maturity relationship has been submitted,
reviewed and approved by the Engineer. Review and approval of the mix designs by the Engineer will not
constitute acceptance of the concrete. Acceptance shall be based solely on the work conforming to the
specifications and on satisfactory test results of the concrete placed on this project.
Subsection 412.12 is revised to include the following:
Immediately following the burlap drag finish, the surface shall be given an "astro-turf' drag finish. Materials used
for final finish shall be of such texture and weight to produce a uniform texture similar to a broom type finish. Drags
shall be full width of the new pavement and maintained in acceptable condition as specified for "astroturf 'drag
finish.
Subsection 412.13 is revised to include the following:
The Contractor shall saw joints early enough to control or limit random cracking but not too early as to create
chipping along the sawed joint. Saw cutting will not be allowed between the hours of 9:00 p.m. and 6:00 a.m.
unless approved by the Engineer. Saw cutting joints shall be included in this work and will not be paid for
separately.
If the Contractor proposes variations from CDOT M Standards, it is requested that the Contractor shall
prepare a pavement joint and doweling layout for approval by the Engineer.
Subsection 412.17 is revised to include the following:
The concrete pavement smoothness shall meet the requirements of Category 4, Class I, as shown in Table 412-1 for
the Profilograph test.
U:01cen\S0S\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 30
Kechter Road Improvements Project
Subsection 412.18 is revised to include the following:
January 21, 2002
Silicone joint sealant material: Concrete joints shall be sealed with an approved silicone joint sealant material. A
copy of the manufacturer's recommendations pertaining to the application of the sealant shall be submitted to the
Engineer for approval prior to the beginning of work, and these recommendations shall be adhered to by the
Contractor, with such exceptions as this specification may require. The sealant material shall be applied into the
joint using equipment and techniques recommended by the joint sealant manufacturer. The Engineer may elect to
check for bonding or adherence to the sides of the joint. If the sealant does not bond to the joint, the Contractor shall
remove the joint sealant material and clean and reseal these joints in accordance with the criteria outlined.
Backer rod: Shall be a round, heat resistant material meeting the requirements set forth by the joint sealant
manufacturer. The Contractor shall submit the proposed material to the Engineer for review and approval prior to
use. The backer rod shall be placed in such a manner that the grade for the proper depth of the sealant material is
maintained. The depth of the sealant shall be a maximum of/< inch.
The Contractor shall thoroughly clean the joint and adjacent pavement surface for a width of not less than one inch
(I") on each side of the joint of all scale, dirt, dust, residue, or any foreign material that will prevent bonding of the
joint sealant. This operation is to be accomplished by immediately flushing the joints with water after sawing. The
joints shall be sandblasted after they have dried, just prior to sealing. After sandblasting, the joint shall be cleaned
using compressed air with a minimum pressure of 100 psi. The sandblasting and air cleaning shall be performed on
the same day as the backer rod placement and joint sealant application. Sealant shall not commence for a minimum
of 24 hours after sawing or a weather event without approval of the Engineer.
Subsection 412.24 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
412-01 Concrete Pavement (8" Depth) — (SY)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in placing concrete pavement, complete -in -
place, including haul, concrete materials, finishing the surface, saw cutting the joints, curing, placing dowels,
and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs.. 31
Kechter Road Inprovements Proiect
REVISION OF SECTION 420
GEOSYNTHETICS
Section 420 of the Standard Specifications is hereby revised as follows:
Subsection 420.01 is revised to include the following:
January 21, 2002
This work shall consist of furnishing and installing geotextile and geogrid stabilization material and geotextile
paving fabric.
Subsection 420.02 is revised to include the following:
All geogrid or geotextile fabric shall be installed according to the manufacturer's recommendations and as
directed by the Engineer. The geotextile stabilization fabric shall be Typar 3801 or approved equal. The
geogrid reinforcement mat shall be Tensar Structural Geogrid BX1100 or approved equal. The geotextile
paving fabric shall be as manufactured by Phillips Fibers Corporation, Hoechst Fibers Industries, Amoco
Fabrics Company, or an approved equal.
The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following
requirements:
Asphalt Cement AC-20
NOTE: Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric.
Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and
vegetation. Cracks shall be cleaned and filled in accordance with "Revision of Section 403, Crack Sealing" of
these Specifications if required. If the crack filling materials contain volatiles, adequate curing time must be
allowed prior to placement of the fabric. The pavement must be cleared of all sharp or angular protrusions.
Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's
specifications (approximately 0.25 gal. /sq. yd). Application must be by a distributor. Temperature of the tack
coat must be sufficiently high to permit a uniform spray pattern. The maximum asphalt temperature shall be
3000 F.
Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a
minimum of wrinkles.
If Geotextile Paving Fabric folds greater than one inch (F) occur, the Geotextile Paving Fabric shall be slit
and allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding.
If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said
patched section a minimum of 12 inches.
All joints shall overlap adjacent fabric approximately 2-6 inches.
Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent
edge pickup by the paver.
Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding.
It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 32
Kechter Road Inyrovesnents Project
January 21, 2002
complete. If the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast
sand or hot mix asphalt over the area or "skin" the Geotextile Paving Fabric with Hot Bituminous Pavement
Grading S or SX. Excess sand or hot mix shall be removed before paving. Sand used for this purpose will not
be measured and paid for separately under the terms of this contract. Hot Bituminous Pavement Grading S
or SX used for this purpose will be measured and paid for at their respective contract unit prices per ton.
Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the
paving operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric
placement.
Subsection 420.09 is revised as follows:
The geotextile and geogrid stabilization fabric and geotextile paving fabric shall be measured in the field and
paid for by the square yard of material installed — complete in place. The paving fabric shall include surface
preparation and AC-20 tack coat.
Subsection 420.10 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
420-01 Geotextile Stabilization Fabric— (SY)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in placing stabilization fabric, including haul
and bituminous materials, complete -in -place, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid DOOConstruction Specs\Technical Specs
Technical Specs. - 33
K"Itter Road Improvements Project
REVISION OF SECTION 506
RIPRAP
Section 506 of the Standard Specifications is hereby revised as follows:
Subsection 506.01 is revised to include the following:
January 21, 2002
This work consists of the construction of riprap sections with riprap, Type II bedding and covered with topsoil
in accordance with these specifications and in conformity with the lines and grades shown on the plans or
established.
Subsection 506.02 is revised to include the following:
Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be gray to blue gray in color
or as approved by the Engineer.
Rock used for riprap shall be hard, durable, angular in shape and free from cracks, over -burden, shale and
organic matter. Thin, slab type stones, rounded stones and flaking rock shall not be used. Removed concrete
shall not be used for riprap without specific written approval by the Engineer. Service records of the
proposed material will be considered by the Engineer in determining the acceptability of the rock. Neither
breadth nor thickness of a single stone shall be less than one-third (113) its length.
Bedding material shall conform to the specification for Type II Filter material as per the City of Fort Collins
Storm Drainage Design Criteria and Construction Standards (Table 12-3) or CDOT Class A filter material
(Section 703.09).
McClelland Channel Type L Grouted Base Flow (CIP per detail) — The Grouted Base Flow Channel shall
consist of the gray with gray/blue hues and match the color of the grout. Control of the rock gradation will be
by visual inspection. The concrete for the grout shall be an approved batch meeting the following
requirements: All concrete shall develop 4,000 psi compressive strength within 28 days; the cement shall be
Type V; the stone aggregate shall have a maximum diameter of inch; and the slump shall be within a range
of 3inches to 6inches. Use of a stiffer mix or other measures as approved by the Engineer for steeper slopes
or for vertical joints. The water/cement ratio shall not exceed 0.48. Add 1.5 pounds per cubic yard of
synthetic fiber reinforcement per manufacturer's instructions. The Contractor shall submit a mix design in
writing to the Engineer for approval prior to placement of any grout. The grout shall contain both a n air
entraining admixture and water reducing agent. The job site air content shall be 6'/2% +/- 1 '/2% by volume.
A water reducing agent such as WRDA-64 or equal shall be used.
Subsection 506.03 is revised to include the following:
Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where this is not
possible, the underlying materials shall be compacted to 95% of maximum density as determined by ASTM
D 698. The bottom of the excavation shall have a uniform slope, be reasonably smooth, free from mounds
and windows and free of debris prior to placing the filter material.
Bedding material shall be placed on top of the subgrade material prior to riprap installation at all locations of
riprap sections shown on the plans. The layer shall be shaped to provide the minimum thickness of bedding
material as shown on the details of the plans.
Riprap material shall be placed immediately after the bedding material is placed and in a manner to provide a
well -graded mass of stone with minimum voids. Riprap may be machine -placed with sufficient handwork to
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs.. 34
Kechter Road Improvements Project
January 21, 2002
minimize disturbance of the bedding material layer. This material shall be placed to the required thickness
and grade shown on the details of the plans.
Topsoil material shall be used to backfill and bury the entire riprap bed area and compacted to insure
thorough settling of the topsoil within the rock voids. The top three inches (3") of the topsoil shall be loosely
placed. This material shall be placed to the required thickness as shown on the details of the plans. The
contractor shall utilize, when appropriate, existing topsoil on site.
McClelland Channel Type L Grouted Base Flow (CIP per detail) - Smaller rocks shall be "chinked in" to fill
all voids behind the boulders. Placement shall be approved by the Engineer prior to grouting. Prior to
placing the grout, any type of debris, fines, smaller rock or silt shall be removed from around or under the
boulders. Dewatering shall be implemented to guarantee that the grout will not be placed in water and for a
period of 24 hours after the grout has been placed.
Keep boulders receiving grout wet at all times prior to receiving grout. The concrete grout shall be placed by
injection methods by pumping under low pressure, through a 2-inch maximum diameter hose to ensure
complete penetration of the grout into the void area as detailed on the Drawings. Grout will be placed up to 6
inches from the top of the boulders, or as directed by the Engineer. The Operator shall be able to stop the
flow and will place grout in the voids and not on the surface of the rocks.
Grout shall be troweled out and finished to minimize visibility. Clean and wash any spillage before the grout
sets. The visual surfaces of the boulders shall be free of grout to provide a clean and natural appearance. If
washing does not clean off grout residue, the Contractor shall wash off any grout residue with muratic acid
and water, using a brush to scrub off the residue. A "pencil" vibrator shall be used to make sure all voids are
filled between the boulders.
Subsection 506.04 is revised to include the following:
Riprap sections specified in the plans will be paid for at the contract unit price per EACH. The unit price bid
shall include all costs associated with installation of the bedding material, riprap and topsoil including
excavating for the placement of these materials, all materials, delivery, stockpiling and handling of the riprap.
Subsection 506.05 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by (),
506-01 14' x 18' x 1.5' Type L Rip -Rap with 6" Topsoil - (CIP per detail) - (LS)
506-02 16' x 15' x 1.5' Type L Rip -Rap with 6" Topsoil - (CIP per detail) - (LS)
506-03 13' x 16' x 1.5' Type L Rip -Rap with 6" Topsoil - (CIP per detail) - (LS)
506-03 6' x 10' x 1.5' Type L Rip -Rap with 6" Topsoil - (CIP per detail) - (LS)
506-04 4.5' x 4.5' x 1.5' Type L Rip -Rap with 6" Topsoil - (CIP per detail) - (LS)
506-05 McClelland Channel Type L Rip -Rap with 6" topsoil (CIP per detail) - (CY)
506-06 McClelland Channel Type L Grouted Base Flow (CIP per detail) - (CY)
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 35
Kechter Road Improvements Project January 21, 2002
506-07 Rock Grade Control Structure — (LS)
506-08 Riffle Drop Structure — (LS)
506-09 Graded Base Flow Channel — (LF)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and
topsoil, complete -in -place, including haul and stockpile of materials, handling of the riprap and finish grading
of the surface as shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 36
Bid Schedule.xls
Project: Kechter Road Improvement Project
Nuentsem
Nlunbm
Daaedptlen
Estlmated
Guarltlry
Untt
UnttCwt
ttarli Coat
fthter Road
- Main Protect e -
202-01
Remove Pipe (RCP, CMP, PVC)
379
LF
, 4 S3 Z s
202-02
Re s Pipe and Headwalls on 60' CMP
.j�,'
115
LF
%C7 aq
202-03
202-04
Remove kngatlw Structure
Remove Concrete Curb and cutter
6
PA
438
100
LF
202-05
Remove Connote Paving (Avg. Depth :g�)
1,950
$F
�gJ�
Vi
202-06
Remove Asphae Pavemen1(0'-5•)
1.45D
17.72
Sy
L—_"�Q� 1�
e�`7•�
202-0T
Remove Fence(Various Types)
LF
Q�•pi
__
20246
202-09
Remove 12' x Concrete Silagetan, 6 48' Dia, Septic Tank
Remove Concrete Silage Floor
1
LS
"� A C'
—
T,000
SF
Q_
'J�JI�Q
202-10
Remove Foundation of House (Approximately 15010
1
LS
/63S
_ /40 z<
202-11
Remove The- Stamps (Avg. Width =46'Dla)
6
EA
„43�F
24-+z
202-12
Plug Existing ntgadon Culver,
2
EA
_
—S-4 Ito
203-01
Unclassified Excavation
203-02
3,50
CY
Embankme)
•�
32,150
CY
34 zz3
203-03
Borrow-SubkablebN Fitl Material
�^^T
1,600
CY a.L�
—
4,q.`e-3
2034t
Borrow- Sutlable Fitl Material(Unfwswn ChoumStanpw only)
5,000
CY
2A -s40
203-05
H.ul and Leve9ng
2,825
CY
9—��
4gcea:
203-06
203q]
Muck Excav,don
AI3C(CL
Bwrav ABC (CLSor B)-(CIP)
2,925
CY
p
Boo
T(1N
203-06
Topaog-(shrypinestockpNing.placing)-a-Depth
13,376
203-0g
Gretletl Base FMAv Channel
CY
-
1,280
LF
203-10
Reyatle kigatlon Ditch (Zregbr Road from Kechter Road north b McClelland DhannN)
1
LS
—[
203-11
Temporary Across Road - (AN Weather)
1
�-�����
LS OV &'1
203-12
Maintain County Road T v4N Mae Chbride
3
LS 106e,
203.13
Potholing
_
'
LS
206-01
tinn
2,311
CY
`i,43`
208-02
Structure
WCNn Soold" BackflH (On-aftFellr/
1T0
CY J
���
206-03
$Wchlrel Material Haul and Leveling
206-04
Structure
1,541
cr
_
Backfill llowfld
206-05
Filter Material (1 12• Washed Rock)
127
1,010
CY
TON
206-06
Dewaledng
'
LS
�
206-01
Erosion Control
1
LS
ec
—
210-01
All Manhole RNg/Covm
9
PA
s�31
3 --,
210-02
Moday Manhole
,y b
5
EA
���w/�
�5b4o
210-03
Adjust Valve Box
_
210-04
RNocale Mailboxes
2
PA
210-05
RNomis Water Meter Assembly aM Pit - (PCLWD)
2
EA
A2 e2edhJ—+tp FS
Bid Schedule.xls Page 3
Section 00300
Kechter Road hryrovements Project
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised as follows:
Subsection 601.01 is revised to include the following:
January 21, 2002
This work shall consist of the construction of a double barrel cast -in -place box culvert, wing walls, parapet
walls, railings and necessary conduits in accordance with the plans, specifications, and the Latimer County
Urban Area Street Standards (Refer to detail drawing 11-0117). It shall be the Contractor's responsibility to
purchase and familiarize themselves with these specifications. The Contractor is responsible for providing all
materials and equipment necessary to meet the requirements of the Colorado Department of Transportation
Standards and Latimer County Urban Area Street Standards.
Mix Design:
1. Compressive Strength: 4000 psi at 28 days
a. Minimum number of cylinders passing above requirement shall be 90%.
b. Minimum strength of cylinder acceptable, 3800 psi.
2. Cement Content: 6 bags per cubic yard minimum
3. Maximum Permissible Water — Cement Ratio
a. For 4000 psi strength, non air -entrained, absolute ratio by weight 0.49.
b. For 4000 psi strength, air -entrained, absolute ratio by weight 0.45.
4. Slump: Four inch maximum.
5. Air Content: 6% +/- 1 'h% for concrete with exposed surfaces or subject to freezing and
thawing; not required for other concrete.
All Shop Drawings must be approved by the Design Engineer (Gary Weeks with Weeks and Associates).
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
601-01 20' x 5' Cast in place RCBC — (EA)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all Work involved in a cast in place box culvert, as shown on the
plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 37
Kechter Road Improvements Project
REVISION OF SECTION 603
CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised as follows:
Subsection 603.01 is revised to include the following:
January 21, 2002
This work shall consist of the construction and reconstruction of reinforced concrete pipe, pipe encasement,
pipe connections, and joint encasement in accordance with the plans, specifications, and the City of Fort
Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's
responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include
in the Work all the necessary items to complete the Work including but not limited to excavation, bedding,
backfill, and compaction.
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
603-01 15" RCP Class III — (LF)
603-02 Remove and Reset 15" RCP Class III- FES — (EA)
603-03 15" RCP Class III - FES — (EA)
603-04 19" x 30" HERCP Class III — (LF)
603-05 19" x 30" HERCP Class III- FES — (EA)
603-06 19" x 30" HERCP Class III- FES with Trash Rack — (EA)
603-07 18" RCP Class III — (LF)
603-08 18" RCP Class III - FES — (EA)
603-09 21" RCP Class III — (LF)
603-10 21" RCP Class III — FES with Trash Rack — (EA)
603-11 24" RCP Class III — (LF)
603-12 24" RCP Class III — FES — (EA)
603-13 30" RCP Class III — (LF)
603-14 30" RCP Class III — FES — (EA)
603-15 16" PVC C900 — (LF)
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 38
Kechter Road Improvements Project
603-16 16" PVC C900 45Degree Bends — (EA)
603-17 18" PVC C900 — (LF)
603-18 18" PVC C900 (18" x 12" Tee) — (EA)
603-19 12" Gate Valve — (EA)
603-20 4' Diameter Stormsewer Manhole — (EA)
603-21 5' Diameter Stormsewer Manhole — (EA)
603-22 Irrigation Structures (Siphons) — (EA)
603-23 Concrete Joint Encasements — (EA)
603-24 4" PVC Schedule 200 Irrigation Sleeving — (LF)
January 21, 2002
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all Work involved in installing pipe and encasing joints, complete in -
place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. Concrete
and/or Asphalt patching will be paid for separately under the appropriate item.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. .39
Kechter Road Improvements Project
REVISION OF SECTION 604
MANHOLES, INLETS, AND METER VAULTS
Section 604 of the Standard Specifications is hereby revised as follows:
Subsection 604.01 is revised to include the following:
January 21, 2002
This work shall consist of the construction of manholes, CDOT Type 'R' inlets, area inlets, and providing and
maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins Storm
Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and
familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill,
compaction, and installation and maintenance of erosion control into each item listed in this section.
The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of
the cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes
with water.
Subsection 604.02 is revised to include the following:
Proportioning shall conform to the requirements for Class B concrete as described in Section 601.
Subsection 604.08 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
604-01 5' Type R-Inlet — (EA)
604-02 10' Type R-Inlet — (EA)
604-03 Detention Pond Outlet Structure (CIP per detail) — (EA)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in constructing inlets, constructing manholes,
complete -in -place, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 40
Kechter Road Inproverrents Project
REVISION OF SECTION 607
FENCES
January 21, 2002
Section 607 of the Standard Specifications is hereby revised as follows:
Subsection 607.01 is revised to include the following:
Replace Fence with new (4Stand Wire T-Post) - Follow Section 710 from Colorado Highway Specifications for
installation of new fence. This item consists of installing new fence and will be paid for by the linear foot. Any
existing fence that is removed is paid for under Remove Fence (Various Types).
3 Rail Dowel Rail Fence - Follow Section 710 from Colorado Highway Specifications for installation of new fence.
This item consists of installing new fence and will be paid for by the linear foot. Any existing fence that is
removed is paid for under Remove Fence (Various Types).
Subsection 607.04 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
607-01 Replace Fence with new (4 Stand Wire T-Post) - (LF)
607-02 Mail Dowel Rail Fence - (LF)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work listed above: complete in place, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 41
Kechter Road Improvements Project January 21, 2002
REVISION OF SECTION 608
SIDEWALKS AND DECORATIVE CROSSWALKS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 is revised to include the following:
This work shall consist of the construction of concrete sidewalks, pedestrian access ramps, driveways,
crosspans, and drive approaches, in accordance with the plans and specifications. Required saw cutting will be
incidental to the work and will not be measured or paid for separately. The use of aggregate base material for
fine grading or over excavated areas will not be paid for separately.
Subsection 608.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the
exception the minimum 28 day compressive strength shall be 3500 psi.
The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24-
hour compressive strength of 3000 psi and a minimum 28-day compressive strength of 3500 psi. It shall include
supplying, placing, curing and texturing the high early concrete. The price shall apply to all Sections including
Section 412, 608 and 610. Payment for extra cost of using high early concrete will be paid for by the cubic
yard for the incremental increase in costs and will be paid only when the Engineer requires use of high early.
Non -Shrink backfll — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix.
The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/II. The
minimum 24-hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size
shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -
shrink backfill shall be consolidated with a mechanical vibrator. Payment of using flowfill will be paid for by the
cubic yard and only when used as required by the Engineer.
Subsection 608.04 is revised to include the following:
Decorative Asphalt Crosswalks - will consist of imprinting and coloring crosswalk areas indicated on the
plans. The Contractor will submit product information for this work that is equal to or better than the
"Streetprint Pavement Texturing" products. The surface coloring product must be equal or better than the
"StreetBond Traffic Formula" and have a minimum final surface thickness of 20 mils. The color will be
determined by the Engineer. In the event that the desired color cannot be achieved the Contractor must
submit to the Engineer a list of alternative colors not less than 60 days prior to the scheduled application of
the color. The texture pattern and color on the perimeter of the crosswalk will be determined by the
Engineer. The contractor must also submit the manufacturer specifications for the application of these
products 60 days prior to the work being done. This item shall be paid for the square foot. The price shall
include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing
all work noted in the manufacturers specifications and as directed by the Engineer.
Subsection 608.05 is revised to include the following:
The Concrete Driveway (6"), Sidewalk (4"), Access Ramps w/Landings (6"), Drive Approach (6") and
Concrete Crosspan/Apron (8") items will be measured by the square foot of finished flatwork. The price for
the Access Ramps (W) shall include the colored landing area as described in section 610. Ramp area shall be
measured from the back of the curb to the back of the walk from point of curb return to point of curb return.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 42
Kechter Road Improvements Project
Subsection 608.06 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
608-01 Concrete Sidewalk (4") — (SF)
608-02 Concrete Access Ramps with colored landings (6") — (SF)
608-03 Concrete Drive Approach (6") — (SF)
608-04 Patterned and Decorative Asphalt Crosswalk — (SF)
608-05 Hi -Early Concrete (24hr) — (CY)
608-06 Flowable Fill Concrete — (CY)
January 21, 2002
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous
flatwork, access ramps, drive approaches, and driveways, complete -in -place, including haul, concrete
materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the
plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 43
Kechter Road Improvements Project
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised as follows:
Subsection 609.01 is revised to include the following:
January 21, 2002
This work shall consist of the construction of cast in place vertical 6" curb and gutter in accordance with the
details and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes
construction of curb and gutter sections, complete and in place, measured along the flow line. Removal of
curb and gutter is not included in this section, but will be measured and paid separately as described in
Section 202.
It is the Contractor's responsibility to adequately protect their Work from damage by weather, vandalism, or
other causes until such time as it is accepted by the City. If traffic control devices are used to protect the
work, they shall not be paid for separately, but shall be included in the work.
Subsection 609.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the
exception the minimum 28 day compressive strength shall be 3500 psi.
Subsection 609.07 is, revised to include the following:
The accepted quantity of curb and gutter will be paid for at the contract unit price per linear foot.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
609-01 Vertical Curb & Gutter (30") - (LIT)
609-02 Driveway Curb Cuts(15' to 30' Wide) - (EA)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all work involved in constructing vertical curb and gutter, variable
height curb and gutter, concrete median curb, complete -in -place, including haul, concrete materials, finishing
the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in
these specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 44
Kechter Road Irtprovements Project
REVISION OF SECTION 619
WATER LINES
Section 619 of the Standard Specifications is hereby revised as follows:
Subsection 619.01 is revised to include the following:
FCLWD WATER LINES ITEMS
January 21, 2002
This work shall include installing PVC C900, gate valves, tees, bends, tapping saddles, plugs, reaction blocks and
joining to existing lines and other items as shown on the plans and as designated by the Engineer. This work shall
meet the requirements of the current Fort Collins -Loveland Water District Standards. It shall be the Contractors
responsibility to purchase and familiarize themselves with these specifications.
All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered
incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and
backfilling, valve boxes, plugs, thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and
all materials incidental to completing the installation and connections to existing water lines.
Subsection 619.05 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
619-01 12" 45 Degree Bend and Megalugs — (EA)
619-02 12" 22 '/2 Bends — (EA)
619-03 12" PVC C900 — (LF)
619-04 12" Gate Valve — (EA)
619-05 36" Casing Pipe Double Coated — (FCLWD Spec) —with End Seals — (LF)
619-06 Concrete Cap — (SF)
619-07 Insulate Waterline — (SF)
619-08 Tie in 3" AC — (LS)
619-09 Connect to 12" Waterline — (LS)
619-10 Abandon 3" AC — (EA)
619-11 Restrain Existing 12" Valve — (EA)
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 45
Kechter Road Improvements Project
January 21, 2002
The above prices and payment shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in installing ductile iron water pipe and valves,
connecting to a)dsting water lines according to City of Fort Collins Water Utility Standards and FortCollins-
Loveland Water District Standards, complete -in -place, as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 46
Bid Schedule.xls
PrOJllct: Kechter Road Improvement Project
s .amm
Number
Dncdpean
EtBrnated
on
Unit URN cast
keen Cast
210-06
RBlocat, Gas Test Statlon
210-07
MJusl Meter Vauk- (FCLWD)
FA
EA Q'�
210.O8
Adjust Air Vac Manhole (FCLWD)
.irl�
AIL
EA
Sj
210-09
210-10
Rebate Fee Hydrant (FCLWD)
Relocate Ebctrb Fan.,
EA
350
LF
304-01
Aggregate Base Course - (CI5 or 8) - 8' Depth -(DIP)g,
i
304-02
Aggregate Ilene Course Patch Placement - (Cl 5 or B) - 6' DapM-(CIP)
10,565
TON
Z
200
TON
306-01
Recronditioning (B')
16,515
SY
307-01
Flyash Subgrade StablNzadw (12%)
�L//)�
G 70
34,600
SY
403-01
403-02
Hot Bkuminous Pavement - GradingS IT Depth) (PG 64.28)
Hot BNuminous Pavement-Gratling SG
5,175
TON
I���
(4'Depel) (PG 8132)
8,901
TON
Z
403-03
403-04
Asphalt Paver Paddling- Grading S (4' Depth) PO 0428 [Under
Aaphak Paver Patchbg - Gradng SG (8' DePtlt) PG W-22 BImMr
42
TON s
/
14 �
403-05
Asphalt Patching- Grading S (4' Depth) PG 84-2e Blnde,
85
79
TON /Q� rr
roN I 3
—
+T—
s(z ��
/D 4c I -te
412-01
"and cement Congete Pavemem (8- Dai
270
SY
420-01
GeMe111118 Sbbil¢ation Fabric
1,700
SY
506-01
14'z18'x1.5 Type L Rip -Rap WBh 8• tOMs (CP pm debt)
5-02
08
16k15k1.5' Type LRip-Rap vMh e• IppsoN (CP par BebN)
Ls
LS
(%3S_
6'"
�3S
Z�
508-03
13k18'x1.5' Type L Rq-Fiap vAM B'topsoY (CP per BebY)
.
-
506-04
6k10'x1.5 Type L Rlp-Rap Mt 8' lopeoil (DP par debt)
2
LS
,��j }Q r
�I-i1T0 --
508-05
4.5'x4.5'x1.5' Type L Rip -Rap WM 6'taP600 (CP per detail)
2
4
LS
LS
a (j���Q
"jam
506-06
MCCbNand Channel Type L Rip -Rap Wild 6• topsoil (CIP per paled)587
Z
Z 1
508-07
McCbllantl Channel Type L grouted base Bow (CP per debt)
C
508-08
Rod Grade ContrSWqum
35
CV
�ol
506-09
RIBIaDrop Strumure
1
LS
ram---L
334
50640
Graded Base Fill Channel
jz
14j
1,260
LF
....5y
3I a/1
601-01 20' z 5' Cast.in-place RCBC
2
603-01
15• RCP Class III
200
803-01
m
Remove and ResN 15•RCP Class III -FES
803-03
15' RCP Class III -FES
803-04
19•x30'HERCP
6
725
803-05
19'x 30'HERCP-FES
2
803-06
iB'z 30'MERCP-FES w/Tam Ram
1
LF cQ_�,'T �•d
EA
EA
LF ,s�_
EA Sls _L-]614�i
EA /02 /oZQa
Bid Schedule.xls
Page 4
Section 00300
Kechter Road Improvements Project
REVISION OF SECTION 630
TRAFFIC CONTROL DEVICES
Section 630 of the Standard Specifications is hereby revised as follows:
Subsection 630.01 shall be revised as follows:
January2l, 2002
This work shall consist of furnishing, installing, moving, maintaining and removing temporary traffic signs,
advance warning arrows panels, barricades, channeling devices, and delineators as required by the latest
revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of
Fort Collins' "Work Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the
City of Fort Collins' "Design Criteria and Standards for Streets, Subsection 1.4, "Barricades, Warning Signs,
Signal Lights", July, 1986. This work includes use of the above devices to channelize or direct traffic away
from the work zone, but does not include work zone protection. It is the Contractor's responsibility to protect
his work zone and to protect Pedestrians and Bicyclists from potential hazards arising from his work until such
time as the work has been completed and can be opened to traffic.
Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item.
In the event of a conflict between the MUTCD, criteria and the City's criteria, the City's criteria shall govern.
Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes
the hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will
be subject to the Engineer's discretion.
Traffic control devices shall be removed from the site immediately upon completion of the Work, but not
before the concrete has cured sufficiently to allow vehicular traffic to use it.
Subsection 630.02 shall include the following:
All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the
MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall
be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of
crossed out information or any other form of defacement that detracts from the purpose for which they are
intended (i.e. crossed out information, information written in long -hand style, etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to
avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as
residents affected by any information the sign may present.
Subsection 630.05, the second paragraph shall include the following:
The reflective material shall be AP1000 Polyester (Reflexite Corporation), 3M Type III or Transparent
(Reflexite Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than
the types named as approved by the Engineer.
Subsection 630.08 shall be revised as follows:
control on this pro'ect is the responsibility of the Contractor.
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 47
Kechter Road Improvements Project January 21, 2002
For this project, a Traffic Control Plan shall be prepared. The Traffic Control Plan shall be submitted for
approval to the Traffic Division by 12:00 noon, two working days prior to the commencement of work (Note:
Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00
a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic
Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for
the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that
location, with no adjustment in the contract time.
The Traffic Control Plan shall include, as a minimum, the following:
(1) A detailed diagram which shows the location of all sign placements, including advance
construction signs (if not previously approved), fines doubled for speeding signs and speed
limit signs; method, length and time duration for lane closures, and location of flag persons.
