HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5696 SOUTH SHIELDS STREET IMPROVEMENTSCitv of Fort Collins
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
ADDENDUM No. 1
BID #5696
SOUTH SHIELDS STREET IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5696 South Shields Street Improvements
OPENING DATE: April 16, 2002, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above,
the following changes are hereby made.
Bid item clarifications: The highlighted items are the changes that have been made
210-04
Adjust Manhole Ring/Cover
10
EA
304-03
Aggregate Base Course — (Cl 5 or 6) — 6" Depth — (CIP)
225
TON
403-07
Asphalt Hand Patching — Grading SG PG 64-22 Binder
55
TON
608-08
Concrete Sidewalk 7' (Thickness = 6")
2325
SF
608-10
Concrete Crosspan and Aprons (Thickness = 8")
250
SF
608-11
Concrete Sidewalk (Various Widths) —(Thickness =4")
1000
SF
2810-02
Sprinkler Line Install
300
LF
NOTE: Attached Is a new Bid Schedule that reflects the above changes. Please disregard the
previous Bid Schedule and use the attached in it's place.
II. Item Description Clarification:
• Roll -Over Curb and Gutter — This item includes curb and gutter and sidewalk that has been monolithically poured
• 630-03 Night Time Traffic Control — This item will cover the weekend closures that will be necessary to mill
and overlay the Prospect and Shields Intersection and will be paid for as a lump sum price.
• Landscaping Maintenance — This item (as defined in the specifications) has a warranty period of 2 years. During
the 2 year warranty, the landscaper will be required to mow and keep the parkway clean until final acceptance.
• Orange 4' Safety fence with T-Posts (Approx. 300 feet) shall be installed along the staging area during
construction.
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 -1-
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
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
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO:
Gentlemen:
20
You are hereby notified that on the day of 20 the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, SOUTH SHIELDS
STREET IMPROVEMENT PROJECT; BID NO. 5696.
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: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696
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.
9. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter
made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants,
agents or assigns against the project or against the OWNER or its officers,
employees, agents or assigns arising out of the project for all loss,
damage and costs, including reasonable attorneys fees, incurred as a result
of such claims.
7/96
Section 00650 Page 1
SECTION 00660
CONSENT OF SURETY
T0: City of Fort Collins Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
(Surety)
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)
By
ATTACH: Power of Attorney and Certificate of Authority of Attorneys) -in -Fact.
7/96 Section 00660 Page 1
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
Insert State certificate here.
DR 0172 (12/96)
COLORADO DEPARTMENr OF REVENUE
DENVER CO 80261
(303) 232.2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(M)
0
uv rvvl wnllt Iry lnlS SYAGE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials forthe exempt projectdescdbed below. This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the
structure, highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided
by law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side.)
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
ped�
89 -
0170-750 (sss) $o.00
PoZ.'3 .F +Y � 3 fYn
�i >; ;�' � l,. "� �,�„�il' -�P NJ?aTyti
m1i �xFt..."rr
,r.. smw'�. ...k5.-:hv�"..��1'�''°ta�,:k,s"':'ry,re,^•
Trade namelDBA: - 5h ner, 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. Business telephone number.
Colorado withholding tax account -number.
:. Will... ..
a >
__
... _. .... ....
Name of exempt organization (as shown on contract):
..... . .. ... ... ., ,F:�..
Exempt organizations number.
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization: Principal contacts telephone number.
Physical location of project sfie (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year Estimated Month Day Year
construction start date: completion date:
t g
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.
Titre of corporate officer.
Date:
Ilf1 �\f1T \I/�RL- of
v, vru,c pGLV YY Ir)W 1-IIVG
Ii WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 22nd day of February 2002.
STATE OF CONNECTICUT
)SS. Hartford
COUNTY OF HARTFORD
*N05114F! ,,YtY ENO CASU�
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
� � 1
George W. Thompson
Senior Vice President
On this 22nd day of February, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn. did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA. TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
TET
�G � +�
taS�'S My commission expires June 30, 2006 Notary Public
0 Marie C. Tetreault
CERTIFICATE
I, the undersigned. Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA.
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 3D1k day of
4V ry ( 20 Da-.
.Y�/\�110w16WflyS zJY�TY ENO SC "GpaA-pSp-Uey�(�
y / Q'' 0' p Ory � ♦ L
Y�(I HACOPlY. �� NCONN�;o �int�98SD
irrW`�
By
Kori M. Johanson
Assistant Secretary, Bond
PROVIDED, FURTHER, that the said Surety, for value repeived, 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) conunter"rts, each
one of which shall be deemed an original, this _'3N0Y"^ day of ex-1 ( ,
2042-
IN PRESENCE
r,
1
(Corjy�rate Seal)
PritaaiConnvn&
ell Resources, Inc.
By:
' 3'ta%-T-
.(Title)
IN;PRMNCE OF: Other Partners
�J
IN PRESENCE OF: Surety
I TAavelers Casu ty and�Sur' ty Company
L I -kt- 4tl.j N1 J Ag-j .'.JBy:
WitnessEg Hartford, CT 06183
(Address) �
(Surety Seal)
NOTE: Date of Bond must not be prior to data of Agreement." -if COptRACTOR
is Partnership, all partners should execute`H4pd.
7/96 Section 00615 Page 2 1
5. The parties acknowledge that the description of the project set forth above
constitutes and adequate description of the property and improvements to
which this Lien Waiver Release pertains. It is further acknowledged that
this Lien Waiver Release is for the benefit of and may be relied upon by
the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Signed this day of
CONTRACTOR
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
20_, by day of
Witness my hand and official seal.
My Commission Expires:
Notary Public
20
7/96
Section 00650 Page 2
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
Y.1
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)
requirements, performance data and guarantees of major items of materials
and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of the
Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder
delivers the executed Agreement to the OWNER, it shall be accompanied by
the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents to
OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart
is to be accompanied by a complete set of the Drawings with appropriate
identification.
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included
in the Contract Price. Reference is made to the General and Supplementary
Conditions.
21.0 RETAINAGE.
7/96 Section 00100 Page 7
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
1. DEFINITIONS......................................................1
2. PRELIMINARY MATTERS ................................
3
1.1
Addenda.............................................1
2.1
Delivery of Bonds .............................3
1.2
Agreement..........................................1
2.2
Copies of Documents. .......................
3
1.3
Application for Payment......................1
2.3
Commencement of Contract
1.4
Asbestos.............................................1
Times; Notice to Proceed ..............
3
1.5
Bid.....................................................1
2.4
Starting the Work ............................
3
1.6
Bidding Documents .............................
2.5-2.7
Before Starting Construction;
1.7
Bidding Requirements ..........................
CONTRACTOR'S Responsibility
1.8
Bonds.................................................1
to Report; Preliminary Schedtles;
1.9
Change Order..,........*.....* ...................
1
Delivery of Certificates of
1.10
Contract Documents ............................1
Insurance ,.3-4
1.11
Contract Price,.... .........
.........1
2.8
Preconstruction Conference.......,....,
4
1.12
Contract Times .....................***........**
,1
2.9
Initially Acceptable Schedules ...........
4
1.13
CONTRACTOR..................................1
1.14
defective.............................................1
3. CONTRACT DOCUMENTS: INTENT,
1.15
Drawings............................................1
AMENDING, REUSE.........................................
4
1.16
Effective Date of the Agreement ............
1
3.1-3.2
Intent ........................ .................
4
1.17
ENGINEER .........................................
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
1.25
Notice of Award ..................................
2
1.26
Notice to Proceed ................................
2
4. AVAILABILITY OF LANDS;
1.27
OWNER...........................................„2
SUBSURFACE AND PHYSICAL CONDITIONS;
1.28
Partial Utilization ................................
REFERENCE POINTS5
1.29
PCBs..................................................2
4.1
Availability of Lands .....................
5-6
1.30
Petroleum ...........................................
4.2
Subsurface and Physical
1.31
Project................................................7
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
1.38
Substantial Completion .......................2
4.2.5
Possible Contract Documents
1.39
Supplementary Conditions..................2
Change, ........................................
6
1.40
Supplier ..............................................
4.2.6
Possible Price and Times
1.41
Underground Facilities .....................2-3
Adjustments ...............................
0-7
1.42
Unit Price Work..................................
3
4.3
Physical Conditions --Underground
1.43
Work..................................................3
Facilities, ......................................
7
1.44
Work Change Directive ........................3
4.3.1
Shown or Indicated ..........................
7
1.45
Written Amendment...........................3.
4.3.2
Not Shown or Indicated ...................
7
4.4
Reference Points, .............................
7
E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
4.5
Asbestos, PCBs, Petroleum,
6.25
Submittal Proceedures; CON -
Hazardous Waste or
TRACTOR'S Review Prior
Radioactive Material,,,,,,,,,,,,,,,,,,,,
7-8
to Shop Drawing or Sample
5. BONDS AND INSURANCE ..... ............................
8
6.26
Submittal.................................... 16
Shop Drawing &Sample Submit-
5.1-5.2
Performance, Payment and Other
tals Review by ENGINEER
16-17 "
5.3
Bonds ...............................................
Licensed Sureties and Insurers;
8
6.27
......
Responsibility for Variations
_
Certificates of Insurance ....................
8
6.28
From Contract Documents ............
Related Work Performed Prior
17
5.4
CONTRACTOR's Liability
to ENGINEER's Review and
Insurance...,
9
Approval of Required
^
5.5
OWNER's Liability Insurance ...............
Submittals...,,,,
5.6
Property Insurance ............ ............g_10
6.29
...........................17
Continuing the Work,,,,,.
5.7
Boiler and Machineryor Addi-
6.30
CONTRACTOR s General """""""'17
tional Property Insurance.........
10
Warranty and Guarantee
_
5.8
Notice of Cancellation Prodsion.........
10
6,31-6.33
..............17
Indemnification
17_18
5.9
CONTRACTOR's Responsibility
6.34
....................
Survival of Obligations...................
18
for Deductible Amounts,,,,,,,,,,,,,,,,,,,
10
5.10
Other Special Insurance,,,,,,,,. .............
10
7. OTHER WORK,,,,,,,,,,,,,,,,,,,,,,,,,
5.11
Waiver of Rights........
11
7.1-7.3
.....................
Related Work at Site,,,,,,,,,,,,,,,,,,,,,„18
5.12-5.13
Receipt and Application of
7.4
Coordination,,,,,,,,,,,,,,,,,,,
18
Insurance Proceeds ......................
5.14
Acceptance of Bonds and Insu-
8. OWNER'S
RESPONSIBILITIES .........................18
~
ante; Option to Replace,,,,,,,,,,,,,,,,,,,
11
8.1
Communications to CON-
5.15
Partial Utilization --Property
TRACTOR
._
Insurance ........................................
I 1
8.2
..
Replacement of ENGINEER............18
............18
6. CONTRACTOR'S RESPONSIBILITIES
8.3
Furnish Data andPay Promptly
6.1-6.2
...............11
Supervision and Superintendenci;.......
11
8.4
When Due ..................................
Lands and Easements; Reports
18 ^
6.3-6.5
Labor, Materials and Equipment...
11-12
and Tests...............................18-19
6.6
Progress Schedule ............................12
8.5
Insurance.............................
_.
6.7
Substitutes and "Or -Equal" Items;
9
8.6
Change Orders""""..19
CONTRACTOR's Expense;
8.7
...............................19
Inspections, Tests and
Substitute Construction
Approvals
19 "
Methods or Procedures;
8.8
......................... ..........
Stop or Suspend Work;
ENGINEEWs Evaluation.............12-13
Terminate CONTRACTOR's
-'
6.8-6.11
Concerning Subcontractors,
Services
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 Regulatioas ........................14
Radioactive Material....................19
6.15
Taxes,,,,,,,,,
14-15
8.11
Evidence of Financal
^
6.16
Use of Premises ................................
15
Arrangements.........................
19
6.17
Site Cleanliness ................................
15
""'
6.18
Safe Structural Loading .......... 0...........
15
9. ENGINEER'S STATUS DURING
^
6.19
Record Documents..,,,..... ...................
15
CONSTRUCTION
19
6.20
Safety and Protection ....................
IS-16
9.1
..............0......0..... .
""""""""'
OWNER'S Representative,,,,,._,,,,,,.,19
`
6.21
Safety Representative .........................16
9.2
Visits to Site..................................
6.22
Hazard Communication Program* ,,,,,.16
9.3
Project Representative
6.23
Emergencies ..... 0. 0 .......................
16
9.4
„,,,,,,,,;,,,,19-219-21
Clarifications and Interpre-
6.24
Shop Drawings and SampleS..............16
tations........................... 0.............
1
9.5
Authorized Variations in Vbrk........
1 ^
Yn
EJCDC GENERAL COMMONS 19I0-8 (1990 EDITION) -•,i
w/ CITY OF FORT COLLINS MODIFICATIONS (REv 9199)
w
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work...................21
13.8-13.9
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEER's Request .....................27-28
and Payments ...................................
21
13.10
OWNER May Stop the Work..........28
9.10
Determinations for Unit Prices......
21-22
13.11
Correction or Removal of
9.11-9.12
Decisions on Disputes; ENGI-
Defective Work ...........................28
NEER as Initial Interpreter..............22
13.12
Correction Period ...........................
28
9.13
Limitations on ENGINEER's
13.13
Acceptance of Defective Work........28
Authority and Responsibilities....
22-23
13.14
OWNER May Correct Defective
Work .....................................
28-29
CHANGES IN THE WORK .......................................
23
10.1
OWNER's Ordered Change.„...........„
23
14.
PAYMENTS TO CONTRACTOR AND
10.2
Claim for Adjustment. ........................
Z3
COMPLETION ..................................................
29
10.3
Work Not Required by Contract
14.1
Schedule of Values ........................29
Documents ...... ......... *........ ........
23
14.2
Application for Progress
10.4
Change Orders ...................... ............23
Payment .....................................
29
10.5
Notification of Surety .........................23
14.3
CONTRACTOR's Warranty of
Title...........................................29
CHANGE OF CONTRACT PRICE .............................z3
14.4-14.7
Review of Applications for
11.1-11.3
Contract Price; Claim for
Progress PaymentA.................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 ..........................24-25
14.11
Final Inspection .............................
31
11.5
Exclusions to Cost of the Work ..........
25
14.12
Final Application for Payment ........
31
11.6
CONTRACTOR's Fee„......................25
14.13-14.14
Final Payment and Acceptance
....... 31
11.7
Cost Records . ................................
25-26
14.15
Waiver of Claims ......................
31-32
11.8
Cash Allowances...............................26
11.9
Unit Price Work .................................
26
15.
SUSPENSION OF WORK AND
TERMINATION ...............................................
32
CHANGE OF CONTRACT TIMES ............................26
15.1
OWNER May Suspend Work.„__„..32
12.1
Claim for Adjustment .......................26
15.2-15.4
OWNER May Terminate..........,....,
32
12.2
Time of the Essence ..........................26
15.5
CONTRACTOR May Stop
12.3
Delays Beyond CONTRACTOR'S
Work or Terminate .................
32-33
Control .......................................
26-27
12.4
Delays Beyond OWNER's and
16.
DISPUTE RESOLUTION ..................................
33
CONTRACTOR's Control
27
17.
MISCELLANEOUS
33
TESTS AND INSPECTIONS; CORRECTION,
17.1
Giving Notice ................................
33
REMOVAL
OR ACCEPTANCE OF
17.2
Computation of Times ...................
33
DEFECTIVE WORK .................................................
27
17.3
Notice of Claim ..............................
13.1
Notice of Defects..............................27
17.4
Cumulative Remedies .....................
33
13.2
Access to the Work ............................27
17.5
Professional Fees and Court
13.3
Tests and Inspections;
Costs Included .............................33
CONTRACTOR's Cooperation.........
27
17.6
Applicable State Laws ...............
33-34
13.4
OWNER's Responsibilities;
Intentionally left blank.......................................35
Independent Testing Laboratory,......
27
13.5
CONTRACTOR'S
EXHIBIT GC -A:
(Optional)
Responsibilities...............................27
Dispute Resolution Agreement .....................
GC -Al
13.6-13.7
Covering Work Prior to Inspec-
16.1-16.6
Arbitration
(3C-Al
tion, Testing or Approval.................77
16.7
Mediation ...............................
GC -Al
iv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REv 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insurance........................................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 .....................y.7'.1
Work by OWNER..............................2.5, 6.30, 6.34
Access to the --
Lands, OWNER and CONTRACTOR
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,,,,,,,,; 6.20, 9.13.3 ............................
OWNER....................................................0.20, 8.9
Addenda --definition of (also see
definition of Specificationsl, (1.6, 1.10, 6.19), 1.1
Additional Property Insurancess................................ 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 schedule .............................................. 6.6
Agreement --
definition Of......................................................1.2
"All -Risk" Insurance, policyform............................5.6.2
Allowances, Cash....................................................11.8
Amending Contract Documents ................................ 3.5
Amendment, Written --
in general................).10, 1.45, 3.5, 5.10, 5.12, 6.6.2
..........................G•8.2, 6.19, 10.1, 10.4, 11.2
....................................12.1, 13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent toy,10, 9.11, 10.4, 16.2, 16.5
Application for Payment --
definitionof......................................................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 thereto..........................4.5.2, 4.5.3
CONTRACTOR authorized to stop Work .......... ,4.5.2
definition of.......................................................1.4
Article or Paragraph
Number
OWNER responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,
4.5.1, 8.10
possible price and times change,,,,,,,,,,,,,,,,,,,,,,,
4.5.2
Authorized Variations in Work,,,,,..,,
3.6, 6.25, 6.27, 9.5
Availability of Lands..........................................
.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,
..........I ............. 4.2.6.4,
6.13, 11.4.3, 11.9.1)
Bidding Documents --definition
of
1.6(6.8.2)
Bidding Requirements --definition
of..........................................1.7
(1.1, 4.2.6.2)
Bonds --
acceptance Of. ...................................................
5.14
additional bonds ...
..............................
.10.5, 11.4.5.9
Cost of the Work............................................11.5.4
definitionof.......................................................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 Othef...................5.1-5.2
Bonds and Insurance --in general .........................
5
Builder's risk "all-risk" policy form ........................5.6.2
Cancellation Provisions, Insurance,,,.,,,,
5.4.11, 5.8, 5.15
Cash Allowances ...........................
11.8
Certificate of Substantial Completioq
........ 1.38, 6.30.2.3,
..................................................14.8,
14.10
Certificates of Inspection ...................
9,13.4, 13.5, 14.12
Certificates of Insurance.............2.7,
5.3, 5.4.11, 5.4,13,
.......................5.6.5, 5.8,
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................................................
Exclusions to..............................................11.5
Cost Records.....................................................11.7
in general.............J.19, 1.44, 9.11,
10.4.2, 10.4.3, 11
Lump Sum Pricing..........................................11.3.2
Notification of Surety .........................................10.5
Scopeof....................................................10.3-10.4
Testing and Inspection,
Uncovering the Work..................................13.9
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) �.
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
.r
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
general3
Insurance...........................................................5.3
Intent........................................................3.1-3.4
minor variations in the Work„.....„..........
3.6
OWNER'S responsibility to furnish dats..............
8.3
OWNER's responsibility to make
prompt payment ......................... $.3, 14.4,
14.13
precedence .............. .........3.1,
3.3.3
Record Documents............................................0.19
Reference to Standards and Specifications
of Technical Societies ..............................
3.3
Related Work ................... ..................................
7.2
Reporting and Resolving Discrepancies.........
.5, 3.3
Reuseof............................................................3.7
Supplementing..................................................
3.6
Termination of ENGINEER's Employment ..........
8.2
Unit Price Work...............................................11.9
variations..........................................3.6, 6.23, 6.27
Visits to Site, ENGINEERq.....................
9.2
Contract Price --
adjustment of,,,,,,,,,,,,,,, 3.5, 4.1, 9.4, 10.3, 11.2-11.3
Changeof..........................................................I
I
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 ............................................
2.3
definition of.....................................................1.12
CONTRACTOR --
Acceptance of Insurance ..................................
5.14
Communications......................................6.2,
6.9.2
Continue Work ........................................
6.29, 10.4
coordination and scheduling............................(,9.2
definition of .....................................................
1.13
Limited Reliance on Technical
Data Authorized.........................................4.2.2
May Stop Work or Terminate............................]5.5
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's6
Article or Paragraph
Number
Compensation............................................11.1-11.:
Continuing Obligation....................................14.15
Defective Work .............................. 9.6,
13.10-13.14
Duty to correct defective Work ...........................
a3.11
Duty to Report --
Changes in the Work caused by
Emergency ...........................................
6.23
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 indicate4..........
4.3.2
Emergencies.....................................................0.23
Equipment and Machinery Rental, Cost
of the Work...........................................11.4.5.3
Fee -Cost Plug,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5.6,
11.5.1, 11.6
General Warranty and Guarantee.......................030
Lazard Communication Programs, .....................
0.22
Indemnification ........................0.12, 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 Appeal,,,,,,,,,,,,,,,,,,,
9.10, 10.4
obligation to perform and complete
theWork....................................................
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,
............... 6.29, 10.4,
15.2.1
Request for formal decisionon disputes ,..,,,,,,.,.„9.11
Responsibilities --
Changes in the Work..................................10.1
Concerning Subcontractors, Suppliers
and Others......................................6.8-6.11
Continuing the Work ..........................0.29,
10.4
CONTRACTOR's expense...........................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
vii FJCDC GENERAL CONDITIONS 1910-8 (1 "0 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
.r'
Labor, Materials and Equipment..............6.3-6.5
Laws and Regulations..................................6.14
Liability Insurance ........................................ 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents ...........................................
6.27
Patent Fees and Royalties.............................6.12
Permits.......................................................6.13
Progress Schedule.........................................6.6
Record Documents ......................................
6.19
related Work performed prior to
ENGINEER's approval of required
submittals ........................................
I.... 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 ........................6.24
Shop Drawings and Samples Review
by ENGINEER .....................................
6.26
Site Cleanliness ...........................................
6.17
Submittal Procedures ...................................
6.25
Substitute Construction Methods
and Procedures.....................................6.7.2
Substitutes and "Or -Equal" Items................6.7.1
Superintendence...........................................0.2
Supervision...................................................0.1
Survival of Obligations................................6.34
- Taxes .............................
.0.15
Tests and Inspections, ..................................
13.5
To Report....... ........., ......................
.2 5
Use of Premises......................0.16-6.18,
6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal ........................................
6.25
Right to adjustment for changes in the Work ..... 10.2
right to claim ............ 41 7.1, 9.4, 9.5, 9.11,
10.2,11.2,
........... 11.9,12.1,13.9,14.8,15.1,15.5,17.3
Safety and Protection .................. 6.20-6.22,
7.2, 13.2
Safety Representative ........................................
.21
Shop Drawings and Samples Submittals .....
6.24-6.28
Special Consultants........................................11.4.4
Substitute Construction Methods and Procedures..6.7
Substitutes and "Or -Equal" Items,
Expense .......................................... 6.7.1,
6.7.2
Subcontractors, Suppliers and Others..,......,
6.8-6.11
Supervision and Superintendencq......... 6.1,
6.2, 6.21
Taxes, Payment by............................................0.15
Use of Premises.........................................
.......................................
6.16-6.18
Warranties and guarantees ..........................6.5,
6.30
Warranty of Title. .................
.......14.3
Written Notice Required --
CONTRACTOR stop Work or terminate.
....... 15.5
Reports of Differing Subsurface
and Physical Conditions .......................4.2.3
Substantial Completion................................14.8
Viii
CONTRACTORS --other ...............................................
Contractual Liability Insurance . ............................. $.4.10
Contractual Time Limits 12.2
Article or Paragraph
Number
Coordination-
CONTRACTORSs responsibility ........................6.9.2
Copies of Documents........,, .........
............ 2.2
Correction Period..................................................j3.12
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...............................................11.4.2
CONTRACTOR's Fee.......................................11.6
Employee Expenses, ..... ...............................
11.4.5.1
Exclusions to.....................................................11.5
General11.4-11.5
Home office and overhead 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.................................11.4.1
performed by Subcontractors .........
.........11.4.3
Recordsll.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 ................
J 1.4.5.2
Special Consultants, CONTRACTOR's............
J 1.4.4
Supplemental.................................................11.4.5
Taxes related to the Work............................11.4.5.4
Tests and Inspection .........................................
J3.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary facilities ...............11.4.5.7
Work after regular hours.................................11.4.1
Covering Work .........................................
