Loading...
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