(2) A tabulation of all traffic control devices shown on the detailed diagram including, but not
limited to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and
Type III barricades; cones; drum channeling devices; advance warning flashing or sequencing
arrow panel. Certain traffic control devices may be used for more than one operation or
phase. However, all devices required for any particular phase must be detailed and tabulated
for each phase.
(3) Number of flaggers to be used.
(4) Parking Restrictions to be in affect.
Approval of the proposed method of handling traffic is intended to indicate minimum devices needed to
control traffic. Such approval does not relieve the Contractor of liability specifically assigned to him under
this contract.
Parking Restrictions shall be clearly shown on the Traffic Control Plan, including the location and quantity of
"NO PARKING" signs, the date to be placed, and the date to be removed. Failure to have an approved Traffic
Control Plan, including the Parking Restriction information listed above shall constitute cause for the City to
stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no
adjustment in the contract time.
Subsection 630.09 shall be revised as follows:
Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall
possess a valid Driver's Incense, a current American Traffic Safety Services Association (ATSSA) certification
as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a
Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager, and
when requested by a City representative, for each TCS utilized on this project.)
One TCS shall be designated as the Lead TCS. The Lead TCS shall have a minimum of one-year experience
as a certified TCS. The Lead TCS shall be on site at all times during the construction. Qualifications shall
be submitted to the Engineer for approval a minimum of one week prior to commencement of the work.
UAEileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 48
Kechter Road liryrovetnents Project
January 21, 2002
The Lead TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the
work. The Lead TCS cellular phone number will be made available to the Engineer, Inspector, and the
General Contractor
It is the intent of the specifications that the Lead TCS be the same person throughout the project. If the
Lead TCS is to be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice
and qualifications shall be submitted for approval of the Lead TCS replacement.
Payment for the TCS shall be included in the lump sum pay item.
The TCS's duties shall include, but not be limited to:
(1) Preparing, revising and submitting Traffic Control Plans as required.
(2) Direct supervision of project flaggers.
(3) Coordinating all traffic control related operations, including those of the Subcontractors,
City Streets Department, and suppliers.
(4) Coordinating project activities with appropriate police and fire control agencies, Transfort,
school districts and other affected agencies and parties prior to construction.
(5) Maintaining a project traffic control diary which shall become part of the City's project
records.
(6) Inspecting traffic control devices on every calendar day for the duration of the project.
(7) Insuring that traffic control devices are functioning as required.
(8) Overseeing all requirements covered by the plans and specifications, which contribute to the
convenience, safety and orderly movement of traffic.
(9) Flagging.
(10) Setting up and maintaining traffic control devices.
(11) Attending weekly progress meetings as requested by the Engineer and/or Contractor.
Traffic control management shall be maintained on a 24-hour per day basis. The Contractor shall make
arrangements so that the Traffic Control Supervisor or their approved representative will be available on
every working day, "on call" at all times and available upon the Engineer's request at other than normal
working hours.
All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic
Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway
construction, available at all times.
Subsection 630.13 shall be revised as follows:
The Contractor shall supply and pay all costs associated with the traffic control for this project.
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below:
Payment will be made under:
U:\Eileen\SOS\Kechter Road\Bid DocsWonstruction Specs\Technical Specs
Technical Specs. - 49
Kechter Road IffVrovements Project
Pay Item and Pay Unit
The pay unit is denoted by ().
630 Traffic Control - (LS)
January 21, 2002
Flaggers and all incidental equipment will not be measured and paid for separately, but shall be included in
the Work.
The flaggers shall be provided with electronic communication devices when required. These devices will not
be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately
but shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be
measured and paid for separately, but shall be included in the Work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
MUTCD, if approved; however, no additional payment will be made for the larger signs.
The City shall not be responsible for any losses or damage due to theft or vandalism.
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing.
NOTE: Full closures on arterials and collectors, including those listed above, will be allowed under extreme
circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be
approved a minimum of one week prior to the commencement of work and/or the time required to
adequately notify the public through the media.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: Full closures on all residential streets shall be allowed as shown on the traffic control plans only if
approved by the City Traffic Division.
END OF SECTION
U:\Eileen\SOS\Kechter Road\Bid Docs\Construction Specs\Technical Specs
Technical Specs. - 50
Cn
z
O
Q
U
LL
U
W
D_
0
IY
Q
Z
Q
H
U)
FORT COLLINS - LOVELAND WATER DISTRICT
APRIL 1995
TABLE OF CONTENTS
SUMMARY OF WORK
GENERAL
1.1
Scope
01010-1
1.2
Specifications
01010-1
1.3
Coordination With the District
01010-3
1.4
Work Sequence
01010-3
1.5
Notifications
01010-3
1.6
Safety and Protection
01010- 4
1.7
Special Requirements
01010-4
MATERIALS. EQUIPMENT AND WORKMANSHIP
GENERAL
1.1 Materials and Equipment 01600-1
1.2 Workmanship 01600-2
DISINFECTION OF WATER LINES
GENERAL.
1.1 Description 01656-1
1.2 Product Delivery, Storage and Handling 01656-1
PRODUCTS
2.1 Materials 01656-1
EXECUTION
3.1
General
01656-1
3.2
Preliminary Flushing
01656-2
3.3
Methods
01656-2
3.4
Final Flushing
01656-4
3.5
Bacteriological Tests
016564
3.6
Repetition of procedure
01656-4
3.3 Pipe Bedding 02221-7
3.4 Backfilling and Compaction 02221-8
3.5 Field Quality Control
02221-9
PIPE BORING AND JACKING
GENERAL
1.1 Description 02224-1
1.2 Quality Assurances
02224-1
PRODUCTS
2.1 Casing Pipe - Smooth Steel 02224-1
2.2 Accessories 02224-2
EXECUTION
3.1 Casing Installation 02224-3
3.2 : Carrier Pipe Installation 02224-3
PAVEMENT REPAIR AND RESURFACING
GENERAL
1.1 Description 02575-1
MATERIALS
2.1 Aggregate, Asphalt and Concrete 02575-1
EXECUTION
3.1 Manhole Frames and Valve Boxes
02575-1
3.2 Asphalt:and Concrete, Base and Gravel Surfaces
02575-1
3.3 Concrete Surfacing
02575-2
3.4 Field Quality Control
02575-2
DUCTILE IRON PIPE
GENERAL
L1 Description
02615-1
1.2 Product Delivery, Storage and Handling
iii
02615-1
2.2
Gate Valves
02641-1
2.3
Butterfly Valves
2.4
Valve Boxes
02641-1
2.5
Air Relief/Vacuum Relief Valves
02641-2
2.6
Check Valves
02641-2
02641-4
EXECUTION
3.1 Installation 02641-4
3.2 Air Relief/Vacuum Relief Valves 02641-5
FIRE HYDRANTS
GENERAL
1.1 Description 02644-1
1.2 Product Delivery, Storage and Handling 02644-1
PRODUCTS
2.1 General 02644-1
2.2 Materials and Construction 02644-1
2.3 Hydrant Gravel 02644-2
EXECUTION
3.1 Installation 02644-2
3.2 Operation 02644-3
SERVICE LINES METERS AND APPURTENANCES
GENERAL
1.1
Description
1.2
Product Delivery, Storage and Handling
02646-1
02646-1
1.3
Installation of Service Taps
1.4
Maintenance and Correction
02646-1
02646-2
1.5
Meter Setters
1.6
Meter Pits
02646-2
02646-3
PRODUCTS
2.1 Tapping Saddles
2.2 Corporation Stops
v
02646-4
02646-4
CAST - IN - PLACE CONCRETE
GENERAL
1.1 Description 03300-1
MATERIALS
2.1 Cement
03300-1
2.2 Aggregates
03300-1
2.3 Water
03300-1
2.4 Admixtures
03300-1
2.5 Concrete Reinforcement
03300-2
CONCRETE
3.1 General 03300-2
3.2 Class A Concrete 03300-2
PRECAST CONCRETE
GENERAL
1.1 Description 03400-1
1.2 Product Delivery, Storage and Handling 03400-1
PRODUCTS
2.1 Precast Concrete Products 03400-1
EXECUTION
3.1 Preparation 03400-3
3.2 Meter Pit Manhole and Vault Construction 03400-3
12 �►�-�I�Ti'�
VH
SECTION 01010
SUMMARY OF WORK
PART 1- GENERAL
1.1 SCOPE
A. The purpose of this document is to present the Fort Collins - Loveland Water District's
criteria for the construction of sixteen (16) inch and smaller water mains, water services
and all appurtenances associated with these mains and services. It is for the use of
Owners, Developers, Design Engineers, and Contractors as guidelines for the construction
of said mains, services, and appurtenances.
In the case of water mains which are larger than sixteen (16) inch, the Owner, or his
representative, shall submit construction specifications to the District for review,
prior to approval of construction drawings. The basis for developing these
specifications shall be this document.
B. These specifications are intended to be sufficiently detailed to provide adequate definition
of the work to be performed and to insure the quality of that work.
The Contractor and Contractor's representative shall become thoroughly familiar
with the provisions and the content of these Specifications.
C. These specifications are composed of written Material Specifications and Standard
Drawings.
Every attempt shall be made to avoid conflicts between standards, and drawings
during design. However, when requested in writing, the Fort Collins - Loveland
Water District shall provide a letter of interpretation.
D. In the event that a conflict occurs between water mains, services or other utilities, during
construction, the Contractor shall contact the Fort Collins - Loveland Water District to
interpret these specifications or to determine if the standards of other utilities or
departments apply.
01010-1
decided to change this requirement to the following:
a. The TCS will be required to be on site full time during the first two weeks of the
project.
b. The TCS will be required to visit the site two times a day after the first two weeks.
They will be required to check the site in the morning and in the evening to make
sure the traffic control is in the proper location.
c. The TCS will be required to be on site full time during the first two weeks after any
major change in traffic control takes place.
V. Bid item clarifications:
619-05 36" Casing Pipe Double Coated — (FCLWD Spec) — w/ End Seals
• The pipe thickness = 3/8"
• Exterior of the pipe must be coated with Epoxy Polyamide (called out in
FCLWD Specs)
2480-02 MSE Block Retaining Wall (Approximately 4 feet high)
• We have talked to Pavestone and some local landscaping companies and
found out that color does not change block prices. Therefore, color will be
determined after the contract is awarded.
• The block style is to be a Pavestone Diamond Straight with Diamond Cap or
approved equal.
If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
Page -2-
Bid Schedule.xls
Protect: Kechter Road Improvement Project
Ruse
Dmcdpuw
Estimated
Duan
unit Unit Cost
Rem Cost
603-07
18' RCP Class III
126
LF r
29p9g "_
603-08
18'RCPClasslll-FES
6
EA.aIC6
2
603-09
21' RCP Class III
48
LF „/'�
7�Z�
r/dr
}
603-10
21' RCP Class 111- FES w1 Trash R.a
1
EA
603-11
24' RCP Class III
108
LF 3
de
603-12
24- RCP Class III - FES
2
FA .L/�
/Y al
603-13
30'RCP Class 111
55
LF
zZST +^
603-14
30'RCP Class III -FES
1
FA
603-15
16-PVC CM
600
LF
603-16
16'FVC C90045 Degree Sends
2
EA ""rim
• ••••,fRo
803-17
18'PVC C900
1.737
LF '=
45-" -I I n
60}18
18- PVC C900 (18' x 12' Tee)
1
FA / R-� (Z
/^ Z,�
W0 19
12'Gate Valve
1
FA &I
IT' G. `+E2
603-20
4'Diameter Stormsaver Manhole
2
FA I zef
=?-=4fO
603-21
Sommer Storrs syris Manhole
2
EA Z p
13
603-22
Manton 6WCWrea(Siphons)
2
EA'!
�312
603-23
Gamete Joint Encasements
27
EA
603.24
4- PVC Schedule 200 Indication Sleeving
100
LF
94 C
60"'!
5' Type R Inlet
1
FA / 45 1
I �4q
604-02
10'TWeRhlet
1
FAa� 13�
::W
80443
Detention Pond Outlet SWpure (CW Der tleteiQ
1
EA�
LJi�
607411
Replace Fence Win new(4 Stand Wire T-Post)
3,700
LF
,ry
607-02
3 Rail Dowel Real Fence
360
LF
808-01
Concrete Sidewalk (/')
M,750
SF Barra —
608-02
Conaste Access Ramps vilh Colored landings (6')
41816
SF
808-03
Concrete Drive Approach (6')
1.550
wIa
SF
608414
preened and Deoom6ve Asphalt Crosswalk
2,046
SF
60845
Hi-Eady Concrete(24 hr)
150
CY,,�p
60846
Fbweble Fill Concrete
am
CY 7N7 .r
80941
VeNcal Cum and Gutter
10 800
LF 8Z`
�S
60942
Ddvawey Curb Cuts(15'lo3WWde)
4
FA
61941
12' 45 Degree Bend and Megalugs
a
EA JVd2& -4 SC�a1
619-02
12' 22 1n Benda
2
B-0
Bi3
12'PVC CM
LF LF
61944
12-Gate Valve
4
—
EA
61"5
36'Casgg Pipe Double Coated - (FCLWD Spec)-M End Seats
210
LF
8/9-06
Concrete Cap
400
SF
Bid Schedule.xls Page 5 Section 00300
17. OR AN APPROVED EQUAL - as approved to being equal by the District.
a. Reference Section 01600.
18. OWNER - the developer, corporation, association, partnership, or individual who
has entered into an Agreement with the District and has entered into an agreement
with the contractor to perform the work.
19. PROVIDE - famish and install complete in place.
20. QUALIFIED - acquired abilities; skill, knowledge, experience, that fits a person
for a position, office, or profession.
21. RECORD DRAWINGS - detailed drawings that show actual construction and
contain field dimensions, elevations, details, changes made to the construction
drawings by modification, details which were not included on the construction
drawings, and horizontal and vertical locations of underground utilities.
a. Record Drawings are usually construction drawings which have been modified
to contain the information listed above.
22. REMOVE - remove and dispose of in a manner consistent with local ordinances,
laws and regulations.
23. SERVICE LINE - all pipe, fittings and appurtenances for conveying water from the
distribution mains to the premises and/or meter as applicable.
24. SHALL - a mandatory condition.
25. SYSTEMS ENGINEER - shall mean the Systems Engineer of the Fort Collins -
Loveland Water District or their authorized representative.
26. TAP - the physical connection to the distribution main.
27. UTILITY - District Manager or his authorized representative.
28. WORK - the entire completed construction or the various separately identifiable
parts required to be furnished for the project. Work is the result of performing
services, furnishing the labor and furnishing and incorporating materials and
equipment into the construction.
01010-3
1.6 SAFETY AND PROTECTION
A. Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the work. Contractor shall take all
reasonable and necessary precautions for the safety of, and shall provide the necessary
protection to prevent damage, injury or loss to:
Employees and other persons onsite who may be affected.
2. The work and materials or equipment to be incorporated therein, whether in storage
on or off the site.
Other property at the site or adjacent thereto, including, but not limited to trees,
shrubs, lawns, walks, pavements, roadways, structures and utilities not designated
for removal, relocation or replacement in the course of construction.
B. Contractor shall comply with all applicable laws, ordinances, Hiles, regulations and orders
of any public body having jurisdiction for the safety of persons or property or to protect
them from damage, injury or loss; and shall erect and maintain all necessary safeguards for
such safety and protection.
1.7 SPECIAL REQUIREMENTS
A. All items and work not covered by these specifications shall be discussed with the District,
and the Contractor shall receive approval from the District, in writing, prior to beginning
work.
B. All work must be acceptable by the District prior to being placed in service.
C. District furnished material.
1. When the District furnishes any materials, the Contractor shall be responsible for
such materials once they have been picked up or delivered to the job site.
2. The Contractor shall be responsible for the careful inspection of District furnished
material' at the time of delivery.
Contractor shall repair, in a manner acceptable to the District, or replace any
District furnished material', which has been damaged or stolen, at the Contractor's
expense.
01010-5
1.8 QUALITY CONTROL
A. Inspection.
I. The District shall make periodic checks to verify the quality and progress of the
work. The authorized agents and their representatives of the District shall be
provided safe access to the work, whenever it is in preparation or progress. The
Contractor shall provide for such access and for inspection, including maintenance
of temporary and permanent access.
2. Materials and equipment rejected by the District shall be identified and retrain onsite
until approved for removal by the District.
END OF SECTION
01010-7
SECTION 01600
MATERIAL, EQUIPMENT AND WORKMANSHIP
PART 1- GENERAL
1.1 MATERIALS AND EQUIPMENT
A. Contractor shall fiunish all materials, equipment, labor, and incidentals necessary for the
execution, disinfection, testing, and completion of the work.
I. Reference Section 01010 and 02646
B. All materials and equipment shall be of good quality and new, except as otherwise
approved by the District.
When requested by the District, the Contractor shall furnish satisfactory evidence
(including manufacturers certification) as to the kind and quality of materials and
equipment, and their compliance with these specifications.
a. The District shall test any manufacturer's material it deems necessary.
b. It is the Contractors responsibility to insure the manufacturer's materials
supplied, meet these specifications.
2. Prior to using existing materials, written approval must be obtained from the
District.
C. All materials and equipment shall be installed and used in accordance with the instructions
of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise
provided in these specifications.
D. The specification of materials and equipment shall be understood to be representative of a
quality of performance, operation and construction acceptable to the District.
The District shall make every effort to evaluate all written requests for product
substitution within thirty (30) days.
a. Such requests shall include detailed product literature and a description of
benefits which might be achieved by this substitution.
01600-1
JUL94
SECTION 01656
DISINFECTION OF DOMESTIC WATER LINES
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section addresses the filling and disinfection of potable water distribution lines.
B. The Contractor is responsible for the disinfection and testing of water lines.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Reference the Forwards to AWWA B300 and AWWA C651.
B. Hypochlorites should be handled with extreme care.
PART 2-PRODUCTS
2.1 MATERIALS
A Hypochlorite.
1. Reference AWWA 13300.
2. Hypochlorites for use in swimming pools shall not be allowed.
B. Adhesive.
I. Any adhesive used to attached hypochlorite tablets to the interior of the pipe, shall be
a food grade adhesive, which has received US Drug Administration approval for uses
that may involve contact with edible products.
a. Permatex Form -A -Gasket No. 2.
b. Permatex Clear RTV Silicone Adhesive Sealant
C. Or an approved equal.
01656-1
B. Tablet method.
The tablet method consists of placing calcium hypochlorite granules and tablets in
the water main during construction, and filling the main with potable water when
installation is completed.
a. The tablet method shall not be used if trench water or foreign material has
entered the water line, or if the water temperature is below forty-one degrees
Fahrenheit (5° Q.
If trench water or foreign material has entered the water line, or if the
water temperature is below forty-one degrees Fahrenheit, the
continuous -feed method of chlorination shall be used.
b. The tablet method shall not be used for extensions which are over 1000 feet in
length, or for water lines which are larger than 12-inches in diameter, without
Prior permission of the District.
C. During construction, calcium hypochlorite granules shall be placed at the
upstream end of the first section of pipe, at the upstream end of each branch
main, and at 500 feet intervals.
The quantity of granules used shall be as shown in Table 1, AW WA
C651.
d. During construction, 5-gram calcium hypochlorite tablets shall be placed in each
section of pipe, hydrant, hydrant lateral, and other appurtenances.
The quantity of tablets used shall be as shown in Table 2, AW WA
C651.
e. Tablets and granules shall be placed in sufficient number and amount to
produce a minimum chlorine concentration in the treated water of 50
milligrams per liter.
Except in hydrants and joints, tablets shall be attached with an approved
adhesive, and shall be on the top of the interior of the pipe in such a manner
that there is no adhesive on the tablet except on the broad side of the tablet
next to the pipe surface.
i. Reference paragraph 2.1.B.
01656-3
3.4 FINAL FLUSHING
A After the applicable retention period, the heavily chlorinated water shall be flushed from the
water lines until the chlorine measurements show that the concentration in the water
leaving the main is no higher than that generally prevailing in the system, or is less than 1
milligram per liter. The Contractor shall be responsible for all necessary permits and to
ensure that no environmental damage occurs.
1: Reference Appendix B of AW WA C651, for a list of neutralizing chemicals.
3.5 BACTERIOLOGICAL TESTS
A. The District shall collect samples from the pipeline after final flushing and pressure testing,
but prior to placing water lines in service, to test for bacteriological quality to show the
absence of coliform and heterotrophic organisms.
The District shall be given a minimum of 48 hours advance notice, prior to
collecting samples.
B. The number and frequency of samples shall be determined by the District based upon
AWWA C651.
3.6 REPETITION OF PROCEDURE
A. If the initial disinfection, or subsequent disinfections, fail to produce satisfactory samples,
the main shall be re -flushed and re -sampled. If the samples are still not satisfactory, the
main shall be re -chlorinated by the continuous -feed or the slug method of chlorination
until satisfactory results are obtained.
B. If the residual is less than 10 milligrams per liter, the water lines shall be re -chlorinated by
the continuous -feed method of chlorination and retested.
END OF SECTION
01656-5
111
SECTION 01666
TESTING PIPING SYSTEM
PART 1- GENERAL
1.1 DESCRIPTION
A. This section addresses the hydrostatic testing of water distribution lines and services.
B. Water services shall be tested with the main.
C. Once the pipeline has been filled and disinfected, and back6lling has been completed and
approved, a pressure test shall be conducted.
The contractor shall provide all equipment and personnel to perform the hydrostatic
test.
a. Test equipment shall be able to maintain a continuous internal pipe pressure of
150 psi and accurately measure leakage over a two (2) hour minimum test
period.
b. The maximum allowable pressure gauge increment shall be 5 psi.
c. A water meter shall be used to measure the amount of water used in
pressurizing the system.
2. The District will record times, leakage readings and pressure over the test period.
D. Testing shall not occur until at least seven (7) days have elapsed since the last concrete
thrust restraint was cast, or until a minimum compressive strength of 2500 psi is achieved.
E. Testing shall not occur until after the pipeline has been chlorinated and flushed.
F. The pipe shall remain filled with water for a minimum of 24 hours prior to the hydrostatic
pressure test. Chlorinated water for disinfection shall be flushed within five (5) days
unless otherwise approved by the District.
G. Unless otherwise approved by the District, the hydrostatic pressure test shall be performed
against all valves within the new piping system.
1.2 PRESSURE TEST
01666-1
C. All visible leaks shall be repaired regardless of maximum allowable leakage.
END OF SECTION
01666-3
JUL94
SECTION 01710
SITE CLEANUP
PART 1 - GENERAL
1.1 DESCRIPTION
A- Site cleanup shall be executed during the progress of the work, and at the completion of
the work.
1.2 EXECUTION
A. Construction materials shall be neatly stored.
B Containers shall be provided for the collection of wasted material and debris.
I . Containers shall be stored out of the right-of-way.
C. Volatile wastes shall be stored in clearly marked,
covered metal containers and removed
D. Construction materials,* equipment, waste containers, consriuarking,
nstrction buildings, p
etc., shall only be allowed within the limits of the couction easement.
k • Any off -site storage of construction material, equipment, waste coi tainers,
construction buildings, parking, etc shall be allowed only after the Contractor has
obtained the written permission of the property owner.
E. Upon completion of the construction, the job site shall be restored to its original condition
or better.
Contractor shall restore any land which will not be paved with asphalt, or concrete,
to its original condition.
a. All topsoil shall be restored to its original quality.
b. Any areas which are stripped of vegetation prior to, or during construction,
shall be reseeded.
2. All exterior paved surfaces shall be broom cleaned, and left in good repair.
01710-r
Bid Schedule.xls
Project: Kechter Road Improvement Project
SPWH
Number
Deeodp6pn Eeematad
Duan
Unit unit coal Ken cost
819-07
Insulate Waterline
950
SF / . /
61948
Tie In 3'AC
1
LS tellL j-q 1 j
619-09
Connect l012' Watetlina
1
LS et!ffi Cq /
619.10
Abantlon 3'AC
6
EA 3_ 2Z6�$
819-11
Restrain Edseng 12' Valve
1
EA
1JJ
Subtotal Kechter Road Quantities: $�
50� ,
Kechter Road - Landscaping Quantities:
2680-01 Native Seeding
2480-02 MSE luck Retalring Wall(Approx. 4'Migh)
Kechter Road
- Miscellaneous Quantities.
-
Convect Bond
626-01
Conavuc8on Surveying
626-01
Mobilitation
630-01
Type III Sanicades
63"2
Traffic Convol
10.3 Aaes �f•O
��Jld CIF
T8.0 LF E�
Subtotal Kechter Landscaping: §!-04 7` g'"-:g
1.00 LS y�
1.00 L32 a
1.00 LSa-14
10.00 Sectian,��j
1.00 Ls3g/
Subtotal Kechter Misc. Quantities: ri e�f �. ellf�
Bid Schedule.xls Page 6
Section 00300
JUL94
SECTION 01720
RECORD DRAWINGS
PART1-GENERAL
1.1 RECORDING OF DRAWINGS
A. Record Drawings shall be submitted by the Design Engineer to the Systems Engineer for
review and approval.
B. Each drawing shall be labeled "DRAWINGS OF RECORD" in neat large printed letters.
C. Construction information shall be recorded concurrently with construction progress.
D. Record Drawings shall be marked legibly and with an indelible pen.
E. Record Drawings shall include, as a minimum, the following:
Field dimensions, elevations, and details.
2. Changes which are made by modification.
Details which are not on the original Construction Drawings.
4. Horizontal and vertical locations of underground utilities and appurtenances,
referenced to a minimum of three permanent surface improvements.
5. Depths of various elements of work in relation to project datum.
6. All dimensions shall be referenced to property pins if surface improvements have not
been constructed.
1.2 MAINTENANCE OF PROJECT RECORD DRAWINGS DURING
CONSTRUCTION
A. Record Drawings and any documents used for the preparation of said Drawings shall be
stored apart from documents used for construction.
B. Record Drawings shall be maintained in a clean, dry, legible condition and in good order.
01720-1
JUL94
SECTION 02221
TRENCHING, BACEyXLING AND COMPACTING
PART 1- GENERAL
1.1 DESCRIPTION
A. This section addresses excavation and trenching; including subsurface drainage,
dewatering, preparation of subgrades, pipe bedding, backfilling, compacting, and finish
grading for underground pipelines, service lines and appurtenances.
B. Reference the "Standard Trench and Bedding Detail" in the appendix.
1.2 QUALITY ASSURANCE
A Soil compaction tests shall be performed in accordance with:
ASTM D 2922 - Standard Test Methods for Density of Soil and Soil -Aggregate in
Place by Nuclear Methods.
2. ASTM D 1556 -Standard Test Methods for Density of Soil in Place by the Sand -
Cone Method.
B. Construction Staling.
1. Construction staking shall be performed under the supervision of a licensed land
surveyor.
All survey notes and construction staling notes shall be entered into bound, hard
cover field books.
Adequate staking shall be provided to establish acceptable horizontal and vertical
control.
4. Offsets shall be staked so that vertical and horizontal alignment may be checked.
5. All survey data, which is developed by the Contractor or the Design Engineer in
performing surveys which are required by the work, shall be available to the District
for examination and reproduction throughout the construction period.
02221-1
2. Initial trench backfill shall be performed within 300 linear feet of pipeline installation.
a. This distance may be amended, with the District's approval, based upon job
conditions.
Backfill shall be completed, at the end of each day, to the extent that no damage from
hydrostatic pressure, floatation, or other cause will result.
4. Where excavation is a hazard to automotive or pedestrian traffic, the amount of open
trench and the time duration of that opening is to be minimized.
C. Underground Obstructions.
The Design Engineer and/or Contractor shall field verify all Record Drawing
information obtained from the District.
2. Contractor shall notify each Utility Owner and request utilities to be field located by
surface reference.
a. The request for the location of utilities shall be made a minimum of 48 hours
prior to trenching or excavation (exclusive of holidays and weekends).
The Contractor shall expose and verify the size, location, and elevation of
underground utilities and other obstructions, sufficiently in advance of construction to
permit changes to be made to the Construction Drawings.
a. In the event there is a conflict, the Contractor shall notify the District and the
affected utility company.
b. In the event there is a conflict, the proposed work may be modified, at the
District's discretion.
4. Existing improvements, adjacent property, utilities, trees, and plants that are not to be
removed shall be protected operations. from injury or damage resulting from the Contractor's
02221-3
B. Geosynthetics may be used in conjunction with stabilization material, with the prior
written approval of the District.
2.2 BEDDING ZONE MATERIALS
A. The bedding zone shall extend from four (4) inches below the invert of the pipe to twelve
(12) inches above the pipe.
The pipe shall be bedded in granular material extending from four (4) inches below
the pipe to the spring line of the pipe.
2. Select material shall extend from the spring line of the pipe to twelve (12) inches
above the pipe.
3. Reference the "Standard Trench and Bedding Detail" in the appendix.
B. Granular material shall be a uniformly graded crushed material, conforming to CDOT #67,
unless otherwise noted on the approved Construction Drawings.
If noted on the Construction Drawings, the granular material may be sand conforming
to ASTM C 33.
02221-5
B. Trench backfill material shall be either soil excavated from the trench, or imported soil.
1 • Any soil used for trench backfill, shall be free from frozen matter, stumps, roots,
brush, other organic matter, cinders or other corrosive material, debris, and any rocks
or stones which are larger than six (6) inches, in any dimension.
a. Rocks or stones which are six (6) inches or larger may be used in trench
backfill material with prior written approval of the District.
2. If imported soil is used for trench backfill, it shall meet CDOT specifications for Class
#1 structural backfill.
PART 3 - EXECLMON
3.1 PREPARATION
A. Topsoil shall be stripped from areas which are to be disturbed by construction, and
stockpiled.
1. Topsoil shall be segregated from non -organic trench excavation material, and debris.
3.2 TRENCHING
A. Trenches shall be excavated by open cut methods, except where boring or tunneling is
shown on drawings, or approved by the District.
B. Care shall be used when operating mechanical equipment in locations where it may cause
damage to trees, buildings, culverts, or other existing property, utilities,
above or below ground. or structures
C. Mechanical equipment shall be operated in such a manner that the bottom elevation of the
trench can be maintained with uniform trench widths and vertical sidewalls of the bedding
zone.
02221-7
3.3 PIPE BEDDING
A. Placement and compaction.
Reference the "Standard Trench and Bedding Detail" in the appendix.
2. Bedding material shall be distributed and graded to provide uniform and continuous
support beneath the water main at all points between bell ends, or pipe joints.
a. Pipe shall not be supported by the bells.
b. A minimum of four (4) inches of bedding shall be placed prior to the
installation of the pipe.
To prevent lateral displacement, granular bedding material shall be deposited and
simultaneously compacted uniformly and on each side of the pipe.
a. Bedding material shall not be dropped onto unsupported pipe.
4. Granular bedding material shall be consolidated under and around the pipe.
3.4 GROUND WATER BARRIERS
A. Ground water barriers shall be constructed in such a manner as to impede passage of
water through bedding material for the fill] depth of the granular bedding material, and the
full width of the trench.
Ground water barriers shall be approximately four (4) feet long and spaced not more
than four hundred (400) feet apart.
Both sides and the bottom of ground water barriers shall be keyed six (6) inches into
existing soil, and extend up to original onsite material, or to within one (1) foot of
finished grade.