''....13.6-13.7
Cumulative Remedies.....................................17.4-17.5
Cutting, fitting and patching....................................7.2
Data, to be famished by OWNER..............................$.3
Day --definition of................................................17.2.2
Decisions on Disputes ....................................
9.11, 9.12
defective --definition of...........................................J.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.....................J0.4.1, 13.11
Correction Period............................................13.12
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................................................................1
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 --
Noticeof........................................................4.2.3
ENGINEER's Review......................................4.2.4
Possible Contract Documents Chang@,,,,,,,,,,,,,,
4.2.5
Possible Price and Times Adjustments,,,,,,,,,,,,,
4.2.6
Discrepancies -Reporting
and Resolving................................2.5, 3.3.2, 6.14.2
Dispute Resolution --
Agreement ...............................................
16.1-16.6
Arbitration, ...............................................
16.1-16.5
genera116
Mediation.........................................................16.6
Dispute Resolution Agreement.........................16.1-16.6
Disputes, Decisions by ENGINEER„.................?.11-9.12
Documents --
Copiesof...........................................................2.2
Record 6.19
Reuseof............................................................33
Drawings --definition of..........................................1.15
Easements..............................................................4.1
Effective date of Agreement -- definition gf.............1.16
Emergencies...........................................................0..23
ENGINEER --
as initial interpreter on disputes .................
9.11-9.12
definition of....................................................1.17
Limitations on authority and responsibilities ..... 9.13
Replacement of ..................................................
8.2
Resident Project Representative ...........................93
ENGINEERS Consultant -- definition of..................1.18
ENGINEERS --
authority and responsibility, limitations on ........ 9.13
Authorized Variations in the Work.....................9.5
Change Orders, responsibility for......
9.7, 10, 11, 12
Clarifications and Interpretations ..............3.6.3,
9.4
Decisions on Disputes ...............................
9.11-9.12
defective Work, notice of,,,,.
.......13.1
Evaluation of Substitute Items .................
.....6.73
Liability ..............
Notice Work is Acceptabl@.........................
....14.13
Observations .................... ....................
6.30.2, 9.2
OWNEWs 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 op.................9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions.............................4.2.4
Shop Drawings and Samples, review
responsibility ..............................................
6.26
Status During Construction --
authorized variations in the Work..................9.5
Clarifications and Interpretations ..................9.4
Decisions on Disputes,,,,,,,,,,,,,,,, ..........
9.11-9.12
Determinations on Unit Price......................9.10
ENGINEER as Initial Interpreter,.,,,,,.. ..........
ENGINEER's Responsibilities,,,,,,,,,
,,,,9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilities ..............................9.13
OWNER's Representative ..............................
9, t
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 ..................
Visits to Site ............................... .............
.9.10
...........9.2
Written consent required .............................
7.2, 9.1
Equipment, Labor, Materials and,,,,, ..........0.3-6.5
Equipment rental, Cost of the Work...............
11.4.5.3
Equivalent Materials and Equipment .............
......0.7
error or omissions..._,,, .......................¢33
Evidence of Financial Arrangements,,,,,,,,,,,,,,,,,
$. i t
Explorations of physical conditions,,,,,,,,,,,,,,,,
4.2.1
Fee, CONTRACTOR's--Costs Plus ...........................11.6
Field Order --
definition of ............................................
.........1.19
issued by ENGINEER ................................
3.6.1, 9.5
Final Application for Payment..............................14.12
Final Inspection...................................................14.11
Final Payment --
and Acceptance ................................
.14.13-14.14
Prior to, for cash allowances, ...........
11.8
General Provisions..........................................17.3-17.4
General Requirements. -
definition of ....................................................
I.20
principal references tq..............2.6, 6.4,
6.6-6.7, ,.24
GivingNotice ................................ .........................17.1
Guarantee of Work —by CONTRACTOR.........
.30, 14.12
Hazard Communication Programs .............
..........0.22
Hazardous Waste --
definition of.....................................................J.21
general................................. ....................
4.5
OWNER's responsibility for...............................8.10
ix
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Indemnification..............................0..12,
6.16, 6.31-6.33
Initially Acceptable Schedules...................................2.9
Inspection --
Certificates of..............................9.13.4,
13.5, 14.12
Final...........................................................14.11
Article or Paragraph
Number
Special, required by ENGINEER .........................9.6
Tests and Approval ............... ........$.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...................2.7, 5, 5.3, 5.4.11, 5.4.13,
........................5.6.5, 5.8, 5.14, 9.13.4,
14.12
completed operations......................................5.4.13
CONTRACTORS Liability ..................................5.4
CONTRACTORS objection to coverage .............
5.14
Contractual Liability .....................................
5.4.10
deductible amounts, CONTRACTOR's
responsibility................................................5.9
Final Application for Payment .........................14.12
Licensed Insurers...............................................5.3
Notice requirements, material changes,,,,,.,
5.8, 10.5
Option to Replace.............................................5.14
other special insurances ...................................
5.10
OWNER as fiduciary for insureds ...........5.12-5.13
OWNERS Liability ............................................5.5
OWNER's Responsibility ...................................
8.5
Partial Utilization, Property Insurancg..............5.15
Property.....................................................5.6-5.10
Receipt and Application of Insurance
Proceeds ..............................................
5.12-5.13
Special Insurance .............................................
5.10
Waiver of Rights..............................................5.11
Intent of Contract Documents..............................3.1-3.4
Interpretations and Clarificationp ....................3.6.3,
9.4
Investigations of physical conditions ...........................4.2
Labor, Materials and Equipment...........................6.3-6.5
Lands --
and Easements...................................................$A
Availability of.............................................4.1,
8.4
Reports and Tests...............................................8A
Laws and Regulations --Laws or Regulations --
Bonds ..........................................................
5.1-5.2
Changes in the Work........................................10.4
Contract Documents
3.1
CONTRACTORS Responsibilities,,,,,,,,,,,,,,,,,,,,
6.14
Correction Period, defective Work ................
13.12
Cost of the Work, taxes ...............................
J 1.4.5.4
definition of.....................................................1.22
general6.14
Indemnification, .......................................
6.31-6.33
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 --
CONTRACTOR s.........................................:.....
5.4
OWNER's...........................................................5.5
Licensed Sureties and Insurers .................................
5.3
Liens --
Application for Progress Payment ......................14.2
CONTRACTORS Warranty of Title....................14.3
Final Application for Payment .........................
1.4.12
definition of......................................................1.23
Waiver of Claims............................................34.15
Limitations on ENGTNEER'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--equivdlent ...........................0.7
Mediation (Optional).......„.....................................16.7
Milestones --definition of........................................1.24
Miscellaneous --
Computation of Times,,,,'.................................17.2
Cumulative Remedies ,,,,,,,,,,17.4
Giving Notice....................................................17.1
Notice of Claim.................................................17.3
Professional Fees and Court Costs Included .........
17.5
Multi -prime contracts.................................................7
Not Shown or Indicated.........................................4.3.2
Notice of --
Acceptability of Project.....................................14.13
Award, definition of .........................................
J.25
Claim............................................................1.7.3
Defects,13.1
Differing Subsurface or Physical Condition$ ......
4.2.3
Giving............................................................13,1
Tests and Inspections ........................................
13.3
Variation, Shop Drawing and Sample.................6.27
Notice to Proceed --
definition of......................................................1.26
givingof...........................................................2.3
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Notification to Surety.............................................10.5
Observations, by ENGINEER...........................(,30,
9.2
Occupancy of the Work,,,,,,,,,,,,,,,,,,,
5.15, 6.30.2.4, 14.10
Omissions or acts by CONTRACTOR................6.9, 9.13
Open Peril policy form, Insurance ..........................5,6.2
Option to Replace ....................................................
5.14
Article or Paragraph
Number
"Or Equal" Items......................................................6.7
Other work 7
Overtime Work --Prohibition of.................................6.3
OWNER --
Acceptance ofdefective Work ..........................
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......................................................5.3
May Correct Defective Work...........................13.14
May refuse to make payment.............................14.7
May Stop the Work.........................................13.10
May Suspend Work,
Terminate............................$.8, 13.10, 15.1-15.4
Payment, make prompt.....................F.3, 14.4, 14.13
Performance of other work,..... ............................
7.1
permits and licenses, requirement.4 ....................0.13
purchased insurance requirementg..............
5.6-5.10
OWNER's--
Acceptance of the Work,,,,,,,,,,,,,,,,,,,,,,,
,,,0.30.2.5
Change Orders, obligation to executq,.........
8.6, 10.4
Communications ...............................................
8.1
Coordination of the Work,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
7.4
Disputes, request for decisioq............................9..11
Inspections, tests and approvalg..................F.7,
13.4
Liability Insurance,,,,,,,,,,,,,..........................
.5
Notice of Defects..............................................I3.1
Representative --During Construction,
ENGINEER's Status......................................9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material,,,,,,,,,,,,,,,
8.10
Change Orders ..............................................
.6
Changes in the Work..................................10.1
communications ..........................
CONTRACTOR's responsibilities ..................
8.9
evidence of financial arrangement$..............$.11
inspections, tests and approvals ,,,,,,,,,,,,,,,,,,,,,5.7
insurance......................................................
8.5
lands and easements.....................................8.4
prompt payment by.......................................8.3
replacement of ENGINEER ...........................$.2
reports and tests............................................8.4
stop or suspend Work,,,,,,,,,,,,,,,,,, 8.8, 13.10, 15.1
terminate CONTRACTOR's
services..........................................8.8,
15.2
separate representative at sitg ............................
9.3
testing, independent,,,,,,,,,,
use or occupancy
of the Wodc,,,,,,,,,,,,,,,,,,
written consent or approval
required ....................
.............................13.4
......5.15, 6.30.2.4, 14.10
............9.1, 6.3, 11.4
EJCDC 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
general 6.30.2.4, 14.10
Property Insurance ............................................
5.15
Patent Fees and Royalties,,,,,,....* ............................
6.12
Payment Bonds ........................ ...........................
5.1-5.2
Payments, Recommendation of..............14.4-14.7,
14.13
Payments to CONTRACTOR and Completion
--
Application for ProgressPayments ......................14.2
CONTRACTOR's Warranty of Title ........
........... 14.3
Final Application for Payment .........................14.12
Final Inspection..............................................14.11
Final Payment and Acceptance_..., .....
.... 14.13-14.14
general.........................................................
$.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...............................8.10
Physical Conditions --
Drawings of, in or relating to ........................
4.2.1.2.
ENGINEER's review ........................................
4.2.4
existing structures............................................4.2.2
general4.2.1.2.........................................................
Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,,
4.2.3
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustments..............4.2.6
Reports and Drawings .....................................
4.2.1
Subsurface and ...................................................
4.2
Subsurface Conditions..................................4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .......................
4.2.2
Underground Facilities-- _.
general.........................................................4.3
Not Shown or Indicaed...............................4.3.2
Protection of ....................................... 4.3, 6.20
Article or Paragraph
Number
Shown -or Indicated, ...............................................
:4.3.1
Technical Data ...............................................
4.2.2
Preconstruction Conference;.............................2.8
Preliminary Matters......................................................2
Preliminary Schedules..............................................2.6
Premises, Use of ............................................. ................
Price, Change of Contract t',,,,,,,,,,,,,,,It
Price, Contract --definition of ..................................
1.11
Progress Payment, Applications for ..........................14.2
Progress Payment--retainage...................................
14.2
Progress schedule, CONTRACTOR's..............6,
2.8, 2.9,
........................ ....... 6.6, 6.29, 10.4, 15.2.1
Project --definition of...............................................1.31
Project Representative—
ENGINEER's Status During Construction.......,,,, 9.3
Project Representative, Resident --definition of ......... 1.33
prompt payment by OWNER.....................................8.3
Property Insurance--
Additional.........................................................5.7
general5.6-5.10
Partial Utilization................................5.15,
14.10.2
receipt and application of proceeds ............
5.12-5.13
Protection, Safety and..............................0..20-6.21,
13.2
Punch list..........................................................14.11
Radioactive Material—
defintion of .....................................:.:...............
1.32
genera14.5
OWNER's responsibility for . ..............................
$.10
Recommendation of Payment................J4.4, 14.5, 14.13
Record Documents ........................................
6.19, 14.12
Records, procedures for maintaining ..........................7.8
Reference Points .............::..: ..........................:..........
4.4
Reference to Standards and Specifications
of Technical Societies........................................3.3
Regulations, Laws and(or)......................................6.14
Rejecting Defective Work..........................................9.6
Related Work --
atSite........................................................7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review„................„6.28
Remedies, cumulative......................................17.4,
17.5
Removal or Correction ofDejecrive Work ................
13.11
rental agreements, OWNER approval required
.... 11.4.5.3
replacement of ENGINEER, by OWNER,_„
................ 8.2
Reporting and Resolving
Discrepancies................................2.5,
3.3.2, 6.14.2
Reports --
and Drawings.................................................4.2.1
and Tests, OWNFR's responsibility .....................8A
Resident and Project Representative --
definition of ......................................................
1.33
provisionfor............................................................ 9.3
xii
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
SECTION 00300
BID FORM
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR'g............... 6.2
Responsibilities—
CONTRACTOR's-in general .................................. 6
ENGINEER's-in general........................................9
Limitations on.............................................P.13
OWNER's-in general ............................................
8
Retainage............................................................14.2
Reuse of Documents..................................................3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal,,,,,,,,,,,,,,,,,,,,,,
6.25
Review of Applications for
Progress Payments .......................... ......
14.4-14.7
Right to an adjustment ............................
......10.2
Rightsof Way..........................................................4.1
Royalties, Patent Fees and ,,,,,,,,,,,,,,,,,,,,*.................
6.12
Safe Structural Loading..........................................0.18
Safety --
and Protection .............................. 4.3.2, 6.16 6.18
620-621 72 132
...................................... . .
general.....................................................6.20-6.23
Representative, CONTRACTOR's.......................0.21
Samples --
definition of......................................................1.34
general.....................................................6.24-6.28
Review by CONTRACTOR ...............................
6.25
Review by ENGINEER...............................
.26, 6.27
related Work.....................................................6.28
submittal of....................................................6.24.2
submittal procedures ..........................................
.25
Schedule of progress.............................2.6,
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...........................................................00
Change of Contract Times.................................10.4
Initially Acceptable ......................................
z,8, 2.9
Preliminary ........................................................2.6
Scope of Changes .....................................
10.3-10.4
Subsurface Conditions
Shop Drawings --
.4.2.1.1
and Samples, general.................................6.24-6.28
Change Orders & Applications for
Payments, and, ........................................
9.7-9.9
definition of......................................................1.35
ENGINEER's approval of ...............................
3.6.2
ENGINEER'S responsibility
for review ....................................
9.7, 6.24-6.28
related Work.....................................................6.28
review procedures................................2.8,
6.24-6.28
Article or Paragraph
Number
submittal required ................................................
.24.1
Submittal Procedures .......................................
6.25
use to approve substitutions..............................6.7.3
Shown or Indicated ....................
4.3.1
Site Access......................................................7.2,
13.2
Site Cleanliness.......................................................0.17
Site, Visits to. -
by ENGINEER ..........................................
9.2, 13.2
by others ......................................13.2
"special causes of loss" policy form,
insurance........................................................5.6.2
definition of....................................................1.36
Specifications_
defination of....................................................J.36
of Technical Societies, reference tq...................3
3.1
precedence......................................................
Standards and Specifications
of Technical Societies ........................
3.3
Starting Construction, Before,,,,,,,,,,,,,,,,,,,,,,,
7.5-2.8
Starting the Work.....................................................:;.4
Stop or Suspend Work --
by CONTRACTOR...........................................15.5
by OWNER ..................................... 8.8,
13.10, 15.1
Storage of materials and equipmenj....................
4.1, 7.2
Structural Loading, Safety.......................................6.18
Subcontractor —
Concerning ................................................0.8-6.11
definition of ................................. ................
....1.37
delays.............................................................
12.3
waiver of rights.................................................
6.11
Subcontractors --in general .................................
6.8-6.11
Subcontracts --required provisions,,,,,.,,, 5.11, 6.11, 11.4.3
Submittals --
Applications for Payment,,,,,,,,,,,,,,,,,
,,,,,,14.2
Maintenance and Operation Manuals,,,,,,,,.„.„
,,,
14.12
Procedures.......................................................0.25
Progress Schedules.......................................2.6,
2.9
Samples...................................................6.24-6.28
Schedule of Values ................................
2.6, 14.1
Schedule of Shop Drawings and Samples
Submissions .................................... 2.6, 2.8-2.9
Shop Drawings ........................................
6.24-6.28
Substantial Completion --
certification of............................6,30.2.3,
14.8-14.9
definition of....................................................1.38
Substitute Construction Methods or Procedures,,,,,,
6.7.2
Substitutes and "Or Equal" Items,,,,,,,,,,,,,,,,,,,,,
.6.7
CONTRACTOR's Expense............................6.7.1.3
ENGINEER's Evaluation,,,,,,,,,,,,,,,,,,,, ., ..........
6.7.3
"Or-Equal"...................................................6.7.1.1
Substitute Construction Methods
xm EICDC GENERAL CONDITIONS 1910.8 (1990 EDITION) ...
W1 CrrY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Yi
Article or Paragraph
Number
or Procedures.............................................0.7.2
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.......................................................0.2
Superintendent, CONTRACTOR's resident..............0.2
Supplemental costs..............................................11.4.5
Supplementary Conditions --
definition of......................................................1.39
principal references tq.................1.10, 1.18,
2.2, 2.7,
........................4.2, 4.3, 5.1, 5.3,
5.4, 5.6-5.9,
............... 5.11, 6.8, 6.13, 7.4, 8.11,
9.3, 9.10
Supplementing Contract Document*..........................3.6
Supplier --
definition of.....................................................1.40
principal references tq........... 3.7, 6.5, 6.8-6.11,
6.20,
,�i..........................................0.24, 9.13, 14.12
Waiver of Rights...............................................6.11
Surety --
consent to final payment .......................14.12,
14.14
ENGINEER has no duty to.................................9.13
Notification of ..................... ........10.1,
10.5, 15.2
qualification of... ......... .................5.1-5.3
Survival of Obligations ...........................................
6.34
Suspend Work, OWNER May .......................
13.10, 15.1
Suspension of Work and Termination-- ......................15
CONTRACTOR May Stop Work
or Terminate...............................................15.5
OWNER May Suspend Work.............................15.1
OWNER May Terminate.............................15.2-15.4
Taxes --Payment by CONTRACTOR .........................0.15
Technical Data --
Limited Reliance by CONTRACTOR ................4.2.2
Possible Price and Times Adjustments..............4.2.6
Reports of Differing Subsurface and
Physical Conditions„..................................4.2.3
xiv
Temporary construction facilities ............................. 4.1
Article or Paragraph
Number
Termination --
by CONTRACTOR...........................................15.5
by OWNER........................................8.8, 15.1-15.4
of ENGINEER'S employment...............................$.2
Suspension of Work-in general....... ..............15
Terms and Adjectives..............................................3.4
Tests and Inspections --
Access to the Work, by others............................13.2
CONTRACTOR'S responsibilities ......................13.5
cost of 13.4
covering Work prior tq..............................13.6-13.7
Laws and Regulations(or)................................
13.5
Notice of Defects.........................................:.....13.1
OWNER May Stop Work.................................13.10
OWNER's independent testing ..........................13.4
special, required by ENGINEER ..........................9.6
timely notice required.......................................13.4
Uncovering the Work, at ENGINEER's
request. ...............................................
13.8-13.9
Times--
Adjusting...........................................................0.6
Change of Contract...........„.................................12
Computation of................................................17.2
Contract Times --definition of ...........................1.12
day.........................................................17.2.2
Milestones..........................................................12
Requirements--
appeals..................................................9.10,
16
clarifications,
claims and disputes..................9.11,
11.2, 12
Commencement of Contract Time4,,,,,,,,,,,,,,,, 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
genera111.9, 14.1, 14.5
Unit Prices --
general l 1.3.1
Determination for ............................................
9.10
Use of Premises .................................
6.16, 6.18, 6.30.2.4
Utility owners..............................6.13,
6.20, 7.1-7.3, 13.2
Utilization, Partial...................1.28,
5.15, 6.30.2.4, 14.10
Value of the Work ..................................................11.3
Values, Schedule of.............................2.6,
2.8-2.9, 14.1
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 Pa ......................14.15 _
Waiver of Rights by insured partie4..................5.11, 6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title, CONTRACTOR's........................14.3 —
Work --
Accessto..........................................................13.2
by others,.
............................................................. 7
Changesin the.....................................................10
Continuing the..................................................0.29
CONTRACTOR May Stop Work
or Terminate...............................................15.5
Coordination of..................................................7.4
Cost of the................................................. 11.4-11.5 —
definitionOf......................................................1.43 _
neglected by CONTRACTOR............................13.14
otherWork............................................................7
OWNER May Stop Work ..................... 13.10
OWNER May Suspend Work,,,,,,,,,,,,,,,,„13.10, 15.1
Related, Work at Site....................................7.1-7.3
Starting the> ............. 2.4
.................. .
Stopping by CONTRACTOR.............................15.5
Stopping by OWNER ...................... I .......... 15.1-15.4
Variation and deviation authorized, minor ........._3.6
Work Change Directive —
claims pursuant to.............................................10.2
definitionof......................................................1.44
principal references to......................3.5.3, 10.1-10.2
Written Amendment --
definition of ........................ ...............1.45 —
principal referen.............. ..
ces to,,,.........„1.10, 3.5, 5.10,15.12,
••........................6.6.2, 6.8.2, 6.19, 10.1, 10.4,
............................ 11 -2, 12.1, 13.12.2, 14.7.2
Written Clarifications and
Interpretations, ..................................3.6.3, 9.4, 9.11
Written Notice Required-- _
by CONTRACTOR ....................... 7.1, 9.10-9.11,
........................................... 10.4, 11.2, 12.1
by OWNER .................... 9.10-9.11, 10.4, 11.2, 13.14
xv
EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) ..
W/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
r
(This page left blank intentionally)
xvi EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
GENERAL CONDITIONS
ARTICLE 1—DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof:
1.1. Addenda —Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
1.2. Agreement —The written contract between OWNER
and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Payment —The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting documentation as is
required by the Contract Documents.
1.4, Asbestos —Any material that contains more than one
percent asbestos and is friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
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
EICDC 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 l 1.9.1 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 famished 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 ENGMER'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 I of
the Specifications.
Ill. 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.
1.222. Lars and Regulations; Laws or Regulations —Any
and all applicable laws, ntles, regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies, authorities and courts having jurisdiction.
Legal Ho shall be those holidays observed
lithe Cttv of Fort Collms
1.23. Liens —Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. Mlestom—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 ofAmurd--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.
1.32.a. Radioactive Material —Source, special nuclear, r
byproduct material as defined by the Atomic Energy Act oof
E1CDC GENERAL, CONDITIONS 1910-8 (1990 Edition)
w/CITY OF FORT COL UNS MODIFICATIONS (REV 4/2000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Reeular Working Hours —Rem lar working hours
area as 7.00am to 6 OOmm unless otherwise
specified m 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 Conduio —The partof 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.
IAA. 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 performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing 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 623. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Times as
provided in paragraph 10.2.
1.45. Written Amendment —A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARY MATTERS
Delivery of Bonds.
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to famish in accordance with paragraph 5.1.
Copies of Documents.
2.2. OWNER shall 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,
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreement. in n eyerA %ill the 1+entraet Times
Starting the Work:
2.4. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence 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 Engineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
detail to serve as the basis for progress payments
during construction. Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is started,
CONTRACTOR and-6W?IISR shall eaeh deliver to the
ethw OWNER with copies to
identified in the 8"p1maeatai), Goadifie
ENGINEER
certificates of insurance (and other evidence of insurance
reaueswd by OWNER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs 5 4, 5.6 arm S.
Preconstrucdon 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 parties as to the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop Drawings and other
submittals processing Applications for Payment and
maintaining required records.
Initially Acceptable Schedules.
2.9. Unless otherwise provided in the Contract
Documents
before any work at the site be
a conference attended by CONTRACTOR, ENGINEER
and others as apprepriete 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 - General Reauirements
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOWs full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
Intent.
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are
complementary; what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project
3.2. It is the intent of the Contract Documents to
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 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 requited to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to Standards and Specifications of
Technical Societies; Reporting and Resolving
Discrepancies.