3.5 CUT-OFF WALLS
A. Cut-off walls shall be constructed in such a manner as to impede the passage of water
through the bedding material for the full depth of the granular bedding material, and the
full width of the trench.
02221-9
B. Field moisture/density control.
Field tests will be conducted to determine compliance of moisture/density
requirements in accordance with ASTM D 2922 (Tests for Density of Soil and
Soil -Aggregate In Place by Nuclear Methods).
2. Moisture/density tests are the responsibility of the Contractor, and shall be performed
by a private Geotechnical Consultant.
a. The method of testing of the compacted material and the validity of the results
shall be the responsibility of the Geotechnical Consultant.
b. Test results shall be submitted to the District by the Contractor or the
Geotechnical Consultant within 24 hours of the test, or by the end of the next
working day.
1. Copies of the field work sheets are acceptable.
C. Summarized test results shall be.submitted to the District prior to the initial
acceptance of the water system.
3. Mo"ture/density tests shall be performed at a depth of two (2) feet above the top of
the pipe bedding and in two (2) foot increments up to the final grade.
4. Moisture/density tests shall be performed at a minimum of two hundred (200) linear
feet, as measured along the length of the pipe, or as determined by the District.
5. Moisture/density tests in the vicinity of vaults and valve boxes shall be performed at a
maximum of one (1) foot away from the vault sections or valve box.
a. Tests shall be performed in random directions from the vault or valve box on
separate lifts.
b. A minimum of one (1) test shall be performed for every two (2) feet of backfill
material.
6. Moisture/density tests shall be performed below the finished subgrade, and a
minimum of one time for each service line installed, unless otherwise specified by the
Systems Engineer.
7. All failed test areas shall be re -compacted and retested.
02221-11
JUL94
SECTION 02224
PIPE BORING AND JACIGNG
PART 1- GENERAL
1.1 DESCRIPTION
A. This section is a minimum guideline and addresses the famishing and the installation of
casing pipe, either by boring or jacking,
B. Each casing pipe installation shall be specifically designed by the Design Engineer,
C. Reference the "Standard Pipe Casing Detail" in the appendix.
1.2 QUALITY ASSURANCES
A. Design Criteria.
Specified thickness for pipe and casings are based upon the superimposed loads and
not upon the loads which may be placed on the pipe as a result of jacking operations.
a• Increased pipe strength shall be provided as necessary to withstand jacking
loads.
B. Construction Criteria.
1. Owner/Contractor shall obtain the necessary permits from the appropriate agencies,
Prior to commencing construction.
Owner/Contractor shall obtain the bonds or the indemnity winch are required by the
Permits, for protection against any damage and interference with traffic and service,
which are caused by the construction activities.
3. All excavations shall conform to the trenching, backfilling and compaction
requirements set forth in Section 02221.
0222a-1
B. Casing chocks.
Casing chocks shall be constructed of either redwood, stainless steel or polymer
runners.
a. If stainless steel or polymer casing chocks are used, they shall be twelve (12)
inches long, and there shall be three (3) per joint.
b. Acceptable manufacturers are:
1. Cascade Water Works.
ll• Power Seal.
iii• An approved equal.
2. The carrier pipe barrel shall be supported in accordance with the "Standard Pipe
Casing Detail', see appendix, and asmodified on the approved Construction
Drawings.
C. Grout.
1. Grout shall consist of 1 part Portland Cement and 3 parts sand.
I. Bands shall be a minimum .015 inches thick and 3/4-inch.
PART 3 - EXECUTION
3.1 CASING INSTALLATION
A. General.
Vertical and horizontal offset staking shall be provided at both ends of bored or
jacked crossings.
2. Casing pipe shall be installed at the grade and alignment shown on the Construction
Drawings.
a. Grade and alignment shall not deviate by more than 0.3 feet from that shown on
the Construction Drawings.
02224-3
C. If redwood skids are used, each skid shall be individually attached to the pipe with a
minimum of three (3) stainless steel bands.
Redwood skids shall be twelve (12) feet long if three skids are used per joint, or four
(4) feet long if six (6) skids are used per joint.
D. The annular space between the casing and the carrier pipes shall be left vacant.
D. The ends of the casing pipe shall be sealed with casing ems, or brick and mortar.
END OF SECTION
02224-s
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
JUL94
SECTION 02575
PAVEMENT REPAIR AND RESURFACING
PART1-GENERAL
1.1 DESCRIPTION
A. This section addresses surface obstructions which the Contractor must remove and replace, such as
pavement, drives, curbs, gutters, sidewalks, and similar surfaces, as required to perform the work.
B. The words Standard Street Specifications, as used herein, refer to the current Design Criteria and
Standards for Streets of the agency having jurisdiction.
PART 2 - MATERIALS
2.1 AGGREGATE, ASPHALT AND CONCRETE
A. All materials, such as but not limited to aggregate, bituminous material, and concrete, which are
used in the repair of surface obstructions, shall conform to the Standard Street Specifications.
PART 3-EXECUTION
3.1 MANHOLE FRAMES AND VALVE BOXES
A. Prior to placing the base course, manhole frames and water valve boxes shall be raised to final
grade. Manholes/vauhs shall be adjusted using a nummum of 4" and a maximum of 12" of
concrete shims and mortar.
B. All foreign matter shall be removed from the manhole holes and valve boxes immediately.
C. All valve boxes and manhole rings shall be straight and properly aligned.
1. Valve boxes shall be inspected by placing a valve key on the operating nut to assure a proper
alignment and that the valve box is plumb.
3.2 ASPHALT AND CONCRETE, INCLUDING BASE AND GRAVEL SURFACING
A. The Contractor shall remove, dispose of, and sidewalks and gravel surfacing in accordance restore asphalt, concrete pavement curbs, drives,
with the Standard Street Specifications.
02575-1
JUL94
SECTION 02615
DUCTILE IRON PIPE
PART 1 - GENERAL
1.1 DESCRIPTION
A This section addresses ductile iron pipe.
B. Pipe shall be furnished complete with all fittings, flanges, specials and other accessories.
1.2 PRODUCT DELIVERY, STORAGE AND .HANDLING
A. Handling
Slings, pipe tongs or skids shall be used for handling pipe.
2. Pipe or fittings shall not be dropped.
3. Care must be taken to prevent damage to the pipe and fittings by impact, bending,
compression, or abrasion.
4. : Damaged pipe or fittings shall not be installed.
B. Storage
Lubricant shall not be stored and used in a manner which will contaminate the
lubricant.
2. Rubber gaskets shall be stored in a location which protects them from
deterioration or damaged.
3. The maximum stacking heights of pipe as listed in AWWA C600, shall not be
exceeded.
02615-1
2.3 JOINTS
A. All mechanical and push -on joints shall be manufactured in accordance with ANSI
A21.11-85(AWWA C111).
Unless specified otherwise, all gaskets shall be as recommended by the
manufacturer.
2. Lubricant shall be that which is specified by the pipe manufacturer.
3. All nuts and bolts shall be high -strength low -alloy COR-TEN, manufactured in
accordance with ANSI-A21.11-85(AWWA C111).
B. All ductile iron pipe with threaded flanged joints shall be manufactured in accordance
with ANSI A21.15-83(AWWA C115).
L All flanges shall be sized and drilled in accordance with ASN1E/ANSI B 16.1: Cast
Iron Pipe Flanges and Flanged Fittings, Class 125.
2A PIPE LINING
A. All ductile iron pipe shall have a standard thickness cement mortar lining.
1 • Ductile iron pipe which is twelve (12) inches and smaller in diameter shall have a
cement mortar lining with a minimum thickness of 1116 inch.
2. Ductile iron pipe which is larger than twelve (12) inches in diameter shall have a
cement mortar lining with a minimum thickness of 3/32 inch.
B. All ductile iron pipe lining shall conform to ANSI A21.4-85(AW WA C 104).
2.5 PIPE COATINGS
A. All ductile iron pipe shall have a bituminous coating on the pipe exterior, unless
otherwise specified.
The minimum thickness of the bituminous coating shall be one (1) mil.
02615-3
0
SECTION 02622
PLASTIC PRESSURE PIPE
PART 1-GENERAL
1.1 DESCRIPTION
A. This section addresses plastic pressure pipe and includes the acceptable materials and
construction practices which may be used in the installation of plastic pressure pipe.
I. All pipe shall be firmished complete with all fittings, specials, and other accessories.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. . Handling.
I. Pipe shall not be handled in a manner which will cause damage to the pipe.
2. Pipe or fittings shall not be dropped.
Care must be taken to prevent damage to the pipe and fittings by impact, bending,
compression, or abrasion.
4. Damaged pipe or fittings shall not be installed.
B. Storage.
1. Lubricant shall not be stored or handled in a manner which will cause contamination
to the lubricant.
2. Rubber gaskets shall be stored in a location which protects them from deterioration.
3. Pipe shall be stored in accordance with the manufacturer's specifications.
4. Pipe shall be stored on a surface which provides even support for the pipe barrel.
a. Pipe shall not be stored in such a way as to be supported by the bell.
5. Pipe which exhibits any signs of ultraviolet deterioration shall not be used.
02622-1
2.5 ACCESSORIES
A. Joint restraining devices.
Push -on and mechanical joints may be restrained with the use of
a. Megalugs, EBAA Iron Inc.
b. Uni-Flange, Uni-Flange Corp.
C. Approved equal
PART 3 - EXECUTION
3.1 INSTALLATION
A. Reference Section 02713."
B. PVC pipe shall not be installed when the air temperature or the soil temperature is 32
degrees F or less, unless otherwise approved by the District.
C. Plastic pressure pipe shall be installed with tracing wire.
Tracing wire shall be attached to the top of every piece of pipe with tape to prevent
movement or damage during backfill operations.
2. Tracing wire shall be brought to the surface on the inside of every valve box.
a. Ten (10) feet of wire shall be installed along the inside of the valve box.
b. Tracing wire shall not be attached to the valve box.
The excess wire shall be coiled at the top and inside of the valve box.
If plastic pressure pipe is being connected to any type of pipe other than plastic, the
tracing wire shall extend to the nearest existing valve box.
END OF SECTION
02622-3
SECTION 02641
VALVES
PART1-GENERAL
1.1 DESCRIPTION
A. This section addresses valves, valve operators, valve boxes, and valve appurtenances used for water
distribution lines.
1.2 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Precautions shall be taken to prevent damage to materials during delivery and storage.
B. Valves shall be stored off of the ground and away from materials that could contaminate potable
water systems.
C. Precautions shall betaken to keep all joints and internal parts clean.
PART 2-PRODUCTS
2.1 GENERAL
A. All valves shall open counter -clockwise (left).
1. All nuts and bolts shall be high-str® , low -alloy COR-T N, manufactured in accordance with
ANSI A21.15\AWWA C115.
B. All buried valves shall have a two (2) inch square operating nut.
All operating nuts shall be painted black.
C. Any valve which will be placed in a vauk, shall have a valve operator which is specifically approved
by the District.
02641-1
3. All butterfly valves shall be Class 150B.
4. The operator torque shall be as specified in Appendix A. of AW WA C504.
5. Acceptable manufacturers of butterfly valves are:
a. Mueller
b Pratt
c. Centerline
d. M&H
e. Keystone
f. or approved equal
2.5 VALVE BOXES
A. Main Line Valves
I. Valve boxes shall be Tyler 5 1/4 inch shaft, screw -type with the word "WATER" cast into the
lid.
2. Valve box bases shall be:
a. Tyler 6860 series with a #6 base
b. Tyler 6850 series
c. or approved equal
B. Service Line Valves
1. All valve boxes which will be used as service line curb stops (3/4" to 2"), shall not be located
under driveways:
a. Reference Section 02646.
2. Valve boxes for service line valves which are four (4) inch or larger, shall be Tyler 5 1/4 inch
shaft, screw type with the word "WATER" cast into the lid.
02641-3
2.7 CHECK VALVES
A. Acceptable check valves and their manufacturers are:
1. G.A. Industries, Inc., 250 D with renewable bronze seat.
2. American Darling, 52 SC.
3. Mueller, 'Detector Gravity,.
4. Watts
5. or approved equal
B. All check valves shall berated at a working pressure of 150 psi.
PART 3-EXECUTION.
3.1 INSTALLATION
A. Valves and valve boxes shall be examined for cracks, dents, abrasions, and other flaws prior to
installation.
1. Defective valves and valve boxes shall be marked and removed from the site.
B. Valves
1. With the exception of tapping valves, flanged valves shall not be buried.
2. The valve shall be mstalled in such a manner that the operating nut is perpendicular to the ground
surface.
3. The joined valve shall be supported in place on compacted granular material.
a. Reference Section 02221.
C. Tapping Valves.
1. Tapping valves shall be installed in accordance with the manufacturers recommendations.
2. Tapping valves and sleeves are to be air pressure tested to 125 psi, no leakage for 5 minutes,
prior to proceeding with the wet tap.
02641-5
Jn94
SECTION o2644
PART 1-GENERAL
1.1 DESCRIPTION
A. This section addresses dry -barrel fire hydrants and includes the acceptable products,
materials, and construction practices which may be used in the construction and
installation of fire hydrants.
1.2 PRODUCT DELWERy, STORAGE AND HANDLING
A. Fire hydrants shall be handled, stored, and protected in such a manner as to prevent
damage to materials, coatings, and finishes.
B. All fittings and joints shall be kept free from dirt, oil and grease.
PART 2-PRODUCTS
2.1 GENERAL
A All fire hydrants shall be manufactured in accordance with AW WA C502.
The fire hydrant valve, operating nut, and the no2zle caps shall open clockwise
(right).
B. The auxiliary gate valve on the hydrant lateral shall be a six (6) inch resilient seat gate
valve with a valve box.
If the operating nut on the auxiliary gate valve is more than six (6) feet below finish
grade, a riser stem shall be used.
2. Reference Section 02641.
C. The hydrant tee on the main line shall be a swivel tee.
Tapping sleeves and valves are acceptable when connecti
main. ng to an existing water
02644-1
b. Loveland Fire Protection District
C. Windsor/Severance Fire Protection District
H. All fire hydrants shall be painted yellow.
I. Contractor shall paint all fire hydrants prior to acceptance by the District.
2. Acceptable paint and it's manufacturer are:
a. Sherwin Williams Industrial Enamel, OSHA Yellow, 6174072 B54 Y37
b. There will be no substitutions allowed.
2.3 HYDRANT GRAVEL
A. Hydrant gravel shall be a well graded crushed stone or gravel, conforming to ASTM-
D448, CDOT 967, as listed below:
PART 3 - EXECUTION
3.1 INSTALLATION
A. All fire hydrants shall be installed in accordance with the "Typical Fire Hydrant
Installation" drawing in the appendix, and as modified on the approved Construction
Drawings.
B. The Developer's Engineer shall provide offset staking for both vertical and horizontal
control.
02644-3
r
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Gerrard E� xcg..ari.,8, Inc.
as Principal, and U e as
Surety, are hereby held and firmly bound unto the C ty of Fort Collins, Colorado,
as OWNER, in the sum of $57 of amount bid for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby
made a part hereof to enter into a Construction Agreement for the construction
of Fort Collins Project, KECHTER ROAD IMPROVEMENTS PROJECT; BID NO. 5680.
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 atipulates.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 o04io Page 1
I. After installation of the fire hydrant is complete, the oil/grease reservoir shall be checked
to insure that it is full.
If it is necessary to fill the reservoir, it shall be filled with the oil/grease which is
specified by the hydrant manufacturer.
7. If a hydrant is raised, no more than one (1) extension section can be used, unless
approved by the District.
3.2 OPERATION
A. Fire hydrants which have been accepted by the District, shall be operated by District
personnel only.
END OF SECTION
02644-5
RTL94
SECTION 02646
SERVICE LINES, METERS AND APPURTENANCES
PART 1- GENERAL
1.1 DESCRIPTION
A. This section addresses the materials and installation of corporation stops, service lines,
meters, meter setters and meter pits.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. The product shall be handled, stored, and protected in a manner which will prevent
damage to materials, coatings and finishes.
All material shall be kept clean and free from dirt.
1.3 INSTALLATION OF SERVICE TAPS
A Unless prior permission is given by the District, only District personnel shall make service
taps on mains which have passed final acceptance.
B. The Contractor shall not make any taps without permission from the District.
C. Reference the following typical drawings in the appendix and as modified on the approved
Construction Drawings for services of less than 3-inches in diameter.
1. "Typical Meter Pit Installation".
2. "Typical Curb Stop Installation".
3. 'Interior Meter Setting - Basement".
4. 'Interior Meter Setting - Crawl Space".
5. "Standard Setting for 1-1/2" & 2" Meters".
D. All taps shall be made with a tapping saddle in accordance with these specifications and
the manufacturer's recommendations, unless otherwise approved by the District.
02646-1
2. Meter vault covers shall be a minimum 4" aluminum manhole ring and cover with a
twenty four (24) inch diameter opening unless approved, in writing, by the District.
a. All meter pit covers shall have a 27/32" worm -lock with a Standard
Waterworks pentagon head.
b. All meter vault covers shall have the word "water" cast in the lid.
3. Water tight vaults shall be provided, unless otherwise indicated.
C. 3-inch and larger meter vaults shall be installed by the contractor.
1. Meter vaults shall be constructed from precast concrete box sections designed for
H-20 bridge loading and water tight.
a. Minimum vault dimensions for different size meters are as follows:
2. Unless it is otherwise specified, meter vault covers shall be a minimum 4" aluminum
manhole ring and cover with a twenty four (24) inch diameter opening.
a. All meter vault covers shall have a 27/32" worn -lock with a Standard
Waterworks pentagon head.
Water tight vaults shall be provided, unless otherwise indicated.
4. Referece Section 2713, "Water Distribution System".
02646-3
4. Corporation stops shall be used for all taps which are two (2) inches and smaller.
B. Acceptable manufacturers of corporation stops are:
1. Mueller.
2. Ford.
3. A. Y. McDonald.
4. There will be no substitutions allowed.
2.3 SERVICE LINES
A. Copper pipe shall be used for service lines which are less than two (2) inches.
B. All copper services shall conform to the Appendix to AWWA C800.
1. The copper for copper services shall be Type K, only.
C. Service lines two (2) inches and larger
2.4 COUPLINGS
A. All couplings shall use a compression connection.
B. Acceptable couplings and their manufacturers are:
1. Mueller; #H-15403.
2. Ford; #C44-"d".
a. "d" equals the diameter of the service.
3. A Y. McDonald; #4758-22, or #4758T.
4. There will be no substitutions allowed.
2.5 CURB STOPS
A. All curb stops shall have compression connections at both ends.
02646-5
Ford:
EA2-50-40-42R for 3/4 inch and 1 inch
EA2-50-40-42R (with CB-7) for 2 inch
A. Y. McDonald;
5607 (with 5607L) for 3/4 inch and 1 inch
5603 (with 5607L) for 2 inch
2. Approved equal.
C. Valve boxes for three (3) inch and larger services.
1. Reference Section 02641
2.7 METER SETTERS
A. All 3/4 inch and 1 inch meter setters shall have a meter stop inlet valve with a lockwing
and an angle dual check valve on the outlet in accordanc6 with the manufacturer s
accessory options. The acceptable manufacturers are:
L Ford.
2. Mueller.
3. There will be no substitutions allowed.
B. All 1-1/2 inch and 2 inch meter setters shall have a meter stop inlet valve with a lockwing,
built in locking by-pass and a dual check valve assembly on the outlet in accordance with
the manufacturer's accessory options. The acceptable manufacturers are:
1. Ford.
2. Mueller.
3. There will be no substitutions allowed.
2.8 METER PITS
A. The acceptable manufacturers of 3/4-inch and 1-inch meter pits are:
I. Mid - States Plastics: High Density Polyethylene
02646-7
D. Taps in Ductile Iron pipe.
Corporation stops shall be installed by means of a direct tap or a tapping saddle
unless otherwise indicated on the Construction Drawings or directed by the District.
E. Taps in PVC pipe.
Corporation stops shall be installed by means of a tap saddle unless otherwise
indicated on the Construction Drawings or directed by the District.
3.3 SERVICE LINES
A. All service lines shall be a minimum of 54 inches and a maximum of 66 inches below the
final grade.
B. There will be a maximum of one coupling per service, between the main and the curb stop.
1. Service lines (3/4-in. through 2-in) shall be uniform in size from the corporation
stop to five (5) feet past the meter pit; or the curb stop, if the
building. meter is set inside the
C. When backfilling the service trench, sand shall be used under and six (6) inches above the
gooseneck at the service connection.
Sand shall conform to ASTM C 33.
D. Service trenches shall be subject to compaction specifications.
Reference Section 02221.
02646-9
H. Concrete meter vaults.
Reference Section 2713, "Water Distribution System".
3.6 INTERIOR METER SETTINGS
A. Interior meter settings shall be installed in accordance with the following Typical
Drawings in the appendix.
"Typical Curb Stop Installation"
2. "Interior Meter Setting - Basement":
3. "Interior Meter Setting - Crawl Space"
B. If the water service is to enter the house through the floor, a minimum of four (4) inches
of concrete or twenty four (24) inches of soil shall cover the water service from the edge
Of the foundation to the vertical riser.
The vertical riser shall be installed under a heated portion of the residence.
2. The vertical riser shall be insulated from the point of connection with the horizontal
service to the floor of the building.
a. The insulation shall provide a minimum of four (4) of the water service. inches of cover on all sides
C. Any meter setters which are placed in a heated crawl space, shall be installed no more than
five (5) feet from the entrance to that crawl space.
D. All meter setters shall be installed so that the meter is in a horizontal position.
The meter setter shall not be installed above a hot water heater
E. A clear and unobstructed access of not less than twenty four (24) inches by twenty four
(24) inches shall be provided so that the meter setter can easily be reached.
F. All tees and connections shall be at least two (2) feet from the meter setter valve, on the
outlet side.
G. With the exception of the curb stop, there shall be no connections made between the water
main and the meter setter.
02646-11
JUL94
SECTION 02713
WATER DISTRIBUTION SYSTEM
PART 1- GENERAL
1.1 DESCRIPTION
A. This section addresses the installation of water distribution mains, and includes the acceptable
Products, materials, and construction practices which may be used in the installation of water
distribution mains.
1.2 QUALITY ASSURANCE
A. Water system installations shall conform to the regulations of the Colorado Department of Health,
and the Water Quality Control Commission,
B. Construction staking.
1. Reference Section 02221.
C. Horizontal alignment shall not be deviated from by more than six (6) inches.
D. Vertical alignment shall not be deviated from by more than three (3) inches, as
pipe invert. measured from the
E. The minimum effective area of thrust blocks, shall be as specified in "Standard Concrete Thrust
Blocks" drawing in the appendix
1.3 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Reference Sections 02615, 02622, 02641, 02644, 02646
1.4 JOB CONDITIONS
A. Foreign material, including trench water, shall not be permitted in the pipe.
B. Debris, tools, clothing, or other material shall not be permitted in the pipe.
C. 1n order to prevent water, debris, and animals from entering the pipe, the open ends of the pipe
shall be Plugged with a restrained, watertight plug when pipe laying is not in ro p gross.
D. Effective measures shall be used to prevent uplifting or floating of the pipeline prior to completion
of the bacidilling operations.
02713-1
2.4 BLOW -OFFS
A. M & H Style 33
B. Mueller A-411
C. Or approved equal.
2.4 SERVICE LINES, METERS, APPURTENANCES
A. Reference Section 02646.
2.6 TAPPING SLEEVES
A. Tapping sleeves and valves are required for connections to existing distribution mains unless
otherwise indicated on the Construction Drawings.
B. Tapping sleeves for PVC and Ductile Iron pipe shall be a stainless steel construction with a ductile
iron age, Acceptable manufacturers are:
1. ROMAC
3. Approved equal.
C. Tapping sleeves for Steel pipe shall be a welder type approved by the District.
2.7 CONCRETE VAULTS AND MANHOLES
A. Mortar.
1. Mortar shall be Sand -Cement grout using the following ratio:
a. One (1) part Portland Cement; conforming to ASTM C150, Type YR.
b. Two (2) parts sand; conforming to ASTM C144.
C. One half (1/2) part hydrated lime; conforming to ASTM C207, Type S.
02713-3
f The maximum distance from the bench of the manhole to the lowest step shall be
eighteen (I a) inches.
D. Pipe Penetration seals.
Acceptable seals and their manfacturers:
a. LINK -SEAL; Thunderline Corp.
b. Approved equal.
PART 3 - EXECUTION
3.1 INSPECTION
A. Pipe barrel and fittings shall be free of dirt or other foreign objects prior to installation.
B. Pipe and fittings shall be inspected for cracks, dents, abrasions or other flaws prior to installation.
C. Pipe and fittings with damaged linings or coatings shall be rejected.
1. Defective pipe shall be marked and shall not be removed from the site unless approved by
the District,
3.2 PREPARATION
A. Trenching, backfillmn and compaction.
Reference Section 02221.
B. Connections.
The location and elevation of the existing pipe shall be verified prior to construction.
D. Joints
Dirt, oil, grit, and other foreign matter shall be removed from the inside of the bell and
outside of the spigot.
2. A thin film of lubricant shall be applied to the inside of the gasket and the spigot end of the
pipe, per the manufacturer's recommendations.
3. The lubricated joint shall be kept clean until joined.
4. The pipe shall have a depth mark prior to the assembly to insure that the spigot end is
inserted to the proper depth of the joint.
O2713-5
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 12th day of March __ , 20.U, and ouch of them as are
corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth
above.
PRINCIPAL SURETY
Name:Gerrard Excavating. Inc. United Fire
Address:1739 S. County Road 13C
Loveland, CO 80537
By: I L Q
Title: I
ATTEST:
(SEAL)
7/96
118 second Avenue Southeast
Cedar Rapids, IA 52407
Sy• tC 1 r�„ -
Title: Richard D. b r A tainov In Fact
section 00410 Page 2
J. Concrete encasement shall be provided where indicated on the Construction Drawings only.
Written District approval is required for all other cases.
Cast -in -Place Concrete.
a. Reference Section 03300.
2. At any location where water mains cross sewer lines and there is less than 1 g-inches of
vertical clear distance, the crossing shall be constructed by one of the followmg methods:
a. One length of pipe, with a laying length of 1 g-feet, or greater, shall be installed.
i. The pipe shall be centered on the crossing such that no pipe joints are within ten
(10) feet.
u• Any joint within ten 0 0) feet of the centerline of the water pipe, as measured
Perpendicular to that pipe, shall be encased in six (6) inch reinforced concrete
3. Suitable backfill or other structural protection shall be provided to prevent settling or failure
Of the higher pipe.
3.4 THRUST RESTRAINT
A. Anchorage and blocking.
1. Reference the "Standard Concrete Thrust Blocks" drawing in the appendix.
2. Concrete thrust blocks and anchors for preventing pipe movement shall be provided at all
mechanical joint Plugs, wyes, tees, crosses, bends which deflect 11-1/4 degrees or more,
reducers and valves.
3. The minimum size of thrust blocks and thrust anchors shall be determined from the table in
the "Standard Concrete Thrust Blocks" drawing in the appendix.
4. The concrete thrust block bearing surface shall be excavated into undisturbed soil.
a. All loose soil shall be disposed of, and the location where the thrust block is to be
Poured shall be carefully shaped to provide a uniform bearing surface of the required
size.
b. The concrete thrust block bottom shall be flat, and sides shall be vertical.
C. If soil is to be disturbed, making a concrete thrust block or thrust anchor unusable,
alternate restraining teems must be approved by the District prior to pipeline
installation.
02713-7
C. Blow -offs will not be allowed to be permanently installed on dead-end water lines unless otherwise
approved by the District.
Dead-end water lines, which have services, shall have a fire hydrant at the end of the
waterline to facilitate the discharge of air and water from the waterline.
a. If the waterline is to be extended in the future, the fire hydrant may be installed
temporarily, until the extension occurs.
D. Blow -offs which are installed by the Contractor during construction shall be abandoned at the
main prior to acceptance of the waterline.
E. Install marker posts at all line valves, air valves, and at intervals not to exceed 1,000 fleet as
determined by the District.
3.6 PROTECTION OF METAL SURFACES
A. If the supplied material has not been factory coated, or the coating has been damaged by
mstallation, the material shall be protected by one of the following methods:
I. Two coats of cWtar paint shall be applied to ferrous metal rods, rebar, clamps, bolts, nuts
and other accessories which are subject to submergence or contact with earth or fill material,
and are not encased in concrete.
a. The first coat of coal tar paint shall be applied to a dry, clean surface.
b. The first coat of coal tar paint shall be allowed to dry before the second coat is
applied.
2. Ferrous metal rods, rebar, clamps, bolts, nuts and other accessories which are subject to
submergence or contact widr earth of fill material, and not encased m concrete shall be
protected with coal tar paint or a rubberized spray -on undercoating, and wrapped by a
minimum 8 mil polyethylene film.
a. The rubberized spray -on undercoating shaft be either:
NAPA: Mads Rubberized Undercoating
ii. Tite-Seal Rubberized Undercoating
iii. Or approved equal.
02713-9
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1-GENERAL
1.1 DESCRIPTION
A. This section covers cast -in -place concrete for thrust restraints, encasement, and cut-off
walls, including forms, reinforcing steel, finishing and curing, and other appurtenant work.
PART 2-PRODUCTS
2.1 CEMENT
A. All cement shall be Portland Cement.
Portland Cement shall conform to ASTM C150.
Portland Cement shall be Type I/II or Type V.
a. 12, 24, or 48 hour concrete mixtures may be used with prior approval of the
District.
b. Acceptable manufacturer of early strength cement is Quix Strength, or an
approved equal.
2.2 AGGREGATES
A. All fine and course aggregate shall conform to ASTM C33.
2.3 WATER
A. All water shall be free from objectionable quantities of silt, organic matter, alkali, salts,
and other impurities or conform to ASTM C94.
2.4 ADNMTURES
A. An air -entraining agent shall be used in all concrete.
All air -entraining agents shall conform to ASTM C260.
03300-1
B. Concrete shall have a maximum allowable water/cement ratio of 0.50, by weight.
1. The water cement ratio may be increased to 0.56, by weight, if a water -reducing
agent is used.
a. Reference paragraph 2.4.B..
3.2 Placing
A. Concrete shall not be placed unless the air temperature adjacent to the concrete placement
is 30 degrees Fahrenheit, and rising.
1. The temperature of the mix shall not be less than 50 degrees Fahrenheit, nor more
than 90 degrees Fahrenheit at the time of the placement.
2. If heated water and/or an accelerator is used, the above temperature restrictions may
be waived.
a. Water shall not be heated to a temperature exceeding 150 degrees Fahrenheit.
B. Concrete shall be placed when the temperature of the plastic concrete can be maintained
at 90 degrees Fahrenheit, or lower, unless approved by the District.
To facilitate the placement of concrete in hot weather, the aggregate of the water
may be cooled.
UUMMEI :11
A. Vault bases shall be trowel finished.
3.4 CURING
A. Finished concrete shall be cured by protecting it against moisture loss, rapid temperature
change, and from rain, flowing water and mechanical damage for a minimum of 72-hours
after placement.
1. Concrete shall be maintained at a minimum temperature of 50 degrees Fahrenheit
during the curing period.
2. The Contractor is responsible for protecting the concrete from traffic and the
elements.