3.3.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or code or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided, however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and:
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
code or, instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of ENGINEER's Consultants, agents or
employees any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
3.4. Whenever in the Contract Documents the 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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented, and minor variations
and deviations in the Work may be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3.6.2. ENGINEER'S approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse of Documents:
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organization perfnnning or
famishing 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 or filing a fneeharAe's lion against saah lands in
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lands so famished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNER's furnishing these lands, rights -of -
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
4.2. Subsurface and Physical Conditions:
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Conditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. Physical Conditions: Those drawings of
Physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
42.2. Limited Reliance by CONTRACTOR Authorized, -
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
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, premapt}y tel after
becoming aware thereof and before fitr rther disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
permitted by paragraph 623), 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. ENGDNEER'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.
4.2.2.1. the completeness of such reports and 4.2.6. Possible Price and Dmes Adjustments: An
drawings for CONTRACTOR's purposes, equitable adjustment in the Contract Price or in the
including, but not limited to, any aspects of. the Contract Times, or both, will be allowed to the extent that
means, methods, techniques, sequences and the existence of such uncovered or revealed condition
procedures of construction to be employed by causes an increase or decrease in CONTRACTOR's cost
CONTRACTOR and safety precautions and of, or time required for performance of, the Work; subject,
programs incident thereto, or however, to the following:
4.2.2.2. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations, opinions or
information.
4.2.3. Notice of Differing Subsurface or Physical
Conditions: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either;
4.2.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
change in the Contract Documents, or
4.2.3.3. differs materially from that shown or
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
ETCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
r.
SECTION 00300
BID FORM
PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696
Place City Ft. Collins - Purchasing Division
Date 4/16/07
1. In compliance with your Invitation to Bid dated 3/25/02
and subject to all conditions thereof, the undersigned
Connell Resources, Inc. a ** Cor oration, Limited Liability
Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do
business in the State of Colorado hereby proposes to furnish and do
everything required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond
in the sum of 57 of the total amount of the bid ($
Instructions to Bidders. in accordance with the Invitation To Bid and
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: -Travelers Casualty and Surety - One Tower Square Hartford CT 06183
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.
through
7/96 Section 00300 Page 1
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 tune and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles 11 and 12. However, OWNER, ENGINEER and
ENGINEER's Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Physical Conditions —Underground Facilities:
4.3.1. Shown or Indicated.• The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based on information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or Indicated: If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, promptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by paragraph6.23),
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 I 1 and 12. However,
OWNER, ENGINEER and ENGINEER'S
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Points.
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER. CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
....1 - -
- -
.... :_ -
• Y • YN . •
4-0
RRi
..,71
�I�i�}A!!Mt4"�1114�
EiCDC GENERAL CONDMONS 1910-5 (1990 Edition)
w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4t2oo0)
ARTICLE5—BONDS AND INSURANCE
Performance, Payment and Other Bonds.
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the fitithfid performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff; Bureau of
Government Financial Operations, U.S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act.
5.2. If the surety on any Bond furnished
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.
53. Licensed Sureties and Insurers, Cerdficaees 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 compames 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. QP�ONR
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
famishing 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;
5.4.3. 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
5A.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 191M (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 fatal payment (and CONTRACTOR shall
famish 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).
OW/VER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5A, 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:
m.IL.... .._imps..
debris
*O
owl*
as of engineeis a
5.9. OWNER shall not be responsible for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR, Subcontractors or others in
ideng the a„�t�,_.__ .1..
FPFT
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
M.
1. 1•
•
1. 1
-
M.
1. 1.
M.
1. •1 �_
11.1
E.Fl-;
•
I. 1
Receipt and Application oflnsurance 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 d; if req.i_va : ^_ by a
iulems OWNER as fiduei9f si-Allgive Leal l�.L...
Acceptance of Bonds and Insurance, Option to Replace.
5.14. If eidw party (OAgs cn e.. GO ITR - TnDI
OWNER has any objection to the coverage afforded by or
other provisions of the Bondsr insurance required to be
purchased and maintained by the a&N p
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
OWNER will
notify CONTRACTOR in writing within tea fifteen days
after reeeipt delivery of the certificates (of oLhff
requested) to OWNER as required by paragraph 2.7.
paEly does not papehase or maintain all of the Ben&
iiistffame wed e f .ah by the Geritni ti
er femedy, the Wier party may eleet to obtain equivg
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
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not 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
performed on Saturday, Sunday. Holidays or outside the
Rmular Working Hours.
11
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall fitmish 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 fitmishing,
Perf nulance, testing, start-up and completion of the Work.
64.1. Purchasing Restrictions- CONTRACTOR
must comply withthe C1tv's purchasin restrictions A
CODv 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 re Unys that suppliers and producers
of cement or products containing cement to certify that
the cement was not made in cement kilns that bum
Fa zardous 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
nin to the benefit of OWNER If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents,
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items.
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
Particular Supplier, the specification or description is
intended to establish the type, function and quality
required Unless the specification or description
12 EICDC GENERAL CONDITIONS 1910.8 (1990 Edition)
w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
contains or is followed by words reading that no like,
equivalent or "or -equal" item or no substitution is
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances: e
6.7.1.1. "Or -Equal": If in ENGINEER's sole
discretion an item of material of 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
famish or use a substitute item of material or
equipment, CONTRACTOR shall first make _
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the -
same use as that specified. The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
Prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is `
subject to Payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement `-
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of -'
redesign and claims of other'cnfractors affected
�_A
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. CONTRACTORS Expense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR' 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 famish 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'
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 snaking changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR, CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
6.8. Concerning Subcontractors, Suppliers and
Others:
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to famish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
6_9.
CONTRACTOR shall Derform not less than 20
percent of the Work with its own forces (that is
without subcontracting). The 20 pment 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 tke Supplemefttffy CerAtism 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,--mld—if
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
'A%!! be imed of Written Affwndmeiat signed, will
constitute a condition of the Contract requiring the
use of the named subcontractors suppliers or other
persons or organization on the Work unless Orior
written approval is obtained from OWNER and
ENGINEER. No acceptance by OWNER or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work.
6.9.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations performing or famishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's own acts and
omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor,
Supplier or other person or organization any
contractual relationship between OWNER or
ENGINEER and any such Subcontractor, Supplier or
other person or organization, nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER or ENGINEER may
furnish to any subcontractor, supplier or other 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
orgam2ations Performinng or famishing 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 term and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER
_�.Y, •_. Y_ •
.._.._._
YY•
Y
Patent Fees and Royalties.
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention[, design, process, product or device
is specified in the Contract Documents for use in the
Performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs,
losses and damages arising out of or resulting from any
infringement of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
Process, product or device not specified in the Contract
Documents.
14 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/200o)
Permits.
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
Permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws and Regulations.
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACTOR's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR . ,.of
CONTRACTOR's obligations under paragraph 3.3.2.
Taxes.
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the Performance of the Work.
6.15.1. OWNER is exemyt from Colorado State and
local sales and use taxes on materials to be
mmanently incorporated into the nroiect Said taxes
shall not be included in the Contract Price
Address:
Colorado Department of Revenue
State Capital Annex
1375 Sherman Street
Denver. Colorado, 80261
Sales and Use Taxes for the State of Colorado
Regional Transportation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
Exemption.
All applicable Sales and Use Taxes (including State
collected taxes), on any items other than construction
and building materials Rhvsically incorporated into the
proiect are to be Raid by CONTRACTOR and are to
be included in appropriate bid items.
Use of Premises:
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
rights -of -way, permits and easements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER, ENGINEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brought by any such owner or
occupant against OWNER, ENGINEER or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any manner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
paragraph 9.4) in good order and annotated to show all
changes made during construction. These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion
of the Work, and Rrior to release of final navment. these
record documents, Samples and Shop Drawings will be
delivered to ENGINEER for OWNER.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
CONTRACTOR shall take all necessary precautions for
the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected by the Work;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property or to protect them from
damage, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal,, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs 6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or fumisb 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.
614.1. 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
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
Purposes required by paragraph 626. The numbers
of each Sample to be submitted will be as specified in -'
the Specifications.
6.25. Submlttd 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.
625.2. 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.
625.3. 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
n'
E
ADDRESS:
BID SCHEDULE (Base Bid)
Connell Resources, Inc.
CONTR�ACTOORR
David�E. Simpson
Vice President
4305 E. Harmony Road
Collins, Colorado 80528
Please use the attached Bid Schedule when submitting your bid.
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.
ESPECTFULLY SUBMITTED:
Signature Date
David E. Simpson - Vice President
Trtle
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest: \ '" w 0 c�..t"c%
Sheri C. Welch - Asst. Secretary
Address 4305 Harmony Road
Telephone (970) 223-3151
7/96 Section 00300 Page 2
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 ENGINEERs attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Work
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
writing.
6.30. CONTRACTOR's General Warranty and
Guarantee.
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR'S warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR, Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTORS obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 f mush 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. hi any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
any of them to perform or famish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 6.31 shall not extend to
the liability of ENGINEER and ENGINEER's Consultants,
officers, directors, employees or agents caused by the
Professional negligence, errors or omissions of any of them
Survival ofObligadons:
6.34. All representations, indemnifications, warranties
and guarantees made in, required by or given in accordance
with the Contract Documents, as well as all continuing
Obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7—OTHER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners...If the fact that such other work is to be
Performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
Prior to starting any such other work and
(ii) CONTRACTOR may make a claim therefor as
provided in Articles 11 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
EJCDC GRMLAL CONDITIONS 1910-8 (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
CONTRACTOR's Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
Proper for integration with CONTRACTOR'S Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coordination:
7A. 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 RESPONSIBliXfUs
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER
8.2. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer against
whose status under the Contract Documents shall bethat
of the former ENGINEER
8.3. OWNER shall furnish 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. Paragraph 4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNER's responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or
suspend Work, see paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall not supervise, direct or -have
control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
a.. - .. _.
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 42000)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations,
ENGINEER will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents. ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work. ENGINEER' efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGINEER's
visits and on -site observations are subject to all the
limitations on ENGINEER's authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation, during or as a result of ENGINEER's on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Project Representative:
9.3. If OWNER and ENGINEER agree, ENGINEER
will furnish 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 and in the Su"!
Eeadifeens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER's Consultant,
agent or employee,•the responsibilities and authority and
limitations thereon of such other person will be as
provided in parazratih 9.3
9.3.2. Duties and Responsibilities Representative
will:
9.3.2.1. Schedules - Review the process
19
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGINEER c ;rig accWtability
9.3.2.2. Conferences and Meetin - Attend
meeting with the CONTRACTOR such as
DreCOIIStmCtlon COnfe[enrRs progress meetings
and other lob 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 rincimUy
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in tmderstandin
the Contract Documents.
9.3.2.3.2. Assist in obtaining from OWNER
additional details or information when
required for proper execution of the Work
9.3.2.3.3. Advise the ENGINEER and
CONTRACTOR of the commencement of
any Work remU' a Shop Drawn a or
sample submission if the submission has not
been approved by the ENGINEER
9.3.2.4.Re tiew of Work Rejection of Defective
Work. Inspections and Tests -
9.3.2.4.1. Conduct on -site observations of
the Work in progress to assist the ENGINEER
to deternur ing that the Work ig proceeding in
accordance with the Contract Documents
9.3.2.4.3. Aceomnativ visiting inspectors
representing public or other agencies havjniq
jurisdiction over the Project record the results
of these inspections and report to the
ENGINEER
9.3.2.5. Interoretation of Contract
Documents. Report to ENGINEER when
clarifications and mtemretations of the Contract
Documents are needed and transmit to
CONTRACTOR clarification and rote predation
of the Contract Documents as issued by the
ENGINEER
9.3.2.6. Modifications Consider and
evaluate CONTRACTOR'S suggestions for
FJCDC GENERAL CONDITIONS 1910-8 (1990 FAitim)
20 w/ CITY OF FORT COLLINS MODWICATIONS (REV 42000)
modification in Drawings or Specifications and
report these recommendations to ENGINEER
Accurately transnut 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
reports. as rewired of the progress of the
Work and of the CONTRACTOR'S
compliance with the progress schedule and
schedule of shop Drawing and sample
submittals
9.3.2.8.2. Consult with ENGINEER in
advance of schedulin major tests
jnspections or start of important phases of the
Work.
9.3.2 8.3. Draft proposed Change Orders
and Work Directive Changes pb uning
backup material from the CONTRACTOR
and recommend to ENGINEER Cbanve
Orders. Work Djtedive Chan es and field
orders•
9.3.2 8 4 Report immediately to
ENGINEER and OWNER the occurrence of
AM accident.
9.3.2.9. Payment Requests Review anplicatjons
for payment with CONTRACTOR for compliance
with the established procedure for their
submissron and forward with recommendation to
ENGINEER noting particularly the relationship of
the payment requested to the schedule of values
work completed and materials and equipment
delivered at the site but not incorporated in the
Work.
9.3.2.10. Completion.
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion, submit
to CONTRACTOR a list of observed items
requiring correction or completion.
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance
9.3.3. Limitation of Authority The Representative shall
not:
9.3.3.1. Authorize any deviations from the
Contract Documents or accent any substitute
materials or equipment, unless authorized by the
ENGINEER.
9.3.3.2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents.
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR Subcontractors or
CONTRACTOR'S superintendent.
9.3.3.4. Advise on, or issue directions relative
to, or assume control over any aspect of the
means methods techniaues sequences or
Procedures for construction unless such is
specifically called for in the Contract Documents
9.3.3.5. Advise on or issue directions
regarding or assume control over safety
precautions and Programs in connections with the
Work.
9.3.3.6. Accept Shop Drawings or sample
submittals from anyone other than the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in part.
9.3.3.8. Partici ate in specialized field or
labontory tests or inspections conducted by others
except as specifically authorized by the
ENGINEER
Clarifications and Interpretations.
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDC GENERAL CONDITIONS 1910-5 (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 claps therefor as
provided in Article 11 or Article 12.
Authorized Variations in Work.
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Orderjustifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER's authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR, unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINEER's decision and: (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
Otherwise agreed in writing by OWNER and
CONTRACTOR. Such appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on Disputes.
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
Other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing parry'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 noticeof intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
22 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR. "
9.12. When functioning as interpreter and judge under
paragraphs 9.10 and 9.11, ENGINEER will not show
Partiality to OWNER or CONTRACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINEER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or —'
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations in respect of any —
such claim, dispute or other matter.
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 . fitrmshmg 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 perforating or furnishing any of the
Work.
9.13.4. ENGINEER's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Bonds and certificates of inspection, tests "
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests and approvals that the results
certified indicate compliance with, the Contract
Documents.
9.13.5. The limitations upon authority and
responsibility set forth in this paragraph 9.13 shall also
apply to ENGINEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10—(I ANGES IN THE WORK
10.1. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work. Such additions, deletions or revisions will be
authorized by a Written Amendment, a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and. CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covering:
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1, (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/ CrFY OF FORT COLLINS MODIFICATIONS (REV 412000)
(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 malting 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 stun 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:
IIA.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 ettelude, but be limited to;
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compensation, health and Fefimsa benefits- beauses
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 famished by
Subcontractors. If required by OWNER,
24 FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
CONTRACTOR shall obtain competitive bids from ~
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER, which bids, if any, will be accepted If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in -
paragraphs 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:
I I A.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 tams 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.
IIA.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
V
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).
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4a000)
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 I IA.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 fivb 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
in faith with the OWNER but not to exceed
live percent of the amount paid to the next lower
tier Subcontractor.
11.6.2A. 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.
Cash Allowances.
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be famished 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 Rork.
11.9.1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
Of each item as indicated in the Agreement The
estimated quantities of items of Unit Price Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Determinations of the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article I 1 if:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
26 FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as to the
amount of any such increase or decrease.
11,9.34. CONTRACTOR acknowledges that
the OWNER has the ri t to add or delete items in
the Btd or chanee quantities at OWNER'S sole
discretion without affecting the Contract Price of
any remaining item so lone as the deletion or
addition does not exceed twenty-five percent of
the oriAmal total Contract Price
ARTICLE 12—CHANGE OF CONTRACT TIMES
12.1. The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim Notice
of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimant's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event All claims for adjustment in
the Contract Times (or Milestones) shall be detemtined by
ENGINEER in accordance with paragraph 9.l l if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, 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
Project: South Shields Street Improvement Project
Date: W13102
Description
202-01 Remove Vertical Curb a Gutter
202-02 Ramove Cmsspen, Apron, Driveway
202-03 Remove Roll Over Curb
202-04 Remove Asphalt Y-B'thick
202-05 Remove Sidewalk
202-06 Remove Comets Light Pole Bases (Top Y) and Haul
202-07 Remove Existing Inlets Type R 6
202-08 Remove Tree Stump (Avg. Wil = 48- Demeter)
202-09 Remove Landscape Boulders(Comer of Stuart and Shields - approx. 4'-8-cobbles)
203-01 Unclassi(led Excavation
203-02 Embankment (CIP)
203-03 Barrow- Suitable Fill Material(Unforseen Circumstances Only)
203-N Haul and Dispose
203-05 Muck Excavation (CIP)
203-06 Borrow ABC (cl 5 or 6 ) CIP
203-07 TOPSOII(stdppin9. stockpile, placing)
203-08 Swale Grading
203-09 Potholing
208-01 Erosion Control
210-01 Adjust Manhole Ring/Cover
210-02 Ml Manhole
210-03 Adjust Valve Box
304-01 Aggregate Base Course -(Cl 5 or 6)-6'Depth -(CIP)
304-02 Aggregate Base Course Patch Placement ,(Ci 5or 6)-6-Depth-(CIP)
306-01 Reconditioning(B-)
307-01 Flyash Subgrade Stebilization(12%)
403-01 Hot Bituminous Pavement - GradingS(a-Depth) (PG 7a.28)
4034)2 Hot Bituminous Pavement- Goading SG (6- Depth) (PG Gal
403-03 Asphalt Paver Patching - Grading S (a- Depth) PG 84-22 Binder
403-N Asphalt Paver Patching - counting SG(7-Depth) PG 6422 Binder
412-01 Portland Cement Concrete Pavement (10' Depth)
420-01 Mirafi Filter Material
506-01 15'x20'XiS' Class 12 Rip-Rsp with 6'topaoll (GIP per detail)
506-02 5'x5'X15' Class 12 Rip -Rap with 6- opsoil (CIP per detail)
603-01 4- PVC Schedule NO Irrigation Shaving
604-01 TType RInlet
604-02 Combination Type 131nlet
808-Ot Concrete Sidewalk T(Thickness=6')
608-02 Concrete Acess Ramps with Colored Landings (Thickness = 6')
08-03 Concrete Cmaspan and Aprons (Thickness, = to-)
608-04 Concrete Bus Pad (Thickness =6')
608-05 Patterenad Asphalt Crosswalks
608-M Hi Early Concrete
608-07 Flow Fill
609-01 Vertical Curb and Gunner
61 Roll -Over Curb and Gunter
61MI
B-x 2" Plug and Blow OR
619-02
30'x8' Tapping Saddle (FC Spec)
619-03
B' Taping Valve and Connection
619-N
8- DIP with Poly Wrap
619&05
Install 72- Valve Manhole over Exlsil ng 30'
619-06
Irrigation Service (314')- City of Fort Collins grand
285
860
160
7,390
8,295
3
2
1
1
2,350
2020,
577
330
275
386
730
615
1
1
5
2
4
3,180
200
2.435
7,300
2,430
3,160
100
150
260
800
33
6
100
1
1
9,000
1,Bfi0
B00
250
3,000
75
150
1,200
100
1
1
1
40
i
1
Unit unit Cost
LF
S3.70
SF
$1.20
SF
$8.30
SV
$1.60
SF
S0.80
EA
$159.00
EA
$680.00
EA
$367,00
LS
$906.00
CY
$3,70
CV
Saw
CY
$16.80
CY
$6.30
CY
$3.30
TON
$1260
CY
$20.50
LF
$2.30
LS
$1,438.00
LS
$2,629.00
EA
$240.00
EA
$1,474.00
EA
$195.00
TON
$12.60
TON
$1540
SY
$1 S0
BY
$5.10
TON
$36.50
TON
$29.20
TON
$32.00
TON
S34.30
BY
$5540
SY
$160
BY
$10.10
BY
$28.60
LF
$13.00
EA
$1,819.00
EA
$2,056.00
SF
$3.10
SF
$4.70
SF
$4.60
SF
$330
SF
S6.20
CY
$32.80
CY
$54.10
LF
$8.30
LF
$17.90
EA
$1,117.00
EA
$1,292.00
EA
$1,250.00
LF
$29.00
EA
$3.014.00
EA
$793.00
it.. Coat
1,054.50
1,032.00
11008.00
11,824.00
6,636.00
477.00
1,360.00
367.00
906.00
8,695.00
7,070.00
9.751.30
2,079.00
907.50
4.851.00
14,965.00
1,414.50
1,438.00
2.629.00
1,200.00
2,948.00
780.00
40,068.00
3,080.00
3.652.50
37,230.00
88,696.00
92,856.00
3.200.00
5,145.00
14,404.00
1,280.00
333.30
171.60
1,300.00
1,819.00
2,056.00
27,900.00
8,742.00
4,140.00
825.00
18,600.00
2,460.00
8,115.00
9,960.00
1,790.00
1.117.00
1.292.00
1,250.00
1,160.00
3.014.00
793.00
Subtotal South Shields Street Quantities: $ $469S41.20
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR.
12A. 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
reaseaable ties 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
EICDC GENERAL. CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 connection therewith, and fumish 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 CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR's 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 or tested by others, CONTRACTOR, at
ENGINEER'S request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGINEER may require, that portion of the Work in
question, furnishing 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 clam 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 fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to finnish 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 exe year 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
teens of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.12.2.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (and damage to other
28 E1CDC GENERAL CONDITIONS 1910-5 (1990 Edition)
wl 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 yeaf
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 make a claim therefor
as provided in Article 11. Such claims, costs, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14—PAYMENTS TO CONTRACTOR AND
COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Application for Progress Payment:
14.2. At least twenty days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein, all of which will be
satisfactory to OWNER. The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Any funds that are withheld by the OWNER
shall not be subject to substitution by the CONTRACTOR
with securities or any arrangements involving an escrow or
custodianship. By executing the application for payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes Section 24-91-101
et seg.
CONTRACTOR's Warranty of Tile:
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4C1000)
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,
including final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means, methods,
techniques, sequences or procedures of construction, or
the safety precautions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the famishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion, it
would be incorrect to make the representations to
29
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.7.3. OWNER has been required to correct
defective Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACTOR's performance or furnishing
of the Work,
14.7.6. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER to a set-
off against the amount recommended, or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 152.1
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
masons 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
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
considers the Work substantially complete, ENGINEER
Will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fix the date of
Substantial Completion There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list. If, after
considering such objections, ENGINEER concludes that
the Work is not substantially complete, ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
Of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion but OWNER shall allow reasonable
CONTRACTOR access to complete or correct
items on the tentative list.
ParAd Udliwdon:
14.10. Use by OWNER at OWNER's option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(ii) OWNER, ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intender:
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.
Finallnspecdon:
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 (il) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNERS
property might in any way be responsible have been paid or
otherwise satisfied If any Subcontractor or Supplier fails
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
to fumish such a release or receipt in full,
CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien. Releases or waivers of liens and the consent of
the surety to finalize payment are to be submitted on
forms confirming to the format of the OWNER'S standard
forms bound in the Protect manual
Final Payment and Acceptance:
14.13. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subject to naragraoh 17 6 2 of these
General Conditions.
14.14. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
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 Tithes, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 11 and 12.
OWNER May Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
Skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.22. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR, for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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
finther payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will 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 perfomilng 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 1 I 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 fast and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property.because of any error,
omission or act of the other party or of any of the other
party'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
eaapply-
ch pacular duty, obligation, right and remedy to which
Y
Professional
Fees and Court Costs Included:
17.5. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The laws of the State of Colorado apply to this
Agreement. Reference to two pertinent Colorado statutes
are as follows,
17.6.2 If a claim is filed OWNER is reauiredby
law (CRS 38-26-107) to withhold from all navments to
CONTRACTOR sufficient funds to insure the
Payment of all claims for labor, materials team hire
sustenance provisions provender, or other supplies
used or consumed by CONTRACTOR or his
33
34 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
(This page left blank intentionally.)
EiCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
snaking or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
Provided in this Article 16 will be specifically enforceable
under the prevailing law of any court havingjurisdiction.
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days' period will
result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR. If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of any written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10.
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association, and a copy will
be sent to ENGINEER for information. The demand for
arbitration will be made within the thirty -day or ten-day
period specified in paragraph 16.2 as applicable, and in all
other cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be bared by the
applicable statute of limitations.