END OF SECTION
03300-3
E% k, �, �+�-- LIGHTLY COMPACTED
12" kk ; SELECT SOIL
MIN. �� x.,,k.I
CAREFULLY COMPACTED
SELECT SOIL
/4" 0.
4 MIN.
TRENCH ZONES
UNDISTURBED SOIL
COMPACTED GRANULAR
MATERIAL
PIPE SUBGRADE
;KFILL
EE ABOVE)
STABILIZATION
MAILMIAL o- KLOUIRED
STANDARD TRENCH AND BEDDING DETAIL
FORT COLLINS - LOVELAND DATE APPROVED:
WATER DISTRICT FE6RUARY 1994
N A SCALE: NTS
1/2-MAXIMUM
NOTE:
PROVIDE CAP OR SE
OPEN END OF CAP.
(SEE FORT COLLINS
WATER DISTRICT SPEC
SECTION 'A'
STAINLESS STEEL BAND
STEEL CASING
CARRIER PIPE
ELL OF PIPE
FKUVIDE CASING CHOCKS
EACH INDEPENDENTLY BANDED
TO PIPE BARREL
STANDARD PIPE CASING DETAIL
FORT COLLINS - LOVELAND DATE AFEBRUAR 1994
WATER DISTRICT N SCALE: NTS
I
ME
DENVER HEAVY -
MANHOLE COVER
PRE -CAST CONCRETE -
GRADE RINGS
MORTAR
MANHOLE STEPS
BRASS GATE VALVE WITN
WHEEL TYPE OPERATION
MORTAR -
MORTAR
WATER LINE
4'-0" X ,'-C" X 0'-6"
CONCRETE FOOTING
PRECAST CONCRETE
MANHOLE SECTION
COMPACTED GRANULAR
MATERIAL
-AIR RELEASE AND
AND VACUUM VALVE
2 IN. THREADED NIPPLE
CONCRETE FOOTIN
__COMPACTED
MINIMUM 3" GRANULAR
SECTION MATERIAL
TYPICAL AIR & VACUUM RELIEF VALVE INSTALLATION
FORT COLLINS - LOVELAND DATE APPROVED:
WATER DISTRICT FEBRUARY 1994
N Y I SCALE: NTS
,� FIRE HYDRANT
TYPICAL FIRE HYDRANT INSTALLATION
FORT COLLINS - LOVELAND DATE APPROVED:
WATER DISTRICT FEBRUI SCALE: NTS
SQUARE OP NUT/O.R.
POST HYDRANT
HOSE NOZZLE
0.1' TO 0.2' VALVE BOX
i\
>\\ I o
MJ 4" GATE VALVE USE REDUCER(S)
THRUST BLOCK �i\ O
0 0 4" MJ X 3" PE REDUCER AS NECCESSARY
BOND BREAK 4" PIPE
Oo °° 00
UNDISTURBED 0 ��j. HYDRANT DRAIN OPENINGS
MUST REMAIN CLEAR OF
GROUND -�° 0 0°000 OBSTRUCTIONS
DRAINAGE REQUIRED
CRUSHED 2._0•• IN IMPERVIOUS SOILS
ROCK
TYPICAL POST HYDRANT BLOW -OF ASSEMBLY
FORT COLLINS - LOVELAND SATE APPROVED:
WATER DISTRICT APRIL 1996
DATF SCALE: NTS
RUBBER
FROST PROOF rCAST IRON LID
INNER LID
ALUMINUM OR CAST IRON
CONE SET TO FINAL GRADE
FIBER METER PIT
FORD TYPE SETTER
0
COMPRESSION
� o
I
20" FOR 3/4" METERS Lo
24" FOR 1" METERS
//<
WATER MAIN
o$agSo00�°
d>" o Uo
00°�0 Ooo°000
oB�cDo
CORP MINIMUM 6" OF
TYPE 'K' COPPER 3/4" ROCK
TYPICAL METER PIT INSTALLATION
FORT COLLINS — LOVELAND DATE APPROVED:
WATER DISTRICT FEBRUARY 1994
UT SCALE: NTS
UNITED FIRE & CASUALTY COMPANY
IS) HOME OFFICE - CEDAR RAPIDS, IOWA
CERTIFIED_ COPY OF POWER ;OF ATTORNEY
(Original on file at Home Office of Company - See Certification)
KNOW ALL MEN BY .THESE PRESENTS, That the UNITED FIRE & .CASUALTY COMPANY, a corporation duly orl
under the: taws of the State of Iowa, and having its principal office to Cedar Rapids; State of Iowa, does + n
`appoint SALLY-D. HERBERT, OR.CHRISTINE A. JORDAN, OR RICHARD>'D. HER
STACEY PASCH, ALL INDIVIDUALLY
and existing
Institute and
,,OR
.of 275 S MAIN #208 LONGMONT CC 805C11
its 'true and lawful Attorney(s)-in-Fact with power .and authority hereby conferred to sign, seal and execute in its behalf all
lawful bonds, undertakings and other obligatory instruments of similar nature as follows: $5,000,000
and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by
the duly. authorized officers of UNITED FIRE & CASUALTY COMPANY andall the acts. of said Attorney, pursuant to the authority
hereby given are hereby ratified and confirmed.
The Authority hereby granted shall expire MARCH 16th 2003 unless sooner. revoked,
This power of Attorney is made and executed pursuant to and by authority of the following By -Law, duly adopted by the
Board of Directors of the Company on April 18, 1973..
"Article V - Surety Bonds and Undertakings."
Section 2, Appointment of Attorney-IirFact. "The President or any Vice President, or any other officer of the Company, may, tram timeto time, appoint
by written certificates attorneys -in -fact to act in behalf of the Company In the execution of policies of insurance, bonds, undertakings and other
obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal may be affixed by facsimile to any
powerof attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so Used, being adopted by the
Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the Same force
end effect as though manuallyafFi%ed. Such attorneys subject to the limitations set forth in their respective Certificates df authority shall have
lull power to bind the Company try their signature and execution of any such Instruments and to attach the seal of the Company thersta The President
or any Vice President the Board of Directors or any other officer of the Company may at any time revoke all Power andauthority brevlddsly Ptven to
Wyk 16th
i:41FOt1iE
o RXII,
tea`
lap!v�
State of Iowa, County of Linn, as:
to me fin
lAssistant.`
dabove ins'
seal; that
.':name ther
� t Nei
I, the undersigned officer a,,.
copy of the Power of Atton
:Power of ` Attorney, with th
'transcripts thereof, and of b
now in full force and effect.
n
tea\\\
SS WHEREOF, the UNITED FIRE & CASUALTY COMPANY ha
red by its assistant vice president and its corporate seal
day of MARCH
whole
UNITED F
By
2001, before me personally came
sworn, did depose and say: that he resides in
the E
ne to
TY
her
IS
this
Cedar Rap'lOs, State of :Iowa::. that
ion described in and which."exec
to the said: instrument is such c
rf said corporation and that he s
i,.-t�o^ft�said c rpora to
' r I Notary Pub is
,fission expires 8-22
*-WY that I'have compared the r
Laws of said +. Company as set fori
PAVEMENT
CORPORATION STOP
WATER MAIN
RIGHT OF WAY
DISTANCE VARIES
1 FT.
CURB. GUTTER AND
SIDEWALK
777
54 INCH MIN.
66 INCH MAX.
McDONALD
CURB BOX
CURB STOP
TYPICAL CURB STOP INSTALLATION
FORT COLLINS - LOVELAND
WATER DISTRICT
FEBRUARY 1994
SCALE: NTS
RECESSED ELECTRICAL BOX
REMOTE WATER METER READOUT MOUNTED
HORIZONTALLY WITHIN 4 FEET OF CORNER
OF STRUCTURE (SEE TYPICALS)
4—WIRE, 18 GAGE INSULATED CABLE
IN 1/2" ELECTRICAL CONDUIT (NO EXCEPTIONS)
INLINE BRASS DUAL CHECK VALVE
BRASS VALVE IMMEDIATELY ADJACENT
TO INLET AND OUTLET OF METER SET DEVICE
GENERAL NOTES:
1. Water meters to be located with a
min. of 12' clearance around the entire
entire meter and clear from the front
2. Readout cable to be terminated at meter
set device and electrical box. A min.
12' of extra cable to be installed.
Interior meter settings to be used
as required by the District
Electrical conduit shall be electric
metallic tubing or rigid nonmetalic
conduit installed in conformance with
Articles 347 and 348 of the National
Electric Code — 1990. Conduit may
not extend more than 75 fast between
junction boxes. Conduit shall be connected
to a recessed extsior electrical box mounted
within 4 feat of the comer of the structure
and terminated at the copperhom.
Remote water meter readout to be located
no more than 4 feet from comer of
structure in proximity to road.
Typical location of remote water
meter read/out within
\4' of comer
STRUCTURE
— \\\ DRIVE ROAD
INTERIOR METER SEINING - BASEMENT
FORT COLLINS — LOVELAND
WATER DISTRICT
„xAIJ:: rrls
GENERAL NOTES
1. Water meters to be located with a minimum of 12" clearance around the entire meter
and clear access from the front.
2. Readout cable to be terminated at meter set device and electrical box. A minimum
12" of extra cable to be installed at each terminus.
3. Interior meter settings to be used as required by District.
4. Setting to be located within 2' of crawl space access.
5. Electrical conduit shall be electrical metallic tubing or rigid nonmetalic conduit installed
in conformance with Articles 347 and 348 of the National Plumbing Code —1990.
Conduit may not exceed more than 75 feet between junction boxes. Conduit shall
be connected to a recessed exterior electrical box mounted within 4 feet of the
comer of the structure and terminated at the copperhom.
6. Remote water meter readout to be located no more than 4 feet from comer of
structure in proximity to road.
Typical location of remote water
meter readout within 4' of comer
REMOTE WATER METER READOUT
MOUNTED HORIZONTALLY WITHIN
4' OF CORNER OF STRUCTURE (SEE TYPICALS)
RECESSED ELECTRICAL 4-WII
RET8 GAUGE INSTALLED
80x CABLE N 1/2• ELECTRICAL
CONDUIT 3•
SCRAWL SPACE
WALL
_ FORD TYPE ANGLE
3 COPPERSETTER
N
VALVE
BRASS DUI
IMMEDIATELY ADJACE
OURLT OF METER
INTERIOR METER SETTING -
FORT COLLINS - LOVELAND
WATER DISTRICT
:OPPER
CRAWL SPACE
SCALE NTS
MIN.
POLYETHYLENE ^
BOND BREAKER � flWTURSED
SOIL
TYPICAL BEND
POLYETHYLENE
BOND BREAKER
SOIL V��
POLYETH`
BOND BR
2/3 Dl m
BEARING
SURFACE4
BEDDING
MATERIAL BEARING
SURFACE
IStt1RBEa UNDISTURBED
SOIL SOIL
PLUG TYPICAL CROSS—SECTION
MINIMUM BEARING SURFACa
(SO. FT.)
PIPE
BENDS
SIZE
11 7/4'
1/4
45'
6'
0.7
1.4
2.9
8"
1.2
2.5
5.0
12'
2.6
5.2
102
GENERAL NOTES:
1. Bearing surface areas shown in chart are minimum.
2. All fittings to be wrapped with polyethylene.
3. Data in table is based on a pipeline test pressure of
100 psi and a soil bearing capacity of 1.000 lb/sq. ft.
Adjust the dimensions as required to suit the field
conditions encountered by Engineer.
4. Thrust blocks an pipe larger than 12 inches diameter
shall be designed for conditions existing at the
installation site.
5. Refer to Section 03300 for concrete requirements.
STANDARD CONCRETE THRUST BLOCKS
FORT COLLINS - LOVELAND DATE FEBRUARYY 1994
WATER DISTRICT Y SCALE: NTS
PRECAST CONCRETE INSTALL LID 1 2 INCH
RING AND COVER f ABOVE FINAL GRADE
PRECAST CONCRETE`�;��A��V�
GRADE RINGS MORTAR Tl
�-- 24 INCHES
PRECAST CONCRETE o- 48 INCHES
MANHOLE
MANHOLE RUNGS
12 INCHES O.C.
FORD VVF 66-1 1/2'
FOR VVF 77—T 5'-0" MIN,
MUELLER H-1422
SETTER
12 IN.
FLOW
OUTLET
CONC. BLOCK
FA. SIDE
oo (TYPICAL)
>HO �OO�DO OOp�D•" O� 00(�e 4(�0 ..
OF 3/4 TO
GENERAL NOTES-
1. Meter setting devices to be "custom setters" with by—pass and flanged valves. Meter
setters to be supported by 2 — 18" lengths of 1" iron pipe inserted through eyes and
set atop 8' x Er concrete blocks.
2. This meter it not to be installed in any street, alley, parking area or driveway.
3. No landscaping (trees, shrubs, boulders, etc.) or to be within 3 feet of meter pit.
4. Ground surrounding meter pit shall slope away from lid.
5. No plumbing connections to be made in meter pit.
6. Lawn sprinkler connections to be at least 5 feet from meter pit wall on the outlet side.
7. Provide dual check valve on outlet side.
STANDARD SETTING FOR 1-1/2 1 & 211 METERS
FORT COLLINS - LOVELAND "" Al'
FEBRUARY 1994 I
WATER DISTRICT KtV5IQN 1 DATE I SCALE: NTS
GEOTECHNICAL ENGINEERING REPORT
AND PAVEMENT EVALUATION REPORT
LARIMER COUNTY ROAD 36 (KECHTER ROAD) IMPROVEMENTS
LARIMER COUNTY ROAD 9 TO LARIMER COUNTY ROAD 7
FORT COLLINS, COLORADO
TERRACON PROJECT NO. 20015268
JANUARY 21, 2002
APPROVED
1 ,
By: �� Date• �
City of Fort Collins
Engineering Department
Irerracon
GEOTECHNICAL ENGINEERING REPORT
AND PAVEMENT EVALUATION REPORT
LARIMER COUNTY ROAD 36 (KECHTER ROAD) IMPROVEMENTS
LARIMER COUNTY ROAD 9 TO LARIMER COUNTY ROAD 7
FORT COLLINS, COLORADO
TERRACON PROJECT NO.20015268
JANUARY 21, 2002
Prepared for.
CITY OF FORT COLLINS ENGINEERING DEPARTMENT
STREET OVERSIZING PROGRAM
281 NORTH COLLEGE AVENUE
P.O. BOX 580
FORT COLLINS, COLORADO 80522
ATTN: MS. EILEEN BAYENS
Prepared by.
Terracon
301 North Howes Street
Fort Collins, Colorado 80521
lrerr
January 21, 2002
City of Fort Collins — Engineering Department
Street Oversizing Program
281 North College Avenue
P.O. Box 580
Fort Collins, Colorado 80522
Attn: Ms. Eileen Bayens
Re: Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements
Larimer County Road 9 to Larimer County Road 7
Fort Collins, Colorado
Terracon Project No. 20015268
Irerracon
301 N. Howes • P.O. Box 503
Fort Collins, Colorado 80521-0503
(970)484-0359 Fax: (970) 484-0454
Terracon has completed the geotechnical engineering exploration and pavement evaluation for
the proposed Larimer County Road 36 improvements between Larimer County Road 9 to the
west and Larimer County Road 7 to the east in southeast Fort Collins, Colorado. This study
was performed in general accordance with our Proposal No. D2001422 dated December 11,
2001.
The results of the 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 pavements, drainage structures, and other earth connected phases of this
project are attached.
The subsoils at the site consisted of existing asphalt pavement underlain by aggregate base
course, sandy lean clay fill material, or native sandy lean clay in Test Boring Nos. 1 through 12.
The existing asphalt pavement thickness varied from 1-1/2 to 5-inches in depth underlain by
aggregate base course that varied from no base course in Test Boring Nos. 7, 9, 11 and 12, to
12-inches in test Boring No. 10, and averaging approximately 5-inches in the remaining borings.
The underlying soils consisted of sandy lean clay, silty clayey sand, and silty sand with clay
extending to the depths explored and/or to the bedrock stratum. The siltstone/claystone
bedrock was encountered in Test Boring Nos. 3, 5, and 6 at approximate depths of 7 to 14-1/2-
feet below existing site grades and extended to the depths explored. The subsoils in Test
Boring Nos. 13 and 14 consisted of sandy lean clay underlain by silty sand with gravel, which
extended to the depths explored.
Groundwater was encountered in Test Boring Nos. 5, 6, 13, and 14 at approximate depths of 8
to 10 feet below existing site grades during initial drilling operations. Groundwater was
measured in Test Boring Nos. 13 and 14 at approximate depths of 6 to 8 feet below existing site
grades when checked on January 15, 2002. The other test borings were backfilled upon
ii
Arizona t 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 and Pavement Evaluation Report Terracon
Larimer County Road 36 (Kechter Road) Improvements
Fort Collins, Colorado
Project No. 20015268
completion of our drilling operations; therefore stabilized water measurements were not
obtained for these borings.
The clay subsurface soils exhibit low to moderate subgrade strength and bearing characteristics
and low to moderate swell potential. The sandy soils exhibit moderate bearing characteristics
and non -to -low swell potential. The siltstone/claystone bedrock exhibits moderate bearing
characteristics and moderate swell potential. Further details are provided in this report.
We appreciate the opportunity to be of service to you on this phase of your project. If you have
any questions concerning this report, or if we may be of further service to you, please feel free
to contact us at your convenience.
., Sincerely,
TERRACON
Prepared By:
Gary L. Wilson, E.I.T.
Geotechnical Engineer
Reviewed
W- $ "' 27712
Dave A. , P.E.
Manager
Copies to:
TABLE OF CONTENTS
Letter of TransmittalPage No.
..............................................................................................................ii
INTRODUCTION................................................................................................................. 1
PROPOSED CONSTRUCTION..........................................................................................1
SITEEXPLORATION..........................................................................................................2
FieldExploration......................................................................................................2
LaboratoryTesting................................................................................................... 2
SITECONDITIONS.............................................................................................................3
SUBSURFACE CONDITIONS.............................................................................................3
SoilConditions..................._.....................................................................................3
Field and Laboratory Test Results...........................................................................
4
GroundwaterConditions..........................................................................................
4
ENGINEERING ANALYSES AND RECOMMENDATIONS.................................................4
Geotechnical Considerations...................................................................................4
Foundation Systems — Spread Footings..................................................................
5
LateralEarth Pressures............................................................................................
5
AbutmentWall Drainage..........................................................................................
7
Pavement Design and Construction.........................................................................
7
Earthwork........................................................................:.......................................10
General Considerations................................................................................10
SitePreparation...........................................................................................11
SubgradePreparation..................................................................................11
Fill Materials and Placement........................................................................12
Additional Design and Construction Considerations.................................................13
Underground Utility Systems........................................................................13
GENERALCOMMENTS.....................................................................................................
13
APPENDIX A
Vicinity Map
Site Plan and Boring Location Diagram
Logs of Borings
APPENDIX B
Laboratory Test Results
APPENDIX C
General Notes and Pavement Notes
SECTION 00420
STATEMENT OF BIDDER"S QUALIFICATIONS
All
comprehensive.
questions must be answered and the data given must be
This
clear and
be
statement must be notarized. If necessary, questions may
answered on separate attached sheets. The
information
Bidder may submit any
he desires.
additional
1.
c
Name of Bidder: GPrrnrra Gunn, M n
2.
Permanent main office address: Inaq g C �vj ln_
rv4 IN 'Co
sns17
3.
When organized: )q2H
4.
If a corporation, where incorporated: lolnrnr�n
5.
How many years have you been engaged in the contracting business
under
present firm or trade name? (ry
your
6.
Contracts on hand: (Schedule these, showing the amount of each
contract
the apropriate11anticipated dates of completion.)
P M`1Mr�'O
and
7. General character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you? Kb_
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
GEOTECHNICAL ENGINEERING REPORT
AND PAVEMENT EVALUATION REPORT
LARIMER COUNTY ROAD 36 (KECHTER ROAD) IMPROVEMENTS
LARIMER COUNTY ROAD 9 TO LARIMER COUNTY ROAD 7
FORT COLLINS, COLORADO
TERRACON PROJECT NO.20015268
JANUARY 21, 2002
INTRODUCTION
This report contains the results of the geotechnical engineering exploration and pavement
evaluation for the proposed Larimer County Road 36 improvements between Larimer County
Road 9 to the west and Larimer County Road 7 to the east in southeast Fort Collins, Colorado.
This report presents the field and laboratory data and the pavement thicknesses for the
project. The project site is located on the South line of Section 4, and the North line of Section
9, Township 6 North, Range 68 West of the 61h Principal Meridian.
The purpose of these services is to provide information and geotechnical engineering
recommendations relative to:
• existing pavement condition and thickness
subsurface soil and bedrock conditions
groundwater conditions
foundation design and construction
field and laboratory test results for pavement design, and
provide alternative pavement thickness sections for the proposed site improvements.
The conclusions and recommendations contained in this report are based upon the results of
field and laboratory testing, engineering analyses, our experience with similar soil conditions
and our understanding of the proposed project.
PROPOSED CONSTRUCTION
We understand the City of Fort Collins — Engineering Department intends on improving
Larimer County Road 36 (Kechter Road) from LCR 9 east to LCR 7, along with improvements
to the existing culvert structure at the crossing of Muskrat and Mail Creek Ditch. The
proposed roadway is to be improved and widened to current City of Fort Collins Pavement
Design Standards for a 2-lane arterial. It is our understanding imported fill material for the
proposed widening portion of the site will be from a borrow source area in the general vicinity
of Test Boring Nos. 13 and 14.
1
Geotechnical Engineering and Pavement Evaluation Report Terracon
Larimer County Road 36 (Kechter Road) Improvements
Fort Collins, Colorado
Project No. 20015268
SITE EXPLORATION
The scope of the services performed included a site reconnaissance by a geotechnical
engineer, a subsurface exploration program, laboratory testing and engineering analysis.
Field Exploration
A total of 14 borings, were drilled on December 28, 2002, to approximate depths of 10 to 25
feet below existing site grades at the locations shown on the Site Plan, Figure 1. Ten of the
14 borings were drilled within the existing roadway alignment in general accordance with the
City of Fort Collins pavement design criteria on approximate 500-foot intervals at locations
"pre -determined" by Terracon with the assistance from the City of Fort Collins Engineering
Department personnel. Two test borings were located and drilled on opposite comers of the
existing concrete box culvert (CBC) a the Muskrat and Mail Creek crossing, and 2 additional
test borings were located and drilled within the proposed borrow source area. All borings
were advanced with a truck -mounted drilling rig, utilizing 4- and 6-inch diameter solid stem
auger.
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 pushing thin -walled Shelby tubes, or by driving split -spoon samplers. Representative bulk
samples of subsurface materials were obtained from pavement and borrow borings.
Penetration resistance measurements were obtained by driving the split -spoon into the
subsurface materials with a 140-pound hammer falling 30 inches. The penetration resistance
value is a useful index to the consistency, relative density or hardness of the materials
encountered.
Groundwater measurements were made in each boring at the time of site exploration and in
Test Boring Nos. 13 and 14 on January 15, 2002. The other test borings were backfilled upon
completion of the drilling operations; therefore, stabilized water measurements were not
obtained for these borings.
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. 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.
ra
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements
Fort Collint, Colorado
Project No. 20016268
Selected soil samples were tested for the following engineering properties:
Water content Plasticity Index
Dry density R-Value
• Swell Consolidation Standard Proctor Density
Water soluble sulfates
Terracon
Laboratory test results are presented in Appendix B, and were used for the geotechnical
engineering analyses, and the development of pavement and earthwork recommendations.
The significance and purpose of each laboratory test is described in Appendix C. All
laboratory tests were performed in general accordance with the applicable ASTM, local or
other accepted standards.
SITE CONDITIONS
The proposed alignment for the improvements to Larimer County Road 36 presently consists
of an existing 2-lane roadway with a turn lane at the intersection of Larimer County Road 9.
The majority of the asphalt pavement exhibits signs of distress and/or deterioration consisting
of longitudinal cracking and minor rutting. The borrow area (Test Boring Nos. 13 and 14) is on
the south side of Larimer County Road in the area of the existing culvert structure. The west
portion of the borrow area is vegetated with grasses and weeds while the east portion has
been overlot site graded.
SUBSURFACE CONDITIONS
Soil Conditions
The subsoils at the site consisted of existing asphalt pavement underlain by aggregate base
course, sandy lean clay fill material, or native sandy lean clay in Test Boring Nos. 1 through
12. The existing asphalt pavement thickness varied from 1-1/2 to 5-inches in depth underlain
by aggregate base course that varied from no base course in Test Boring Nos. 7, 9, 11 and
12, to 12-inches in test Boring No. 10, and averaging approximately 5-inches in the remaining
borings. The underlying soils consisted of sandy lean clay, silty clayey sand, and silty sand
with clay extending to the depths explored and/or to the bedrock stratum. The
siltstone/claystone bedrock was encountered in Test Boring Nos. 3, 5, and 6 at approximate
depths of 7 to 14-1/2-feet below existing site grades and extended to the depths explored.
The subsoils in Test Boring Nos. 13 and 14 consisted of sandy lean clay underlain by silty
sand with gravel, which extended to the depths explored.
3
Geotechnical Engineering and Pavement Evaluation Report Terracon
Larimer County Road 36 (Kechter Road) Improvements
Fort Collins, Colorado
Project No. 20015268
Field and Laboratory Test Results
The clay subsurface soils exhibit low to moderate subgrade strength and bearing
characteristics and low to moderate swell potential. The sandy soils exhibit moderate bearing
characteristics and non -to low swell potential. The siltstone/claystone bedrock exhibits low to
moderate end bearing characteristics and low to moderate swell potential. Field and
laboratory test results indicate that the native clay soils are soft to stiff in consistency, are
moderately plastic. The sandy soils are loose to medium dense in relative density. A
composite sample of the clay subsoils obtained from Test Boring No. 2 and 11 exhibited R-
Values of 16 and 25, respectively. The swell index values for the soil samples tested at an
approximate 150 psf inundation pressure, varied between 0.0% to 1.4%, which is below the 2
percent criteria set by the City of Fort Collins for stabilization of the subgrade for expansive
potential. It is our understanding the City of Fort Collins intends on implementing a flyash
subgrade stabilization procedure to minimize any potential for swell.
Groundwater Conditions
At the time of field exploration, groundwater was encountered in Test Boring Nos. 5, 6, 13,
and 14. Groundwater was measured in Test Boring Nos. 13 and 14 at approximate depths of
6 to 8 feet below existing site grades when checked on January 15, 2002. Terracon installed
3-incch diameter PVC casing pipes in these two test borings for future monitoring of
groundwater in the borrow source area. The other roadway/pavement related test borings
were backfilled upon completion of our drilling operations; therefore stabilized water
measurements were not obtained for these borings. These observations represent only
current groundwater conditions, and may not be indicative of other times, or at other locations.
Groundwater levels can be expected to fluctuate with varying seasonal and weather
conditions.
ENGINEERING ANALYSES AND RECOMMENDATIONS
Geotechnical Considerations
Based on the subsurface conditions encountered at the site, it is our opinion the proposed
pavement and culvert construction is feasible at the site from a geotechnical engineering point
of view. The subsoils for the pavement sections at the test boring locations are moderately
plastic. Due to the plastic nature of the soil subgrade, stabilization may be required at the time
the pavement is constructed depending on weather conditions prior to and during road
construction.
Asphalt concrete underlain by crushed aggregate base course, a composite full -depth asphalt
pavement underlain by a minimum of 6-inches of base course and non -reinforced concrete
4
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
pavement are feasible alternatives for the proposed pavement sections, Based on the
subsurface conditions encountered at the site, it is recommended that the street
improvements for Larimer County Road 36 be designed using an R-value of 15 or higher. The
City of Fort Collins provided the equivalent daily axle loads (EDLAs) for the project. The
roadway improvements will be constructed for a design life of 20 years.
The following foundation systems for culvert construction were evaluated for use on the site:
• Conventional -type spread footings bearing on native undisturbed soil and/or engineered fill
material.
Design and construction recommendations for foundation systems and other earth connected
phases of the project are outlined below.
Foundation Systems — Spread Footings
For the proposed reinforced concrete box culvert, it is recommended conventional spread
footings bearing on undisturbed soils or structural fill should be used to support the structure.
. The footings may be designed for a maximum bearing pressure of 1,500 psf. The design
bearing pressure applies to dead loads plus design live load conditions.
Exterior footings should be placed a minimum of 30 inches below finished grade for frost
protection and the minimum depths required for scour and to provide confinement for the
bearing soils. Finished grade is the lowest adjacent grade for perimeter footings.
Total settlement resulting from the assumed structural loads is estimated to be on the order of
1/2 inch or less. Differential settlement should be on the order of 1/2 to 3/4 of the estimated
total settlement.
The geotechnical engineer should observe foundation excavations. If the soil conditions
encountered differ significantly from those presented in this report, supplemental
recommendations will be required.
Lateral Earth Pressures
For soils above any free water surface, recommended equivalent fluid pressures for
unrestrained foundation elements are:
• Active:
Cohesive soil backfill (on -site clay).........................................45 psf/ft
Cohesionless soil backfill (on -site granular material)...............35 psf/ft
5
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
• Passive:
Cohesive soil backfill (on -site clay).......................................250 psf/ft
Cohesionless soil backfill (on -site granular material).............350 psf/ft
• Adhesion at base of footing......................................................500 psf
• Coefficient of Base Friction.........................................................0.35*
*The coefficient of base friction should be reduced to 0.30 when used in conjunction
with passive pressure.
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 (on -site granular material)...............50 psf/ft
The lateral earth pressures herein do not include any factor of safety and are not applicable
for submerged soils/hydrostatic loading. In addition, hydrostatic pressures below groundwater
should be taken into account during the design of abutment walls.
The following lateral earth pressures are applicable for submerged soils/hydrostatic loading
conditions:
• Active: Submerged Soils/Hydrostatic Loading
Cohesive soil backfill (on -site clays)........................................85 psf/ft
Cohesionless soil backfill (on -site granular material)...............75 psf/ft
• Passive: Submerged Soils/Hydrostatic Loading
Cohesive soil backfill (on -site clays)......................................200 psf/ft
Cohesionless soil backfill (on -site granular material).............175 psf/ft
• At -Rest: Submerged Soils/Hydrostatic Loading
Cohesive soil backfill (on -site clays)........................................g0 psf/ft
Cohesionless soil backfill (on -site granular material)...............80 psf/ft
Fill against grade beams and retaining walls should be compacted to densities specified in
Earthwork. High plasticity clay soils or expansive bedrock should not be used as backfill
against abutment walls. Compaction of each lift adjacent to walls should be accomplished
with hand -operated tampers or other lightweight compactors. Overcompaction may cause
excessive lateral earth pressures, which could result in wall movement.
2
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
Abutment Wall Drainage
To reduce hydrostatic loading on abutment walls, a subsurface drain system should be placed
behind the wall. The drain system should consist of free -draining granular soils containing
less than five- percent fines (by weight) passing a No. 200 sieve placed adjacent to the wall.
The free -draining granular material should be graded to prevent the intrusion of fines or
encapsulated in a suitable filter fabric. A drainage system consisting of either weep holes or
perforated drain lines (placed near the base of the wall) should be used to intercept and
discharge water, which would tend to saturate the backfill. Where used, drain lines should be
embedded in a uniformly graded filter material and provided with adequate clean -outs for
periodic maintenance. An impervious soil should be used in the upper layer of backfill to
reduce the potential for water infiltration. As an alternative, a prefabricated drainage structure,
such as geocomposite, may be used as.a substitute for the granular backfill adjacent to the
wall.