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other manner any other person or entity (including
ENGINEER, ENGINEER's Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a parry to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is substantially
involved in a question of law or fad 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 parry to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof, and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
counterclaims, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes"), to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed.
GC -A]
202-10 Rotomlll Asphalt (Avg. Depth =4-)
202.11 Remove Glu"aym Curb 8 Gutter with Hamscape
12,000.0
SV
202-12 Remove Vertical Curb 6 Coder
1.5
81.60
$19,200.00
202-14 Remove Driveway
Amur,CUM
665
LS
$399.00
$399.00
202-14 Remove Roll Over Cub and Gutler
Roll Over
LF
$1.30
$890.50
202-16 Remove Asphalt Pavement (S"-8" thick)
610
SF
St9D
$610.00
202-17 Remove Sltlexalk
90
LP
$9.50
$855.00
202-t7 Cap otl lrrdgationl Spookier
z.96o
BY
$1.90
$3,800.00
3,225
SF
$0.90
$2,902.50
203-10 Gndessi5etl Excavation
4
EA
$88.30
$345.20
203-11 Embankment
60
203-12 Borrow ABC( d 5 or 61 CIP
60
CY
$20.20
$1,212.00
Cy
$21.00
260.00
$1,5.
210-04 Adjust Manhole Ring/Cover
130
TON
$12.20
$1, 8000
210-05 Ad1uM Valve Box
10
EA
$100.00
$1,000.00
30003 Aggregate Base Course- ICI 5 or 8) - 6' Depth - (CIP)
T
EA
$19500
$1,365.00
403-05 Hot Bilummous Pavement - Grading 5 (4"Depth)
225
TON
$12.90
$2,902.50
(PG 76.28)
403-06 Hot Bkuminous Pavement- Grading SG (6' Depth) (PG 64-22)
3,00
TON
$37.20
403-07 Asphalt Nand PatchingGraGln SG PG U-
- 9 22 Bintler
275
TON
$28.90
$$73
7500
$7,397.50
608-08 Concrete Sidewalk 7'(Thlckness=6')
55
TON
$70]0
$3,868.50
808-09 Concrete Acess Ramps with Colored Larding. (TbiUness = 6")
608-10
2,325
SF
$3,60
$8,370.00
Concrete Cm.qum antl Aprons (Thickness = 8")
360
SF
$4.70
808-1t Concrete Sidswatk (Various Width.)-(Thickness=4')
250
SF
$4.70
$1,692.00
609-03 Vertical Curb and Gutler
11000
SF
52.40
$1,175.00
$2,400.00
609.04 Roll -Over Curb and Gutler
625
LF
$12.50
$7S12.50
180
LF
$25.40
$4,572.00
Subtotal Pavement Management - Rehabilitation puantitles:
soda i g O - ti0
$187,235.20
2810-01 IMgaODn
2810-02 Sprinkler Line Install
in
LS
$5,525.00
$5,525.00
28004)1 Burt Oak -2'Caliper BBB
300
LF
$5.60
$1,740.00
2900-02 Import Topsoil(Screened-3"Depth) .(SOC)-(DIP)
38
EA
$345.00
2900.03 Turf Sod
300
CV
$13,110.00
2900-04 Sod Prep Replacement
2,700
SF
$45.80
$13,740.00
3, 0.
$1.10
$ 7 0
1,300
SV
$1.00
$1,300.00
Subtotal Landscaping quantities:
Mlac li__y pr�)ti
$38,385.00
- Contract Bond
62501 Construction Surveying
1
LS
626-01 Mobll¢ation
1
5,364.00
5.364.00
630-01 Type III es -
1
LS
5,410.00
5,410.00
630-02 TratBc Control
trol
1
LS
30,124.00
30,124.00
830-03 Night Time Traffic Control
1
LS
3,453.00
,5 3.01
32 4
LS
62,879.00
6879.00
1
Ls
9,324.00
B32400
Subtotal Misc. puantitlss:
$
$115,554.00
TOTAL CONSTRUCTION COST =
$
$611,015.40
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
Pavement Evaluation for South Shields Street Between
Hobbit Street and Spring Creek Lane, Fort Collins,
Colorado
Terracon Project #20005028
March 3, 2000
Contractor may rely upon the accuracy of the technical data
contained in the geotechnical documents, but not upon
nontechnical data, interpretations or opinions contained
therein or upon the completeness of any information in the
report.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the
paragraph numbers of the General Conditions listed below are as
follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, and Underground
coverage unless waived by the Owner.
5.4.6The Comprehensive Automobile Liability Insurance policy will
have limits of $1,000,000 combined single limits (CSL).
5.4.9This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
11:�1
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
9/99
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL% OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all chan e orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
DATE:
DATE:
APPROVED BY: DATE:
Purchasing Agent over $30,000
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
APPLICATION NOR kym n
OWNER: c5y deal ctll:. PMECT: AIMIJCATION NUMBER:
APPIJCATIUN DATM
BINIQ7EER: CONTRACTOR: PERIOO.BNOWNINO:
PERIOD L4411INU:
PROJECT NUMBER:
PAGE I OF
CIIANUB GROOM • AITH-11m It made fa Prymmt u shape bake In emaadm Whh C mmet _
NUNUIM DATH AMOUNT The Pms07 dame d & ecaud fa this Cmhmi b a fauns:
1
3 Ofbkw Cwhad Anowe _
3 Net dace by Chute Otdu:
Qwael Comad Ammmk SB U]
T-W COmP10" and &.W m Date: .
Lae PMium Andkilkw:
Amour Una dds Appikdim - Befam Rdahuta: R w
Let Rddmtq .
Nd dace by Chute Oadu i0-00 AJ�OUNT DUB TIRE APPLICATIONt SB.W
CBRTIPICATM:
TM trdaa4ad CONTRACTOR codfea flat all ebb adma d CDUMACfOR 6mral in aomm eedrph
the Wak hara haw nWfid as uwjhed 6 Pmopwh 11.3. of M Omad CmdhTmt d the CMIML
Tha ahare Arnaud Dw Thb APPBpdaa Is rognmid by dm CONTRACTOR.
Ttymod at tho sboro Amami Dun M APpNaadon Is twm amid by the NNOMM.
Pgmml at go obwo Amami Dim This Appliadoa hsn ba a Uphpd by We OWNER'S h4ml Mmata.
ABmi of the sbarn Amume Dim This Appfi dim Isapptved by dm OWNER.
Dote By:
[A7Ill IV.11"AI•. olit AE9
ea
fts
limb" _ D-*doo
Mk
Qum 4 OOIb rd" Amount
$0.00
SO.e
Some"
fa.m
• fo.m
• son
$0.00
$0.00
$0.00
$0.00
$0.00
$0.90
$0.m
S0.m
$0.00
$a m
10.00
Sae
$0.m
$0.00
$0.m
S0.m
$0.00
$0:e
$0.00
SO.m.
sa.m
$0.00
$0.m
Sae
$0.m
lo.m
10.00
TOTA13 $0.00
APPLCA71014 POR PATMMT
Wok Cw Idw
Wwk C"UW
Wmk C-vtd d
Thh Mmlh
hvvl m Pw6dd
To Ow
Qty. Amomt
Qtl. Ammg
QtY. Amoral
Some
$0.00
WOO
$0.00
$0.00
f0.w
$0.00
10.00
s0.m
$0:00
$0.00
10_00
$0.00.
.f0.m
• $0.00
10.00
$0.09
10.00
S0.00
$0.00
S0.00
10.00
- S0.00
S0.00
fo.m
$0.00
S0.00
S0.00
S0.09
S0.m
S0.00
so.m
s0.m
10.e
s0.00
$0.00
S0.00
$0.00
10.00
Mon
farm
so.m
tm
S0.00
$0.00
S0.00
S0.00
S0.00
$0.00
S0.00
'10.00
$O.W
Woll
S0.m
40.90
10.00
S0.00
$0.00
. S0.00
$0.00
$0.00
S0.00
S0.00
10.011
S0.00
$0.00
30.00
$0.00
S0.00
S0.00
S0.00
19.00
- so.00
".00
".m
S0.00
$9.00
S0.00
$0.00
$0.00
$0.00
$0.00
S0.00
10.00
S0.00
$0.00
$0.00
$0.80
fo.m
S0.m
Solo
$0.00
$0.00
$0.00
10.00
some
S0.m
$0.00
10.00
. S0.09
f0.e
- s0.0o
PAOF Z 01: d
Stotcd
A,W"b
7Lb
14riml
Tobl
Ouood
U llwe
14o.q
Haw
$0.00
ERR
Sam
lckk
Sam
IAR
S0.m
an
$0.m
I$k
$0.m
MR
Mov
I:kk
so.m
FAR
$0.m
FAk'
$41.110
IRk
f0.m
U01
$8.00
WIN
S0.m
I:kk
S0.m
1•Jltt
f0.ou
ERR
$0.00
an
s0.m
EAR
$0.00
I:Itk
$0.m
Idtlt
S0.m
an
S0.m
JAM
50.09
1•.Itk
fo.m-
all
$0.00
MIC
$0 m
Itla
$0.m
Idtk
S0.m
ERR
S0.m
alt
MOD
I:RR
S0.m
I:kk
$0.m
all
$0.m
sate
$9.00
EMIR
S0.00 $0.00 - I:kll
CWGU ORDERS
grye
Oidw
Nvvlba Dn.W-
JDTALCIUNOB ORDERS
PROIGCT WYA S
Uvp
U0b1 Peke
stop
$0.00
$0.00
$0.00
$0.00
10.00
Saar
10.00
fQ.00
$0.00
$0.00
$0.00
$0.ar
s0.0o
faoo
$0.00
$0.00
'
APPIJCATION FOR PAT6IENT
PAGE I OF 1
WIm
Wvh COmP�
MpOW"
Pmvklr Petiad�
To No
Stand
WkFIRp
Tv l
Q0'. Amv t
Qy. Ammmt
QIY• Avwml
Pelkb
PenYv1
Tev.W
lbibt
10.00,
fQ.ar
$0.00
$0.00
f0.ar
$0.00
SU.ar
ERII
$0.00
;O.BO
10.00
MR
$0.00
;p-DO
f0 ar
$0.00
Llltt
s0.00
f0•ar
$0.00
$000
$0.00
10.00
filllt
30.ar
SQ.00
Islip
f0.ar•
10.00sp:m
10.00
Ism
- stoo
f0.00
$0.00
f0.00
- $0.00
SQ ar
$0.00
RRIC
1011f
;O.ar
$0.00
$0.00
$0.00
stoo
f0.00
Woo
s000
I:NN
Not
$0.09
stop
$0.00
$0.00
i0'ar
F:RR
f0.0p
soar
s0 oo
$9.00
ERR
• s0.ar
$0.00
10.00
Woo
I?RR
$O.QQ
$0.00
- $0.00
$0.00
I:NR
f0.ar
L•RR
sa.ar
soar.
$0.00
30.ar
sQ.lq
hJtR
$0.00
10.00
$0.00
- j0.ar
f0,00
IiRR
( 1 f 1
BPOM MATEW" SIL94M EY
PAM 4 OF 4
lal bwaiw
amber Noobsr Desc4am
Oa Naod Reeieved lerww Od 11uJ
Plod"* This This Ihr-
Andirathm Period, Perie.l ApId"um
$t1 IN,
w.ur
f11.1111
w out r
fu u1
p1.u1
Strut
$11 ul
Al.m
3tt,ur
SRllrl
SR.IRI
w.lb
f11.1M1
w.ml
wLl
3rr sm
BASS w.uu - w•ao w-an w,lll
South Shields Street Improvements
February 28, 2002
SOUTH SHIELDS STREET
IMPROVEMENTS PROJECT
The Engineers Joint Contract Documents Committee General Conditions govern 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 Regs.
6-7
01330
SURVEY DATA — (Contractor Supplied)............................................................
General Regs.
8
01340
SHOP DRAWINGS.................................................................................................
General Regs.
9-12
01410
TESTING..................................................................................................................
General Regs,
13-14
01510
TEMPORARY UTILIITIES..................................................................................
General Regr,
15
01560
TEMPORARY CONTROL...................................................................................
General Reqs-
16-17
01570
TREE PROTECTION...........................................................................................
General Regs.
19-19
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\Shields Street\Rid Docs\Construction Specs\General Requirements
General Reqs. - 1
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
ADDENDUM No. 1
BID #5696
SOUTH SHIELDS STREET IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5696 South Shields Street Improvements
OPENING DATE: April 16, 2002, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above,
the following changes are hereby made.
Bid item clarifications: The highlighted items are the changes that have been made
210-04
Adjust Manhole Ring/Cover
10
EA
304-03
Aggregate Base Course — (CI 5 or 6) — 6" Depth — (CIP)
225
TON
403-07
Asphalt Hand Patching — Grading SG PG 64-22 Binder
55
TON
608-08
Concrete Sidewalk 7' (Thickness = 6")
2325
SF
608-10
Concrete Crosspan and Aprons (Thickness = 8")
250
SF
608-11
Concrete Sidewalk (Various Widths) — (Thickness = 4")
1000
SF
2810-02
Sprinkler Line Install
300
LF
NO Attached
is a new Bid Schedule that reflects the above changes. Please disregard
the
previous
Bid Schedule and use the attached in it's place.
II. Item Description Clarification:
• Roll -Over Curb and Gutter — This item includes curb and gutter and sidewalk that has been monolithically poured
• 630-03 Night Time Traffic Control — This item will cover the weekend closures that will be necessary to mill
and overlay the Prospect and Shields Intersection and will be paid for as a lump sum price.
• Landscaping Maintenance — This item (as defined in the specifications) has a warranty period of 2 years. During
the 2 year warranty, the landscaper will be required to mow and keep the parkway clean until final acceptance.
• Orange 4' Safety fence with T-Posts (Approx. 300 feet) shall be installed along the staging area during
construction.
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 -1-
215 North Mason Street • 2nd Floor • PO. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
South Shields Street Improvements
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. The Work shall consist of the construction of the outlined improvements -
PROPOSAL NO. 5696
February 28, 2002
1. South Shields Street Improvements•
The improvements for widening Shields Street from Hobbit Street south to the Spring Creek Lane
(approx. 1150 feet) include: a limited full width reconstruction (west curb along Shields Street to
remain intact), addition of concrete bus pull-out stop, vertical curb and gutter along the east side
of Shields Street, handicap ramps, enhanced crosswalks, detached seven -foot (T) sidewalk, water
and storm sewer appurtenances and parkway landscaping.
2. Pavement Management — Shields Street Rehabilitation:
This work includes the full depth reconstruction of Spring Creek lane from Shields Street west to
the private drive and a four -inch mill and overlay from Hobbit Street north through the Prospect
intersection. Also included with this work is various concrete rehabilitation of: sidewalk, vertical
curb and gutter, colored handicap ramps and the removal of a glue -down curb.
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 Representative.
A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental
agencies when prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is
necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the
proposed scope of work schedule and any items, 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.
U:\Eileen\SOS\Shields Street\Bld Does\Construction Specs\General Requirements
General Reqs. - 2
South Shields Street Improvements
UTILITIES
Water:
Storm Sewer:
Sanitary Sewer:
Electric:
Gas/Electric:
Telephone:
Traffic Operations:
Cable Television:
Transfort:
*Utility Locates
City of Fort Collins, Colorado
City of Fort Collins, Colorado
City of Fort Collins, Colorado
City of Fort Collins, Colorado
Xcel Energies
Qwest Communications
City of Ft. Collins, Colorado
AT&T Broadband
City of Fort Collins, Colorado
Under A One -call @ system
AGENCIES
Occupational Safety & Health Administration (OSHA):
Poudre Fire Authority Non -Emergency:
City of Fort Collins Police Department Non -Emergency:
Latimer County Sheriffs Department Non -Emergency:
Postmaster: US Postal Service Judith Robertson:
Ambulance: Poudre Valley Hospital Non -Emergency:
Transportation: Transfort:
Traffic Engineering:
END OF SECTION
U:\Eileea\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 3
February 29,2002
221-6681
221-6589
221-6681
221-6700
225-7847
224-7558
221-6630
493-7400
221-6195
1-800-922-1987
844-3061
221-6581
Emergency:
911
221-6550
Emergency:
911
221-7177
Emergency:
911
225-4111
484-1227
Emergency:
911
221-6620
221-6630
South Shields Street Improvements
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
February 28, 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 South Shields Street Improvements Project. This schedule shall be agreed to by both the Owner
and Contractor. I 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. The Owner may 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.
1. 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\Shields Street\Bid Does\Construction Specs\General Requirements
General Reqs. - 4
South Shields Street Improvements
February 28, 2002
4. Contractor shall designate all access roads and parking areas in writing to the Engineer for -
approval.
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: a
1. Contractor and Superintendent.
2. Owners 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
.J
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
'General Reqs. - 5 ` "
South Shields Street Improvements
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
February 28, 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, water line, concrete and paving work will be coordinated.
D. The Contractor will be required to submit a detailed schedule indicating milestones for the project.
1. These milestones must include demo, earthwork, concrete, and paving.
2. Milestones will carry liquidated damages, which will be at the discretion of the City of Fort
Collins Engineer or field representative.
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.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 6
South Shields Street Improvements
February 29, 2002
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and y
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.
NOTE: An incentive will be awarded to the contractor in the sum of $2,000.00 per day that the Contractor
substantially completes the work according to the July 26" deadline.
Substantial Completion is defined as the followine
1. All work requiring lane or shoulder closures or other traffic obstructions is complete
2. Traffic is following the lane arrangements shown on the plans for the finished roadway
3. All pavement construction, joint sealing, and shoulder embankment is complete
4. Traffic control devices and pavement markings are in their final positions
5. All work items from section 202 thru 609 must be completed and accepted by the City of Fort Collins
(including punchlist items).
END OF SECTION
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 7
South Shields Street Improvements
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
February 28, 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. 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.
D. 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.
E. 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.
F. 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
lJAEileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 8
South Shleids Street Improvements February 28, 2002
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL -
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 Engineer's 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 Engineers 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.
U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements
General Reqs. - 9
South Shields Street Improvements
February 28, 2002
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design
concept 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.
1. 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, manufacturer's specifications and data, instructions,
performance characteristics and capacities, and other information specified or necessary:
U:MI"n\SOS\Shields Street\Bid DocsTonstruction Specs\General Requirements
General Reqs. -10
South Shields Street Improvements
February 28, 2002
a. For Engineer to determine that the materials and equipment conform to the design concept "
and 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:
1. 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. r .
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:
1. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer.
U:\Eileen\SOS\Shields Streel\Bid Docs\Construction Specs\General Requirements
r'
General Reqs. - 11
.r
project: South Shields Street Improvement Project ADDENDUM #1
mDescription
emated
Ep
Unit Un lam Cost
Cost
Number
Nu _ _
NNs
South Shields Street Quantities:
202-01 Remove Vertical Curb 6 Guam
285
LF
202-02 Remove Grossman, Apron, Driveway
860
SF
201 Remove Roll Over Curb
160
SF
202-04 Remove Asphalt 5'B' thick
2,390
SY
202-05 Remove Sidewalk
8,295
SF
202-O6 Remove Concrete Light Pole Bases (Top T) and Haul
3
EA
202-02 Remove Exisiting Inlets Type R 5'
2
EA
202-08 Remove Tree Stump(Avg. Width = 48' Diameter)
1
EA
202-09 Remove Lanni Boulders(Comer of Stuart and Shields - approx. a"' cobbles)
1
LS
20M1
Unclassified Excavation
2,350
CY
203-02
Embankment (GIP)
2,020
CY
203-03
Borrow- Suitable Fill Materal(UMorseen Circumstances Only)
577
Cy
203A4
Haul and Dispose
300
CY
203-05
Muck Exwvation(CIP)
295
CY
203-06
Borrow ABC ( cl 5 or 6 ) CIP
385
TON
20M7
Topsdl (shipping, stockpile, placing)
730
Cy
20M8
Swale Grading
615
LF
20309
Pothding
1
LS
208�01
Erasion Control
1
LS
21M1
Adjust Manhole RidglCover
5
EA
210-02
Moody Manhole
2
EA
210-03
Adjust Valve Box
4
EA
304-01
Aggregate Base Course - (CI 5 or 6).6' Depth -(CIP)
3,180
TON
304-02
Aggregate Base Course Patch Placemem-(Cl5 or 6)-6-Depth-(CIP)
200
TON
30 01
Reconditioning(8')
2,435
BY
307-01
Hirsch Substrate Stablllzation(12%)
7,300
SY
40MI
Hot Bituminous Pavement -GratingS(4-Depth) (PG]928)
2,490
TON
403H02
Hot Bituminous Pavement - Grading SG IS -Cell (PG 61
3,180
TON
403-03
Asphalt Paver Patching-GradingS (,'Depth) PG 64-22 Binder
100
TON
403-04
Asphalt Paver Patching- Grading SG Q' Depth) PG6-238inder
150
TON
412-01
Portland Cement Concrete Pavement (10-Depth)
260
SY
420-01
Mind Filter Material
800
SY
Mal
15'x20'X1.5'Class 12 Ri,Rp with 6' tapsail(CIP per dealt)
33
SY
Ni
5'x5'X1.5 Class 12 RlpRap with 6'topsoil (CIP per all
6
SY
603301
4' PVC Schedule 2001mgation Sleeving
to
LF
604-01
5' Type R Inlal
1
EA
WhIl
Combination Type 13 Inlet
1
EA
60MI
Concrete Sidewalk T (Thickness = 6')
9,000
SF
608-02
Concrete Acess Ramps with Colored Landings (Thickness =6')
1,860
SF
61
Concrete Crossland and Aprons (Thickness = 10')
900
SF
608-N
Concrete Bus Pad (Thickness = W)
250
SF
601
Hammered Asphalt Crosswalks
3,000
SF
608-06
HI Early Concrete
25
CY
608-07
Flow nil
150
Cy
609-01
Vertical Curb and Gutter
1.200
LF
609-02
Roll -Over Curb and Gutter
100
LF
619-01
8" x 2' Plug and Blow OF
1
EA
61942
SOW Tapping Saddle(FC Spec)
1
EA
619k13
IP Tapl, Valve and Connection
1
EA
619-N
8- DIP with Poly Wrap
40
LF
619-05
Install92" Valve Manhole over Bristling 30'
1
EA
619.06
Irrigation Sei(XV)- City a Foil Collins Spec
1
EA
Subtotal South Shields Street Quantities: $
South Shields Street Improvements
1.5 RESUBMISSION REQUIREMENTS
February 28, 2002
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
1. Include additional drawings that may be required to show essential details of any changes
proposed by Contractor along with required wiring and piping layouts.
END OF SECTION
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 12
South Shields Street Improvements
SECTION 01410
TESTING
1.1 GENERAL
February 28, 2002
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 after being
received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise
provided, sampling and testing of all materials and the laboratory methods and testing equipment
shall be in accordance with the latest standards and tentative methods of the American Society for
Testing Materials (ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required,
such information is included under the applicable sections of the Specifications. Any modification of, ..
or elaboration on these test procedures (which may be included for specific materials under their
respective sections in the Specifications) shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
1. 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:
1. All performance and field testing specifically called for by the specifications.
2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered
under 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:\Eiieen\.SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 13
South Shields Street Improvements
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
February 28, 2002
A. 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
performance of this project. This control shall be established for all construction except where the
Contract Documents provide for specific compliance tests by testing laboratories or engineers
employed by the Owner. The Contractor's control system shall specifically include all testing
required by the various sections of these Specifications.
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\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. -14
South Shields Street Improvements
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
February 28, 2002
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\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 15
South Shields Street Improvements
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
February 28, 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 9:00 p.m. and 7:00
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 watering and/or
continuous watering to maintain a moist surface.
1.3 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
3. 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.
U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements
General Reqs. - 16
South Shields Street Improvements February 28, 2002
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize
erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual and Plan.
1.5 SECURITY
A. Contractor is responsible for protection of the site and all Work, materials, equipment and existing
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\Shields Street\Bid Docs\Construction Spec\General Requirements
General Reqs. -17
South Shields Street Improvements
SECTION 01570
TREE PROTECTION
February 28,2002
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. Accidental Poisoning:
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:
1. 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 taken by the Contractor and also the City's advice and approval during the root pruning
activities.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 18
South Shields Street Improvements
February 28, 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 Damaaine 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. If 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\Shields Street\Bid Does\Construction Spees\General Requirements
General Reqs. - 19
South Shields Street Improvements
SECTION 01580
TRAFFIC REGULATION
1.1 TRAFFIC CONTROL
February 28, 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, bicycle 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 72 hours prior to starting construction and before making each
modification. Full road closures must be submitted 3 weeks prior to any work being done.