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 16 for the proposed roadways, appropriate ESAL/day, environmental criteria
and other factors, the structural numbers (SN) of the pavement sections were determined on
the basis of the 1993 AASHTO design equation.
Street ESALs
18 kip Initial Terminal
Name/Street 20 year Reliability Service- Sr —ZO
EDLA Service-
R 36 Design ability ability Years
LCR 36 - 2
Lane Arterial 150 1,095,000 90 4.5 2.5 3.15
(1) The 18-kip equivalent daily load application value of 150 was provided by the City of Fort
Collins — Engineering Department.
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
W
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
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 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 Thickness — inches
As halt
Traffic
Alternatives Concrete Asphalt 'Aggregate m
_'Surface Concrete Base Fly Ash Portland Actual
Grading `:Surface Course Treated: :Cement Total '.versus
or SX Grading SG Class orb Sub Base Concrete Required
sa
rzi A 3.0 <:
3.6.0
jai 6 3.4.5 12.0 3.3013.16
0
LCR 36 7.6 3.30/3.15
°C 3.0
-4Qy .O 6'0 12.0 23.0 4.50/3.15
is� p 3.0
18.0 3.84/3.15 psi E
it 0 8.0 N/A
(1) If flyash is utilized for portions of the proposed roadway construction and considered as
part of the strength coefficient equation, it is recommended that the upper 12-inches of the
subgrade be treated with flyash. Terracon used a strength coefficient value of 0.10 for the
required minimum thickness of 12-inches, which results in a total strength value of 1.2 in
the pavement thickness formula. Using a minimum thickness of 12-inches of flyash
treated subgrade will reduce the required asphalt thickness by approximately 2-3/4-
inches. However, in this case the required minimum asphalt pavement thickness in
accordance with the City of Fort Collins — Engineering Department's Pavement Design
Criteria for a 2-lane arterial of 6-inches, takes precedent in the pavement thickness
sections. Therefore no reduction may be provided and the use of flyash may not be
economical, unless needed for subgrade stabilization. Flyash, where utilized, should be
placed in general accordance with the standard of industry for placement procedures.
Terracon is available to provide the required laboratory soil and flyash mix design as well
as placement recommendations upon request.
(2) 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.
(3) 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.
P
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
(4) Alternative C: Provides the minimum pavement thicknesses for use of asphalt concrete
surface material, Grading S, SX and SG, underlain by a minimum of 6-inches of Class 5
or 6 aggregate road base material, and a minimum of 12-inches of flyash treated
subgrade.
(5) Alternative D: 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. and a minimum of 12-inches of flyash treated subgrade.
(6) Alternative E: Provides the minimum required pavement thicknesses for use of Portland
Cement Concrete pavement.
Each altemative 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) Cliass 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 D698).
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 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 ............................................. 3500 psi minimum
• Strength Requirements........................................................................ASTM C94
Minimum Cement Content.......................................................... 6.0 sacks/cu. yd.
• Cement Type ................................................. .........Type I Portland
EntrainedAir Content................................................................................ 4 to 8%
• Concrete Aggregate ........................................ ASTM C33 and CDOT Section 703
AggregateSize............................................................................1 inch maximum
P]
Geotechnicai Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
Maximum Water Content .............................
• • ....•............0.49 Ib/Ib 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.
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,
pavement subgrade preparation, and other geotechnical conditions exposed during the
construction of the project.
10
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.
e._.. _ " _ % i
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
any other information
financial statement and furnish
11 that may be
i o n e o c f cr � P drier La e
required by
the OWNER?
18.
e
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and statee
class, license and numbers?
What
19.
Do you anticipate subcontracting Work under
If
th' Contract?
*� ds'
yes, what percent of total contract?
- `
and to whom? Q � 644s: mec$�
20.
Are any lawsuits pending against you or your
if
firm at this
time? Np
DETAIL
yes,
7/96
Section 00420 Page 2
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
• Site Preparation
Strip and remove existing vegetation, fill materials, debris, and other deleterious
materials from proposed pavement areas. All exposed surfaces should be free of
mounds and depressions, which could prevent uniform compaction. It is our
understanding, and based on the present condition of the existing asphalt pavement
section, that an overlay is not suitable. The existing asphalt material should be
removed and/or roto-milled for possible reuse, and extend to the existing subgrade
layer. The existing subgrade material should be prepared in accordance with the
recommendations contained in the Subgrade Preparation section of this report as well
as in general accordance with flyash stabilization procedures if utilized.
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. All
exposed areas which will receive fill, once properly cleared and benched where
necessary, should be scarified to a minimum depth of eight in conditioned to near
optimum moisture content, and compacted.
It is anticipated that excavations for the proposed construction can be accomplished
with conventional earthmoving equipment. Depending upon depth of excavation and
seasonal conditions, groundwater may be encountered in excavations on the site.
Pumping from sumps may be utilized to control water within excavations.
Based upon the subsurface conditions determined from the geotechnical exploration,
subgrade soils exposed during construction are anticipated to be relatively stable.
However, the stability of the subgrade may be affected by precipitation, repetitive
construction traffic or other factors. If unstable conditions develop, workability may be
improved by scarifying and drying. Overexcavation of wet zones and replacement with
granular materials may be necessary. Use of lime, fly ash, kiln dust, cement or
geotextiles could also be considered as a stabilization technique. Laboratory
evaluation is recommended to determine the effect of chemical stabilization on
subgrade soils prior to construction. Lightweight excavation equipment may be
required to reduce subgrade pumping.
• Subgrade Preparation
Subgrade soils beneath pavements should be scarified; moisture conditioned and
compacted to a minimum depth of eight inches. The moisture content and compaction
of subgrade soils should be maintained until slab or pavement construction.
11
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20016268
• Fill Materials and Placement
Clean on -site soils or approved imported materials may be used as fill material.
On -site soils are suitable for use as compacted fill beneath pavement sections.
Imported soils (if required) should conform to the following:
Gradation
Percent fines by weight
IASTM C136)
6...........................................................................................................100
3"...........................
No .
4 Sieve....................:.............................................
.............. 70-100
No.
200 Sieve...................................................................
•
Liquid Limit ........................................
60 (max)
•
Plasticity Index ...................................
30 (max)
•
.......................15
Group Index ...................
(max)
•
.... .......................... ...................10
R-Value (for Ladmer County Road 36)
(max)
..............................
15 (min)
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
1AUM D6981
Scarified subgrade soils......................................................................... 95
On -site and imported fill soils:
Beneath pavements................................................................... 95
Beneath and adjacent to foundations ......................................... 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 should be compacted
within a moisture range of 3 percent below to 3 percent above optimum unless modified
by the project geotechnical engineer.
12
Geotechnical Engineering and Pavement Evaluation Report
Larimer County Road 36 (Kechter Road) Improvements Terracon
Fort Collins, Colorado
Project No. 20015268
Additional Design and Construction Considerations
Underground Utility Systems
For any new utility installation procedures, all piping should be adequately bedded for
proper toad 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 backf ill should be compacted
to a minimum of 95 percent of Standard Proctor Density ASTM D698.
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, 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 dscussed in
i this report. This report does not reflect variations, which may occur be borings or across
the site. The nature and extent of such variations may not become evident until construction. variations appear, If
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.
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, 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.
13
........ ..
V, N;.
34
S
----- -- vg)l
!o
% + 4
ICf
+
k�
r -LOCATION
rF if
7
10 MAIL rPEKK
By I
Y.
j
.. .... .. ....
FIGURE 1: 51TE VICINITY MAP
LARIMER CQUNTY ROAD 3G IMPROVEMENTS
LCR 9 To LCP 7
r0PT CC)LIJN5. COLOFA[)o
II DAP Prgect No.200 1 52G8
ILJI Ch.� 15, DAR I rerracon 5.1.� NT5
DIAGRAM IS FOR GENERAL LOCATION ONLY, A"rw d By. DAR 301 N. Ho 5 Stroet 1 211 1101
AND IS NOT INTENDED FOR coNsTRucnoN PURPOSES. �r"
DAR roft Coll.' Color 50521
Fde Name:5DC
52G8FIGI F4.a No.
CLIENT
SITE
LOG OF TEST BORING NO. 2
of Fort Collins-Enoineerino Department ARCHITECT / ENGINEER
r LCR 9 to LCR 7 I PROJECT
DESCRIPTION
8:9 5.. AS
pxA
4" BASF_ t�F
FILLMAT RIA
0 Sandy Lean Clay
Brown, tan, moist, with trace
gravel
AI
Brown, tan, calcareous, moist, stiff
OF
1
F-
m
\
F-
v
>
F
W
H
LU
HZ
U)
�
ZLL
Ir
Z
HI=-
JNm
W
j
i y
W
LLU
p ,N
3
JCD
to
Z
F-
WD-
Qu
ZW
�y
H-J,Mfo
Z:
oa
=)tnO_
1
ST
12"
21
105
6155
COMP.
2
SS
12"
8
SAMPLE
21
0.5'-4.5'
3
SS
12"
13
49/33/64
AASHTO
5
A-7-6
IHE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
'BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
DRY W D = 1rerra
con
WL
Y,- Initial W.+a, T ---I n__ae_ _
" -1 "" 12.28-01
COMPLETED 11_18_01
CME �5 FOREMAN GW
iD DAR 1JOB# iwa�r ...
No Text
No Text
LOG OF TEST BORING NO. 5
CLIENT
pa
City of Fort Collins-Enaineeripartment n�
e De
I ARCHITECT / ENGINEER
SITE
LCR 9 to LCR 7
i
Fort Collins. Colorado
PROJECT
Larimer Count), Road 36 Improvements
17
SAMPLES
TEST;
o
J
O
\
Y
DESCRIPTION
U)
zx
a
v w
zL~i
w
CD
x LLU
(n co Ul CDCD
a
x
o
L~LO
zz
w w x a_w
a0
o
Yw
U�LL
'
0 2 I-l/�" ACPH 1
z r f
mm
Co-�
to Q.
• - A T
0.6 S-1/2" BASE OARCF
FILL MAT RIA
Sandy Lean Clay
Brown, tan, moist, with trace
5.0 gravel
SANDY T AN Cl, AY
Brown, tan, gray, rust, moist,
/ medium stiff to stiff, with trace
?ravel
SILTY CLAY Y 4ANn
Brown, tan, moist to wet, loose to
medium dense
WFATHFRFD
SI TSTON /('T AY4TON
Gray, tan, rust, moist, soft to
moderately hard
61
3 ST 12" 23 102 2807
4 SS 12" 8 21
a 10
15 5 SS 12" 10 22
6 SS 12" 11 2
20 6
25----F—�
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES i
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
wL 10.0' W.D. _
11rerracon
WL initial W.+., r .,..an-- .
22
Iof1
— - - 12-28-01
BORING COMPLETED 12-28-01
RIG CMEE 55 FOREMAN GW
APPROVED DAR 1JOB# onm r��o
LOG OF TEST
BORING NO. 6
CtIeNT
Pa
Cite of Fort Collins -Engineering Department
ARCIIITE-CTl ENGINEER�
slre
LCR 9 to LCR 7
! PROJECT
Fort Collins. Colorado
I
Larimer County
Road 36
In
royements
SAMPLES
TESTS
0
_J
o
N
>
H
DESCRIPTION
H m
z
H
w
a
>
zt
�
z
Hr
H (n m W O
O- U L O_ u
co
(j
O
z z
O
W In > > W
o :3
HO
a-J
H
O
>L
O:U
UWLL
ZHtn
z H W
tnm
>_
oa
Imo.
0.2 1 ASP HAI T
12" BASF MARSE
FILL MATFRIAi
D.0 Sandy Lean Clay
Brown, tan, moist, with trace
gravel
SANDY LEAN ClAY
y Brown, tan, gray, rust, moist, stiff
SILTY SAND with CT Ay
Brown, rust, moist to wet, medium
dense to loose, with trace gravel
14.5
WFATHFRFD
SI TSTONE CT AYSTON_F
Gray, tan, moist, soft
25.0
OF
Q
W.
10
I I STJ12"I I 24 101 4315
2-1 SS J 12"1 8 1 25
3ISTI12"I 20 115 3765
4 1 SS 12" 12 J 20
15ESS12"I
20
25
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
.W1
WL TIrerracon
W'L Initial Water Level Reading
1 of 1
" 12-28-01
COMPLETED 12-28-01
CME 55 FOREMAN GW
�D DAR I JOBp 9nmevice
No Text
21. What are the limi s of your public liability? DETAIL 4. 60, .a'&dftA.+Q
* l OOoi�� Z oocD�oc t7
What comnanv� L-MW - I. - i+
22. What are your company's bonding limitations? ( W11I•mn
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 y�a ,Q �!this 1Z� day of 2007-,
Title: � .►Sil
State of lD�orar�0
CountyL&Qlof �sut aY )
�<< being duly sworn deposes and says that he is
11 +� of S-` and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
Su scribed and sworn to before me this IZ day of
ane.Q. 2 0 D 2-,
Not ry
Not Public
blic
My commission expires
7/96 Section 00420 Page 3
LOG OF TEST BORING NO. 8
CLIL-NT
Cih of Fort Collins -Engineering Department I A72CHITECT / ENGINEER
slrE LCR 9 to LCR 7
PROJECT
Fort CDliinc. C'ntr..�d,.
t'
0
J
I DESCRIPTION
C-
2
C_
O
0.8 6^ BASF C OAR
` FIT i MAT RrAr
3'0 Sandy Lean Clay
Brown, tan, moist, with trace
gravel
SANDY LEAN
�j
Brown, tan, moist, soft to medium
/ stiff
a artmer County Road 36 Im rovements
SAMPLES
TEST;
\
H
m0
F}
.�i
>-
ZI\
N
W
HF=-
m
C:
W
m
z
0_
m
W
O
3
~
Zz
0
U
2
U
F-O
H
OLU
z
�
ttnm
s
oa
�c~na
1
ST
12"
18
108
5445
2
SS
12"
4
22
3
SS
12"
5
mM i®®
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: 1N-SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
wL =DRY W.D. = Irerraconw-
µ (Initial Water Level Rnadi, ,
uvlu Q 6FARTED 12-28-01
BORING COMPLETED 12-28-01
1 of
RIG CAIE 55 FOREMAN GW
APPROVED DAR I JOB#
LOG OF TEST BORING NO. 9
CLIENT
City of Fort Collins -Engineering Department ARCIiITECT; ENGINEER
SITE LCR 9 to LC7
_ . I FROJECr
0
0
J
U
H
2
a
CD
CO
DESCRIPTION
Flit Mp_ AURJAr
Sandy Lean Clay
Brown, tan, moist, with trace
Brown, tan, buff, calcareous,
moist, soft to stiff
OF
. anmer t-ounty
Road 36 Improvements
SgMPLES
TEST;
J
\
F
m
f
LL
v
E
}
ZL�
H
W
H H
W
N
Z
(n
m
LU
00
i
H
0
ZZ
Z
W
O
CLU
Z�y
CO
❑
F
LO
IrU
On-
Mcno-
I
ST
12"
15
116
5960
2
SS
12"
4
20
3
SS
12"
8
R
1 4 SSs 12"
10 �—
I
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN-SI TU, THE TRANSITION MAY BE GRADUAL.
WATL-R LEVEL ODSERVATIONS
wL -' DRY W.D. _
WL = 1rerracon
WL Initial Water Level. Reading
1of1
12-28-01
COMPLETED 12-28-01
CME 55 FOREMAN GW
'D DAR JOB# mnni ems«
CLIENT LOG OF TEST BORING NO. 10
City of Fort Collins -Engineering Department I ARCHITECT / ENGINEER
SITE
LCR 9 to LCR 7 PROTECT
D_� I-,•
(D
O
J
U
H
S
0.
D:
U
DESCRIPTION
0.3 4" A PHA T
0.7 4-1/2" BASF COAgSp
FI MATFnIA
�0 Sandy Lean Clay
Browu, tan, moist, with trace
Brown, red, tau, buff, calcareous,
moist, medium stiff
OF
\
F
m
H
v
Y
}
H
Zlt_
W
(H
W
Z2
N
W
00
0:
H
Z
HF
m
W
N
OW
ZZ
0-
U
LU
F- O
O W
Z
F
Nm
Od
7U 0-
1
ST
12"
22
102
4100
2
SS
12"
5
25
3
SS
12"
7
G
10
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETHEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
wL �
Nerracon
Initial Water
SS 112"1 13 17
uaMLLU 12-28-01
COMPLETED 12-28-01
C MIE 55 FOREMAN
1 of 1
ED DAR I JOB # ,an,:
LOG OF TEST BORIN NG O. 11
CLIL-NT
Cite of Fort Collins -Engineering Department I ARCHITECT i ENGINEER
SITE LCR 9 to LCR 7
r_� n_... ... _ I PR0IECT
to
O
I ❑ESCRIPTION
D-
D:
Ll
0.3 3" ASPHA T
FILLEILL MAT RTAI
Sandy Lean Clay
0 Brown, tau, buff, moist, with trace
Brown, tan, calcareous, moist, stiff
So medium stiff
OF
IofI
J
O
mLj
Y
O
HW
..
H
HO
y
W
ZL~i.
Z
I.H.
JHO�
F
In
m
W
0O
' InH
O
ZZ
HF#
W
Cnn
Q.
W
dC)
H
>W
U<rW
M[n..
O
O
Z
f-
07m
E
C2d
=Na_
H¢�
J0.-\
1 ST h" 17 114
3 j SS 1 12"1 11
5
10 1 14 111 1 12"I 5 17
r
!lftitial
!Water
ffP.a;__
APPROXIMATE BOUNDARY LINESTHE TRANSITION MAY BE GRADUAL.
1 r rr acon
STARTED 12-28-01
COMPLETED 12-28-01
COMP.
SAMPLE
0.5'-4.5'
52/38/65
AASHTO
A-7-6
CME 55 I FOREMAN GW
'D DAR IJOB#
LOG OF TEST BORIN NO
O, _l
CLIENT
CiO of Fort Department HI
Collins -Engineering P ARCTECT IfENGINEER
r a De
MIT LCR 9 to LCR 7
�...� ,._... ... I PxotEcr
LD
0
J
U
H
2
C
fr
LD
U'
:Il
DESCRIPTION
FILL MAT RIA
Sandy Lean Clay
Brown, tan, buff, olive, moist,
stiff, with trace gravel
SANDY LEAN (-I AY
Brown, tan, buff, moist, stiff to
medium stiff, with trace gravel
OF
v
E
H
W
to
>
F
H 1—
~
N
to
W
LU
O
i !n
~
M
ZZ
0_
ULU CO
r
D-
U
H O
In
O W
O
O
Z
H
Cm
0
Od
Zyd
I
ST
12"
17
111
5510
2
SS
12"
8
17
3
SS
12"
t2
5
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETLJEEN SOIL AND ROCK TYPES: IN -SITU. THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
WI 2 DRY W.D.= 1r�rr�
WI- con
WL Initial Watrr ravel ae a:__
SS 112"I 5 17
- L 12-28-01
BORING COMPI,ETED
12-28-01
RIG CME 55 I FOREMAN
1 OF 1
APPROVED DAR IJOB# onnl.
LOG OF TEST BORING NO. 13
CLIENT
City of Fort Collins -Engineering Department P I ARCHITECT I ENGINEER
De
SITE LCR 9 to LCR 7
r_� I-.,. — _ _ � PP.O7ECT
LD
0
J
U
H
2
a
0
CD
DESCRIPTION
SANDYLEAN CLAY
Brown, tan, calcareous, dry to
moist, stiff to medium stiff
SILTY AND wid, C'RA E
Tan, wet, medium dense
15.0 SANDY LEAN i Av
Brown, tan, gray, moist, stiff, widt
trace gravel
BOTTOM OF BORING
�artmer Countv Road
36Im rovements
SAMPLES
TEST;
O
\
}
LL
�
}
H
O
U)
W
HLU
ZL-
a
Z
HF
=
y
W
m
LU
W O
N
=
W
O
LL CD
ZZ
W
U
j
} U
3
F-O
H
}LL
U=LL
O
2
Z
H
Enm
EO
Oa
�f~na-
1
SS 12"
22
10
5
S
SZ 110
15
2 I SS 112" 9 14
3
THE STRATIFICATION LINES REPRESENT THE ' '
APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN-SI TU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
wL a 10.0' W.D. 1 8.3' A.B.
wL - Irerracon
wL Water checked 18 days A.B.
mm
mm
1 of
STARTED 12-28-01
COMPLETED 12-28-01
CAM jj FOREMAN GW
3D DAR JOB 0 'mm er,,n
No Text
1rerracon
P.O. Box 503
301 North Howes Street
FORT COLLINS, COLORADO 80521
(970) 484-0359 FAX (970) 484-0454
CLIENT: City of Fort Collins -Engineering Dept. DATE OF TEST: 15-Jan-02
PROJECT: LCR 36 (Kechter Road) Improvements
LOCATION: Composite Sample TB No. 2 @ 0.5'-4.5'
TERRACON NO, 20015268 CLASSIFICATION: Sandy Lean Clay (visual)
TEST SPECIMEN NO.
1
COMPACTION PRESSURE (PSI)
90
2
3
DENSITY (PCF)
111.5
110
180
MOISTURE CONTENT (%)
18.3
113.3
117.1
EXPANSION PRESSURE (PSI)
-0.12
17.4
15.5
HORIZONTAL PRESSURE @ 160 PSI
131
0.00
0.16
SAMPLE HEIGHT (INCHES)
2.41
127
131
EXUDATION PRESSURE (PSI)
260.1
4.4
2.47
CORRECTED R-VALUE
12.5
314 .
368.3
UNCORRECTED R-VALUE
13.0
17.1
1
17.8
17.6
17.8
R-VALUE @ 300 PSI EXUDATION PRESSURE = 16
100
90
80EEE
70
w 60
50
40
30
20
I
n
zoo :%u 400 500 600 700 BD0
EXUDATION PRESSURE - PSI
1rerracon
P.O. Box 503
301 North Howes Street
FORT COLLINS, COLORADO 80521
(M) 484-0359 FAX (970) 484-0454
CLIENT: City of Fort Collins -Engineering Dept. DATE OF TEST: 15-Jan-02 PROJECT: LCR 36 (Kechter Road) Improvements
LOCATION: Composite Sample TB No. 11 @ 0.5'-4.5'
TERRACON NO. 20015268 CLASSIFICATION: Sandy Lean Clay (visual)
TEST SPECIMEN NO.
1
COMPACTION PRESSURE (PSI)
80
2
3
DENSITY (PCF)
115.7
120
118.2
140
MOISTURE CONTENT (%)
15.2
118.4
EXPANSION PRESSURE (PSI)
0.00
14.6
14.0
HORIZONTAL PRESSURE @ 160 PSI
127
0.06
0.68
SAMPLE HEIGHT (INCHES)
2.59
116
105
EXUDATION PRESSURE (PSI)
227.5
2.36
2.46
CORRECTED R-VALUE
2.4
359.E
UNCORRECTED R-VALUE
19.7
24.2955
32.0
26.0
32.0
R-VALUE @ 300 PSI EXUDATION PRESSURE = 25
100
90
80
70
50
40
30
20
10
0
0 100 200 300 400 500 600 700 800
EXUDATION PRESSURE - PSI
cow
Laboratory Compaction Characteristics of Soil 307N�rrath Howes et
P.O. BOX 503
FORT COLLINS, COLORADO 80521
(970) 484-0359 FAX (970) 484.0454
CLIENT NAME: City of Fort Collins - Engineering Department PROJECT NO. 20015268 DATE: 1/15/02
Fnrt Cnilmn r..i....,a,.
PROJECT NAME AND
LOCATION:
LCR 36 (Kechter Road) Improvements
1-Mile of LCR 36 from LCR 9 to LCR 7
Fort Collins, Colorado
SOURCE MATERIAL: Proposed Borrow Source Area (TB No. 14)
SAMPLE DESCRIPTION: Sandy Lean Clay
GROUP SYMBOL! cl
I tSI RESULTS
MAXIMUM UNIT WEIGHT: 107.0 Ib/ft'
OPTIMUM WATER CONTENT: 16.5 %
H I I tRtstRG LIMITS
MATERIAL DESIGNATION: Curve No. 1 SAMPLE DATE: 12/28/Ot LIQUID LIMIT:
NOT PERFORMED
TEST METHOD: A PLASTIC LIMIT: NOT PERFORMED
TEST PROCEDURE: ASTM D698-94 PLASTICITY INDEX: NOT PERFORMED
SAMPLE PREPARATION: WET - % PASSING #200 SIEVE: NOTPERFORMED
RAMMER: MECHANICAL: MANUAL: X REVIEWED BY: David A. Richer, P.E. - Geotenhr
isanwgg� = , vo�r�vovovoovv
o��no�ooaa�a
®��ov�u■�ooa®�u�u
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10% of the contract.
ITEM
7/96
SUBCONTRACTOR
ill- o t9 P
Section 00430 Page 1
-
IIWHOWn
CLIENT:
City o1 Fort Collins - Engineering Department
PROJECT: Latimer County Road 36 (Ketcher Road) Improvements
PROJECT NO.
20'015268 DATE: 1/21/2002
LOCATION: Latimer County Road 7 and LCR 9, Fort Collins, Colorado
AASHTO 1993PAVEMENT DESIGN- 2:LANE MINOR. ARTERIALSF= .
RIGID PAVEMENT ANALYSIS
FLEXIBLE PAVEMENT ANALYSIS
(1) DESIGN IB-kip-(ESAUs) 150
1,095,000
(1) DESIGN IB-ki ESALs
P ( ') 1,095,000
(2) RELIABILITY
90%
(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
2.6
(7) TERMINAL SERVICEABILITY 2.5
Alternative E
CALCULATED RIGID PAVEMENT THICKNESS, (IN):
6.92
CALCULATED STRUCTURAL NUMBER: 3.15
LAYER NUMBER
PAVEMENT THICKNESS PAVEMENT
COEFFICIENT.'
PAVEMENT TYPE SECTION
'DRAINAGE COEFFICIENT "CALCULATED STRUCTURAL
THICKNESS, (INCHES)
- NO, - S REQUIRED SN
UPPER
0.44 3.0
ASPHALT -GRADING S, SX
1.0 1.32
2
0.44 3.0
ASPHALT -GRADING S, SG
1.0 1.32
3
0.11 6.0
AGGR. BASE - Class 5 or 6
1.0 0.66
Alternative A
TOTAL 12.0
TOTAL 3.30
3.16
UPPER
0.44 3.0
ASPHALT -GRADING S, SX
1.0 1.32
2
0.44 4.5
ASPHALT -GRADING S, SG
1.0 1.98
Alternative B
TOTAL 7.5
'- TOTAL 3.30
3.15
UPPER
0.44 3.0
ASPHALT -GRADING S, SX
1.0 1.32
2
0.44 3.0
ASPHALT -GRADING S, SG
1.0 1,32
3
0.11 6.0
AGGR. BASE -Class 5 or 6
1.0 0.66
4
0.10 12.0
12-INCHES FLYASH
1.0 1.20
Alternative C
TOTAL 24.0
TOTAL 4.50
3.15
UPPER
0.44 3.0
ASPHALT -GRADING S, SX
1.0 1.32
2
0.44 3.0
ASPHALT -GRADING S, SG
1.0 1.32
3
0.10 12.0
12-INCHES FLYASH
1.0 1.20
Alternative 0
TOTAL 18.0
TOTAL 3.84
3.15
S
W
E
L
L
C
O
N
S
O
L
I
D
A
T
I
O
N
F1
APPLIED PRESSURE. TSF
Boring and depth (ft.) ClassificationI DD MC%�
ICI 1 1.0 SANDY LEAN CLAY 1 118 1 L 1
PROJECT Larimer County Road 36 Improvements - LCR JOB NO. 20015268
9 to LCR 7 — _ DATE 1/15/02
CONSOLIDATION TEST
TERRACON
S
W
E
L
L
C
O
N
S
0
L
I
D
A
7'
I
O
N
APPLIED PRESSURE, TSF
Borin.g and depth (8.) Classification I DD MC%
5 3.0 SANDY LEAN CLAY 107 20
CONSOLIDATION TEST
TERRACON
JOB NO. 201
DATE 1/
s
w
E
L
L
C
0
N
s
0
L
1
D
A
T
1
0
N
and
APPLIED PRESSURE, TSF
.,a�,.ia�auuu DD MC %
SANDY LEAN CLAY 107 20
To
CONSOLIDATION TEST
TERRACON
JOB NO.
DATE
S
W
E 2
L _
L
C
O
N
S
O
L
I
D
A
T
I
O
N
EA:
.APPLIED PRESSURE. TSP
Boring and depth (ft.) Classification DD I MC
120 I %
7 1.0 SANDY LEAN CLAY »n
_ 1 13 1
CONSOLIDATION TEST
TERRACON
• : NO, 20015268
D'
S
w
E 2
L
L
4
C
O
N
S
0
L
} 6
D
A
T
I
0
N
APPLIED PRESSURE. TSF
Boring and.depdi (ft Classification —4DD MC
12 1.0 SANDY LEAN CLAY Ilti105 19%
w n.a. vrnwtu !!!1!1[U'L7l iI:A}(��1yC p 1 . i
DATE
ONSOLIDATION TEST
TERRACON
(WU) 484-0359 hAX (970) 484-0454
CLIENT: City of Fort Collins -Engineering Dept. DATE OF TEST: 15-Jan-02
PROJECT: LCR 36 (Kechter Road) Improvements
LOCATION: Composite Sample TB No. 2 @ 0.5'-4.5'
TERRACON NO. 20015268 CLASSIFICATION: Sandy Lean Clay (visual)
TEST SPECIMEN NO.
1
2
3
COMPACTION PRESSURE (PSI)
90
110
180
DENSITY (PCF)
111.5
113.3
117.1
MOISTURE CONTENT (%)
18.3
17.4
15.5
EXPANSION PRESSURE (PSI)
-0.12
0.00
0.16
HORIZONTAL PRESSURE @ 160 PSI
131
127
131
SAMPLE HEIGHT (INCHES)
2.41
2.44
2.47
EXUDATION PRESSURE (PSI)
260.1
314.2
368.3
CORRECTED R-VALUE
12.5
17.1
17.8
UNCORRECTED R-VALUE
13.0
17.6
17.8
R-VALUE @ 300 PSI EXUDATION PRESSURE =
16
100
90
80
70
LLI 60
a 50
40
30
20
10
0
0 100 200 300 400 500 600 700 800
(970) 484-0369 FAX (970) 494-0464
CLIENT: City of Fort Collins -Engineering Dept. DATE OF TEST: 15-Jan-02
PROJECT: LCR 36 (Kechter Road) Improvements
LOCATION: Composite Sample TB No. 11 @ 0.5'-4.5'
TERRACON NO. 20015268 CLASSIFICATION: Sandy Lean Clay (visual)
TEST SPECIMEN NO.
1
2
3
COMPACTION PRESSURE (PSI)
80
120
140
DENSITY (PCF)
115.7
118.2
118.4
MOISTURE CONTENT (%)
15.2.