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
Shields Street: Minimum of one lane in the north and south bound direction for Shields Street
reconstruction work. Weekend closures will be acceptable on Shields Street from Spring Creek Lane
to Hobbit Street. These closures must be submitted a minimum of two (2) weeks prior to the work
being done.
Shields and Prospect Intersection: The mill and overlay portion of this project will be done under a
full closure on the weekends only.
Hobbit Street: Restricted turn movements from Shields Street and access for south side off of
Hobbit. No access to north side from Hobbit.
Stuart Street: Restricted turn movements from Shields Street and access for north side off of Stuart.
No left turn access from Shields Street.
Spring Creek Lane: Close during reconstruction.
Local Business Access: Local business access must be maintained at all times.
Pedestrian Sidewalks and Bike lanes: Will be limited during construction phases.
Note: All full road closures will not be granted until after June 30. 2002.
Any modifications to the traffic control plan must be approved by the City's Traffic Control
Coordinator and the Engineer.
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
IJAEileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 20
South Shields Street Improvements
February 28, 2002
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.
H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, _
and other materials and equipment.
I. The Contractor shall keep fire hydrants and utility control valves free from obstruction and available
for use at all times.
J. 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\Shields Street\Bid Does\Construction Specs\General Requirements
General Reqs. - 21
Pavement Management - Street Rehabilitation Quantities,
202.10
Rotomlll Asphalt(Avg. Depth =4')
12,000.0
SY
202.11
Remove Gluedown Cut 4 Gutter with HaNscape
1.0
LS
202-12
Remove Vertical Curb a Guner
686
LF
202.13
Remove Crosspan, Apron, Driveway
610
SF
202-14
Remove Roll Over Curb and Gutter
90
LF
202-15
Remove Asphalt Pavement (5'-8't'aM
2,000
BY
202.16
Remove Sidewalk
3,225
SF
202-19
Cap on irrigation l Sprinkler
4
EA
203-10
Unclassified Excavanon
60
CY
203-11
Embankment
60
CY
203-12
Borrow ABC ( cl 5 or 6 ) CIP
130
TON
210-04
Adjust Manhole RinglCover
10
EA
210-05
Adjust Valve Box
➢
EA
304-03
Aggregate Base Course - (CI 5 or 6)-6'Depth -(CIP)
225
TON
408-05
Hot Bituminous Pavement - GradingS (4-Depth) (PG 7628)
3,000
TON
403-06
Hot Bituminous Pavement - Grading SG (VDepth) (PG64.22)
275
TON
40M7
Asphalt Hard Patching - Grading SG PG 6L2261nder
55
TON
608-08
Concrete Sidewalk T (Thiclumss = 6')
2,325
SF
608-09
Concrete Acess Ramps with Colored! Landings (Thickness =6')
360
SF
608-10
Concrete Crosspan and Aprons (Thickness =8')
250
SF
608-11
Concrete Sidewalk (Various Widths) - (Thickness =4")
11000
SF
609-03
Verical Cut and Gutter
625
LF
609-04
Roll -Over Cut and Gutter
180
LF
Subtotal Pavement Management - Rehabilitation Quantities: $
Landscaping Quant't'es-
2910.01
Irdgaeon
2810-02
Sparkler Line Install
290001
Burr Oak-2-Cabins, BBB
2900-02
Imparn Topsoil (Screened - 3- Depth)- (BOC) - (CIP)
2900.03
Turn Sod
2900-N
$od Prep Replacement
Miscellaneous Quantities-
-
Contract Bond
625-01
Constrvc0ar, Surveying
626-01
Mobilization
630-01
Type Ill Barricades
63602
Traffic Con4d
630-03
Night Time Traffic Control
IN
1.0 LS
300 LF
38 EA
300 CY
2,700 SF
1,300 SY
Subtotal Landscaping Quantities: $
Subtotal Misc. Quantities: $
TOTAL CONSTRUCTION COST = S
South Shields Street Improvements
SECTION 01700
CONTRACT CLOSEOUT
1.1 SUBSTANTIAL COMPLETION
February 28, 2002
A. Substantial Completion for the South Shields Street Improvements Project shall be defined as the
following:
1. All work requiring lane or shoulder closures or other traffic obstructions is complete
2. Traffic is following the lane arrangements shown on the plans for the finished roadway
3. All pavement construction, joint sealing, and shoulder embankment is complete
4. Traffic control devices and pavement markings are in their final positions
5. All work items from section 202 thru 609 must be completed and accepted by the City of Fort
Collins (including punchlist items).
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\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 22
South Shields Street Improvements February 28, 2002
SECTION 01711
SITE CLEANUP
1.1 GENERAL
A. Execute cleanup, during progress of the Work, and at completion of the Work.
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 Contractor's 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.
13 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\Shields Street\Bid Does\Construction Specs\General Requirements
General Reqs. - 23
South Shields Street Improvements
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
February 28,2002
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:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements
General Reqs. - 24
South Shields Street Improvements
SHOUTH SHIELDS STREET
IMPROVEMENTS PROJECT
February 28, 2002
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
202 REMOVALS
203 EXCAVATION AND EMBANKMENT
208 EROSION CONTROL ..........................
210 RESET STRUCTURES.....
304 AGGREGATE BASE COURSE ..............
306 RECONDITIONING........................................................
307 FLY ASH SUBGRADE STABILIZATION ...................
PAGE
Technical Specs 3-5
Tedmical Specs 6-8
Technical Specs 9
........... Technical Specs 10-12
.................... Technical Specs 13-14
.................... Technical Specs 15
Technical Specs 16-20
401 PLANT MIX PAVEMENTS - GENERAL........................................................... Technical Specs 21-26
403 HOT BITUMINOUS PAVEMENT...................................................................... Technical Specs 27-30
412 PORTLAND CEMENT CONCRETE PAVEMENT ........................................ Technical Specs 31-32
420 GEOSYNTHETICS.............................................................................................. Technical Specs 33
506 RIPRAP.......................................... :........................................................................ Technical Specs 34-35
U:\Eileen\SOSVSbields Street\Bid Docs\Construction SpecsUcehnical Specs
Technical Specs - 1
South Shields Street Improvements
603 CULVERTS AND SEWERS .............................................
604 MANHOLES, INLETS AND METER VAULTS ............
608 SIDEWALKS AND DECORATIVE CROSSWALKS....
609 CURB AND GUTTER........................................................
619 WATER LINES...................................................................
630 TRAFFIC CONTROL DEVICES (Contractor Supplied)
U:\Eileen\SOS\Shields Street\Bid DocsTonstruction Specs\Technical Specs
Technical Specs - 2
February 28,2002
................. Technical Specs 36
................. Technical Specs 37
................. Technical Specs 38-39
................. Technical Specs 40
................. Technical Specs 41-42
................. Tedmical Specs 43-47
South Shields Street Improvements February 28, 2002
REVISION OF SECTION 202
REMOVALS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
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 (excluding asphalt millings) that are 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.
All asphalt millings shall become the property of the City of Fort Collins and shall be hauled by the contractor
and delivered to the City's site at 1500 Hoffman Mill Road.
Subsection 202.07 is revised to include the following:
The Contractor shall be responsible for all surveying related to the milling and paving of the intersection.
Prior to grinding, the Contractor shall sufficiently survey the existing profiles of the roadways in order to
maintain those profiles with the new asphalt surface.
Subsection 202.09 Is'revised to fnclude 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.
Prior to the asphalt grinding, the Contractor will be required to do a mandatory walk through of all existing curb
and Rutter with the on -site City of Fort Collins Engineer.
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.
U:\Eileen\SOS\Shields Street\Bid DocsTonstruction Specs\Teehnkal Specs
Technical Specs - 3
South Shields Street Improvements
Subsection 202.12 is revised to include the following.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
SOUTH SHIELDS STREET IMPROVEMENTS:
202-01 Remove Vertical Curb and Gutter - (LF)
202-02 Remove Crosspan, Apron, Driveway - (SF)
202-03 Remove Roll -Over Curb and Gutter - (SF)
202-04 Remove Asphalt Pavement (5"-8" thick) - (SY)
202-05 Remove Sidewalk - (SF)
202-06 Remove Concrete Light Pole Bases and Haul (top 3 feet) - (EA)
202-07 Remove Existing Inlets (Type R 5') - (EA)
202-08 Remove Tree Stump (Avg. Width = 48" Diameter) - (EA)
February 28, 2002
202-09 Remove Landscape Boulders (Corner of Stuart and Shields Approx. 4"-8" Dia.) - (LS)
PAVEMENT MANAGEMENT - STREET REHABILITATION:
202-10 Rotomill Asphalt (Avg. Depth = 4") - (SY)
202-11 Remove Glue -down Curb & Gutter with Hardscape - (LS)
202-12 Remove Vertical Curb & Gutter - (LF)
202-13 Remove Crosspan, Apron, and Driveway - (SF)
202-14 Remove Roll Over Curb & Gutter - (LF)
202-15 Remove Asphalt Pavement (5"-8" thick) - (SY)
202-16 Remove Sidewalk - (SF)
202-17 Cap off Irrigation / Sprinkler - (LS)
U:\Eileen\SOS\Shields Str"A id Docs\Construction Specs\Technical Specs
Technical Specs - 4
South Shidds Street Improvements
February 28,2002
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:\Eileen\SOS\Shields Street\81d Does\Construction Specs\Technical Specs
Technical Specs - 5
South Shields Street Improvements
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.
February 28, 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)- Unforeseen Circumstances Only — 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 is included only to cover unforeseen
circumstances if on -site material is rejected for Embankment This item will be measured in the field and paid
for by the cubic yard.
Haul and Disposal - This shall consist of hauling and disposing of any excess material or unsuitable fill
material (Muck Excavation is not included in this item). 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, supplying and
placing Class 1 or 2 Structural Backfill, Pit Run or an approved fill, recompacting material to finish grade, and
haul and disposal 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 to the utility easement right-of-way. This item shall be paid according to plan
quantity.
U:\Eileen\SOS\Shields Street\Bid Does\Construction SpecsMehnical Specs
Technical Specs - 6
South Shields Street Improvements February 28, 2002
Swale Grading — This shall include excavation according to finish grade with 6" of topsoil. All labor,
equipment and associated costs to be included in the price. This items shall be paid for by the lineal foot
(LF).
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 [Ills 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 I 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 `d
and rebounding shall be ripped, scarified, wetted or dried if necessary, and recompacted 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 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.
.w
The Contractor shall refer to the plans for regrading information. This work shall include all excavation,
embankment, and grading required to prepare these sites for landscaping.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnieal Specs
Technical Specs - 7
,r
Project: South Shields Street Improvement Project ADDENDUM #1
S e
Nuumbmberr
Description
Es
Unit Unit Cost Item Coat
D uanllN6meted
South Shields Street Quantities:
2024)1
Remove Vertical Cut a Gutter
285
LF
202-02
Remove Crosspan, Apron, Driveway
860
SF
202-03
Remove Roll Over Curb
160
SF
202-04
Remove Asphalt F-Ir thick
7.390
BY
202-05
Remove Sidewalk
8.295
SF
20246
Remove Concrete Light Pole Bases (Top 3') and Haul
3
EA
202-07
Remove Exisiting Inlets Type R 5'
2
EA
202-08
Rempve Tree Stump (A,,. Width = 48' Diameter)
1
EA
202-09
Remove Landscape Boulder,(Comer of Stuart and Shields - approx. 4"'cobbles)
1
LS
203-01
Unclassified Excavation
2.350
CY
203-02
Embankment (CIP)
2.020
CY
203-03
Sandi Suitable Fill Material(Unforseen Circumstances Only)
597
CY
20304
Haul and Dispose
330
CY
203-05
Muck Excavation(CIP)
275
CY
203-06
B.. ABC( d5 or 6) CIP
365
TON
203-02
Topsoil(strippin9, stockpile. placing)
730
CY
20MB
Swale Grading
615
LF
203-09
Potholing
1
ITS
209-01
Erasion Control
1
LS
21P01
Adjust Manhole RinglCpver
5
EA
210�02
Modlty, Manhole
2
EA
210-03
Adjust Valve Box
4
EA
Wul-01
Aggregate Base Course - (CI 5 a61- 6' Depth -(CIP)
3,180
TON
304-02
Aggregate Base Course Patch Placement -(Cl5 or 6) - V Depth - (CIP)
200
TON
301 01
Reconditioning IS-)
2,435
BY
301-01
Flyash Subgmde Stabilizabon(12h)
7300
BY
40301
Hot Bituminous Pavement-GradingS (4'Depth) (PG 7&28)
2AW
TON
40302
Hot Bituminous Pavement -Grading SG (IFDepth) (PG6i2U)
3,180
TON
403-03
Asphalt Paver Patching - Grading S(4-Depth) PG 6422 Binder
100
TON
403,04
Asphalt Paver Patching- Grading SG(2' Depth) PG 6422 Binder
150
TON
412-01
Portland Cement Concrete Pavement (10"Depth)
260
BY
42GT1
Miratl Filler Material
800
BY
5W6 l
15'x20'X1.5' Class 12 Rip -Rap with 6' topsoil (CIP par dal
33
BY
506.02
6xVX1.6 Class 12 Rip -Rap with IF topsdl (CIP per detail)
6
BY
60&01
4• PVC Schedule 200 Irrigation Bleevbg
im
LF
60M01
5' Type R Inlet
1
EA
604-02
Combination Type 13 Inlet
1
EA
608-01
Concrete Sidewalk T(Thlckness=6')
9,000
SF
608-02
Concrete Acess Ramps with Colored Landings (Thickness =6')
1,860
SF
608-03
Concrete Cmsspan and Aprons (Thickness =IT)
900
SF
608-04
Concrete Bus Pad (Thickness = B-)
250
SF
608-05
Patterened Asphalt Crosswalks
31O
SF
608-06
Hi Eady Concrete
75
CY
608-02
Flow Fill
150
CY
609-01
Vertical Cut and Gutter
11200
LF
609-02
Roll -Over Cut and Gutter
im
LF
619-01
8'x 2" Plug and Blau O6
1
EA
619�02
30'ar Tapping Saddle(FC Spec)
1
EA
619-03
8' Taping Valve and Connection
1
EA
619-04
8-DIP with Poly Wrap
40
LF
619-05
Install 72" Valve Manhole over Exisibng 30'
1
EA
619-06
litigation Service INV)- City of Fort Collins Spec
1
EA
Subtotal South Shields Street Quantities: S
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-4
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-0
00520
Agreement
00520-1 - 00520-6
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions
00700-1 - 00700-34
Exhibit GC -A
GC -All - GC-A2
00800 Supplementary Conditions
00800-1 - 00800-2
00900 Addenda, Modifications, and Payment
00900-1
00950 Contract Change Order
00950-1 - 00950-2
00960 Application for Payment
00960-1 - 00960-2
SPECIFICATIONS
South Shields Street Improvements
Subsection 203.04 is revised to include the following:
February 28, 2002
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 ().
SOUTH SHIELDS STREET IMPROVEMENTS:
203-01 Unclassified Excavation— (CY)
203-02 Embankment -CIP — (CY)
203-03 Borrow Suitable Fill Material (CIP) — Unforseen Circumstances Only — (CY)
203-04 Haul & Dispose — (CY)
203-05 Muck Excavation — CIP — (CY)
203-06 Borrow ABC (Class 5 or 6) —CIP - (TON)
203-07 Topsoil —(Stripping, stockpiling, placing) — (CY)
203-08 Swale Grading — (LF)
203-09 Potholing —(LS)
PAVEMENT MANAGEMENT — STREET REHABILITATION•
203-10 Unclassified Excavation — (CY)
203-11 Embankment — CIP— (CY)
203-12 Borrow ABC (Class 5 or 6) — CIP — (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 Unclassified Excavation, Embankment, Haul &
Dispose, 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
U:\Eileen\SOS\Shields Street\Bid Doc$\Construction Specs\Technical Specs
Technical Specs - 8
South Shields Street Improvements February 28, 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.
Contractor shaft take extreme care not to contaminate Spring Creek. A total of 13 permanent straw bales will be paid
for in the Lump Sum price for Erosion Control.
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\Shields Street\Bid DoesTonstruction Spees\Technical Specs
Technical Specs - 9
South Shields Street Improvements
REVISION OF SECTION 210
RESETSTRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
Subsection 210.10 is revised to include the following:
February 29, 2002
Work contained in this Subsection shall meet the requirements of the current City of Fort Collins Water
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 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 ''/a", +/- 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 Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by
removing an area of pavement with a minimum diameter one foot (F) 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.
IJAEileen\SOS\.Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 10
South Shields Street Improvements February 28, 2002
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 (T) 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.
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).
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.
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).
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/11. 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 (I"). 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.
Cathodic Protection (C.P.) Test Station Relocation — The relocation of C. P. Test Stations are shown on the
plans. The Engineer may also request C. P. Test Stations to be relocated that are not shown on the plans.
The City of Fort Collins Water Utility will provide the materials, perform the wire connections and extend the
wires to the new location. The Contractor shall notify the Owners Field Representative on site prior to doin¢
this work. The Contractor shall locate the existing test station wires, excavate the trench to the new location,
backfill the trench after the City Utility Crews are done with their work and set the City supplied concrete
pod, with the wires inside, to the finished grade. If the Contractor pulls the existing test station wires off the --
connection at the water main line, the Contractor shall be responsible to repair the test wires at the main line
under the direction of the City Utility Crews at the Contractors expense. This item will be paid under
Relocate C. P. Test Station — (EA).
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 11
South Shields Street Improvements
February 28, 2002
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.
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 ( ).
SOUTH SHIELDS STREET IMPROVEMENTS:
210-01 Adjust Manhole Ring/Cover — (EA)
210-02 Modify Manhole — (EA)
210-03 Adjust Valve Box — (EA)
PAVEMENT MANAGEMENT — STREET REHABILITATION:
210-04 Adjust Manhole Ring/Cover — (EA)
210-05 Adjust Valve Box — (EA)
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:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 12
South Shields Street Improvements February 28, 2002
REVISION OF SECTION 304
AGGREGATE BASE COURSE
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:
I
Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly u
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.
Soil sterilization shall be applied under all new asphalt Davine and shall be considered incidental to the
work. Sterilization shall not be paid for separately 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 ().
SOUTH SHIELDS STREET IMPROVEMENTS:
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)
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Speeffechnical Specs
Technical Specs - 13
.d
South Shields Street Improvements
PAVEMENT MANAGEMENT — STREET REHABILITATION•
304-03 Aggregate Base Course (Class 5 or 6) 6" depth— (TON)
The above prices and payments shall include full compensation
equipment and incidentals and for doing all work involved i
sterilization, and water. The work will be complete -in -place, as
specifications, and as directed by the Engineer.
END OF SECTION
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 14
February 28, 2002
n
for furnishing all labor, materials, tools,
Aggregate Base Course including haul,
shown on the plans, as specified in these
South Shields Street Improvements
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.
February 28, 2002
The top 8" of the entire subgrade, including fill areas, (curb, gutter and sidewalk, and pavement areas) shall M
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 Contractor's 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 orpaid for in flvash stabilized areas. [
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 rr
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\Shields Street\Bid Does\Construction Specs\Technical Specs
Technical Specs -15
South Shields Street Improvements
REVISION OF SECTION 307
FLYASH SUBGRADE STABILIZATION
Section 307 of the Standard Specifications is revised as follows:
February 28, 2002
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
U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnical Specs
Technical Specs - 16
South Shields Street Improvements
February 28, 2002
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.
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 .
stable by scarifying, adding fly ash, and compacting until it is of uniform stability.
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.
U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs
Technical Specs - 17
SECTION 00020
INVITATION TO BID
South Shields Street Improvements
February 28, 2002
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 the optimum moisture. Compaction of the mixture shall begin at the bottom and shall
continue until the entire depth of mixture is uniformly compacted to a specified density.
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.
U:\Eileen\SOS\Shieids Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs -18
South Shields Street Improvements
E. Finishing, Curing and Preparation for Surfacing
February 28, 2002
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:
(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 Drice Der square yard.
U:\Eileen\SOS\Shields StreeAllid Docs\Construction Specs\Technical Specs
Technical Specs - 19
South Shields Street Improvements
BASIS OF PAYMENT
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
307-01 Fly ash stabilization -12% - (SY)
February 28, 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 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\Shields Street\Bid Does\Construction Specs\Technical Specs
Technical Specs - 20
South Shields Street Improvements February 28, 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
Contractor shall provide the Engineer with an asphalt mix design report from an independent testing
laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil content, job
mix formula and recommended mixing and placing temperatures. The costs for all job mix formulas 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:
TABLE 401-2
Grading
Test Procedure
Minimum Test
Sampling Frequency
Result
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.
ABLE 401.1Bitumen Content ±0.3%
phalt Recycling Agent ±0.2%
em rature of Mixture When Discharged from Mixer kI00C
U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnical Specs
Technical Specs - 21
South Shields Street Improvements
Pavement - Item 403
February 28,2002
the 9.5 mm (1/82) and larger sieves ±6%
the the 4.75 mm (No. 4) and 2.36 mm (No. 8) sieves ±5%
the 600 mm (#30) sieve ±4%
the 75 mm (#200) sieve ±2%
'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 Temperature Limitations in °C
Compacted Layer
Minimum Surface and Air
Thickness in
Temperature 4C (417)
mm (inches)
Top
Layers Below
Layer
Ton Laver
<38 (1'/2)
15 (60)
10 (50)
38 (1'/2) - <75 (3)
10 (50)
5 (40)
75 3 or more
L 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.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 22
South Shields Street Improvements
Table No. 4013A
Perisssla Rennirine Overinv of Trentwl Rnr&rea
February 28, 2002
Location by Elevation
Period During Which Planed or Recycled
Surfaces Must be Overlaid within Ten Days
All areas below and including 2100 m
October 1 to March 1
(7000 feet)
All areas above 2100 in (7000 feet) up to
September 5 to April 1
and including 2600 in 8500 feet
All areas above 2600 in (8500 feet)
August 20 to May 15
In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the
following:
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
Minimum Mix Discharge
Temperature, °C °F *
Minimum Delivered
Mix Temperature, °C 4F **
PG 58-28
135 (275)
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 17*C (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:
U:\Eileen\SOS\Shields Street\Bid DocKonstruction Specs\Technical Specs
Technical Specs - 23
South Shields Street Improvements
February 28, 2002
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 85*C (185 917), 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 110°C (230 9F), 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.
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 (11/2")
25.0 mm (1")
100
19.0 mm (3/4")
90 - 100
12.5 mm ('/2")
9.5 mm
4.75 mm (#4)
2.36 mm (#8)
23 - 49
34.6
1.18 mm (#16)
22.3
J28.3
600 mm (#30)
16.7
300 mm (#50)
13.7
150 mm (#100)
75 mm (#200)
2-8
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 24
South Shields Street Improvements
February 28,2002
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
TABLE 703-3B
Master Range Table for Hot Bituminous Pavement (Grading SX)
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 (3/4")
100
12.5 mm ('/2")
90 - 100
9.5 mm ('/a-)
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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 25
South Shields Street Improvements
February 28, 2002
TABLE 703-3C
Master Range Table for Hot Bituminous Pavement (Grading SG)
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 mm (1'/a")
100
25.0 mm (1")
90 - 100
19.0 mm (3/a")
12.5 mm ('h")
9.5 mm (3/8•)
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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 26
South Shields Street Improvements
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:
February 28, 2002 r..
Asphalt Patchine — 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 = Shields Street: 1,460,000
Binder: PG 76-28
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
't
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. —.
vertical drop otis will not be allowed. Paper ioints will be required with a taper eauaflfnf 3 times the amount of
drop.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 27
SECTION 00020
INVITATION TO BID
Date: March 25, 2002
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on
APRIL 16, 2002 for the SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696.
If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort
Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort
Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for widening Shields Street from Hobbit Street
south to the Spring Creek Lane (approx. 1150 feet) including: a limited full
width reconstruction (west curb along Shields Street to remain intact), addition
of concrete bus pull-out stop, vertical curb and gutter along the east side of
Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached seven -
foot (7') sidewalk, water and storm sewer appurtenances and parkway landscaping.
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 March 26, 2002.
Copies of the Contract Documents, complete with Construction Specifications and
Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd
floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty
Dollars ($50.00) per set. No partial sets will be issued.
The Contract Documents and Construction Drawings may be examined at:
1. City of Fort Collins, Purchasing Division.
2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado.
3. CMD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO
4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado.
5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado.
A prebid conference and job walk with representatives of prospective Bidders will
be held at 1:00 p.m. on April 4, 2002, at 281 North College Avenue, Conference
Room A.
Prospective Bidders are invited to present their questions relative to this Bid
proposal at this meeting.
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3
of General Conditions. Substantial Completion of the Work is required as
07/2001 Section 00020 Page 1
South Shields Street Improvements
February 28, 2002
Paving joint shall be at the lane lines or in the center of the lane. In no case shaU the Davin joints be in the wheel
Path. The contractor shall submit a longitudinal joint and pavement maridngplan 3 days prior to paving.
PAVEMENT SECTION: Shields Street
Grading S 4"
Grading SG 6"
Aggregate Base Coarse 6"
. uc ucnrgn rrux ror vraamg a, bA, ana 5l3 snail conform to the following:
TABLE 403-1
Property
Test
Grading S
Grading SG
Grading Sx
Method
N/A this Project
Air Voids, percent at:
CPL 5115
N (initial)
> 11.0
> 11.0
> 11.0
N (design)
3.0 - 5.0
3.0 - 5.0
3.0 - 5.0
N maximum
> 2.0
> 2.0
> 2.0
Lab Compaction (Revolutions):
CPL 5115
N (initial) (a)
8
8
(a)
N (design)(b)
100
100
(b)
N maximum a
158
158
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)
Strength, kPa(psi)
Method B
Grade of Asphalt Cement
PG 76-28
N / A
PG 76-28
Top Layer
Grade of Asphalt Cement Layers
PG 64-22
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
U:MIeen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 28
South Shields Street Improvements February 28, 2002 ...
(a) Current CDOT Design Criteria
(b) Residential 75, 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.
Subsection 403.03 is revised to include the following:
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 (1 1/2) inches and Grading S shall be (2) inches. 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.
U:\Eileen\SOS\Shields Street\aid Docs\Construction Specs\Technical Specs
Technical Specs - 29
I
G
South Shields Street Improvements
Subsection 403.05 is revised to include the following -
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
SOUTH SHIELDS STREET IMPROVEMENTS:
403-01 Hot Bituminous Pavement — Grading S (4" Depth) PG76-28 Binder— (TON)
403-02 Hot Bituminous Pavement — Grading SG (6" Depth) PG64.22 Binder— (TON)
403-03 Asphalt Paver Patching — Grading S (4" Depth) PG64-28 Binder — (TON)
403-04 Asphalt Paver Patching — Grading SG (7" Depth) PG64-22 Binder — (TON)
_PAVEMENT MANAGEMENT — STREET RFHABILITATION:
403-05 Hot Bituminous Pavement — Grading S (4" Depth) PG76-28 Binder— (TON)
February 28, 2002
403-06 Hot Bituminous Pavement — Grading SG (6" Depth) PG64.22 Binder— (TON)
403-07 Asphalt Paver Patching — Grading SG (7" Depth) PG64-22 Binder — (TON)
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\Shields Street\Bid Does\Construction Speeffechnical Specs
Technical Specs - 30
South Shields Street Improvements
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:
February 28, 2002
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 "astroturf'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 W
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.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpeesUechnical Specs
Technical Specs - 31
South Shields Street Improvements
Subsection 412.17 is revised to include the following.
February 28, 2002
The concrete pavement smoothness shall meet the requirements of Category 4, Class I, as shown in Table 412-1 for
the Profilograph test.
Subsection 412.18 is revised to include the following:
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 (10") — (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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 32
South Shields Street Improvements
REVISION OF SECTION 420
GEOSYNTHETICS
February 28, 2002 ^
Section 420 of the Standard Specifications is hereby revised as follows:
Subsection 420.01 is revised to include the following.
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 Mirafi weave fabric or approved equal.
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
420-01 MirafiWeaveFabric -(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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 33 �,
South Shields Street Improvements
REVISION OF SECTION 506
RIPRAP
February 28, 2002
Section 506 of the Standard Specifications is hereby revised as follows:
Subsection 506.01 is revised to include the following.
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 (1/3) 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).
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
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 (Y) of the topsoil shall be loosely
U:\Eileen\SOS\Shields Street\Bid DoesTonstruction SpecsUechnical Specs
Technical Specs - 34
South Shields Street Improvements February 28, 2002
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.
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 15' x 20' x 1.5' Class 12 Riprap with 6" topsoil — (CIP per detail) — (EA)
506-02 5' x 5' x 1.5'Class 12 Riprap with 6" topsoil — (CIP per detail) — (EA)
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\Shields Street\Bld Does\Construction Specs\Technical Specs
Technical Specs - 35
South Shields Street Improvements
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:
February 28, 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 ().
603-01 4" PVC Schedule 200 Irrigation Sleeving — (LF)
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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 36
South Shields Street Improvements February 28, 2002
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:
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. 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. _
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 604.05 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 ().
604-01 5' Type R-Inlet - (EA)
604-02 Combination Type 13 Inlet - (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, and -
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\Shields Street\Bid Docs\Construction Specs\Teehniesl Specs
Technical Specs - 37
specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a
Payment Bond guaranteeing faithful performance and the payment of all bills and
obligations arising from the performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date
fixed for opening Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any
informalities and irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany
each Bid in the form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City
Council, shall have a financial interest in the sale to the City of any real or
personal property, equipment, material, supplies or services where such officer _
or employee exercises directly or indirectly any decision -making authority
concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or
accepting any gift, gratuity favor, entertainment, kickback or any items of
monetary value from any person who has or is seeking to do business with the City
of Fort Collins is prohibited
City of Fort Collins
By
Janes B. O'Neill, II, CPPO, FNIGP
P chasing/Risk Management Director
07/2001 Section 00020 Page 2
South Shields Street Improvements
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:
February 28, 2002
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 backrill — 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 he one inch (1"), The m' um slump shall be six inches (6") and the maximum, eight
inches (8"). The nbn-shrink backf be consolidated with a mechanical vibrator. Payment of using
flowfill will be paid faLby [ is yard and only when used as required by the Engineer.
Subsection 608.04/is+evised 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 David
Color Tile Red throughout the entire crosswalk 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 on the perimeter of the crosswalk will be a recurring block
pattern. 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.
U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 38
South Shields Street Improvements February 28, 2002
Subsection 608.05 is revised to include the following.
The Concrete Driveway (6"), Sidewalk (6), Access Ramps w/Landings (6"), Drive Approach (6") and
Concrete Crosspan/Apron (10") items will be measured by the square foot of finished flatwork. The price for
the Access Ramps (6") 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.
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 O.
SOUTH SHIELDS STREET IMPROVEMENTS:
608-01 Concrete Sidewalk (6") - (SF)
608-02 Concrete Access Ramps with colored landings (6") - (SF)
608-03 Concrete Crosspan and Apron (10") - (SF)
608-04 Concrete Bus Pad (6") - (SF)
608-05 Patterned and Decorative Asphalt Crosswalk - (SF)
608-06 Hi -Early Concrete (24hr) - (CY)
608-07 Flowable Fill Concrete - (CY)
PAVEMENT MANAGEMENT - STREET REHABILITATION:
608-08 Concrete Sidewalk (6") - (SF)
608-09 Concrete Access Ramps with colored landings (6") - (SF)
608-10 Concrete Crosspan and Apron (10") - (SF)
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\Shields StreetMd Docs\Construction Spec\TechnicalSpecs
Technical Specs - 39 .,
r
South Shields Street Improvements
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:
February 28, 2002
This work shall consist of the construction of cast in place vertical 6" curb and gutter, 6" outfall curb and
gutter (1-ft pan), and 6" epoxied concrete median curb 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 ().
SOUTH SHIELDS STREET IMPROVEMENTS:
609-01 Vertical Curb & Gutter (30") - (LF)
609-02 Roll -Over Curb & Gutter— (LF)
PAVEMENT MANAGEMENT — STREET REHABILITATION:
609-03 Vertical Curb & Gutter (30") — (LF)
609-04 Roll -Over Curb & Gutter — (LF)
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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 40
South Shields Street Improvements February 28, 2002
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:
This work shall include installing ductile iron pipe (DIP), 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 City of Fort Collins Water Utilities Standard Construction
Specifications. 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.
Irrigation Service — There are irrigation service taps that will be made for irrigating the parkway on this
project. The Contractor shall supply all materials required to complete the Work. The City of Fort Collins
Water Utility or other applicable water utility will not provide any materials to complete this Work. This shall
include, but not limited to, tapping the existing water line at the designated location(s), new copper line and
fittings, new stop box, complete meter pit assembly, excavation, bedding, backfill and compaction into his/her --
item cost. Service taps on City mains larger than 8" will be made only under the direct supervision of the
City Utility or by the City Utilities Crews. The Contractor shall notify the water utility Prior to Performine "
this work. This item will be paid under Irrigation Services (3/4") — (EA).
Subsection 619.05 is revised as follows:
Payment will be made under.
Pay Item and Pay Unit
The pay unit is denoted by O.
619-01 8" x 2" Plug and Blow Off — (EA)
619-02 30" x 8" Tapping Saddle (City of Fort Collins Spec) — (EA)
619-03 8" Tapping Valve and Connection — (EA)
619-04 8" DIP with Poly -Wrap — (LF)
619-05 Install 72" Valve Manhole over Existing 30" — (EA)
lJAElleen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs _
Technical Specs - 41
.W
South Shields Street Improvements
619-06 Irrigation Service (3/4") — (EA)
February 28, 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 existing 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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 42
South Shields Street Improvements February 28, 2002
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:
This work shall consist of furnishing, installing, moving, maintaining and removing temporary traffic signs,
advance warning arrows panels, message boards, 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.
U:\Eilmn\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 43
South Shields Street Improvements
Subsection 630.08 shall be revised as follows:
February 28, 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 for
single lane closures. (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; message boards; 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 certified 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 Drivels License, 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.)
U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs
Technical Specs - 44
South Shields Street improvements
February 28, 2002
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.
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
U:\Elleen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 45
South Shields Street Improvements
February 28, 2002
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.
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:
Pay Item and Pay Unit
The pay unit is denoted by ().
630 Traffic Control - (LS)
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 three weeks prior to the commencement of work and/or the time required to
adequately notify the public through the media.
NOTE: Traffic control devices will be cleaned every week and/or to the discretion of the City of Fort Collins
Engineer.
NOTE: The TCS will be required to attend the weekly progress meetings.
U:\Eileen\SOS\.Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 46
South Shields Street Improvements
February 28, 2002
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\Shields Street\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 47
SECTION 00100
INSTRUCTIONS TO BIDDERS
South Shields Street Improvements
DIVISION 2 SITEWORK
SECTION 2900
LANDSCAPE PLANTING
PART 1- GENERAL
1.01 RELATED DOCUMENTS
February 28, 2002
The general provisions of the contract, including General and Supplementary Conditions and Division 1,
General Requirements, apply to the work specified in this Section.
1.02 DESCRIPTION OF WORK
A. Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all
operations in connection with and reasonably incidental to complete installation of the planting and
guarantee as shown on the drawings and as specified herein. The work shall include, but not be
limited to the following:
1. Procurement of all applicable licenses, permits, and fees.
2. Determination of utility locations prior to construction.
3. Site inspection.
4. Planting of trees, shrubs, perennials, and turf installation.
5. Soil Preparation and Fine Grading.
6. Staking and guying of trees.
7. Mulching of all trees and shrubs.
8. Cleanup, inspection, and approval.
9. Guarantee of all plantings.
10. Maintenance.
11. All work of every description mentioned in the Drawings and Specifications and/or Addenda
thereto.
B. Related Work Specified Under Other Sections: Consult all other Sections, determine the extent and
character of related work, and properly coordinate work specified herein with that specified
elsewhere to produce a finished, workmanlike installation.
1.03 PROTECTION OF EXISTING FEATURES
A. Protect all existing site development including, but not limited to, existing buildings, equipment,
underground utilities, walls, walks, roads, materials, trees, etc. Any existing site development
damaged by willful or negligent acts of the Contractor, Sub -Contractor or any of the employees shall
be replaced or repaired at no cost to the Owner and in a manner satisfactory to the Owner's
Representative before project acceptance is given.
B. The above provision applies to on -site damage as well as to that which may occur to adjacent
properties.
C. Until the project has been accepted, erect and maintain shoring, barricades, guards, warning lights
and lights as necessary or required for the protection of the public, the work and the workers.
U:\Eileen]SOSShields Street\Bid Docs\Landscaping SpecsTlanting Specs
Planting Specs - 1
South Shields Street Improvements February 28, 2002
1.04 SUBMITTALS
A. Submit duplicate samples and manufacturer's guaranteed analysis of the following items and such
other materials as may be required by the Owner's Representative and obtain written approval there
of before beginning fabrication or delivery of material to the project site. Finished work shall match
approved samples.
a. Soil amendments and mulch materials.
b. Tree ties and guying materials.
c. Fertilizers
1.05 ANALYTICAL TESTS
Submit 2 copies of an analytical test, performed by certified soil laboratory, demonstrating compliance with
these specifications for the composted manure and peat moss.
1.06 INSPECTIONS
A. Pre -Planting Inspection:
1. All plant materials must be inspected at the place of growth and/or on the project site before _
planting commences. Plants shall be inspected for size, variety, condition, defects or injury. The
Owner's Representative reserves the right to reject unsatisfactory plant material at any time
during the work. _
2. Notify the Owner's Representative of the source of material no later than 30 days after award of
the contract.
3. All fertilizers, pre -mixed backfill mixes, mulches and soil amendments will be inspected at the
site by the Owner's Representative before they are used in planting operations.
B. Planting Inspections: �r
1. Owner's Representative shall inspect the staked location of all trees prior to the planting of
those trees.
2. Owner's Representative shall inspect container stock with said plants set on the ground at the
proposed locations before digging commences.
C. Pre -Maintenance Inspection:
I
1. As soon as all planting is completed, the Owner's Representative upon request of the Contractor
will hold a planting review and preliminary inspection to determine the condition of the
plantings.
2. The Contractor shall have all planting areas free of weeds and neatly cultivated. Irrigation
systems shall be fully operational with all heads properly adjusted. All debris and litter shall be
cleaned up and walkways, curbs and roads shall be cleared of all soil and debris. The inspection
shall not occur until these conditions are met.
3. If, after the inspection, the Owner's Representative is of the opinion that all work has been
performed as per the contract documents, and that all plant materials are in satisfactory growing
condition, he will give the Contractor written notice of acceptance.
4. Work requiring corrective action in the judgment of the Owner's Representative shall be `
performed within ten (10) days. Corrective work and materials replacement shall be in
accordance with the contract documents, and shall be made by the Contractor at no cost to the
Owner.
U:\EileenlSOS\Shields Street\Bid Docs\I.nnda phtg Spe Thinting Spees
Planting Specs - 2
South Shields Street Improvements
D. Final Inspection:
February 28, 2002
1. At the completion of the two growing season maintenance period, the final inspection shall be
performed.
2. If, after the inspection, the Owner's Representative is of the opinion that all work has
been performed as per the contract documents, and that all plant materials are in satisfactory
growing condition, he will give the Contractor written notice of acceptance and completion of
the formal maintenance period.
3. Final approval will not be given until all deficiencies are corrected.
1.07 GUARANTEE
A. Guarantee trees, shrubs, ground covers and other plant material to root, thrive and be free from
defects from any cause for two years of acceptance from the final acceptance by the owner.
B. Any trees or other plant materials that die back and lose the form and size originally specified shall
be replaced, even though they have taken root and are growing after the dieback.
C. Within 15 days of written notification by the Owner, remove and replace all guaranteed plant
materials which, for any reason, fail to meet requirement of guarantee. Replacement planting for
trees shall be done in the spring planting season only, except as approved otherwise. Replacements
shall be made to same specifications required for original materials and shall carry
the same guaranty from the time they are replaced.
D. Plants shall be planted only when weather and soil conditions permit and in accordance with locally
accepted practices, and as approved by the owner's representative.
E. Trees shall be planted in same growing season as they were dug.
END OF SECTION
tl:\EileenlSOS\Shlelds Street\Bid Docs\Landscaping Specs\Planting Specs
Planting Specs - 3
South Shields Street Improvements February 28, 2002 —
PART2-PRODUCTS
2.01 TREES, SHRUBS, AND GROUND COVERS
A. Quantities: Plant material shall be furnished in quantities required to complete work as indicated on
the Drawings and shall be of species, kinds, sizes, etc., specified.
B. Nomenclatures: Plant names listed on Drawings conform to standardized plant names established by
the American Joint Committee on Horticulture Nomenclature, except that for names not covered
therein, the established custom of the nursery trade is followed.
C. Quality: Plants shall be symmetrical and typical for species and variety. Plants shall be sound,
healthy, vigorous, free from disease and insect pests or their eggs. All plant material shall conform to
the requirements of the Colorado Nursery Act of 1965, Title 35, Article 26, CRS1973.
D. Digging, wrapping, and handling: Plants shall be dug and prepared for shipment in a manner that will
not cause damage to branches, shape and future development after planting.
E. Balled and burlapped plants: Shall be nursery grown stock adequately balled with firm, natural balls
of soil in sizes and ratios conforming to the Colorado Nursery Act as cited above. Balls shall be
firmly wrapped with non -treated burlap, secured with wire or jute. Broken balls will not be accepted. —
Ponderosa Pine may be field collected with root ball sizes in conformance with the Colorado Nursery
Act as cited above. —
F. Container grown plants: Shall have been nursery grown in containers and shall have sufficient roots
to hold the entire soil mass together after container removal without being root -bound.
G. Options as to method: If all other requirements are met, a balled and burlapped plant may be
substituted for a container grown plant.
H. Plant protection: Plants shall be handled so that roots are adequately protected at all times from ..,
drying out and from other injury. Protect balls of balled plants, which cannot be planted within 24
hours from delivery, with soil or other suitable material. Where possible, store plants in the shade.
Keep all plant roots moist before, during, and after planning.
Pruning: Trees shall not be pruned, except by City Forestry staff. Dead and broken shoots should —:
be pruned out of woody shrub material. ^
J. Substitutions: Will be allowed only when specified material is proved unavailable and only with
approval of the Owner's Representative. Proposals will be considered for use of nearest equivalent
size and variety with the equitable adjustment to the Contract price.
K. Trees dug and held over from a previous growing season will not be accepted for use.
2.02 SOIL AMENDMENTSIFERTILIZERS/MULCHES
A. Topsoil: imported and on site topsoil (located in stockpile on site) for use in backfill mix. Topsoil to
be a mix of 60% topsoil and 40% organic material mixed well prior to being placed in median.
Topsoil shall be free of all foreign material and screened and ground to eliminate clumps larger than
1" in diameter. Submit sample for approval to the City of Fort Collins Forestry Representative.
B. Composted Manure: Composted dairy cow or sheep manure: Free from lumps, stones, or other
foreign matter. Free from mineral matter or chemical composition harmful to plant life. Manure
U:\ElleenlSOS\Shields Street\Bid Does\Landscaping SpeesTlanting Specs
Planting Specs - 4
South Shields Street Improvements
February 28, 2002
that has received treatment with a bacterial enzyme culture raising the manure temperature to 145
degrees minimum for 3 weeks minimum, aged at least 18 months, yielding a soil amendment with the
following properties:
Organic Matter: 35 - 40% (oven -dry basis)
Total Nitrogen: 1.6 - 2.0%
Conductivity: 50.0 EC's (max)
pH: 7.5 to 8.5
Submit analysis as required by 1.04
C. Peat Moss for annuals and perennials: Free from lumps, stones or other foreign matter. Free from
mineral matter or chemical composition harmful to plant life. Acid reaction of 3 to 5 pH. Shall
contain no less than 60% organic matter by weight on an oven -dry basis. Submit analysis as required
by 1.04.
D. Fertilizers:
I. Tablets for tree and shrub planting - "The Pill" by Agriform with 20-10-5 analysis, 21 gram size,
Osmocote Sierrablend, 9 month slow release or industry equivalent.
2. Fertilizers for grass, shrub and tree planting shall be commercial type of uniform composition,
free flowing, and conforming to the applicable State and Federal laws. Submit manufacturers
guaranteed analysis as required in 1.03. Guaranteed analysis shall be designed to conform with
amendment requirements given in Part 3, "Execution."
E. Mulch:
L Bark Mulch: Cedar mulch must be approved by City Parks Division prior to installation.
2.03 SOD
A. Sod: American Sod Producers Association (ASPA) Certified Field Grown grade; Cultivated grass
sod; not less than three improved Kentucky Bluegrass varieties; with strong fibrous root system, free
of stones, burned or bare spots; containing no more than 5 weeds per 1000 square feet. Minimum
age of 12 months, with root development that will support its own weight without tearing, when
suspended vertically by holding the upper two corners.
B. Sod Producer: Company specializing in sod production and harvesting with minimum five years
experience, and certified by the State of Colorado.
C. Certification: Submit sod certification for grass species and location of sod source.
2.04 MATERIALS FOR STAKING AND GUYING
A. Stakes: Metal T-posts painted dark green or black.
B. Ties: Fabric: Nylon canvas or rubberized cloth straps, 2" x length required.
END OF SECTION
U:\EileenjSOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs
Planting Specs - 5
South Shields Street Improvements February 28, 2002
PART 3-EXECUTION
3.01 GENERAL
A. Inspection: Examine the substrate in which the work is to be performed. Do not proceed until
unsatisfactory conditions have been corrected.
B. Dimensions: All scaled dimensions are approximate. Before proceeding with any work, carefully
check and verify all dimensions and quantities and immediately inform the Owner's Representative
of any discrepancy between the drawings and/or specifications and actual conditions.
C. Coordination: Coordinate work with other trades to insure proper sequencing of construction.
3.02 SOIL PREPARATION
A. Grades have been established under work of another Section to within 1" plus or minus, of required
finished grades. Verify that grades are within 1" plus or minus, of required finished grades. Notify
the Owner's Representative prior to commencing soil preparation work if existing grades are not
satisfactory, or assume responsibility for conditions as they exist.
B. Weed and debris removal: All ground areas to be planted shall be cleaned of all weeds and debris
prior to any soil preparation or grading work. Weeds and debris shall be disposed of off the site.
C. Contaminated soil: Do not perform any soil preparation work in areas where soil is contaminated
with cement, plaster, paint or other construction debris. Bring such areas to the attention of the
Owner's Representative and do not proceed until the contaminated soil is removed and replaced.
Soil contaminated by chemical herbicides in any planting areas shall be removed to a depth of 12"
and replaced with clean herbicide -free topsoil.
D. Moisture Content: Soil shall not be worked when moisture content is so great that excessive
compaction will occur, nor when it is so dry that excessive dust will form in the air or that clods will
not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content
for tilling and planting. `.
3.03 SOIL CONDITIONING
Median areas shall be excavated below the base of the splash block 18" and then filled with the specified mix.
The subgrade will be scarified to a 6" depth parallel to the way the median runs, to allow for drainage and
root movement. The specified topsoil and compost mix shall be thoroughly mixed prior to placement and
filled to within 1 1/2" of the top edge of the splash block. The soil in the medians shall be graded to a level
surface.
3.04 FINE GRADING
When weeding, soil preparation, and soil conditioning have been completed and soil has been thoroughly
water settled, all planting areas should be smooth -graded, ready for placement of plant materials.
A. Grades: Finish grades shall conform to site grading plans and produce a smooth even surface without
abrupt changes. Minor adjustments of finish grades shall be made at the direction of the Owner's
Representative, if required.
B. Drainage: All grades shall provide for natural runoff of water without low spots or pockets. Flow -
line grades shall be accurately set and shall not be less than 2% gradient wherever possible.
U:\EileenlSOS\Shlelds Street\Eid Docs\Landscaping Specs\Planting Specs
Planting Specs - 6
South Shields Street Improvements
February 28, 2002
C. Shrub Areas: Finished grades shall be 1-1/2" below top of adjacent pavement, edging, curbs, or wall,
unless otherwise indicated on the Drawings.
D. Slopes: Tops and toes of all slopes shall be rounded to produce a gradual and natural -appearing
transition between relatively level areas and slopes.
3.05 GROUND COVER, ANNUAL AND PERENNIAL BEDS
Excavate areas to be planted with material smaller than 1-gallon size to a depth of six (6") inches and backfill
with the following mix.
80% on -site topsoil by volume (from Owner's stockpile).