14.6
14.0
EXPANSION PRESSURE (PSI)
0.00
0.06
0.68
HORIZONTAL PRESSURE @ 160 PSI
127
116
105
SAMPLE HEIGHT (INCHES)
2.59
2.36
2.46
EXUDATION PRESSURE (PSI)
227.5
295.9
359.6
CORRECTED R-VALUE
20.4
24.5
32.0
UNCORRECTED R-VALUE
19.7
26.0
32.0
R-VALUE @ 300 PSI EXUDATION PRESSURE = 25
100
90
80
70
j 60
50
40
in
�ju
20
10
I
0
0 100 200 300 400 500 600 700 800
FORT COLLINS, COLORADO 80521
(970) 484-0359 FAX (970) 494-0454
CLIENT NAME:
City of Fort Collins - Engineering Department
Fort Collins, Colorado
PROJECT NO. 20015268 DATE: 1115102
PROJECT NAME AND
LOCATION:
LCR 36 (Kechter Road) Improvements
1-Mile of LCR 36 from LCR 9 to LCR 7
Fort Collins, Colorado
TEST RESULTS
MAXIMUM UNIT WEIGHT: 107.0 Ib/ft3
OPTIMUM WATER CONTENT: 16.5 %
SOURCE MATERIAL: Proposed Borrow Source Area (TB No. 14)
SAMPLE DESCRIPTION:
GROUP SYMBOL: -
Sandy Lean Clay
CL
ATTERBERG LIMITS
MATERIAL DESIGNATION:
Curve No. 1 SAMPLE DATE: 12128/01
LIQUID LIMIT: NOT PERFORMED
PLASTIC LIMIT: NOT PERFORMED
PLASTICITY INDEX: NOT PERFORMED
% PASSING # 200 SIEVE: NOT PERFORMED
TEST METHOD: A
TEST PROCEDURE: ASTM D698-94
SAMPLE PREPARATION: WET
RAMMER: MECHANICAL: MANUAL: X
REVIEWED BY: David A. Richer, P.E. - Geotechnical Engineer
DRY DENSITY 8. MOISTURE DATA POINTS
—2.65 ZERO AIR VOID CURVE." -
MAX. UNIT WEIGHT 8 OPTIMUM WATER CONTENT
LABORATORY CURVE
110
109
108
107
LL 106
1
a
105
W
io4
3
$R1
103
1
1
1
1
1
102
101
I
I
I
I
!
100
99
I
I
I
I
I
I
I
DRILLING AND EXPLORATION
DRILLING & SAMPLING SYMBOLS:
R : Ring Barrall - 2.42" I.D., 3" O.D., unless otherwise noted
SS : Solit Spoon - 1 " I.D., 2" O.D., unless otherwise noted PS : Piston Sample
ST : Thin -Walled Tube - 2" O.D., unless otherwise noted WS : Wash Sample
PA : Power Auger FT :Fish Tail Bit
HA : Hand Auger RB :Rock Bit
DB : Diamond Bit = 4", N, B BS : Bulk Sample
AS :Auger Sample PM : Pressure Meter
HS : Hollow Stem Auger W 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
noted.
WATER LEVEL MEASUREMENT SYMBOLS:
WL : Water Level
WS :While Sampling
WD :While Drilling
WCI : Wet Cave in
BCR : Before Casing Removal
DCI : Dry Cave in
ACR :After Casting Removal
AB :After Boring
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-2467 and D-2488.
Coarse Grained Soils have more than 50% of their dry weight retained on 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 JCL); silty sand, trace gravel, medium
dense (SM).
CONSISTENCY OF FINE-GRAINED SOILS:
Unconfined Compressive
Strength, Ou, 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(sl
(of Components Also
Percent of
Present in Sample)
Dry Weight
Trace
< 15
With
15 - 29
Modifier
> 30
RELATIVE PROPORTIONS
OF FINES
Descriptive Term(s)
(of Components Also
Percent of
Present in Sample)
Dry Weight
Trace
< 5
With
5-12
Modifier
> 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
Size Range
Boulders
Over 12 in. (300mm)
Cobbles
12 in. to 3 in.
(300mm to 75mm)
Gravel
3 in. to #4 sieve
(75mm to 4.75mm)
Sand
#4to #200 sieve
(4.75mmto 0.076mm)
Silt or Clay
Passing #200 Sieve
(0.075mm)
�irerracon
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
Pages
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00020-1 - 00020-2
00300 Bid Form
00100-1 - 00100-9
00400 Supplements to Bid Forms
00300-1 - 00300-6
00410 Bid Bond
00400-1
00420 Statements of Bidders Qualifications
00410-1 - 00410-2
00430 Schedule of Major Subcontractors
00420-1 - 00420-3
00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00500-1
00520 Agreement
00510-0
00530 Notice to Proceed
00520-1 - 00520-6
00530-1
00600 Bonds and Certificates
00610 Performance Bond
00600-1
00615 Payment Bond
00610-1 - 00610-2
00630 Certificate of Insurance
00615-1 - 00615-2
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00600635-1
-1
00650 Lien Waiver Release(Contractor)
00640-1
00660 Consent of Surety
00650-1 - 00650-2
00670 Application for Exemption Certificate
00600670-1
70-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00700-1 - 00700-34
00800 Supplementary Conditions
GC -Ai - GC-A2
00800-1 - 00800-2
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00900-1
00960 Application for Payment
00950-1 - 00950-2
00960-1 - 00960-2
SPECIFICATIONS
GxrndE efin9.lk.
1)ae A Crony ne Ix
LevWM, CO aaaa)
p>al a8a-taW
(a)01669A9N
PROJECF NAME
Loveland Police and Cowls
Highland Meadows Sewer Line
M0 taus a Farms
RudB
Mommin Ridge Farms 4th
P6udre River Ranch
LOCATION
Loveland
Windsor
Ft Collins
Ft Collins
Greel tY
Ft Collins
Greel ry
Lorimer County
CONTRACrORNAME
Hensel Phelps Construction
Summit Land Mana ement
8
Summit Land M =out
ati6
Pmgn,&uve Livia Structures
B
Double Eagle Construction
Summit Land Man ement
a6
Group
Double
Double Eagle Construction
Drahota Constroction
Adair Group
Double E le Constmaion
a6
Progressive Young
Mark Young Construction
Con S coon
Cm Construction
ENGBVEER
Nolte & Assoc.
Northern Engineering
Land Development Svc
Loom &Associates
Picker Engineering
7R Engineering
TST, Inc &Associates
TST, I
TST, Nc
Stewart & Associates;
Northern Engineering
ET Deli gas
Anderson Consultin En
B B
North Star Design
Team Engineering
Conran &Associates
ENGN'EER PHONE Y
M6fi939
221-4158
223-0703
493-2808
356-6362
491-9888
493-2557
226-0557
226-0531
462-9331
221AI58
879-1578
226-0120
686-1188
207-1970
493-2808
BESt]OPIION
Site deveknpment
Sewer lice
Site dove t
°
Site development.
Site develo meet
P
Site devel meat
W
Site development
Site development
Site level mmt
Sue development
Site development
Site development
Site development
Site development
Site development
Site development
AMOUNT
C0MPLCf1ON DAM
S 376,278.00
S 339,401.00
S 818,843.W
S 278,221.00
S 896,066.00
S 641, 21.00
S 641,621.00
T 782,425.00
$ 658,165.00
$ 757, 99.00
$ 757,099.00
$ 414,409.00
S 214,282.00
S 181,500.00
S 989,856.00
S 989,856.00
Feb-02
-
Feb-02
]an.
Mar-02
Apr-02
May-02
Jon412
g_
Au 02
Sep-02
Jvv-02
A r 02
P -
Apr-02
Jul-02
Jul-02
Aug-02
Sep-02
Stanton Creek 5th
one Reach Apartments
The
The Lodge
Lod
Ft Collins
Windsong
Loveland
Broneer Farms
Windsor
Cononwood Ridge
Ft Collins
Harmovy Park
Ft Collins
Rock Crest APartrnenrs
Loveland
Westbrooke
Ft Collins
Summit Land Management
Progressive Living Structures
Homestead Heights
Greel
Greeley
PNe1
LABORATORY TESTS
SIGNIFICANCE AND PURPOSE
TEST I
SIGNIFICANCE
PURPOSE
California
Used to evaluate the potential strength of subgrade soil,
Pavement
Bearing
subbase, and base course material, including recycled
Thickness
Ratio
materials for use in road and airfield pavements.
Design
Consolidation
Used to develop an estimate of both the rate and amount of
Foundation
both differential and total settlement of a structure.
Design
Direct
Used to determine the consolidated drained shear strength of
Bearing Capacity,
Shear
soil or rock.
Foundation Design &
Slope Stability
Dry
Used to determine the in -place density of natural, inorganic,
Index Property
Density
fine-grained 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
Soil
particle sizes in soil.
Classification
Liquid &
Used as an integral.part of engineering classification systems
Soil
Plastic Limit,
to characterize the fine-grained fraction of soils, and to
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
Resistivity
Used to indicate the relative ability of a soil medium to carry
Corrosion
electrical currents.
Potential
R-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
Unconfined 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
Soil Behavior
Content mass.
Irerracon -j
REPORT TERMINOLOGY
(Based on ASTM D653)
Allowable Soil
The recommended maximum contact stress developed at the interface of the
Bearing Capacity
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
A layer of specified material placed on a subgrade or subbase usually beneath slabs
Course
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
A concrete foundation element cast.in a circular excavation which may have an
or Shaft)
enlarged base. Sometimes referred to as a cast -in -place pier or drilled shaft.
Coefficient of
A constant proportionality factor relating normal stress and the corresponding shear
Friction
stress at which sliding starts between the two surfaces.
Coliuvium
Soil, the constituents of which have been deposited chiefly by gravity such as at
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
Unequal settlement or heave between, or within foundation elements of a
Movement
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 Fill
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
equivalent to that by the actual
against a lateral support presumed to be produced
is valid only when deformation conditions are such
soil. This simplified approach
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.
ire rracon
REPORT TERMINOLOGY
(Based on ASTM D653)
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 the loads to the soil or bedrock.
Frost Depth The depth of which the ground becomes frozen during the winter season.
Grade Beam A foundation element or wall, typically constructed of reinforced concrete, used
to span between other foundation elements such as drilled piers.
Groundwater 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.
opSmum Moisture The water content at which a soil can be compacted to a maximum dry unit
Content 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 Friction (Side
The frictional resistance developed between soil and an element of structure such
Shear)
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 not
contain organic matter.
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.
Irerracon
UNIFIED SOIL CLASSIFICATION SYSTEM
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests
:oars=_ -Grained
ciis more than
o% retained on
lo. 200 sieve
Gravels more than
50% of coarse
fraction retained on
No. 4 sieve
Clean Gravels Less
than 5% fines°
cu > 4 and t < Cc <3s
< 4 and/or 1 >
Gravels with Fines c Fines classify as ML or MH
more than 12% fines
Pines classlfv as CL or CH
Sands 50% or more Clean Sands Less Cu
of coarse fraction than 5% finese Cu <
passes No. 4 sieve
Sands with Fines Fines
more than 120,46 fines°
. Fines
''.rim -Grained Soils
Silts and Clays
0% or more
Liquid limit less
• asses the
than 50
o. 200 sieve
Silts and Clays
Liquid limit 50
or more
soils
inorganic
organic
inorganic
organic
1 <Cc<3s
or1>Cc>3a
as MIL or
PI > 7 and plots on or above "A line'
PI < 4 or plots below "A' fine'
Liquid limit - oven dried
Liquid limit - not dried
PI plots on or above "A" line
PI lots below "A" line
Liquid limit - oven dried
Linuid limit - not dried
rganic matter, dark in color, and
.Based on the material passing the 3-in.
(D ")2
75-mm) sieve
f field sample contained cobbles or
.sCu=D„/D„ Cc =
D10 x Dsy
loulders, or both, add *with cobbles or
- ioulders, or both" to group name.
'ravels with 5 to 12% fines require dual
`If soil contains > 15% sand, add "with
rymbols:
iW-GM weli-graded gravel with silt
sand" to group name.
elf fines classify as CL-ML, use dual symbol
iW-GC well -graded gravel with clay
" 'P-GM poorly graded gravel with silt
GC -GM, or SC-SM.
Hit tines are organic, add "with organic fines"
'P-GC poorly graded gravel with clay
iands with 5 to 12% fines require dual
to group name.
'if soil contains > 15% gravel, add "with
;ymhols:
iW-SM well -graded sand with silt
gravel" to group name.
'If Atterberg limits plot in shaded area, sail is
iW-SC well -graded sand with clay
a CL-ML, silty clay.
iP.SM poorly graded sand with silt
• iP-SC poorly graded sand with clay
w
I
Gymbol
Group Names
GW
Well -graded gravel`
GP
Poorly graded gravel
GM
Silty gravel.G.H
GC
Clayey grave!"-G."
SW
Wall -graded sand'
SP
Poorly graded sand'
SM
Silty sand°•H'
SC
Clayey sand"-'
CL
Lean clayx'-"'
ML
SlltxL.m
OIL
Organic clay`'LM."
Organic silt xL a.o
CH
Fat clay'°'^"'
MH Elastic Silt"'-"'
OH x�.e+.o
Organic silt
PT Peat
`if soil contains 15 to 29% plus No. 200, add
"with sand" or "with gravel", whichever is
predominant.
`If soil contains > 30% plus No. 200
predominantlysand, add "sandy' to group
name.
"if coil 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.
Opt plots below "A" line.
LIQUM LIMIT (LL)
Ne rrac
PREVENTATIVE MAINTENANCE POLICY
RECOMMENDED
FOR ASPHALT CONCRETE PAVEMENTS
Distress
Recommended Distress
Distress
Distress
Severit
Maintenance Type
Save
T e
Low
None Patching
Low
Alligator
t
Utility Cut
Cracking
Patching
Medium
Full -Depth
Mediun
Asphalt Concrete
Patch
Hi h
Hi h
None Polished
Low
Bleeding
Low
Aggregate
Cracking
Low
Sags
Cracking
Reflection
,nelShoulde
Drop -Off
ongitudinal
Transverse
Cracking
Seal
All Cracks
None
Crossing
Asphalt Concrete.
Patch
None Sho
Shallow AC Patch
Seal
All Cracks
Shoulder
Seal
All Cracks
& Ravelling
Asphalt Concrete
Patch
Shallow AU raccn
Full -Depth
Asphalt Concrete
Patch
No-
for
This Project
Mill &
Shallow AC
Patch
None
Shallow
Asphalt Concrete
Patch
Irerracon .
Concrete Patch/
Slab Replacement
Break
Concrete
Slab
Replacement
Durability
Cracking
Seal
,,.__._...
Joints
Hi h
Ragrade and
LansiShoulder
LOW
Fill Shoulders
Drop-offto
Match
Lane Height
Medium
HI h
Clean &
Linear Cracking
LOW
Seal all Creeks
Longitudinal,
Transverse and
Diagonal
Cracks
Medium
Hi h
Full -De th Patc
Large Patching
Low
None
and
" C is
Utility
Replace
Aggregate � Severity
Levels
Defined
Railroad
Crossing
Scaling
Map Cracki
Crazing
or
Overlay
Severity
Levels
Defined
No
Underseal,
Severity
Sesl cracks/joints
Levels
and
Defined
Restore
Load Transfer
Creeks � Severity
Levels
Defined
a
Medium
Seal Cracks or
Replace Patch
Hi h
None
Small
Low
Patching
Concrete
patch
No
Polley
for this
Project
Full -depth Patch,
or Overlay
Concrete
Irerracon
—
Kechter Road Improvements Project
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
January 21, 2002
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed
in populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and
operated in a manner to cause the least noise consistent with efficient performance of the Work.
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be
kept moist with water or by application of a chemical dust suppressant. Chemical dust suppressant shall
not be injurious to existing or future vegetation.
C. Dust control within the lime deposit area shall conform to the project's health and safety plan. At a
minimum, the lime area shall be covered as soon as possible after compaction has been obtained to
minimize surface drying and dust. Dust control for this area may involve multiple
continuous watering to maintain a moist surface. watering and/or
13 POLLUTION CONTROL
A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other
substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and
culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction
activities.
Measures in general will include:
1. Control of runoff
2. Trapping of sediment
3. Minimizing area and duration of soil exposure
4. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the
erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to
construction activities.
B. Preserve natural vegetation to greatest extent possible.
U:\Eileen\SOS\KechterRoad\Bid DOea\Construction Specs\Geaeral Requiremnts
General Reqs. -16
No Text
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970)669-1463
(970)669-1964
PROJECT NAME
Fairbrook Hei hts Phase I
Falcon Rid a Phase I
CONTRACTOR NAME
Eric Booton
Sandcreek Associates
AMOUNT
$ 266,222.00
$ 224,198.00
COMPLETION DATE
Jan-97
Jan-97
Landin s Office Park
Dohn Construction
$ 155,908.00
Feb 97
Ft Collins Coun Club
Coun Club
$ 163,000.00
Ma -97
Hewlett Packard - Ft Collins
Gerald H. Phipps, Inc.
$ 135,000.00
Ma -97
Lema Ave Im rovements
Ci of Ft Collins
$ 171,499.00
Jun-97
Siena PUD Sub. Phase I
John Minatta
$ 541 754 00
Jul-97
Landin s Office Park
Dohn Construction
$ 144,632.00
Au -97
Fafrbrook Height; Phase II
Eric Booton
$ 346,492.00
Se -97
Falcon Ride Phase II & III
Sandcreek Associates
$ 200,915.00
Se 97
Comerstone Subdvision
Rosecreek Pro erties
$ 440,140.00
Nov-97
Interstate Waterline
LGT Land
$ 207,563.00
Nov-97
Mt Vista PUD Phase II
Mt View Home Builders
$ 273,629.00
Dec-97
Solar Rid a Phase II
Cox Desi n Builders
$ 165,960.00
Dec-97
Windsor Middle School
Haselden Construction
$ 110,000.00
Dec-97
O enheimer Funds
Neenan Com an
$ 100,528.00
Feb 98
S radle Barr Ford
Alliance Construction Sol.
$ 549,986.00
A r-98
Glacier view Meadows
Glacier View Meadow Assoc.
$ 150,798.00
Ma -98
Hillsdale 5th Subdivision
Poudre Valle Construction
$ 237,069.00
Jun-98
Meadows Subdivision
Chambers Develo ment
$ 399,523.00
Jun-98
Creekstone Apartments
R.D. Stewart
$ 185,933.00
Jul-98
Park South PUD
Mark Middel
$ 229,191.00
Jul-98
Siena PUD Phase 2
's
John Minatta
$ 541,000.00
Jul-98
Fole Expansion
Me Desi n & Construction
$ 976,935.00
Oct-98
BMC West
Murdoff Construction
$ 308,246.00
Jan-99
San Cristo PUD
Ft Collins Housin Authorl
$ 247,811.00
Jan-99
Vista View
Willowood Co oration
$ 1,205,649.00
Jan-99
D Creek Mobile Home Park
D Creek LLC
$ 2,626,161.00
Ma -99
Drake Road Im rovements
Ci of Ft Collins
$ 355,946.00
Au -99
Vista at Cottonwood
Hillside Commercial Group
$ 158.532.00 1
Au -99
Timberline Road Widening
City of Ft Collins
$ 829,926.00 1
Oct-99
Page 1
-_ ,
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 60537
(970) 669-1463
(970)669.1964
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Harmon Villa a
Alliance Construction Sol.
$ 397,152.00
Nov-99
Platte Valle Hi h School
Platte Valle Schools
$ 573,722.00
Dec-99
Cornerstone 5th Subdivision
E uinox Co oration
$ 11067,435.00
Jan-00
Ft Collins/Loveland Ai ark
Tom Livin ston
$ 270,233.00
Jan-00
Harmon Reservoir
Harmon Res. Assoc.
$ 222,394.00
Feb-00
Martinez Park
Wonderland Custom Homes
$ 519,899.00
Feb-00
Legacy West Apartments
NORCO Construction
$ 412,625.00
Mar-00
Mountain View High School
Adolfson &Peterson
$ 333,304.00
A r-00
Quail Crossing Filing 3
James Com an
$ 413,914.00
r-nn
Stanton Creek Subdivision
James Com an
$ 2,061,544.00
r-00
Cedar View First Subdivision
Lonetree Partners LLC
$ 273,728.00
May-00
Mill Iron 5 Estates
Jim McDowell
$ 1,119,423.00
May-00
CSU Environmental Learning Cntr
Clark Construction
$ 179,581.00
Jun-00
Landin s Bay
Dohn Construction
$ 275,736.00
Jun-00
Quail ge
Brisben Development LLC
$ 279,248.00
Jun-00
Stanton Bride
Double Ea le Construction
$ 328,183.00
Jul-00
The Woods at Ptarmigan
Tri-Trend, Inc.
$ 559,164.00
Jul-00
Clover Basin 40
S camore Construction
$ 522,897.00
Au -00
Hamlet
Bueno Develo ment
$ 586,235.00
Au -00
Westrield Park Subdivision
Pro ressive Livin Structures
$ 426,522.00
Se 0
Reserves
Summit Land Mana ement
$ 348,293.00
Se -00
ViewPointe 2nd Filing
ViewPointe, LLC
$ 177,596.00
Se 0
St Vrain Centre
Mark You— Construction
$ 331,210.00
0---00
RMSC
R.C. Heath Construction
$ 431,865.00
Jun-01
Ventana Subdivision
Summit Land Mana ement
$ 137
Au -01
Greenleaf Construction
Greenleaf Construction
$ 164'524.00 1
Au -01
Wal'Mart
Alliance Construction Sol.
$ 2,161,110.21
Se -01
Wellington Pointe
ViewPointe, LLC
$ 4,185,551.00
Se 1
Timlleroreek
KEM Com an LLC
$ 274,010.00
Nov-01
CARE Housing
Sinnett Builders
$ 343,971.00
Nov-01
Clover Basin 2 & 3
Brisben Development LLC
$ 653,448.00
Dec01
Coeur d'Alene Estates
Alan Patterson
$ 1,022,812.00
Nov-01
Fox Meadows
Maxwell Construction
$ 254,592.00
Oct-01
Encorp
Dohn Construction
$ 165,516.00
40v-01
Page 2
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970) 669-1463
(970) 669.1964
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Timberline/Drake Im vements
Wellin on Pointe Commercial
Harmon !Timberline Im rovemnts
Promonto
Oasis
Lafa e
ViewPointe, LLC
Lafar e
Dohn Construction
Amshell Co oration
$ 267,083.00
$ 147,990.00
$ 496,437.00
$ 331,601.00
$ 174,517.00
Nov-01
Dec-01
Dec-01
Nov-01
Nov-01
Page 3
Gem
EXCAVATING INC.
1739 South County Road 13C
Loveland, CO 80537
Equipment List
EXCAVATORS
345—105,000 LB
330 - 75,000 LB
225 - 60,000 LB
215, 320L - 40,000 LB
215 with thumb attachment - 40,000 LB
320L with jackhammer attachment - 50,000 LB
LOADERS
950F - 4 CY
950A, 936,928 - 3 CY
add $10.00/hour for forklift attachment
HACKHOESILOADERS
416
580
210
add for compactor
IuLi s : . •_ 1 :_
•I
i
SCRAPERS
627,623 - 23 CY
613/615 -18 CY
TRUCK
Tandem -12 CY
End Dump -16 CY
Belly Dump -16 CY
Rock Trailer -16 CY
Water Truck
Pick ups
Lowboy
COMPACTORS
Sheeps foot roller
815 - 4 wheel w/ blade
Bomag
Roller - Pneumatic
Hyster
REX
Arrow tamper
DOZER
D5 Dozer
D6 Dozer
D7 Dozer
MEELLANEOUC
Compressor with breaker
Bobcat
Mini -Excavator
Ag tractor and disc
Laborers
Supervisor
MCELLANEOITS POWER TOOT,S
Cut off saw, jumping jack, breaker, rock drill
Ge"df&d
EXCAVATING INC.
1739 South County Road 13C
Loveland, CO 80537
Phone: (970) 669-1463
FAX: (970) 669-1964
Owner of Gerrard Excavating, Inc. since 1984.
Partner of Gerrard Construction 7 years.
ect Manager
Operations manager for Gerrard Excavating
since April, 1994. Superintendent/Operator for
F11—Project
22 years.
Manager
Estimator/Project Manager for Gerrard
Excavating since 1992. Project
Manager/Contract Administrator for 25 years.
Superintendent/Operator for Gerrard Excavating
since 1991.
Edd Nestor — Project Superintendent
Superintendent/Operator for Gerrard Excavating
since 1994.
Steve Jungemarm
Quality Control/Testing Technician for Gerrard
Excavating since 1999. Technician Inspector
for FCLWD for 9 years.
SECTION 00500
AGREEMENT FORMS
00510Notice of Award
00520Agreement
00530Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date: March 18, 2002
TO: GERRARD EXCAVATING, INC.
PROJECT: KECHTER ROAD IMPROVEMENTS PROJECT; BID NO. 5680
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated March 12, 2002 for the above project
has been considered. You are the apparent successful Bidder and have been awarded
an Agreement for KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680.
The Price of your Agreement is Two Million One
Hundred Ninety-three Dollars and fifty-f;va
5
M
Four (4) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Four (4) 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 April 2, 2002.
1. You must deliver to the OWNER four (4) 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
OWNER to consider your Bid abandoned, to
your Bid Security forfeited.
within the time specified will entitle
annul this Notice of Award and to declare
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
WNER
B. O'Neill
�o of Purchas
tle
>llins
) D) s"
II, CPPO
nq and Ris
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 18th day of March in the year of 2002 and shall
be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Gerrard Excavating, Inc (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the
Contract Documents. The Project for which the Work under the Contract
Documents may be the whole or only a part is defined as the construction
improvements to Kechter Road and Kechter Road and Ziegler Road
Intersection, and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by Kechter Road Improvements, Northern Engineering,
McClelland Channel Realignment, Weeks and Associates, McClelland Channel
Improvements, Northern Engineering, Willow Brook Plans, TST, Inc., and City of
Fort Collins Engineering, 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 by August 1, 2002 as provided
in the General Conditions and completed and ready for Final Payment and
Acceptance in accordance with the General Conditions by August 11, 2002.
3.2. Liquidated Dama es. 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
1) Substantial Completion:
One Thousand Five Hundred Ten Dollars ($1,510.00) for each calendar
day or fraction thereof that expires after August 1, 2002 for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for each
working day or fraction thereof that expires after August 11, 2002 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: ($2,197,893.55), Two
Million One Hundred Ninety-seven Thousand Eight Hundred Ninety Three Dollars and
fifty-five cents, 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.
9/12/01 Section 00520 Page 2
SECTION 00020
INVITATION TO BID
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
examinations, investigations, tests,
conditions of the Contract Documents.
9/12/01
the results of all such observations,
reports and data with the terms and
Section 00520 Page 3
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:
7.2.1Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets with the following
general title:
Drawing Titles & Sheet #Is:
• Cover/Index Sheet
9/12/01
Sheet
1
Sheet
2
Sheet
3.0-3
Sheet
4
Sheet
5-8
Sheet
9
Sheet
10-16
Sheet
17
Sheet
18-18
Sheet
19
Sheet
20
Sheet
20A
Sheet
21-23
--•r--eauv.. �o - Lvvrunern hngineerinq
Cover & General notes
Existing Conditions
3 Grading and Erosion Control Plan
Drainage Plan
Kechter Road Plan and Profile
Intersection Details
Kechter Road Cross -Sections
Striping Plan
2 Stormsewer Plan and Profile
Existing Kechter Road Waterline
Proposed Kechter Road Waterline
24" Waterline Casing Plan & Profile
Detail Sheets
• Fossil Lake PUD - McClelland Channel Realignment - Weeks
& Associates
Sheet S1 Box Culvert Plan
Sheet S2 Box Culvert Details and Notes
Section 00520 Page 4
• Fossil Lake PUD - McClelland Channel Tmnrnv<men*a -
Sheet M1 McClelland Channel Plan and Profile
Sheet M2-M3 General Details
• Willow Brook - TST, Inc
Sheet
1
Index to Plans General Notes Vicinity
Map
Sheet
51A-51B
Siphon"C"18" Irrigation Waterpipe
Sheet
78-80
Street Plan and Profile
Sheet
82
Grading Plan / Ultimate Design
Sheet
83
Signing and Striping Plan Ultimate
Sheet
84-86A
Cross -Sections
Sheet
88-89
Street Details
Sheet
90-91
Stormsewer and Erosion Control
The Contract Drawings shall be stamped "Final for Construction" and dated. Any
revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 1, 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.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not without
limitations, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
9/12/01 Section 00520 Page 5
OWNER: CITY OF FORT COLLINS
M
, CITY
3MMM
JAME II, FNIGP
IREC ORR OF OF PURCHASING
ANLD/RISK Mz — ENT
Date: - i Z�
Attest:
Address for
P. O. Box 580
vxng:.nOficl
Fort Collins, CO
Approved as to Form
I
Assist nt y Attorney
CONTRACTOR: Gerrard DExcavating, Inc.
�� tl��� �� I►1�i
Title:
Date: tPn &4.ow�.zc07—_
(CORPORATE SEAL)_,
Attest:
Address for giving notices:
LICENSE NO.:
9/12/01 Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680
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
receipt of this notice as required by the Agreement.(
calendar days from
gr
Dated this
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
of 20_ day
CONTRACTOR
In
Title:
7/96
Section 00530 Page 1
SECTION 00600
BONDS AND CERTIFICATES
00610Performance Bond
00615Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. 54=122321
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Gerrard Excavating, Inc.
(Address) m 9 s_ r r monad 14r Loveland rn RnszZ
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the
"Principal" and
(Firm) United Fire and Casualty Company
(Address) 118 Second Avenue Southeast Cedar Rapids IA 52407
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 referr d to-aS the OWNER", in enal sum of Two million one
[red ninety-seven thousand eight �un` efaaPii tijoF4�hJW �s �i d 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 18th day of March ,
20.U, a copy of which is hereto attached and made a part hereof for the
Performance of The City of Fort Collins project, RECHTER ROAD IMPROVEMENTS
PROJECT; NO. 5680.
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.
7196 Section 00610 Page 1
PROVIDED, FURTHbt, that the said Surety, fc_ 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 four (4) counterparts, east
one of which shall be deemed an original, this 18th day of March
2002.
IN PRESENCE OF:
tit
(carpo�(�te Se�];7
IN PRESENCS 08':
k,
IN P_ C : OF:
Stacey Pasch
al)
PriaiaiPal Gerrard Excavating, Inc.
(Title)
1739 S. Counry good lie Loveland. ro 80537
(Add=ess)
Other Pertaers
By:
By:
surety
United Fire and Casualty Company
Hy:
� 1 &
By: Richard D. Herbert - Attorney n Fa t
(Address) 118 Second Avenue Southeast
Cedar Rapids, IA 52407
N 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
1
SECTION 00615
PAYMENT BOND
Bond No. 54-122321
KNOW ALL MEN BY THESE PRESENTS. that
(Firm) Gerrard Excavating, Inc.