2. 20% peat moss by volume.
3. Five (5) pounds bone meal per cubic yard of backfill.
The specified backfill materials shall be pre- mixed, then turned several times with a front end loader to a
uniform, evenly blended consistency, free of all pockets of unblended material and any clods or stones greater
than one (1") inch in diameter. Backfill mix has occurred. Pre -mixed back -fill mix shall be inspected per
1.06A, "Pre -Planting Inspections."
3.06 SHRUB AND TREE PLANTING
A. Planting Pits:
1. Locate planting holes per planting plans bringing any conflict with underground utility lines to
the attention of the Owner's Representative. Locations for holes shall be according to 1.06B,
"Planting Inspections."
2. Excavate holes to be the same depth as the root ball and two times the diameter of the root ball
wide.
3. The sides of the holes shall be roughened to remove any compacting or "glazing" caused by the
digging operation. The bottom of the hole shall be loosened to a minimum depth of six (6")
inches. Mix loosened soil with specified backfill to blend soil types.
4. Fill the entire hole with water and allow to drain completely. Contractor should notify
Landscape Architect if a pit does not drain in a satisfactory time, then contractor should correct
drainage problem by using a PVC drain or a gravel sump shall be installed.
5. Dispose of excavated soil off the site at no cost to the Owner.
B. Backfilling - Tree and shrub planting pits shall be backfilled with the following mix:
1. 100% on -site topsoil by volume (from Owner's stockpile). For topsoil see 2.02A.
C. Planting
1. General - Do not install plant materials until all construction work has been completed and
sprinkler systems have been installed and tested. Planting areas shall have been graded and
prepared as herein specified and shall have been approved by the Landscape Architect.
2. Carefully remove stock from containers to avoid breaking the root ball. Do not lift or handle
container plants by tops, stems, or trunks at any time.
3. Fertilize trees and shrubs by placing 21 gram fertilizer tablets three (3") inches laterally and
three (3") inches top of root ball as follows: 1 for 1-gallon containers, 3 for 5-gallon containers
and 5 for balled and burlapped material.
U:\EileenISOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs
Planting Specs - 7
South Shields Street Improvements
February 28, 2002
4. Remove wire baskets from root balls. Untie and lay back burlap from root ball on balled and
burlapped material.
5. Backfill entire hole with backfill mixture to grade and water thoroughly to eliminate all air
pockets without packing the soil. Allow soil to settle from watering. Add backfill mixture as
required.
6. All plants shall be planted immediately after the containers are cut, and containers shall be
regularly removed from the site so as not to present a hazard to persons using the area.
7. Flatgrown plant material - Install plants at spacing indicated on the drawings. Plant in staggered
rows, evenly spaced. Dig holes large enough to allow for spreading of roots. Place plants to
root system lies free without doubling. Firm soil around roots to eliminate air pockets.
Broadcast controlled release fertilizer over the entire planting area at the rate of 20 pounds per
1000 square feet of area.
3.07 MULCHING
A. All planting beds shall be mulched with a four (4") inch layer of cedar mulch.
3.08 TREE STAKING AND GUYING
A. Double stake all trees up to and including 2-1/2" caliper. Set stakes plumb and at right angles to the
prevailing wind. Securely nail or bolt rubber straps to stakes: leave straps loose enough to allow a
minimum of 3" lateral movement.
3.09 TWO GROWING SEASON MAINTENANCE PERIOD
A. Continuously maintain all plantings in areas included in the Contract from the beginning of Contract
work, during the progress of work, and for two (2) full growing seasons after completion of all work
until final acceptance of all Contract work by the Owner.
B. Scope:
1. New plantings.
2. Existing plantings within the construction area.
3. Continuous operations of watering, weeding, cultivating, mowing, trimming, edging, rolling,
fertilizing, spraying, insect, pest, fungus, and rodent control, and any other operations to assure
good normal health.
a. Weed Control:
i) Apply appropriate herbicide(s) in accordance with manufacturers suggested retail
rate(s) to control weeds. Herbicide application must comply with all requirements
herbicide/pesticide applicators license, including suitable warning/signing following
application. Herbicide applications and chemicals to be used will be approved by
the City Forester. Extreme caution must be used when applying herbicides near any
tree, shrub or groundcover.
b. Disease and Insect Control: Apply fungicides and insecticides as required to control
diseases and insects. A licensed applicator must perform this work in accordance with
state law requirements.
c. Watering: Contractor shall be responsible for watering of landscape areas to insure
performance under this Section. Apply the amount of water necessary to maintain
plants in a healthy condition until the end of the one year warranty period.
d. Protection:
i) Provide sufficient barriers and signage notifying the public to keep off newly planted
areas.
U:\Et1eenjS0S\Shields Street\Bid Does\Landseapiog SpeesTlanting Specs
Planting Specs - 8
South Shields Street Improvements
February 28, 2002
ii) Work under this Section shall include complete responsibility for maintaining
adequate protection for all areas. Any damaged areas shall be repaired at no
additional expense to the Owner.
4. Mow grass in sodded areas to maintain 2-to 3-inch height until final acceptance of project and
turnover to City.
5. Apply custom blend of fertilizer in split applications in early fall and late spring. Two-thirds of
the nitrogen should be applied in the fall and one-third in the spring.
6. Planting Bed and Mulch Surface Maintenance Requirements
a. Mulch all tree plantings four inches deep with cedar mulch, unless otherwise indicated on
the Drawings
b. Remove all weed growth on a monthly basis, including those growing in cracks and curbs.
6. Maintenance for Trees and Shrubs
a. Water all trees and shrubs to insure optimal growth and establishment during the two
growing season maintenance period as required by this Section. New trees should receive
two inches per week of irrigation during the first growing season applied over the root
system. Normal turf irrigation is generally adequate (one inch per week) for the second
growing season. Irrigation rates should be adequate for new trees' establishment even
when that is greater than water demand for turf. It is the contractor's duty to determine
and supply the water needs of trees and shrubs.
b. Inspect new plantings on a regular basis.
c. Remove tree wrap the next spring season after planting.
d. Re -mulch trees on an annual basis to maintain a four -inch deep mulch cover. Maintain tree
rings in turf zones as weed free.
e. Insect and disease levels shall be monitored and control measured implemented when
necessary following IPM practices. Check with Assistant City Forester prior to
implementing any control measures.
f. Remove all tree stakes and guy wires from trees one year after conditional acceptance.
g. Fertilizing: In addition to fertilizing of trees, shrubs, ground covers, and lawns herein
specified, furnish and apply any additional fertilizers necessary to maintain plantings in a
healthy, green, vigorous growing condition during the maintenance period. Do not over
apply fertilizer.
7. Inspection:
a. The Contractor shall notify the Owner's Representative prior to fertilizing, and spraying
operations.
b. The Owner's Representative shall perform periodic inspections during the growing season
of the site with the Contractor to determine that maintenance is sufficient to insure a
healthy condition of the landscape work. A final inspection will be held at the end of the
two growing season maintenance period.
C. The Landscape Contractor shall be available to meet on site with the Owner's
Representative at any time within 24 hours notice during the construction, establishment,
or maintenance period.
d. Replacements: Immediately replace any plant materials that die or are damaged. Lawns
that do not grow shall be resodded. Replacements shall be made to the Specifications as
required for original plantings.
U:\EileenJSOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs
Planting Specs - 9
South Shields Street Improvements
February 28, 2002
3.10 CLEAN UP
A. Remove all cans, surplus materials, and other debris from site. Neatly dress and finish all planting
areas. Flush walks, paved areas, and the like, clean to the satisfaction of the Owner's Representative.
B. Rinse foliage of all plant materials within the construction area as often as necessary to keep the
foliage free from dust generated by the work of this contract.
END OF SECTION
V�
U:\EileenlSOS\Shields Street\Bid Docs%sudscaping SpecsTlanting Specs ,...
Planting Specs - 10
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 Bigl. No partial sets will be issued. The Bidding Documents
may be examined at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous experience,
previous commitments and evidence of authority to conduct business in the
jurisdiction where the Project is located. Each Bid must contain evidence
of Bidder's qualification to do business in the state where the Project is
located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form
provided in Section 00420.
3.2. In accordance with Section 8-159 of the Code of the City of Fort
Collins in determining whether a bidder is responsible, the following shall
be considered: (1) The ability, capacity and skill of the bidder to perform
7/96 Section 00100 Page 1
South Shields Street Improvements
DIVISION 2 - SITEWORK
SECTION 02810
IRRIGATION
PART1-GENERAL
1.01 RELATED DOCUMENTS
February 28, 2002
Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in
connection with and reasonably incidental to the complete installation of the irrigation system, and
guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work
specifically included are:
A. Procurement of all applicable licenses, permits, and fees including payment of all development, plant
investment, or any other fees and permits associated with the purchase and installation of the tap.
B. Coordination of Utility Locates ("Call Before You Dig").
C. Excavation, installation, and backfill of tap into municipal water line.
D. Excavation, installation, and backfill of water meter and vault.
E. Verification of existing static pressure.
F. Maintenance period.
G. Sleeving for irrigation pipe.
1.02 WORK NOT INCLUDED
Items of work specifically excluded or covered under other sections are:
A. Provision and connection of electrical power supply to the irrigation control system.
1.03 RELATED WORK
A. Division 2 - Site Work:
1. Section 02920 - Fine Grading and Soil Preparation.
2. Section 02931 - Seeding.
3. Section 02950 - Trees, Plants and Ground Cover.
1.04 SUBMITTALS
A. Deliver four (4) copies of all required submittals to the Owner's Representative within 15 days from
the date of Notice to Proceed.
B. Materials List: Include pipe, fittings, mainline components, water emission components, control
system components. Quantities of materials need not be included.
U:\Eileen\SOS\Shields Street\Bid toes\Landscaping Specs\Irrigation Specs
Irrigation Specs - I
South Shields Street Improvements
February 28, 2002
C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions
for equipment shown on the materials list.
D. Shop Drawings: Submit shop drawings called for in the installation details. Show products required
for proper installation, their relative locations, and critical dimensions. Note modifications to the
installation detail.
E. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to
commencement of maintenance period (refer to specification section 3.11 for specific requirements).
1.05 RULES AND REGULATIONS
A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the
Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable
laws and regulations of the governing authorities.
B. When the contract documents call for materials or construction of a better quality or larger size than
required by the above -mentioned rules and regulations, provide the quality and size required by the
contract documents.
C. If quantities are provided either in these specifications or on the drawings, these quantities are
provided for information only. It is the Contractor's responsibility to determine the actual quantities
of all material, equipment, and supplies required by the project and to complete an independent
estimate of quantities and wastage.
1.06 TESTING
A. Notify the Owner's Representative three days in advance of testing.
B. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before
testing.
C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's
Representative. ..
D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests.
E. Hydrostatic Pressure Test:
1. Subject mainline pipe to a hydrostatic pressure of 150 PSI for two hours. Test with mainline
components installed. A 2 PSI pressure variation is allowed. Backfill to prevent pipe from
moving under pressure. Expose couplings and fittings.
2. leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or
appurtenance. Repeat the test until the pipe passes test.
3. Cement or caulking to seal leaks is prohibited.
F. OOnerational Test:
1. Activate each remote control valve in sequence from controller. The Owner's Representative
U:\Eileen\SOS\Shields Street\Bld Docs\Landscaping Specs\Irrigation Specs
Irrigation Specs - 2
South Shields Street Improvements
February 28, 2002
will visually observe operation, water application patterns, and leakage.
2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational
deficiencies.
3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies.
4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage
problems. Cement or caulking to seal leaks is prohibited.
5. Repeat test(s) until each lateral passes all tests.
1.07 CONSTRUCTION REVIEW
The purpose of on -site reviews by the Owner's Representative is to periodically observe the work in progress
and the Contractor's interpretation of the construction documents and to address questions with regards to
the installation.
A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the
Owner's Representative as required by these specifications.
B. Impromptu reviews may occur at any time during the project.
C. Final review will occur at the completion of the irrigation system installation and Record (As -Built)
Drawing submittal.
1.08 GUARANTEE / WARRANTY AND REPLACEMENT
The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime
quality, installed and maintained in a thorough and careful manner.
A. For a period of one year from commencement of the formal maintenance period, guarantee/warranty
irrigation materials, equipment, and workmanship against defects. Fill and repair depressions.
Restore landscape or structural features damaged by the settlement of irrigation trenches or
excavations. Repair damage to the premises caused by a defective item. Make repairs within seven
days of notification from the Owner's Representative.
B. Contract documents govern replacements identically as with new work. Make replacements at no
additional cost to the contract price.
C. Guarantee/warranty applies to originally installed materials and equipment and replacements made
during the guarantee/warranty period.
END OF SECTION
PART 2 - MATERIALS
U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs
Irrigation Specs - 3
South Shields Street lmpreventents
February 28,2002
2.01 QUALITY
Use materials which are new and without flaws or defects of any type, and which are the best of their class and
kind.
2.02 SUBSTITUTIONS
Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of
the Contractor. —
2.03 IRRIGATION TAP AND WATER METER
A. Provide materials required by local codes for installation of the municipal water tap and associated
piping.
B. Provide materials required by local code for installation of the water meter and vault and associated —
piping.
2.04 SLEEvING
A. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints.
B. Sleeving diameter: equal to twice that of the pipe or wiring bundle.
2.05 PIPE AND FITTINGS
A. Mainline Pipe and Fittings:
1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation
(NSF) approved pipe, extruded from material meeting the requirements of Cell Classification
12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. --
2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances
established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200
in the case of small nominal diameters which are not manufactured in Class 200. _
3. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a
pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings
conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe
manufacturer. Solvent cement to conform to ASTM Standard D2564.
B. Lateral Pipe and Fittings:
1. For drip irrigation laterals downstream of zone control valves, use UV radiation resistant
polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7
manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon
black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe.
Use PVC/compression line fittings compatible with the drip lateral pipe. Use tubing stakes to
hold above -ground pipe in place.
U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs
Irrigation Specs - 4
South Shields Street Improvements
C. Specialized Pipe and Fittings:
February 28, 2002
I. Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88.
Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use
a 95% tin and 5% antimony solder.
2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -
based metal (iron, galvanized steel, stainless steel).
3. Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing
joints or approved equal. Swing joints shall be rated at 315 psi, and use 0-ring and street elbow
construction.
4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC
Schedule 80 threaded fittings.
5. Joint sealant:
Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe
joint sealant formulated for use on water -carrying pipes on metal threaded connections.
2.06 MAINLINE COMPONENTS
A. Main System Shutoff Valve: As per local practice and in compliance with local code.
B. Winterization Assembly: As per local practice and in compliance with local code.
C. Backflow Prevention Assembly: As presented in the installation details.
D. Quick Coupling Valve Assembly: Double Swing joint arrangement as presented in the installation
details.
2.07 DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details.
Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard
Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box
over a 3-inch depth of 3/4-inch gravel for each assembly.
B. Drip Emitter Assembly:
1. Barb -mounted, pressure compensating emitter device as presented in the installation details.
The device shall be Rain Bird XB-20.
2. Install emitter types and quantities on the following schedule:
a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per square foot of
planting area, whichever is less.
b. Shrub: 2 single outlet emitters each.
c. Tree: 8 single outlet emitters each.
3. Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to emission point.
Length of emitter outlet tubing shall not exceed five feet. Secure emitter outlet tubing with
tubing stakes.
C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip
U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs
Irrigation Specs - 5
South Shields Street Improvements
February 28, 2002
irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each
assembly.
2.08 CONTROL SYSTEM COMPONENTS
A. Irrigation Controller Unit:
1. Rain Bird UNIK Battery -operated controller with one (1) field transmitter for the project, and
one 1) control module for each remote control valve on the project.
2.09 OTHER COMPONENTS
A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare
parts indicated in the General Notes of the drawings.
END OF SECTION
PART 3-EXECUTION
U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs
Irrigation Specs - 6
South Shields Street Improvements
3.01 INSPECTIONS AND REVIEWS
A. Site Inspections:
February 28, 2002
1. Verify site conditions and note irregularities affecting work of this section. Report irregularities
to the Owner's Representative prior to beginning work.
2. Beginning work of this section implies acceptance of existing conditions.
3. Contractor will be held responsible for coordination between landscape and irrigation system
installation.
4. Landscape material locations shown on the Landscape Plan shall take precedence over the
irrigation system equipment locations. If irrigation equipment is installed in conflict with the
landscape material locations shown on the Landscape Plan, the Contractor will be required to
relocate the irrigation equipment, as necessary, at Contractor's expense.
B. Utility Locates ("Call Before You Dig"):
1. Arrange for and coordinate with local authorities the location of all underground utilities.
2. Repair any underground utilities damaged during construction. Make repairs at no additional
cost to the contract price.
C. Irri ation System Layout Review: Irrigation system layout review will occur after the staking has
been completed. Notify the Owner's Representative two days in advance of review. Modifications
will be identified by the Owner's Representative at this review.
3.02 LAYOUT OF WORK
A. Stake out the irrigation system. Items staked include: pipe, control valves, and isolation valves.
B. Install all mainline pipe and mainline components inside of project property lines.
3.03 EXCAVATION, TRENCHING, AND BACKFILLING
A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for
installing connections and fittings.
B. Minimum cover (distance from top of pipe or control wire to finish grade):
I. 18-inch over mainline pipe.
2. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system
zone control valves.
3. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface.
C. Backfill only after lines have been reviewed and tested.
D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable
matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material
not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage
the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches
U:\Eileen\SOS\Shields Street\Bid Docs\Landscsping Specs\Irrigation Specs
Irrigation Specs - 7
South Shields Street Improvements February 28, 2002
of backfill.
E. Backfill unsleeved pipe in either of the following manners: —
1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder
of the trench in 6-inch layers. Compact to density of surrounding soil.
2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch
layers and compacting to the density of surrounding soil.
F. Enclose pipe beneath roadways, walks, curbs, etc. in sleeves. Minimum compaction of backfill for —
sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Conduct one compaction test for
each sleeved crossing less than 50 feet long. Conduct two compaction tests for each sleeved crossing
greater than 50 feet long. Costs for such testing and any necessary retesting shall be borne by the —
Contractor. Use of water for compaction around sleeves, "puddling", will not be permitted.
G. Dress backfilled areas to original grade. Dispose of excess backfill off site.
H. Where utilities conflict with irrigation trenching and pipe work, contact the Owner's Representative
for trench depth adjustments.
3.04 IRRIGATION TAP AND WATER METER
A. Install the municipal water tap and associated piping materials in conformance with local regulations. —
B. Install the water meter and vault and associated piping in conformance with local regulations.
3.05 SLEEVING AND BORING
A. Install sleeving at a depth which permits the encased pipe to remain at the specified burial depth.
B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with
stakes. Mark concrete with a chiseled "x" at sleeve end locations.
C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods
designed for horizontal boring.
3.06 ASSEMBLING PIPE AND FITTINGS
A. General:
1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debut. Clean pipe ends.
2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly.
B. Mainline Pine and Fittings:
1. Use only strap -type friction wrenches for threaded plastic pipe.
2. PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer
and in accordance with accepted industry practices.
U:\Eileen\SOSGShields Street\Bid Does\Landscaping Specs\Irrigation Specs
Irrigation Specs - 8
u
South Shields Street Improvements
February 28, 2002
b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe.
c. Snake pipe from side to side within the trench.
3. Fittings: The use of cross type fittings is not permitted.
4. UV Radiation Resistant Polyethylene Pipe:
a. Join pipe in the manner recommended by manufacturer and in accordance with accepted
industry practices.
b. Snake pipe from side to side within the trench, on the soil surface, and hold in place with
tubing stakes spaced every five feet.
5. Fittings: The use of cross type fittings is not permitted.
C. Specialized Pice and Fittings:
1. Copper Pipe:
a. Buff surfaces to be joined to a bright finish. Coat with solder flux.
b. Solder so that a continuous bead shows around the joint circumference.
2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron -
based metal (iron, galvanized steel, stainless steel) are joined.
3. Pre -fabricated double swingjoints: Install per manufacturer's recommendations.
4. Low Density Polyethylene Hose: Install per manufacturer's recommendations.
5. PVC Threaded Connections:
a. Use only factory -formed threads. Field -cut threads are not permitted.
b. Use only Teflon -type tape.
c. When connection is plastic -to -metal, the plastic component shall have male threads and the
metal component shall have female threads.
6. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound
applied to the male threads only.
3.07:INSTALLATION OF MAINLINE COMPONENTS
A. Main System Shut Off Valve: Install where indicated on the drawings.
B. Winterization Assembly: Install where indicated on the drawings.
C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its
elevation, orientation, access, and drainage conform to the manufacturer's recommendations and
applicable health codes.
D. Quick Coupling Valve Assembly: Install where indicated on the drawings.
3.08 INSTALLATION OF DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals:
1. Flush mainline pipe before installing RCV assembly.
2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to
connect control wires to remote control valve wires. Connectors and sealant shall be installed as
per the manufacturer's recommendations.
3. Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or
edges of paved areas.
U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs
Irrigation Specs - 9
South Shields Street Improvements February 28, 2002
B. Drip Emitter Assembly:
1. Locate as shown on the drawings and installation details.
2. Flush lateral pipe before installing emitter assembly.
3. Cut emitter outlet distribution tubing square.
4. Use tools and techniques recommended by the manufacturer.
C. Flush Can Assembly: Install at the end of each drip irrigation lateral pipe as shown on the
installation details. -_
3.09 INSTALLATION OF CONTROL SYSTEM COMPONENTS
A. Irrigation Controller Unit:
1. Install battery -operated controller on underside of each remote control valve box cover with
velcro strapping.
2. Make wiring connection per manufacturer's recommendation.
3.10 INSTALLATION OF OTHER COMPONENTS _.
A. Tools and Spare Parts: --
1. Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, test
equipment, and any other items indicated on the drawings.
2. Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the
drawings.
B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these
specifications.
3.11 PROJECT RECORD (AS -BUILT) DRAWINGS
A. Maintain on -site and separate from documents used for construction, one complete set of contract
documents as Project Documents. Keep documents current. Do not permanently cover work until
as -built information is recorded.
B. Record pipe and wiring network alterations. Record work which is installed differently than shown v
on the construction drawings. Record accurate reference dimensions, measured from at least two
permanent reference points, of each irrigation system valve, each backflow prevention device, each
sleeve end, and other irrigation components enclosed within a valve box.
C. Prior to Final Review, purchase from the Owner's Representative a reproducible mylar copy of the
drawings. Using technical drafting pen, duplicate information contained on the project drawings ._
maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be
a prerequisite for the Final Review. --
3.12 MAINTENANCE
U:\Eileen\SOS\Shields Street\Bid DocALandscaping Specs\Irrigation Specs ^
Irrigation Specs - 10
the contract or provide the services required, (2) whether the bidder can
perform the contract or provide the service promptly and within the time
specified without delay or interference, (3) the character, integrity,
reputation, judgment, experience and efficiency of the bidder, (4) the
quality of the bidder's performance of previous contracts or services, (5)
the previous and existing compliance by the bidder with laws and ordinances
relating to the contract or service, (6) the sufficiency of the financial
resources and ability of the bidder to perform the contract or provide the
service, (7) the quality, availability and adaptability of the materials
and services to the particular use required, (8) the ability of the bidder
to provide future maintenance and service for the use of the subject of the
contract, and (9) any other circumstances which will affect the bidder's
performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work ^
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would impair
his ability to perform or finance this Work. —
3.4 No Bidder shall be in default on the performance of any other contract
with the City or in the payment of any taxes, licenses or other monies due
to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to _
(a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract Documents,
and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification
of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement of
this Article 4, that without exception the Bid is premised upon performing
and furnishing the Work required by the Contract Documents and such means,
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of
the Work. ,
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
7/96
Section 00100 Page 2
i
South Shields Street Improvements
February 28, 2002
A. Upon completion of Final Review, maintain irrigation system for a duration of 2 years. Make
periodic examinations and adjustments to irrigation system components so as to achieve the most
desirable application of water.
B. Following completion of the Contractor's maintenance period, the Owner will be responsible for
maintaining the system in working order during the remainder of the guarantee/warranty period, for
performing necessary minor maintenance, for trimming around sprinklers, for protecting against
vandalism, and for preventing damage during the landscape maintenance operation.
3.13 CLEAN-UP
A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish.