(Address) ntv Road 13C Loveland,
(an Individual), (a Partner
Principal and ship), (a Corporation), hereinafter referred to as the
(Firm) United Fire and Casualty Company
(Address) 118 Second Avenue Southeast, Cedar Rapids, IA 52407
hereinafter referred to as "the Suretv", are held and firmly bound unto the Citt
of Fort Collins, 300 La orte Ave., Fort Collins, Colorado 80522 a (Municipal
lion one hundred
Corporation) hereinafter referred to astfh��a,- WNER" ninety-seven thousand eight hundred nijt i ee �ndi�%Openal sum of Iwo Mil -
the payment o� which sum well and truly to be made, money
States, fox
we bind ourselves, ssuccessors
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 18th day of March
20�, a cony of which is hereto attached an Performance of The d made a part hereof --fore
PRO�CT; N0. 5680. City of Fort Collins project, R'ECHTER ROAD IMPROVEMENTS
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 pairs oatian 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, sad for all labor, performed in such Work whether by subcontractor or
Otherwise, then this obligation shall be void; otherwise to remain in full force
and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the Work to be performed thereunder or the Specifications
accompanving the same shall in any way affect its obligation on this bond; and
it does hereby waive notice of any such change, extension of time, alteration or
addition to the terns of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the unsatisfied. right of any beneficiary hereunder, whose claim may be
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
7/96
Section 00615 Page 1
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in 'our (4) counterparts, eact
one of which shall be deemed an original, this '18th day of March
20 OZ
IN PRESENCE OF:
,o
IN MESENCS DY A
IN P ENCE OF:
Stacev Pasch
( eal)
Principal Gerrard Excavating, Inc.
1739 S. County Road 13C
Bye Loveland. CO 80537
(Title)
(Address)
Other Partners
Surety United Fire and\_Causalty Company
By:�,c���
By: Richard D. Herbert - Attorney In Fact
(Address) 118 Second Avenue Southeast
Cedar Rapids, IA 52407
MWDate 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
SECTION 00020
INVITATION TO BID
Date: February 11, 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
MARCH 12, 2002 for the KECHTER ROAD IMPROVEMENTS PROJECT; Bid No. 5680. 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. O. Box 580, Fort
Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for The construction of the improvements to
Kechter Road includes reconstructing and widening Kechter Road from Ziegler Road
east to the Fossil Creek Inlet Ditch. The old County Road surface on Kechter
Road will be removed and reconstructed with a new asphalt pavement section.
These improvements will include construction of vertical curb and gutter,
sidewalks, colored concrete handicap access ramps, asphalt paving with decorative
asphalt crosswalks, and storm -water and irrigation installation. A dual 20' x
5' cast -in -place box culvert will be constructed to replace the existing
corrugated metal pipe crossing at the McClelland Channel. Approximately 1200'
(feet) of McClelland Channel will be realigned and re -graded north and south of
the McClelland box. This work will include base -flow channels (grouted and
graded), riffle drop structures and rip -rap areas. In conjunction with the Fort
Collins -Loveland Water District, 1200, (feet) of 12-inch pvc c900 water main will
be installed. Other tasks associated with this project include removals,
relocations and adjustments of existing features. City crews will install
traffic signal conduit, stripe the finished pavement and install new street
signage.
Kechter Road and Zie ler Road Intersection:
This intersection will be widened and paved with concrete. Existing stormwater
and irrigation pipes will be plugged and replaced with new reinforced concrete
pipes (RCP). A 36" casing pipe (approx. 210, long) will be installed for a
future Fort Collins -Loveland Waterline. This intersection will be widened to
accommodate right-hand turn lanes and the installation of conduits for future
signalization.
The Contractor will provide Traffic Control and Construction Surveying. The
Contractor will be required to work with the City traffic control supervisor.
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 February 12, 2002.
Copies of the Contract Documents, complete with Construction Specifications and
07/2001
Section 00020 Page 1
1�n1 UNITED FIRE & CASUALTY COMPANY
HOME OFFICE - CEDAR RAPIDS, IOWA
`-(Original on file at Home Of
KNOW ALL MEN BY THESE PRESENTS, That the UNITED PIP
under the laws of the State of Iowa, and having its princif
appoint SALLY D. HERBERT, OR CHRISTI$E
STACEY PASCH, ALL INDIVIDUALLY `
vvrrf Sir F\ t 1 virli la T
Company -''See Certification)
cSUALTY COMPANY, a .corporation duly organized and existing
m in Cedar i Rapids. State of Iowa does make, constitute and
JORDAN,`OR RICHARD D. HERBERT, OR
of; 275 SMAIN #208 LONGMONT CO 80501
its true and lawful Attorney(s)-in=Fact with;. power and authority hereby conferred to sign, seal and execute' in its behalf all
lawful bonds: undertakings and other obligatory instruments of similar, nature as follows: $5,000,000
and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by
the duly authorized officers of UNITED FIRE & CASUALTY COMPANY andall the acts of said Attorney, pursuant to the authority -.
hereby given ;are hereby'' ratifiedand confirmed.
The Authority hereby granted shall expire MARCH. 16th 200.3 unless sooner revoked.
This power of Attorney Is 'made and executed pursuant to and:. by out of the following By -Law duly adopted by 4 the
Board of Directors of the Company on April'. 18, 1973. ,.
"Article V - Surety Bonds and Undertakings."
Section 2, Appointment of Attorney.ln-Fact "The President or any Vice President, or any other officer of the Company, may, from time to time, appoint
by written certificates attorneys -in -fact to act in behalf of the Company In the execution of policies of insurance, bonds, undertakings and other
obligatory Instruments of like nature. The signature of any officer authorized. hereby, and the corporate seal, may be affixed by facsimile to any
powerof attorney or special power of attorney or cartjgcation of either authorized hereby; such at"unt—and seal when so used; being adopted by the
Company an the original signature of such ofacar and the original saef of the Company, to be vaild And binding upon the Company with the same force
and effect an though manually Affixed. Such attorneys -in -fact, subject to the limitations fat forth In, thejr respective certificates of authority shot] have
tultpower to bind the Company by their signature and execution of Any such instruments and to attach f total of the Company: thereto The President
or any Vice President, the Board of Directors or. any other officer of the Company may at any time revoke •all power and authority previously divert to
16th
wouftj
A. 123
IIALff
yacu N
Iowa, County of Linn, as:
dill
SS WHEREOF, the UNITED FIRE & CASUALTY .COMPANY has caused these presents
Ted by its assistant vice president and its corporate seal to be hereto affixed this -
day of MARCH A.D. 2001
UNITED FIRE & CA ALTY COMPANY
By
0 Q a
Assistant Vice esident
2001• before me personally came
sworn, did depose and say: that he resides in
to
now in full force and effect
whole
the E
ne to
1 1
In testimony whereof I have hereunto subcribed my
Company this 18th day of March
I W
that
hat I,.. have, compared. the
corporate seal of the
ry
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
7/96
Section 00630 Page 1
ACORD CERTIFICATE OF LIABILITY INSURANCE
PRODUCER (303)939-9921 FAX (303)939-9926
Herbert -Leavitt Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE
278 South Main Street HOLDER. THIS CERTIFICATE DOES NOT AME
ALTER THE COVERAGE AFFORDED BY THE
ite 208
lc ngmont, CO 80SOI INSURERS AFFORDING COVERAGE
INSURED
INSURER A: Bituminous Casualty Corp
Gerrard Excavating, Inc. INSURERS: Pinnacol Assurance
1739 S. County Road 13C INSURERC: Evanston Insurance Company
Loveland, CO 80S37 INSURER D:
INSURER E:
DATE (MMNDIYY)
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT
WITH RESPECT TO WHICH THIS
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
CERTIFICATE MAY BE ISSUED OR
THE TERMS,
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
EXCLUSIONS AND CONDITIONS
OF SUCH
LTR
TYPE OF INSURANCE
POLICY NUMBER
DATE MMIDD
DATE (MMMOIYYI
LIMITS
GENERAL
LIABILITY
LP3130679
01/01/2002
01/01/2063
EACH OCCURRENCE
s
1 Ow.
COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (My Bre)
s
100
CLAIMS MADE a OCCUR
MED E%P (Any aM Pe )
S
10
A
Per Project Gen Ag
X
PERSONAL S ADV INJURY
s
1,000,00
GENERALAGGREGATE
S
Z 000
GEML AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s
2 000
POLICY X JECT
LOC
AUTOMOBILE LIABILITY
P3130688
01/01/2002
01/01/2003
X ANYAUTO
COMBINEOSINGLE OMIT
(Ee ecNdenC
$
X ALL OWNED AUTOS
1 000 0
BODILY INJURY
S
X SCHEDULEDAUTOS
HIREDAUTOS
BODILY INJURY
(PW eccidwt)
s
NON
NON-OWNEDAUTOS
PROPERTY DAMAGE
$
(Per SaddMI)
$500 Ded
GARAGE LIABILRY
ANYAUTO
AUTO ONLY -EA ACCIDENT
s
OTHER THAN EAACC
$
AUTO ONLY: AGG
$
EXCESS LIABILITY UP2536627 01/01/2002 01/01/2003
X
EACH OCCURRENCE s
2 000
OCCUR ❑CLAIMS MADE
A
AGGREGATE $
2 000
DEDUCTIBLE INDER/EVANSTON INS 01/01/2002 01/01/2003
s
ch Occurrence s
3 000
RETENTION $
28598
AND 01/01/2002 01/01/2003
EMPLOYERS'
ggregate s
X
; O0O
LIABILITY
TORYLIMITB I ER
B
E.L. EACH ACCIDENT $
1OO
FICERS INCLUDED
E.L. DISEASE - EA EMPLOYEE $
100,0
0 ER
E.L.DISEASE-POLICY LIMIT $
SOO O
Inland Marine LID 130679 01/01/2002 01/01/2003
A
Limit $6,417,270
chedules Equipment
Deductible $SOO
OESC PTION OPE Ti BILOCA ION E CLE8/E%CLUBION8 ADDED BY ENDOR8EMENTISPECIAL P OWSIONo
11 Operations / All Locations
CERTIFICATE HO R I ADDITIONAL INSURED: INSURFRIame. CAMCCIIe nu
City of Fort Collins
300 Laporte Ave.
Ft. Collins, CO 80S25
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THIS ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT TITLE:
KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680
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.
CONTRACTOR By.
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as substan-
tially complete and will assume full possession of the project or specified area
of the project at 12:01 a.m., on
The responsibility for
heat, utilities, security
, and insurance under the Contract Documents shall be
as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
REMARKS:
7/96
AUTHORIZED REPRESENTATIVE DATE
Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
"s
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, KECHTER ROAD
IMPROVEMENTS PROJECT; NO. 5680.
A check is attached hereto in the amount of $ as Final Payment for
all Work done, subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and
guarantees will continue for the specified time from the following date:
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
7/96 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: (CONTRACTOR)
PROJECT: KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680
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.
5. The parties acknowledge that the description of the project set forth above
7/96 Section 00650 Page 1
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: KECHTER ROAD IMPROVEMENTS PROJECT; NO. 5680
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
on bond of
_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)
MN
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 (12I98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
L
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 penafties 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.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
10
Trade name/DSA: net, partner, or corporate name.
Mailing address (City, state, zip): Contact Person -
E-Mail address:
Federal Employers Identification Number:
Bid amount for your contract:
Fax number.
( I
Business telephone number.
Colorado withholding tax account number.
t, krti�'
nt99
9 r es'
2:1.
Name of exempt organization (as shown on contract).
Exempt orgaMzation s number.
98 -
Address of exempt organization (City, State, zip):
Principal contact at exempt organization: Principal contact's telephone number.
Physical location of project she (give actual address when applicable and Cities andlor County ([as) where project Is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
Completion date:
�b S Ego rb�Ni.ik d »st a: ,4# .W,Y;Zi, rr/>:a r .I. }. a pry"E V x l mr
i N
�.�°r���,��9,���.'�
....}�
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 NOT l RI I n BELOW 1 H15 LINE
SECTION 00700
GENERAL CONDITIONS
SECTION 00100
INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
1. DEFINITIONS......................................................1
2. PRELIMINARY MATTERS ................................
3
1.1
Addenda.............................................1
2.1
Delivery of Bonds ..... ........................
3
1.2
Agreement. .........................................i
2.2
Copies of Documents ........................
3
1.3
Application for Payment......................1
2.3
Commencement of Contract
1.4
Asbestos................................I............1
Times; Notice to Proceed,..............
3
1.5
Bid.....................................................1
2.4
Starting the Work ............................
1.6
Bidding Documents .............................1
2.5-2.7
Before Starting Construction;
1.7
Bidding Requirements ..........................I
CONTRACTOR's Responsibility
1.8
Bonds.................................................I
to Report; Preliminary Scheddes;
1.9
Change Order......................................1
Delivery of Certificates of
1.10
Contract Documents ............................1.
Insurance .............,,,,.,,,,,..... ...... .3-4
1.11
Contract Price ..... ... .............................1
.
2.8
Preconstruction Conference,.,.,....,..,
4
1.12
Contract Times....................................1
2.9
Initially Acceptable Schedules, ..........
4
1.13
CONTRACTOR..................................I
1.14
defective.............................................1
3. CONTRACT DOCUMENTS: INTENT,
1.15
Drawings............................................1
AMENDING, REUSE.........................................
4
1.16
Effective Date of the Agreement
........,,1
3.1-3.2
Intent .............................................
4
1.17
ENGINEER .........................................
3.3
Reference to Standards and Speci-
1.18
ENGINEER'S Consultant ......................
I
fications of Technical Societies;
1.19
Field Order .........................................
1
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..................................................2
Documents ...................................
5
1.24
Milestone............................................2
3.7
Reuse of Documents .........................
5
1.25
Notice of Award ..................................
1.26
Notice to Proceed.................................2
4. AVAILABILITY OF LANDS;
1.27
OWNER .............................................
SUBSURFACE AND PHYSICAL CONDITIONS;
1.28
Partial Utilization
2
REFERENCE POINTS .........................................
5
1.29
PCBs..................................................2
4.1
Availability of Lands .....................
5-6
1.30
Petroleum...........................................2
4.2
Subsurface and Physical
1.31
Project ................................................
Conditions ....................................
6
1.32.a
Radioactive Material ............................2
4.2.1
Reports and Drawings......................6
1.32.b
Regular Working Hours ........................
.............
2
4.2.2
Limited Reliance by CONTRAC-
1.33
Resident Project Representative .._.........2
TOR Authorized; Technical
1.34
Samples..............................................2
Data............................................6
1.35
Shop Drawings ...................................
2
4.2.3
Notice of Differing Subsurface
1.36
Specifications .....................................
2
or Physical Conditions..,,,,,,,.,,,_..,,
6
1.37
Subcontractor..,..,
. 2
4.2.4
ENGINEER's Review, .............0
1.38
Substantial Completioq.......................2
4.2.5
Possible Contract Documents
1.39
Supplementary Conditions,,,,,,,,,,,,,,,,,,
2
Change .........................................
6
1.40
Supplier,,,,,,,,,,,,,, ........-
.........2
4.2.6
Possible Price and Times
1.41
Underground Facilities ......................2-3
Adjustments ...............................
6-7
1.42
Unit Price Work,,,,,,,,,, ......................,
3
4.3
Physical Condtions--Underground
1.43
Work..................................................3
Facilities .......................................
7
1.44
Work Change Directive ........................
4.3.1
Shown or Indicated ..........................
7
1.45
Written Amendment ...........................3.
4.3.2
Not Shown or Indicated .............
4.4
Reference Points ..............................7
E]CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Page
Article or Paragraph
Pa$e
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
5. BONDS AND INSURANCE ........... ......................
8
6.26
Submittal.................................... -
mi16
Shop Drawing &Sample Submit-
5.1-5.2
Performance, Payment and Other
tals Review by ENGINEER
_
16-17
Bonds ..... . ...... . . .. ...............
...Sureties
8
6.27
......
Responsibility for Variations
5.3
Licensed and Insurers;
From Contract Documents,
17
Certificates of Insurance ....................
g
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
5.6
Property Insurance..,,,,,.,,, ...............9-10
6.29
.,,,,,,............................17
Continuing the Work
-
5.7
Boiler and Machinery or Addi-
6.30
.,,,,,,,,..,,,,..,,,,J7
CONTRACTOR's General
tional Property Insurancq..., .............
10
Warranty and Guarantee,,,,,,,,,,,,,,
_
17
5.8
Notice of Cancellation Prodsion.........
10
6.31-6.33
Indemnification
5.9
CONTRACTOR's Responsibility
6.34
.........................17-18
Survival of Obligations,,,,,,,,,,,,,,,,,,,
J8
for Deductible Amounts,,,,,,,,,,,,,,,,,„
10
-
5.10
Other Special Insurance......................
10
7. OTHER WORK .........................................
J8
5.11
Waiver of Rights................................11
7.1-7.3
Related Work at Site .......................
j8 y
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 „.......................i8
ance; Option to Replace,_„ ...............
11
8.1
Communications to CON-
5.15
Partial Utilization -Property
TRACTOR
Insurance........................................11
8.2
.................................18
Replacement of ENGINEER„..........18
8.3
Furnish Data andPay Promptly
6. CONTRACTOR'S RESPONSIBH ITIES ...............
i l
When Due
18
6.1-6.2
Supervision and Superintendencg.......
11
8.4
..................................
Lands and Easements; Reports
_
6.3-6.5
Labor, Materials and Equipment.,,
11-12
and Tests ...............................
J8-19
6.6
Progress Schedule..............................12
8.5
Insurance,,.,,,,,,,.,.
19
6.7
Substitutes and "Or -Equal" Items;
8.6
..........................
Change Orders
J9
CONTRACTOR's Expense;
8.7
...............................
Inspections, Tests and
Substitute Construction
Approvals...................................19
w
Methods or Procedures;
8.8
Stop or Suspend Work;
ENGINEER's Evaluation.............12-13
Terminate CONTRACTOR's
_
6.8-6.11
Concerning Subcontractors,
Services,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
19
Suppliers and Others;
8.9
Limitations on OWNER'S
Waiver of Rights, ........................
j3-14
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,,,,,,,,,,,,,,,,,,,,
J9
6.15
Taxes,,,,,,,,,,
14-15
8.11
Evidence ofFinancal
6.1
Use of Premises,.,,,,,..,._
....15
Arrangements..............................19
6.17
Site Cleanlines@................................
15
6.18
Safe Structural Loading.....................15
9. ENGINEER'S STATUS DURING
--
6.19
Record Documents ...... .......................j5
CONSTRUCTION
6.20
Safety and Protection ....................15-16
9.1
..............................................
OWNER's Representative
19
6.21
Safety Representative..,,.
... J6
9.2
...............
Visits to Site,,,,,,,,,,,,,,,,,,,
19
6.22
Hazard Communication Program* ......
16
9.3
Project Representativq
9-21
6.23
Emergencies.................................4.
16
9.4
........... d....
Clarifications and Interpre-
_.
6.24
Shop Drawings and Samples..............16
tations..................... 4...................
1
9.5
Authorized Variations in Pork
21 ^
1O
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Article or Paragraph
Page
Article or Paragraph
Page
Number
Number & Title
Number
Number & Title
9.6
Rejecting Defective Work...................21
13.8-13.9
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEERs Request .....................27-28
28
and Payments
13.10
OWNER May Stop the Work ..........
9.10
...................................21
Determinatims for Unit Price§......
21-22
13.11
Correction or Removal of
9.11-9.12
Decisions on Disputes; ENGI-
Defective Work ...........................78
f
NEER as Initial Interpretel
13.12
Correction Period _....................
...... 28
9.13
..............22
Limitations on ENGINEER'S
13.13
Acceptance of Defective Work, ........
28
Authority and Responsibilitieg.....
2-23
13.14
OWNER May Correct Defective
Work.....................................
28-29
CHANGES IN THE WORK .......................................
23
14. PAYMENTS TO CONTRACTOR AND
10.1
OWNER's Ordered Change................23
29
10.2
Claim for Adjustment. .......................
23
COMPLETION ..................................................
10.3
Work Not Required by Contract
14.1
Schedule of Values .........................29
Documents
14.2
Application for Progress
10.4
.....................................23
Change Orders
Payment .....................................
29
10.5
.................................23
Notification of Surety
14.3
CONTRACTOR'S Warranty of
........................23
Title..........................................
29
CHANGE OF
CONTRACT PRICE
23
14.4-14.7
Review of Applications for
11.1-11.3
..............................
Contract Price; Claim for
Progress Payments. .................
29-30
Adjustment; Value of
14.8-14.9
Substantial Completion ..................
30
the Work
23-24
14.10
Partial Utilization ......................30-31
11.4
Cost of the Work
„
14.11
Final Inspectiorl .............................
31
11.5
...........................24-25
Exclusions to Cost of the Work..........25
14.12
Final Application for Payment ........
31
11.6
CONTRACTOR's Fee.........................25
14.13-14.14
Final Payment and Acceptance,,...,,
31
11.7
Cost Records.................................25-26
14.15
Waiver of Claims .......................
31-32
11.8
Cash Allowances...............................26
11.9
Unit Price Work
15. SUSPENSION OF WORK AND
................................26
TERMINATION ................................................
32
CHANGE OF CONTRACT TIMES
15.1
OWNER May Suspend Work ..........
32
12.1
............................26
Claim for Adjustment. .......................26
15.2-15.4
OWNER May Terminate.,,,,...........
32
12.2
Time of the Essence
15.5
CONTRACTOR May Stop
12.3
..........................26
Delays Beyond CONTRACTOR'S
Work or Terminate .................
32-33
Control
26-27
12.4
......................................
Delays Beyond OWNER's and
16. DISPUTE RESOLUTION ..................................
33
CONTRACTOR's Control................27
17. MISCELLANEOUS...........................................33
TESTS AND
INSPECTIONS; CORRECTION,
17.1
Giving Notice ................................
33
REMOVAL OR ACCEPTANCE OF
17.2
Computation of Times ....................
33
DEFECTIVE WORK
17.3
Notice of Claim ..............................
33
13.1
.................................................27
Notice of Defects...............................77
17.4
Cumulative Remedies .....................
33
13.2
Access to the Work
17.5
Professional Fees and Court
13.3
............................27
Tests and Inspections;
Costs Included, ............................
33
CONTRACTOR's Cooperation.........
27
17.6
Applicable State Laws ...............
33-34
13.4
OWNER's Responsibilities;
Intentionally
left blank ................ I......................35
Independent Testing Laboratory.......27
13.5
CONTRACTORS
EXHIBIT GC -A: (Optional)
Responsibilities...............................27
Dispute Resolution Agreement....................,
GC -Al
13.6-13.7
Covering Work Prior to Inspec-
16.1-16.6
Arbitration.............................�-A1
tion, Testing or Approval.................27
16.7
Mediation ...............................
QC -Al
v
FJCDC GENERAL. CONDITIONS 1910-5 (1990 EDITION)
w/ C1TY 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
Acceptance of --
Number
Bonds and Insurancq........................................5.14
defective Work............................10.4.1,
13.5, 13.13
final payment ........................................
9.12, 14.15
insurance,. ..............................................
5,14
other Work, by CONTRACTOR
7.3
Substitutes and "Or -Equal" Item$ ......................
.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...................................6.9.1,
9.13.3
ENGINEER ...........................................
.20, 9.13.3
OWNER..................
.................................6.20,
8.9
Addenda --definition of (also see
definition of Specifications) ....... (1.6,
1.10, 6.19), 1.1
Additional Property Insurances .................................
5.7
Adjustments --
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,
......................................... 11, 12, 14.8, 15.1
progress schedulq.............................................. 6.6
Agreement --
definition of......................................................1.2
"All -Risk" Insurance, policy form............................5.6.2
Allowances, Cash....................................................11.8
Amending Contract Documents,,,,,,,,,,,,,,,,,,,, 3.5
Amendment, Written --
in general................1,10, 1.45, 3.5, 5.10, 5.12, 6.6.2
..........................6.8.2,6.19,10.1,10.4,11.2
Appeal, OWNE
.....R..or......CONTRACTO....................R.12.1, 13.12.2, 14.7.2
intent to9,10, 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....... .................„7.8, 2.9, 5.6.4, 9.10, 15.5
progress payment ..................................... 14.1-14.7
review of.,,,,,.,,,,. ..............14.4-14.7
Arbitration ............................ ......................... 16.1-16.6
Asbestos --
claims pursuant theretq................... 4.5.2, 4.5.3
CONTRACTOR authorized to stop Work,,., 4.5.2
definitionof.......................................................1.4
Article or Paragraph
Number
OWNER responsibility for ...................
4.5.1, 8.10
possible price and times changq.......................
4.5.2
Authorized Variations in Work .........
1.6, 6.25, 6.27, 9.5
Availability of Lands,,,,,,,,, ..........
......... 4.1,8.4
Award, Notice of--defined.......................................1.25
Before Starting Construction..............................2.5-2.8
Bid --definition Of .................... 1.5
(1.1, 1.10, 2.3, 3.3,
4.2.6.4, 6.13, 11.4.3, 11.9.1)
Bidding Documents --definition
Of...............................................1.6
Bidding Requirements --definition
(6.8.2)
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.......................................................1.8
delivery 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 OtheT...................5.1-5.2
Bonds and Insurance --in general,,,,,,,,,,,,,,,,,,,,,
5
Builder's risk "all-risk" policy form .........................5.6.2
Cancellation Provisions, Insurancq........
5.4.1 I, 5.8, 5.15
Cash Allowances... .................................
11.8
Certificate of Substantial Completion,,.,,,,
1.38, 6.30.2.3,
........................................0.........14.8,
14.10
Certificates of Inspection...................9.
U.4, 13.5, 14.12
Certificates of Insurancq......... 0... 2.7, 5.3,
5.4.11, 5.4.13,
••...•••...............5.6.5, 5.8, 5.14,
9.13.4, 14.12
Change in Contract Price -
Cash Allowances ..............................................
11.8
claim for price
adjustment......,,,.., 4.1, 4.2.6, 4.5,
5.15, 6.8.2, 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>.............................................1
I.5
Cost Records ................................. .
..... )1.7
in general,,,......._„1.19, 1.44, 9.1,
..,0.4.3, 11
Lump Sum Pricing., ........
11.3.2
Notification of Surety,,,,,,,,,,,,,,,,,,,,,
.......
10.5
Scope of, ..... 0............................. . ..........
.....10.3-10.4
Testing and Inspection,
Uncovering the Work ...............................
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 time limits.............
........................12.2
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 of Defective Work ..........................13.13
Amending Contract Documents..........................3.5
Cash Allowances. ................ ** .......
**'*'*"*"* ... * ..... 11.8
Change of Contract PricG............
.......................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.....................................................0.23
ENGINEER's responsibility .......
9.8, 10.4, 11.2, 12.1
execution of.....................................................10.4
Indemnifrctiorl .........................6.12,
6.16, 6.31-6.33
Insurance, Bonds and, ......................5.10,
5.13, 10.5
OWNER may terminate,,,,....... 4
..................15.2-15.4
OWNER'S Responsibility .............................
$•6, 10.4
Physical Conditions --
Subsurface and..............................................4.2
Underground Facilities--............................44.3.2
Record Documents ......................
4....................6.19
Scope of Change ............. ..........................
10.3-10.4
Substitutes.....................4.......................6.7.3,
6.8.2
Unit Price Work ...........................................
....11.9
value of Work, covered by..............................11.3
...
Changes in the Work .................... 4............................10
Notification of surety ........... ... .........
4................ 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 Pricq....... 4
...................9..4, 11.2
Change of Contract Times.......
4..................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
vi
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 Disputes...............................9.11,
9.12
Dispute Resolution............................................16.1
Dispute Resolution Agreement ....................16.1-16.6
ENGINEER as initial interpretoL .......................9.
11
Lump Sum Pricing.........................................11.3.2
Noticeof..........................................................1.7.3
OWNERS....................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 op ............................?.I
I
Substitute Items.............................................0.7.1.2
Time Extension.................................................12.1
Time requirements ...................................
9.11, 12.1
Unit Price Work.............................................11.9.3
Valueof...........................................................1.1.3
Waiver of --on Final Paymenl.................14.14,
14.15
Work Change Directive .....................................
10.2
written notice requiress.................... 9.11, 11.2, 12.1
Clarifications and Interpretation$..,,,,......
3.6.3, 9.4, 9.11
Clean Site............................................................4..17
Codes of Technical Society, Organization
or Association..................................................3.3.3
Commencement of Contract Times ...........................2.3
Communications--
general..............................................6.2,
6.9.2, 8.1
Hazard Communication Programs .....................k•22
Completion --
Final Application for Payment .........................14.12
Final Inspection..............................................14.11
Final Payment and Acceptance ...............14.13-14.14
Partial Utilization, ...........................................
J4.10
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
preconstruction...................................................
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
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Cash Allowances..............................................11.8
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... 4......................... ........................4'5.3
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 .........
.......................
Related Work,,,,
...3.3
7.2
Reporting and Resolving Discrepancies ........ ,2.5, 3.3
Reuse of ......................................................
Supplementing ..................................................
Termination of ENGINEER's
Employment
Unit Price Work...............................................11.9
..........8.2
variations,,,,,,.,, .. ...............................3.6,
6.23, 6.27
Visits to Site, ENGINEER'S,,,,,,,,,,,,,,,,,,
9.2
Contract Price --
adjustment of,,,,,,,,,,,,,, 3.5, 4.1,
9.4, 10.3, 11.2-11.3
Change of ...... ..........................
11
Decision on Disputes........................................9.11
definition of.....................................................1.11
Contract Times --
adjustment of,,.,,...,
3.5, 4.1, 9.4, 10.3, 12
Change of...... ..........................
. 12.1-12.4
Commencement of
..............I..................
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 sche....duling.............
4.9.2
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,
............. .........................
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,
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............................................
.23
Defects in Work of Others,,,.,,,.,,,
7 3
Differing conditions..,,,.,,,,,,
4.2.3
Discrepancy in Documents ......... 2.5,
3.3.2, 6.14.2
Underground Facilities not indicated.........,
4.3.2
Emergencies,,,.,, ..............................................
0.23
Equipment and Machinery Rental, Cost
of the Work...........................................11.4.5.3
Fee --Cost Plus,,,,,,,,,,,,,,,,, 11.4.5.6,
11.5.1, 11.6
General Warranty and Guarante@.......................0.30
Hazard Communication Programs.....................
0.22
Indemnification,.,, ................6.12, 6.16, 6.31-6.33
Inspection of the Work, .......
7.3, 13.4
Labor, Materials and Equipment,,,,,,,,,,,,,,,,
0.3-6.5
Laws and Regulations, Compliance by,,,,,,,,,,,,,
6.14.1
Liability Insurance,,,.
5.4
Notice of Intent to Appea(,.........„ ............9.10,
10.4
Obligation to perform and complete
the Work .......................................:............
0.30
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,
In, 6.29, 10.4,
15.2.1
Request for formal decisioon disputes,,,,,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work..................................10.1
Concerning Subcontractors, Suppliers
and Others......................................6.8-6.11
Continuing the Work ..........................6.29,
10.4
CONTRACTOR'S expense...........................0.7.1
CONTRACTOR'S General Warranty
and Guarantee.......................................
6.30
CONTRACTOR's review prior to Shop
Drawing or Sample submittal ................6.25
Coordination of Work ................................
6.9.2
Emergencies, ..............................................
6.23
ENGINEER's evaluation, Substitutes
or "Or -Equal" Items..............................0.7.3
For Acts and Omissions
of Others .............................0.9.1-6.9.2, 9.13
for deductible amounts, insurance*,,,.,,,,..„.
5.9
general.........................................
6, 7.2, 7.3, 8.9
Hazardous Communication Programs,,........6.22
Indemnification, .................................. 6.31-6.33
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) ^+
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
rr
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 .............................
4.12
Permits.......................................................0.13
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 Samples .......................0.24
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................0.7.1
Superintendence ....................... ... .................
6.2
Supervision...................................................6.1
Survival of Obligations,.,..***........................6.34
Taxes.........................................................
6.15
Tests and Inspections...................................13.5
ToReport .................................................4....Z.5
Use of Premises, ..................... 0.16-6.18,
6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal... ...................... 4 ..............
6.25
Right to adjustment for changes in the Work ..... 10.2
right to claim,..,,,..... 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
Safety and Protection. ........... 4 ..... 6.20-6.22, 7.2, 13.2
Safety Representative .......................................
6.21
Shop Drawings and Samples Submittals .....
6.24-6.28
Special Consultants..........................4.........4...11.4.4
Substitute Construction Methods and Procedure5..6.7
Substitutes and "Or -Equal" Items,
Expense .................. 4.......................
6.7.1, 6.7.2
Subcontractors, Suppliers and Others,.........
6.8-6.11
Supervision and Superintendence ..... 6.1,
6.2, 6.21
Taxes, Payment by....................................4
". ..6.15
Use of Premises ........................................
6.16-6.18
Warranties and guarantees.*........................4.5,
6.30
Warranty of Title..............................................14.3
Written Notice Required --
CONTRACTOR stop Work or terminate. ....... 15.5
Reports of Differing Subsurface
and Physical Conditions ...................4...
4.2.3
Substantial Completioq....... 4.......................14.8
viii
CONTRACTORS--other..............................................7
Contractual Liability Insurance..............................5.4.10
Contractual Time Limits.........................................12.2
Article or Paragraph
Number
Coordination --
CONTRACTORS 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 ..........................13.13
Correction or Removal of
Defective Work.................................6.30,
13.11
Correction Period............................................13.12
OWNER May Correct Defective Work..............13.14
OWNER May Stop Work.................................13.10
Cost --
of Tests and Inspections....................................13.4
Recordsll.7
Cost of the Work --
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts. ..............................................J
11.4.2
CONTRACTORS Fee.......................................11.6
Employee Expenses .....................................
11.4.5.1
Exclusions to. ...................................................
jI.5
General11.4-11.5
Home office and overhead expenses ....................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,.,,,,..... I.....................11.4.1
performed by Subcontractors...........................11.4.3
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 facilities ................11.4.5.2
Special Consultants, CONTRACTORS ............
11.4.4
Supplemental.................................................11.4.5
Taxes related to the Work............................11.4.5.4
Tests and Inspection..........................................13.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary facilities ...............11.4.5.7
Work after regular hours.................................11.4.1
Covering Work...............................................)3.6-13.7
Cumulative Remedies.....................................17.4-17.5
Cutting, fitting and patching....................................7.2
Data, to be furnished by OWNED ..............................
$ 3
Day --definition of. ...............................................
17.2.2
Decisions on Disputes ....................................
9.11, 9.12
defective --definition of...........................................1.14
defective Work --
Acceptance of......................................10.4.1,
13.13
EICDC GENERAL CONDITIONS
1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Correction or Removal Of .....................30.4.1, 13.11
Correction Period,,,,,,,..,.. ..........J3.12
......................
in general.........................................13, 14.7, 14.11
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 Work.......................................
13.8
Definitions................................................................
I
Delays ..................................... 4.1, 6.29,
12.3-12.4
Delivery of Bonds.....................................................2.1
Delivery of certificates of insurance ........................
2.7
Determinations for Unit Prices„........., .....................
9.10
Differing Subsurface or Physical Conditions
--
Notice of ..... ..................................................
4.2.3
ENGINEER's Review
Possible Contract Documents Chan
.......4.2.4
4.2.5
Possible Price and Times Adjustment$,,,,,,,,,,,,,
4.2.6
Discrepancies -Reporting
and Resolving................................2.5,
3.3.2, 6.14.2
Dispute Resolution --
Agreement ................................................
) 6.1-16.6
Arbitration................................................16.1-16.5
general16
Mediation........................................................16.6
Dispute Resolution Agreement.........................16.1-16.6
Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,
9.11-9.12
Documents --
Copiesof...........................................................7.2
Record 6.19
Reuse of ,
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,,,,,,,,,,,,,,,, ................
definition of.....................................................1.17
Limitations on authority and responsibilitieg..... 9.13
Replacementof ..................................................
8.2
Resident Project Representative .........................
9.3
ENGINEER's Consultant -- definition of ......
ENGINEER's.-
.....1.18
authority and responsibility, limitations 04........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,,,,,,,,,,,,,,,,,, ...............................
defective Work, notice of , _
Evaluation of Substitute Items,,,,,,,,,,,,,,
........13.1
,,
Liability...................................................4.32,
,,,6.7.3
9.12
Notice Work is Acceptable,,,,,,,,,,,,,,,,,,, ,
14.13
Observations...........................................6.30.2,
9.2
OWNER's Representative....................................9.1
Payments to the CONTRACTOR,
Responsibility for,,.,,,,.,.„.........................9.9, 14
Recommendation of Payment. ................... 14.4,14.13
Article or Paragraph
Number
Responsibilities --Limitations oq.................9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions,,,,,,,,,,,,,,,,
g.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,,,,
9.1:0
ENGINEER as Initial Interpretet..........
9.11-9.12
ENGINEER's Responsibilities,,,,,,,,,, .................
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 ..........4.............
9.10
Visits to Site.......................................................
9.2
Written consent require4 ........... 4..... 4............
7.2, 9.1
Equipment, Labor, Materials and,,,,,,,,,,,,,
6.3-6.5
Equipment rental, Cost of the Work ...............
11.4.5.3
Equivalent Materials and Equipment,........................
6.7
error or omissions......,.,.„
0.33
Evidence of Financial Arrangementp ......................$,11
Explorations of physical condition$ ......................
4.2.1
Fee, CONTRACTOR's--Costs Plus.,,,,,.,
..........................
11.6
Field Order --
definition of.....................................................J.19
issued by ENGINEER ................................
3.6.1, 9.5
Final Application for Payment,,,,,,,,,,,,,,,,,,
14.12
Final Inspection...................................................14.11
Final Payment --
and Acceptance,,,,,,,,,,,,,,,,,,,,,
14.13-14.14
Prior to, for cash allovances ....................
11.8
General Provisions..........................................17.3-17.4
General Requirements --
definition of.....................................................J.20
principal references tq..............�.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,,,,..,,,
(.22
Hazardous Waste —
definition Of.....................................................1.21
general..............................................................4.5
OWNER's responsibility for...............................8.10
E'CDC GENERAL CONDMONS 1910-8 (1990 EDMON) —�
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Indemnification, .............................0..•12,
6.16, 6.31-6.33
Initially Acceptable Schedules...................................2.9
Inspection --
Certificates of..............................9.13.4,
13.5, 14.12
Final...........................................................14.11
Article or Paragraph
Number
Special, required by ENGINEER .........................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 general..........................................5
Cancellation Provisions ......................................
5.8
Certificates of ................... Z 7, 5, 5.3, 5.4.11,
5.4.13,
..................5.6.5, 5.8, 5.14, 9.13.4, 14.12
completed operations .....................................
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 change$ ........
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 ................. 4..........................5.5
OWNER's Responsibility .................. 4..................8.5
Partial Utilization, Property Insurance...........
*, .5.15
Property......... ..................... 4......................
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 ............ 4........4........
3.1-3.4
Interpretations and Clarifications .....................3.6.3,
9.4
Investigations of physical condition: .........................4.2
Labor, Materials and Equipment.... ......... 4.............6.3-6.5
Lands --
and Easements ................ ...................................
$.4
Availability of.............................................4.1,
8.4
Reports and Tests ....... ........... . ............ 4...............
$.4
Laws and Regulations --Laws or Regulations --
Bonds .........................................................
5.1-5.2
Changes in the Work............................4..........410.4
Contract Documents .................. 4........................3.1
CONTRACTOR's Responsibilities .... 4................0
14
Correction Period,defective Work... ............
4 ... 4 i 3.12
Cost of the Work, taxes...............................11.4.5.4
definition of.....................................................1.22
general6.14
Indemnification ... ..................4.......... _ ......6.31-6.33
x
Insurance...........................................................5.3
Precedence................................................3.1,
3.3.3
Reference to....................................................3.3.1
Safety and Protection ...............................
6.20, 13.2
Subcontractors, Suppliers and Others ...........
6.8-6.11
Article or Paragraph
Number
Tests and Inspections...................................13.5
Use of Premises.................................................6.16
Visits to Site.......................................................9.2
Liability Insurance --
CONTRACTORS ...............................................
5.4
OWNER's...........................................................5.5
Licensed Sureties and Insurers .................................
5.3
Liens --
Application for Progress Payment ......................14.2
CONTRACTOR's Warranty of Title....................14.3
Final Application for Payment .........................14.12
definition of.....................................................1.23
Waiver of Claims............................................14.15
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 .........................14.12
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.........................................1.25
Claim............................................................1.7.3
Defects,13.1
Differing Subsurface or Physical Conditions,,.,,,
4.2.3
Giving............................................................1.7.1
Tests and Inspections........................................13.3
Variation, Shop Drawing and Samp1Q.................6.27
Notice to Proceed --
definition of.....................................................1.26
givingof............................................................Z.3
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
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 Op300, 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
the contract or provide the services required, (2) whether the bidder can
7/96
Section 00100 Page 1
Notification to Surety..............................................10.5
Observations, by ENGINEER ............................
.30, 9.2
Occupancy of the Work,,,,,,,,,,,,,,,,,,,
5.15, 6.30.2.4, 14.10
Omissions or acts by CONTRACTOP................6.9, 9.13
Open Peril policy form, Insurancq ..........................5.,6.2
Option to Replace ...................................................
5.14
Article or Paragraph
Number
"Or Equal" Items......................................................0.7
Other work 7
Overtime Work --Prohibition of„ ...............................
6.3
OWNER --
Acceptance ofdefective Work...........................13.13
appoint an ENGINEER......................................8.2
as fiduciary ...............................................5.12-5.13
Availability of Lands, responsibility ..............
4.1
definition of.....................................................1.27
data, furnish.......................................................
.3
y Correct Defective Work...........................13.14
May refuse to make paYment.............................1:4.7
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 ....................0.13
purchased insurance requirementg..............
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....................
901
Inspections, tests and approval$ ..................
$_7, 13.4
Liability Insurance ..............................................
.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGINEER's Status......................................9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material,,,,,,,,,,,,
, ,8,10
Change Orders .............................................
8.6
Changes in the Work ..................................
10.1
communications
8.1
CONTRACTOR's responsibilities ..................
8.9
evidence of financial arrangemen4,,,,,.,,,,..„$.11
inspections, tests and approvalg,,,,__......
8.7
insurance......................................................8.5
lands and easements .....................................
8.4
prompt payment by........................................8.3
replacement of ENGINEER ...........................$.2
reports and tests............................................8.4
stop or suspend Work ................. g.8, 13.10, 15.1
terminate CONTRACTOR'S
services..........................................8.8,
15.2
separate representative at sits.............................9.3
testing, independent.........................................13.4
use or occupancy
of the Wodc .........................5.15, 6.30.2.4, 14.10
written consent or approval
required.........................................9.1, 6.3, 11.4
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) .+
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
written notice required ........................7.1,
9.4, 9.11,
11.2,
11.9, 14.7, 15.4
PCBs --
definition of.....................................................1.29
general..............................................................4.5
OWNER'S responsibility for...............................8.10
Partial Utilization --
definition of.....................................................1.28
general6.30.2.4, 14.10
Property Insurance.. ..........................................
5.15
Patent Fees and Royalties .......................................
6.12
Payment Bonds...................................................5.1-5.2
Payments, Recommendation of..............14.4-14.7,
14.13
Payments to CONTRACTOR and Completion
--
Application for ProgressPayments ......................14.2
CONTRACTOR's Warranty of Title...................14.3
Final Application for Payment .........................14.12
Final Inspection..............................................14.11
Final Payment and Acceptancg...............
14.13-14.14
general.........................................................$.3,
14
Partial Utilization............................................14.10
Retainage..........................................................14.2
Review of Applications for
Progress Payments...............................14.4-14.7
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.................................10
Physical Conditions --
Drawings of, in or relating to .........................
.2.1.2
ENGINEER'S review ...............................
4.2.4
existing structures............................................4.2.2
general4.2.1.2..........................................................
Notice of Differing Subsurface or,.....................
.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........................................................
4.3
Not Shown or Indicated...............................4.3.2
Protection of.........................................4.3,
6.20
xii
Article or Paragraph
Number
Shown or Indicated, ...............................................
:4.3.1
Technical Data ...............................................
4.2.2
Preconstruction Conferenc@....................6...I............4.2.8
Preliminary Matters............................................4........2
Preliminary Schedule* ..............................................
2.6
Premises, Use of...............6.........4...................
6.16-6.18
Price, Change of Contract.............................4.............1
l
Price, Contract --definition of......................4...........
1.11
Progress Payment, Applications for.... 4.....................14.2
Progress Payment--retainage.............................4.....
14.2
Progress schedule, CONTRACTOR'S..., ........
2.6, 2.8, 2.9,
................................. 6.6, 6.29,
10.4, 15.2.1
Project --definition of..............................4...........4....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............................................4............5.7
general5.6-5.10
Partial Utilization......_ 4........................5.15,
14.10.2
receipt and application of proceeds... ..........
5.12-5.13
Protection, Safety and .............. 4...............
4.20-6.21, 13.2
Punchlist....................................4.....................14.11
Radioactive Material--
defintion of...............................................4.....1.32
general4.5
OWNER's responsibility for .............. 4
......... .......$.10
Recommendation of Payment ................. J4.4, 14.5, 14.13
Record Documents............................4...........
6.19, 14.12
Records, procedures for maintaining ..........................2.8
Reference Points.......................................................4.4
Reference to Standards and Specifications
of Technical Societies .................. 4......................3.3
Regulations, Laws and(or).......................................6.14
Rejecting Defective Work .........................................
9.6
Related Work --
atSite ..................................................
4..... 7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review ....................
6.28
Remedies, cumulative .................... 4.................17.4,
17.5
Removal or Correction ofDefective Work................13.11
rental agreements, OWNER approval required
.... 11.4.5.3
replacement of ENGINEER, by OWNER ...........
4........ 5.2
Reporting and Resolving
Discrepancies................................2.5,
3.3.2, 6.14.2
Reports --
and Drawings... .............. 4 ......................
.... 4.2.1
and Tests, OWNER'S responsibility.. ..........
4........ 8A
Resident and Project Representative --
definition of....................................................1.33
provisionfor............................................................9.3
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR'$...............6.2
Responsibilities_
CONTRACTOR's-in general6
ENGINEER's-in general........................................9
Limitations on.............................................9.13
OWNER's-in general ............................................
8
Retainage............................................................14.2
Reuse of Documents, .................................................
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ..........................
.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..........................................0.18
Safety --
and Protection................................4.3.2,
6.16, 6.18,
......................................6.20-6.21,
7.2, 13.2
general......................................................0.20-6.23
Representative, CONTRACTOR's.......................6.21
Samples --
definition of......................................................1.34
general.....................................................6.2,".28
Review by CONTRACTOR ..............................
6.25
Review by ENGINEER..............................6.26,
6.27
related Work
...... .....6 28
submittal of..............................................
..........6.24.2
submittal procedures .........................................
0.25
Schedule of progress .............................
�.6, 2.8-2.9, 6.6,
.........................................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...........................................................
0..6
Change of Contract Time,§ .........................
Initially Acceptable ......................................
.10.4
2.8, 2.9
Preliminary........................................................2.6
Scope of Changes......................................10.3-10.4
Subsurface Conditions,,,,,,,,,,,,,,,,,,,,
Shop Drawings --
and Samples, general ................................ ................
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 substitution4 ......................
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
definitionof ....................................................
1.36
Specifications_
defination Of.... ...............................................
1 36
of Technical Societies, reference tp...................3.3.1
_
precedence .................................
.....................3.3.3
Standards and Specifications
_
of Technical Societie4........................................3.3
Starting Construction, Before...............................z.5-2.8
Starting the Work .....................................................2.4
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 provision$,,,,,,,,, 5.11, 6.11, 11.4.3
Submittals --
Applications for Payment.................................14.2
Maintenance and Operation Manual4..............14.12
_
Procedures .......................................... .............
0.25 _.
Progress Schedules.......................................2.6,
2.9
Samples...................................................0.24-6.28
—
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,,,,,,,,,,,,,,,,,,,,,,,,,,, {.30.2.3,
14.8-14.9
definition of ..............................
Substitute Construction Methods or Procedure*,,,,,...6.7.2
Substitutes and "Or Equal" Item* .......................
..6.7 "
CONTRACTOR'S Expense .........................
0.7.1.3
ENGINEER'S Evaluation,,,,,,,,,,,,,,,,,,,
.................................
6.7.3
"Or-Equal"...................................................0.7.1.1
4
Substitute Construction Methods
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
4
Article or Paragraph
Number
or Procedures.............................................6.7.2
Substitute Items ............................................
6.7.1.2
Subsurface and Physical Conditions --
Drawings of, in or relathg 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 ....................... . ... ........................
4.2
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...............0.2
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,
................. .11,6.8,6.13,7.4,8.11,9.3,9.10
Supplementing Contract Documenty ..........................3.6
Supplier --
definition of.....................................................1.40
principal references to ........... 3.7, 6.5, 6.8-6.11,
6.20,
..........................................0.24, 9.13, 14.12
Waiver of Rights...............................................6.11
Surety --
consent to final payment........................14.12,
14.14
ENGINEER has no duty tq................................
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 ...........................................
J 5.5
by OWNER ............................ .............
8.8, 15.1-15.4
of ENGINEER's employment...............................$.2
Suspension of Work-in general .............................15
Terms and Adjectives..............................................3.4
Tests and Inspections --
Access to the Work, by others............................J3.2
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 Defects...............................................13.
l
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 ........................................
I ........ 13.8-13.9
Times--
Adjusting...........................................................0.6
Change of Contract.............................................12
Computation of................................................17.2
Contract Times --definition of ...........................1.12
day.....................................................I...17.2.2
Milestones..........................................................
J 2
Requirements--
appeals..................................................9.10,
16
clarifications,
claims and disputes..................9.11,
11.2, 12
Commencement of Contract Time$ ................ 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 .............................................
4.3, 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 —
general 11.3.1
Determination for ............................................
9.10
Use of Premises.................................6.16,
6.18, 6.30.2.4
Utility owners.............................0.13, 6.20, 7.1-7.3, 13.2
Utilization, Partial...................1.28, 5.15, 6.30.2.4, 14.10
Value of the Work ........................ I..........................11.3
Values, Schedule of..............................2.6,
2.8-2.9, 14.1
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS
MODIFICATIONS (REV 9/99)
Variations in Work --Minor
Authorized.,,,...,, 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER ...................................
9.2 .
Waiver of Claims --on Final Payment ......................14.15
Waiver of Rights by insured partieg..................
$,11, 6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title,CONTRACTOR''s*
......*...,.,,,, lq3
Work --
Accessto..........................................................13.2
by others ................................
Changesin the.....................................................10
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............I................... ......................
1.43
neglected by CONTRACTOR ........................
13.14
other Work ........................
7
OWNER May Stop Work ......................
13.10
OWNER May Suspend Work,,,,,,,,,,,,,,,,,,,13.10,
15.1
Related, Work at Sitq..........., ....................
7.1-73
Startingthe........................................................2.4
Stopping by CONTRACTOR.............................15.5
Stopping by OWNER.................................15.1-15.4
Variation and deviation authorized,
minor ........... �.6
Work Change Directive --
claims pursuant to.............................................10.2
definition of......................................................1.44
principal references tq......................3.5.3,
10.1-10.2
Written Amendment --
definition of......................................................1.45
principal references tq..............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............................1.1,
9.10-9.11,
...........................................
10.4, 11.2, 12.1
by OWNER .................... 9.10-9.11, 10.4, 11.2, 13.14
xv
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) -i
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 terns 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.
1.5. 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 fimushed 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 furnish
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 be 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.
1.32a. Radioactive Material —Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
FJCDC 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. Rerular Warts Hours—Reeular worki_ne hours
are defined as 7.00 n to Mtn
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
ENGINEER's 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, materialman 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
furnished under the Contract Documents. Work includes
and is the result of perforating 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 1 .2.
1.4 . 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 furnish in accordance with paragraph 5.1.
Copies of Documents.,
2.2. OWNER shall furnish 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,
FJCDC 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
Agreement. in tie event %ig the Gentr o T`""
Starting the Work:
2.4. CONTRACTOR shall start to perform the Work
on the date when the Contract Times continence to run,
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 Eneineer.
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 O NER shall eaeb deliver to the
ether OWNER, with copies to AAA fldditienal insured
idWified in the Sepplem
ENGINEER
certificates of insurance (and other evidence of insurance
reaseanery request requested by OWNER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs 5.4, ` .
Preconstuction Conference:
2.8. Within twenty days after the Contract Times start to
run, but before any Work at the site is started, a conference
attended by CONTRACTOR, ENGINEER and others as
appropriate will be held to establish a working
understanding among the patties 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,
fore an work at the site begin
a concrrenceattended by CONTRACTOR, ENGINEER
and others as appropriate 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 I -Gen I 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 arc 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
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 fiunished 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
perform the contract or provide the service promptly and within the time
specified without delay or interference, (3) the character, integrity,
reputation, judgment, experience and efficiency of the bidder, (4) the
quality of the bidder's performance of previous contracts or services, (5)
the previous and existing compliance by the bidder with laws and ordinances
relating to the contract or service, (6) the sufficiency of the financial
resources and ability of the bidder to perform the contract or provide the
service, (7) the quality, availability and adaptability of the materials
and services to the particular use required, (8) the ability of the bidder
to provide future maintenance and service'for the use of the subject of the
contract, and (9) any other circumstances which will affect the bidder's
performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would impair
his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other contract
with the City or in the payment of any taxes, licenses or other monies due
to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to
(a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract Documents,
and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification
of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement of
this Article 4, that without exception the Bid is premised upon performing
and furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work.
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
7/96
Section 00100 Page 2
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 terms "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
EICDC GENERAL CONDITIONS 1910-8 (1990 Editim)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 9A).
Reuse ofDocumems.
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 Of filing a fneehanie's lion against queb Rndq 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 I and 12.
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
4.2.12. 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.
4.22. 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:
42.2.1. 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
4.22.3. 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
FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
w/ CiTY OF FORT COLLINS MODIFICATIONS (REv4/2000)
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, prempHy 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. ENGMER'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 7Ymes 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 CONTRACTOWs 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.
43. 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 fall 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, icy
immediately after becoming aware thereof and before
finther disturbing conditions affected thereby or
perforating any Work in connection therewith (except
in an emergency as required by paragraph 6.23),
identify the owner of such Underground Facility and
E1CDC 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 1 I and 12. However,
OWNER, ENGINEER and ENGINEEWs
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 [Hake 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.
Y . Y • r
• I. 1 • M. 1. 1
.. 1
_
•--
YYr • r
ON
im
4�#FIRts!M4�tEiill.'ii�1S. ' -
:.::.:M}Ilt
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
W1 CrrY OF FORT COLLINS MODIFICATIONS (REV 42000)
ARTICLE 5—BONDS AND INSURANCE
Performance, Payment and Other Bonds.
5.1. CONTRACTOR shall famish 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 famish 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 agenes 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, Certif sates 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. OMWER—ehall
CONTRACTOR's Liability Insurance.-
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers' compensation, disability
benefits and other similar employee benefit acts;
5.4.2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
5A.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
5.4.5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
5.4.7. with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER, ENGINEER, ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
5.4.9. include completed operations insurance;
EICDC GENERAL CONDITIONS 1910.8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
under paragraphs 6.12, 6.16 and 6.31 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide);
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR may
be correcting, removing or replacing defective Work
in accordance with paragraph 13.12; and
5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
OWNER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's expense OWNER's own liability insurance as
Will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
ti!�!!TR!!!Tr!!!ll=f1!llRYt`17.f
j��
.. - ...-jam-{4A'QQ
..
..1 • ..� ..r
.. r .. ...... .... ..
5.9. OWNER shall not be responsible for purchasing
and maintaining any property Insurance to protect the
interests of CONTRACTOR, Subcontractors or others to
. ... ............
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
jam.. �.j ,._•,�.:.
N. 1. 1. •
N. 1. 1•
.
•1_•
N.^ 1.
• 1. 1
10
wig
•_ /. 1•
..........
: .. .. ... . .
Receipt and Application of Insurance 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
paragraph5.13. 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
Acceptance of Bonds and Insurance, Option to Replace.
5.14. If
OWNER has any objection to the coverage afforded by or
other provisions of the Reads 9 insurance required to be
purchased and maintained by the etlw ger#y
CONTRACTOR in accordance with Article 5 on the basis
of nonconformance with the Contract Documents, the
OWNER will
notify CONTRACTOR in writing within ten fifteen days
after receipt delivery of the certificates (of stiff avid&we
regnestedj to OWNER as required by paragraph 2.7.
:_c RnA*
;
qa..,._ __ _,.t__e
to adjust
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
E)CDC 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
RESPONSIBILITIES
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 — property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be perforated during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hours in advance of any Work to be
perforated on Saturday Sunday Holidays or outside the
KegUlar Wmrk= Hours
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall frnish 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,
perfomtance, testing, start-up and completion of the Work.
6A.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 sutmhers 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.
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
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 fast 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 ^
I
u
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. CONTRACTOR's 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 Runish 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 furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
CONTRACTOR shall perform not less than 20
percent of the Work with its own forces (that is
without subcontracttnel 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 th -� Bidding
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
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER,--mid-4
!`l4.LTD .� /� _0P L....
fist theFeBf if
AeRAF&HOR with tile
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
-v PN 1» py vwlvntc 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.
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 furnishing 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
famish to any subcontractor supplier or other person
or organization evidence of amounts paid to
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 fumishmg 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 terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER VAmever any sash affe
.._y a fthe pw _ __...._..d by
L AIR& If the _ ...1. ....1:..:a.. :n.....m
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.
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
14 µ./ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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
riot be CONTRACTOR's primary responsibility to
make certain that the Specifications and Drawings are
jn accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligations under paragraph 3.3.2.
Tares:
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 IS 1 OWNER is exempt from Colorado State and
local sales and use taxes on materials to be
permanently incomorated into the project Said taxes
shall not be included in the Contract Price.
Address:
Colorado Department of Revenue
State Capital Annex
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
The Contract, if awarded, will be on the basis of material and equipment
7/96
Section 00100 Page 3
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 we included in the Certification of
Exemption
All applicable Sales and Use Taxes (includine State
collected taxes) on anv items other than construction
and burldme matenas phvsrcafiv incomorated into the
protect aze to be paid by CONTRACTOR and are to
be included in appronrrate 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
originalcondition 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 412000)
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 paymen these
record documents, Samples 'andShoi 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:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see 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
EICDC GENERAL CONDITIONS 1910-5 (1990 Edition)
16 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
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 b
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph2.9, 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 Genera! 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
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
col CITY OF FORT COLLINS MODIFICATIONS (REV 4/200o)
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 furnish 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 furnish 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 fad 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'S 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
EICDC GENERAL CONDITIONS 1910-5 (1990 Editim)
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
CONTRACTOWs 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 nonapparem 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 egeiwhom CONTRACTOR ffmkes no reassnable--'Jeetiell-,
net
whose status under the Contract Documents shall be that
of the former ENGINEER.
83. 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's 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. Paragraph4.2 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.
-a
set
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph I OA.
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.
F MR
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 412000)
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 m
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' 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' 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
paragraphs 9.3 and 9.13
Ganditiens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEERS Consultant,
aI---- or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in 4he naramanh O 1
9.3.2. Duties and Re onsibilities Representative
wilt:
9.3.2.1. Schedules - Review the progress
19
schedule and other schedules Drepared by the
CONTRACTOR and consult with the
ENGINEER concerning acceptability.
9 3 2 2 Conferences and Meeting - Attend
meeting with the CONTRACTOR such as
preconstiuction conferences. nrogress 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 principally
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
requires for proper execution of the Work.
9.3.2.3.3. Advise the ENGINEER and
CONTRACTOR of the commencement of
aWork requiring a Shoo Dmwmg or
Dle submission if the submission has not
been approved by the ENGINEER.
132
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 d termuning that the Work is nroccedmg in
accordance with the Contract Documents. .
9 3.2.4.3.Accom�anv visiting inspectors
representing nublic or other agencies havmg
iurisdiction over the Proiem record the results
of these inspections and report to the
ENGINEER.
9 3 2 5 IntRDretation of Contract
Documents Report to ENGINEER when
clarifications and interpretations of the Contract
Documents are needed and transmit to
CONTRACTOR clarification and internretation
of the Contract Documents as issued by the
ENGINEER
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions for
ESCDC GENERAL. CONDITIONS 1910-8 (1990 Editim)
20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
modification in Drawings or Specifications and
report these recommendations to ENGINEER
Accurately tranglt to CONTRACTOR
decisions issued by the ENGINEER
9.3.2.7. Records.
9.3.2.8. Reports.
9 3 2 8 1 Furnish ENGINEER periodic
ren�.r as required of the progress of tiie
Work and of the CONTRACTOR'S
compliance with the progress schedule and
schedule of shoo Drawing and sample
submittals.
9.3.2.8.2. Consult with ENGINEER in
advance of scheduling maior tests.
inspections or start of important phases of the
Work.
9 3 2 8 3 Dm' 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 Roguests Review applications
i vayment with CONTRACTOR for comDhance
with the established procedure for then
submission and forward with recommendation to
ENGINEER noting *j!+ cularly the relationship of
the pavrient requested to the schedule of values
work completed and materials and equinment
delivered at Work. the at but not into oorate d in the
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 in ection 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 accent any substitute
matenals or equipment unless authorized by the
ENGINEER.
9.3.3.2. Exceed limitations of ENGINEER'S
authoras set forth in the Contract Documents.
9.3.3.3. Undertake any of the responsibilities
of the CONTRALTO Subcontractors or
CONTRACTOR'S supenntendent
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 conshnction unless such is
specifically called for in the Contract Documents
9.3.3.5. Advise on or issue directions
re din or assume control over safety
precautions and pro¢ams in connections with the
Work.
Accent Shoo Drawm s or sample
submittals from anvone other than the
CONTRACTOR.
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in Dart
9.3.3.8. Participate in ecialized field or
laborato tests or inVections conducted b others
except as sLCifically 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 1910-5 (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 1 I 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 Order justifies 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 1 I 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 confmits 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 ENGINEERS 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 Article14.
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
airy 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 (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a foram 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
E.1CDC GENERAL CONDITIONS 1910.8 (1990 Edition)
22 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 snaking
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any Y
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-ptwsseat tA AFtiele 16.
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 famish 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 y
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 I I 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 3.61 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, (ii) 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
EICDC 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 performing 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 work.
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 iaslude; btA t belimited to;
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compensation, health ead ret m-ent benefits;-berwses;
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 furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER 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,
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
24 w1 CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 Subcontractors 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 11.4, 11.5, 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