END OF SECTION
U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs
Irrigation Specs - l I
GEOTECHNICAL ENGINEERING REPORT
PAVEMENT EVALUATION FOR
SOUTH SHIELDS STREET
BETWEEN HOBBIT STREET AND SPRING CREEK LANE
FORT COLLINS, COLORADO
TERRACON PROJECT NO.20005028
MARCH 3, 2000
Prepared for.•
CITY OF FORT COLLINS ENGINEERING DEPARTMENT
281 NORTH COLLEGE AVENUE
P.O. BOX 580
FORT COLLINS, COLORADO 80522
ATTN: MR. RICK RICHTER
AND MS. EILEEN BAYENS
Prepared by.
Terracon
301 North Howes Street
Fort Collins, Colorado 80521
1rerraco
March 3, 2000
City of Fort Collins — Engineering Department
281 North College Avenue
P.O. Box 580
Fort Collins, Colorado 80522
Attn: Mr. Rick Richter
and Ms. Eileen Bayens
Re: Geotechnical Engineering Report— Pavement Evaluation for
South Shields Street between Hobbit Street and Spring Creek Lane
Fort Collins, Colorado
Terracon Project No. 20005028
Irerracon
301 N. Howes • PC, Box 50:,
Fort Colims. Colorado 80521-0503
f970)484-0359 Fax:(970) 484-0454
Terracon has completed a geotechnical engineering exploration and pavement evaluation for the proposed
South Shields Street improvements between Hobbit Street and Spring Creek Road in Fort Collins, Colorado.
This study was performed in general accordance with our proposal number D2000033 dated January 31, 2000,
as well as the City of Fort Collins Pavement Design Criteria.
The results of our engineering study, including the boring location diagram, laboratory test results, test boring
records, and the geotechnical recommendations needed to aid in the design and construction of pavements and
other earth connected phases of this project are attached.
Five of the six test borings were drilled within the roadway/pavement section of South Shields Street. One test
boring was drilled between the edge of pavement and the concrete sidewalk situated on the east side of South
Shields Street. The existing pavement section generally consisted of 5 to 8-inches of asphalt, underlain by
approximately 6-inches of aggregate base course. Approximately 1-1/2 to 2 feet of sandy lean clay with gravel
fill material was encountered below the pavement section. An approximate 6-inch layer of silty topsoil was
encountered at the surface of Test Boring No. 2. The subsoils beneath the fill material and topsoil consisted of
sandy lean clay extending to the depths explored. Groundwater was not encountered in the test boring to
maximum depths of exploration, 10 feet at the time of our drilling operations. The borings were backfilled upon
completion of the drilling activities, therefore, stabilized water levels were not obtained.
The clay subsurface soils exhibits low to moderate subgrade strength characteristics and low 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:
h
David A. Richer, P.E. �(
Geotechnical Engineer partment Manager
Copies to: Addressee (4)
Xiam
B�. Attwooll, P.E: ,
Office Manager
Arizona ■ Arkansas ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ lowia 0 Kansas 0 Kentucky
Nebraska ■ Nevada ■ New Mexico ■ Oklahoma ■ Tennessee ■ Texas ■ Utah� WisconsinaM Wyoming Montana
Quality Engineering Since 1965
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
TABLE OF CONTENTS
Letter of TransmittalPage No.
.......................................................................................................I..... ii
INTRODUCTION.................................................................................................................1
PROPOSED CONSTRUCTION...........................................................................................1
SITEEXPLORATION..........................................................................................................2
FieldExploration......................................................................................................2
LaboratoryTesting...................................................................................................2
SITECONDITIONS.............................................................................................................3
SUBSURFACE CONDITIONS.............................................................................................3
SoilConditions.........................................................................................................3
Field and Laboratory Test Results............................................................................3
GroundwaterConditions...........................................................................................3
ENGINEERING ANALYSES AND RECOMMENDATIONS..................................................4
Geotechnical Considerations...............................................................................................4
Pavement Design and Construction.........................................................................4
Earthwork.................................................................................................................4
GeneralConsiderations................................................................................7
SitePreparation......:.....................................................................
............. 7
ubgrade Preparation...................................................................................8
Fill Materials and Placement.........................................................................a
Additional Design and Construction Considerations.................................................9
Underground Utility Systems........................................................................9
GENERAL COMMENTS
....................................................................................................
..10
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
Terracor
GEOTECHNICAL ENGINEERING REPORT
PAVEMENT EVALUATION FOR
SOUTH SHIELDS STREET BETWEEN HOBBIT STREET AND
SPRING CREEK LANE
FORT COLLINS, COLORADO
TERRACON PROJECT NO.20005028
MARCH 3, 2000
INTRODUCTION
erracon
This report contains the results of our geotechnical engineering exploration for the proposed
South Shields Street improvements between Hobbit Street and Spring Creek Road in Fort
Collins, Colorado. A vicinity map depicting the project limits is enclosed in Appendix A as
Figure 1. This report presents the geotechnical engineering field and laboratory test data as
well as the geotechnical engineering recommendations for the required pavement
thicknesses.
South Shields Street is situated along a Section line. Therefore, improvements on the east
and west sides of South Shields Street are in situated in the Northwest '% of Section 23, and
the Northeast % of Section 22, Township 7 North, Range 69 West, respectively.
The purpose of these services is to provide information and geotechnical engineering
recommendations relative to:
subsurface soil conditions
groundwater conditions
field and laboratory test results for pavement design, and
• 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
South Shields Street is to be widened and/or improved in conjunction with the proposed
construction to take place on the east side of South Shields Street south of the Landmark
Apartments.
1
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation - South Shields Street
Terracon Project No. 20005028
SITE EXPLORATION
Ierracor -
The scope of the services performed for this project included a site reconnaissance by a
geotechnical engineer, a subsurface exploration program, laboratory testing and engineering
analysis.
Field Exploration
A total of 6 test borings were drilled on February 17, 2000 to approximate depths of 10 feet at _
the locations shown on the Site Plan, Figure 2. The borings were drilled in general
accordance with the City of Fort Collins pavement design criteria on approximate 500-foot
intervals at locations selected by city personnel. All borings were advanced with a truck -
mounted drilling rig, utilizing 4- and &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 also obtained for subgrade strength characteristic
testing procedures. _.
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. The
test borings were backfilled upon completion of the drilling operations, therefore stabilized
water measurements were not obtained. `-
Laboratory Testing
All samples retrieved during the field exploration were returned to the laboratory for -,
observation by the project geotechnical engineer, and were classified in accordance with the _
Unified Soil Classification System described in Appendix C. 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.
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
Selected soil samples were tested for the following engineering properties:
• Water content Plasticity Index
• Dry density R-Value
• Swell Consolidation Water soluble sulfates
Terracor.
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 area for the South Shields Street improvements is situated between Hobbit
Street to the north and Spring Creek Lane to the south. Northeast of the proposed
improvements are the Landmark Apartments and southwest of the project are the Heritage
Apartments. Located to the northwest of the site is the Rite Aid Pharmacy facility. The
southeast area is presently a vacant tract of land proposed for future development and the
planned West Stuart Street.
The existing South Shields Street pavement is in generally good condition with minor rutting in
the wheel paths and minor alligator cracking.
SUBSURFACE CONDITIONS
Soil Conditions
Five of the six test borings were drilled within the roadway/pavement section of South Shields
Street. One test boring was drilled between the edge of pavement and the concrete sidewalk
situated on the east side of South Shields Street. The existing pavement section generally
consisted of 5 to 8-inches of asphalt, underlain by approximately 6-inches of aggregate base
course with approximately 1-1/2 to 2 feet of sandy lean day with gravel fill material below. An
approximate 6-inch layer of silty topsoil was encountered at the surface of Test Boring No. 2.
The subsoils beneath the existing pavement section and/or topsoil consisted of sandy lean
clay extending to the depths explored.
Field and Laboratory Test Results
Field and laboratory test results indicate that the clay soils are medium to stiff in consistency,
moderately plastic and exhibit low to moderate subgrade strength characteristics and low
9
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20006028
l erracor
swell potential. A sample of the sandy lean clay exhibited an R-Value of 9. The swell ,
potential for the soil samples analyzed varied between 0.0% to 0.4%, which is well below the 2 -
percent criteria set by the City of Fort Collins for stabilization of the subgrade for expansive -A
potential
Groundwater Conditions
Groundwater was not encountered to maximum depths of exploration 10 feet in the test
borings at the time of our drilling operations. The test borings were backfilled after completion
of the drilling operations; therefore, a stabilized water measurement was not obtained. 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. I -
ENGINEERING ANALYSES AND RECOMMENDATIONS
Geotechnical Considerations
Based on the subsurface conditions encountered at the site, it is our opinion the proposed
pavement construction is feasible at the site from a geotechnical engineering point of view.
The purpose of this report is to provide subsurface data for pavement design as well as
pavement thickness sections for South Shields Street. The subsoils at the test boring 4
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; full -depth asphalt pavement
and non -reinforced concrete pavement are feasible alternatives for the proposed pavement
sections. The City of Fort Collins provided the equivalent daily axle loads (EDLAs) for the
project.
Pavement Design and Construction
Design of pavements for the project have been based on the procedures outlined in the 1986
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 9 for the proposed roadway, appropriate ESAUday, environmental criteria
and other factors, the structural numbers (SN) of the pavement sections were determined on
the basis of the 1986 AASHTO design equation.
4 ..
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
MajorCoilector—South 200 1,460,000 90 2.5
Shield Street 4.00
Terracor.
Local drainage characteristics of proposed pavement areas are considered to vary from fair to
good depending upon location on the site. For purposes of this design analysis, fair drainage
characteristics are considered to control the design. These characteristics, coupled with the
approximate duration of saturated subgrade conditions, results in a design drainage coefficient
of 1.0 when applying the AASHTO criteria for design.
In addition to the flexible pavement design analyses, a rigid pavement design analysis was
completed, based upon AASHTO and/or CDOT design procedures. Rigid pavement design is
based on an evaluation of the Modulus of Subgrade Reaction of the soils (K-value); the
Modulus of Rupture of the concrete, and other factors previously outlined. The design K-value
of 100 pounds per cubic inch (pci) for the subgrade soil was determined by correlation to the
laboratory tests results. A modulus of rupture of 650 psi (working stress 488 psi) was used for
pavement concrete. The rigid pavement thicknesses for each traffic category were
determined 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:
Use of full -depth asphalt or as a composite section, requires the written approval from the City
of Fort Collins' Engineering Department. If requested full -depth asphalt pavement section
could be prepared. With respect to the overlay alternative, we recommend rotomilling and
leveling before overlay placement.
5
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation - South Shields Street
Terracon Project No. 20005028
Terracon
Aggregate base course (if used on the site) should consist of a blend of sand and gravel,
which meets strict specifications for quality and gradation. Use of materials meeting Colorado
Department of Transportation (CDOT) Class 5 or 6 specifications is recommended for base
course.
Aggregate base course should be placed in lifts not exceeding six inches and should be
compacted to a minimum of 95% Standard Proctor Density (ASTM D698).
Asphalt concrete and/or plant -mixed bituminous base course should be composed of a
mixture of aggregate, filler and additives, if required, and approved bituminous material. The
bituminous base and/or asphalt concrete should conform to approved mix designs stating the _
Hveem properties, optimum asphalt content, job mix formula and recommended mixing and
placing temperatures. Aggregate used in plant -mixed bituminous base course and/or asphalt -
concrete should meet particular gradations. Material meeting Colorado Department of —
Transportation Grading C or CX specification is recommended for asphalt concrete.
Aggregate meeting Colorado Department of Transportation Grading G or C specifications is
recommended for plant -mixed bituminous base course. 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 95% Hveem density (ASTM D1560)
(ASTM 01561).
Where rigid pavements are used, the concrete should be obtained from an approved mix r
design with the following minimum properties: —
• Modulus of Rupture @ 28 days.....................................................600 psi minimum
• Strength Requirements.......................................................................... ASTM C94
• Minimum Cement Content.............................................e.............. 6.5 sacks/cu. yd.
• Cement Type...................................................................................Type I Portland
• Entrained Air Content.................................................................................. 4 to 8%
• Concrete Aggregate .......................................... ASTM C33 and CDOT Section 703
Aggregate Size..............................................................................1 inch maximum
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.
6
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be directed
to the Engineer. Questions regarding submittal of bids should be directed
to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in
the amount stated in the Invitation to Bid. The required security must be
in the form of a certified or bank cashier's check payable to OWNER or a
Bid Bond on the form enclosed herewith. The Bid Bond must be executed by
a surety meeting the requirements of the General Conditions for surety
bonds.
6.2. The Bid Security of the successful Bidder will be retained until such
Bidder has executed the Agreement and furnished the required contract
security, whereupon Bid Security will be returned. If the successful
Bidder fails to execute and deliver the Agreement and furnish the required
contract security within 15 days of the Notice of Award, OWNER may annul
the Notice of Award and the Bid Security of that Bidder will be forfeited.
The Bid Security of other Bidders whom OWNER believes to have reasonable
chance receiving the award may be retained by OWNER until the earlier of
the seventh day after the effective date of the Agreement or the thirty-
first day after the Bid Opening, whereupon Bid Security furnished by such
Bidders will be returned. Bid Security with Bids which are not competitive
will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment (the
Contract Times) are set forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
7/96 Section 00100 Page 3
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
Terracon
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 dowelled 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.
• 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.
7
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation - South Shields Street
Terracon Project No. 20005028
Terracon
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 inches, 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, Idin 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. —
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.
e
Geotechnical Engineering Report Terracon
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
Imported soils (if required) should conform to the following:
Percent fines by weight
Gradation (ASTM C136)
6...................................................................................................
........100
.3".................................................................................................... 70-100
No. 4 Sieve.................................................................. An -inn
No. 200 Sieve ......................
• Liquid Limit ...............
• Plasticity Index.........
a Group Index .............
a R-Value ....................
Engineered fill should be placed and compacted in horizontal lifts, using equipment and
procedures that will produce recommended moisture contents and densities throughout
the lift. Recommended compaction criteria for engineered fill materials are as follows:
Material
Minimum Percent
(ASTM 0698)
Scarified subgrade soils.........................................................................95
On -site and imported fill soils:
Beneath pavements................................................................... 95
Miscellaneous backfill (non-structural areas)..........................................90
On -site day 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.
Additional Design and Construction Considerations
Underground Utility Systems
All piping should be adequately bedded for proper load distribution. It is suggested that
clean, graded gravel compacted to 75 percent of Relative Density ASTM D4253 be
used as bedding. Where utilities are excavated below groundwater, temporary
dewatering will be required during excavation, pipe placement and backfilling
0
Geotechnical Engineering Report
City of Fort Collins, Engineering Department
Pavement Evaluation — South Shields Street
Terracon Project No. 20005028
7erracon
operations for proper construction. Utility trenches should be excavated on safe and
stable slopes in accordance with OSHA regulations as discussed above. Backfill
should consist of the on -site soils or imported material approved by the geotechnical
engineer. The pipe backfill should be compacted to a minimum of 95 percent of
Standard Proctor Density ASTM D698.
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 discussed in 4
this report. This report does not reflect variations, which may occur between borings or across the site. The nature and extent of such variations may not become evident until construction.
If variations appear, it will be necessary to reevaluate the recommendations of this report.
The scope of services for this project does not include either specifically or by implication any
environmental assessment of the site or identification of contaminated or hazardous materials
or conditions. If the owner is concerned about the potential for such contamination, other
studies should be undertaken.
This report has been prepared for the exclusive use of our client for speck application to the
project discussed and has been prepared in accordance with generally accepted geotechnical
engineering -practices. No warranties, either express or implied, are intended or made. In the
event that changes in the nature, design, or location of the project as outlined in this report,
are planned, the conclusions and recommendations contained in this report shall not be
considered valid unless Terracon reviews the changes, and either verifies or modes the
conclusions of this report in writing. _
10
\j
(14)
I 4N,
UNrA/N!i �Kjj
111im
E 17f�n T, !L JI
LLiiwh
n
A'
&h
14-19.
77t) ij
41
m711
far
�4—i Old i
IIl%
l
1 7
�
elm=-OR IST 7%
f 13 i, �
14,
a,-
Zi
-q led Se
r4
WTI
7 -ark'[
NJ
;;i- 11,7171,
l
Project
Site It'l
tit
zt. ff
7
:24
If DRAKE R AD
v J
7
am
T.z v f
FIGURE 1: PROJECT SITE
SOUTH SHIELDS STREET IMPROVEMENTS
BETWEEN HOBBIT STREET & SPRING CREEK LANE
FORT COLLINS. COLORADO
Project kngr. DR Project No.
20005028
II Designed By. OR Irerracon s,.,.: Checked By D R 301 N. HOWn STRerT Date:
OtACRAW IS FOR GENERAL LOCAnON ONLY, Appraftd By. 03/02 00
AND I$ NOT INTENDED FOR CONSTRUCTION PURPOSES. DAR Fo;iT COLLm, COLORADO 60521 Dm" By. MLM
�F� 028FIC1 Figure No. 1
PROSPECT
ROAD
8
;s
:.a
r
U
O Q
�a
Ln
YZ
<w
<�
IS�a
e
y
O
HOBBIT
STREET
3
O
iz
N
*n
z
I
E
N
y,
J'
W
K
Qa�>_...
2'
(ni
wW
a�
�:
z
�F
O
W d
2 Q
Y
M
}
z
i0
O
zUZJ
~ W
WEST STUART STREET
ImWw
�
2
W
3 �
�
a
O
V
yz
JO
OU
2 Z
r
ZwNo
aX�
N
o
25
n0a
z
o
W
iw
of
W
K r_
O
H
g
SPRING CREEK
LANE_
C5
�Z
a
LOG OF TEST BORING NO. 1
Page 1 of 1
CLIENT ARCHITECT / ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street Improvements
SAMPLES
TESTS
CD
J
\
_J
H
DESCRIPTION
f'
m
It
Z�
M
H
W
a
N
m
m
w
D.
'3
w
o
LL�
Zz
Ll
m
U
L
w
a
U
F_o
c
H
Yly
ow
�^
0
3
z
r}
a
tan m
E
00-
M t~rn a.
ASPHALT 7"
0.7
1.1 AGGREGATE BASE COURSE 6"
1
ST
12"
12
121
2410
FILL MATERIAL: Sandy Lean
Clay with Gravel
Brown, moist, medium stiff
2
SS
12"
6
15
3.0
$ NDY LFAN CLAY
3
SS
12"
7
Tan, rust, moist, median stiff
5
CL
4
SS
12"
7
19
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
BORING STARTED 2-17-00
W.D.
=
BORING COMPLETED 2-17-00
1 rerracon
MWLInitial
RIG CME-55
FOREMAN CJS
ater Level Reading
APPROVED DAR
IJOB# 20005028
LOG OF TEST BORING NO. 2 Page 1 of 1
CLIENT
ARCHITECT / ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street Improvements
SAMPLES
TESTS
LU
m
r
O
Z
W
O-
T
1-
w
O
U
W
=
LL
Z\
i (n
3
1-O
O.J
(n 10
\
�
F-
Ln
H
O
E
H
w
O
TLL
=U
00-
W
Hc_
ZZ
OLU
UCLL
Zf-N
7(A O-
HON
oHu
HF-'
=)m i
OQ�
HJ
JO-
J
H
_
Q
Of
O
DESCRIPTION
F.-m
2
O-
W
O
N
co
U
U
O
0.5 6" TOPSOIL
COMP.
SANDY LEAN CLAY
SAMPLE
1
ST
12"
17
106
3855
Tan, rust, moist, medium stiff
0.5'04.0'
34/17/60
2
SS
12"
5
15
AASHTO
A-6
3
SS
12"
15
5
CL
4
SS
12"
4
28
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
Ireorracon
BORING STARTED 2-17-00
L
s DRY W.D.
2
BORING COMPLETED 2-17-00
WL
IWL
PIG CME-55
FOREMAN �S
Initial Water Level ReadinL,
APPROVED DAR I
JOB # 20005028
LOG OF TEST BORING NO. 3
Page 1 of 1
CUNT ARCHITECT/ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street hn rovements
SAMPLES
TESTS
O
J
J
inLL
\
>
H
H
DESCRIPTION
i
M
z
W
H=
Horu
'H�
_
m
ir
W
z\
�
w
LLo
0
a
U
w
E
d
0
U
cn
�
o
zz
OW
H!-'
c3N I
oe
a.LU
U
z
�
h0
H
WLL
ZD:It
O¢,
C3
1-
Nm
c2d
�Nd
JiL.V
ASPHALTS"
0.8
1.2 AGGREGATE BASE COURSE 6"
i
ST
12"
21
94
2100
39/12/56
FILL MATERIAL`. Sandy Silt with
trace Gravel
Brown, moist, medium stiff
2
SS
12"
4
19
3.0
SANDY LEAN
3
SS
12"
5
CLAY
Tan, rust, moist, medium stiff
5
CL
4
SS
12"
4
23
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
BORING STARTED 2-17-00
g DRY W.D.
=
BORING COMPLETED 2-17-00
I rerracan
WI.
EDAR
RIG CME-55 FOREMAN CJS
WL
Initial Water Level Reading
APPROVED IJOB# 20005028
LOG OF TEST BORING NO. 4 Page 1 of 1
CLIENT
ARCHITECT / ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street Irn rovements
SAMPLES
TESTS
z
=
O
z
0-
Y
H
Cr w
U
W
M
H
W
z\
Ho
0-J
mm
W
H
O
r_
H
Fi
w
W
>La
OfU
OIL
O
W
H~U. _
zz
UfrL
ZHlA
=Dma
O
J
H
Ir
LD
DESCRIPTION
H
W
O
O
m
N
L)
N
0.4 ASPHALT 5"
0.9 AGGREGATE BASE COURSE 6"
FILL MATERIAL: Sandy Lean
1
ST
12"
10
123
3675
Clay with Gravel
2.5 Brown, moist, medium stiff
2
SS
12"
5
18
3
SS
12"
10
SANDY LEAN CLAY
Tan, rust, moist, medium stiff
5
CL
4
SS
12"
3
20
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK .TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
WATER LEVEL OBSERVATIONS
eorracon
BORING STARTED 2-17-00
WL
� DRy W.D.
=
BORING COMPLETED 2.17-00
WI
RIG CME-55
�AN CJS
N'L-
I Initial Water Level Rea..
eadi
APPROVED DAR
IJOB a 20005028
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without ._
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished or
used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective _
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in the
General Conditions which may be supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of -
principal subcontractors he proposes to use in the Work. Refer to Section
00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that proposes —
to use acceptable subcontractors. Subcontractors, suppliers, other persons
or organization listed and to whom OWNER or Engineer does not make written
objection prior to the giving of the Notice of Award will be deemed
acceptable to OWNER and ENGINEER subject to revocation of such acceptance
after the effective date of the Agreement as provided in the General -�
Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted by
OWNER prior to the Notice of Award will be required in the performance of
the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may
be retained by the Bidder. A separate unbound copy is enclosed for -
submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on
the form must be stated in words and numerals; in case of conflict, words r
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
.r
LOG OF TEST BORING NO. 5
CLIENT Page 1 of 1
ARCHITECT / ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street Improvements
SAMPLES TESTS
00
H X 9
N
OESCRIPTION
w
ZLL
te
z
z�
�ztt
x
a
N
m
w
o
to
o
zz
Ham,-.
jx
a.
w
rn
U
(A
E
>
w
D-
U
r o
H
rw
UMW
O(C'
O
Z
>
1-
w
M
O.J
to m
O
wU
OO_
2h to
MM O.
HJ
ASPHALT 8"
0.7
1.2 AGGREGATE BASE COURSE 6"
1
ST
12"
l2
FILL MATERIAL: Lean Clay with
39
/21/72
Sand and trace Gravel
Brown, moist, medium stiff
2
SS
12"
4
19
3.0
SAhIDY LRAN CLAY
3
SS
12"
3
Tan, rust, moist, medium stiff
5
I
I
CL
4
SS
12"
4
21
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES
BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL.
VATIONS
WATER LEVEL OID.T
BORING STARTED 2-17-00
WL
g DRY W.
BORING COMPLETED 2-17-00
WLIrerracon
RIG CME-55 FOREMAN CJS
L
Initial Water Level Reading
APPROVED DAR JOB a 20005028
LOG OF TEST BORING NO. 6
Page 1 of 1
CLIENT
ARCHITECT/ENGINEER
City of Fort Collins -Engineering Department
SITE Hobbit Street to Spring Creek Lane
PROJECT
Fort Collins, Colorado
South Shields Street Improvements
SAMPLES
TESTS
\
T
LD
J
H
DESCRIPTION
LL
yr
zLL
z_
w
?
w
tr
m
w
❑
w
❑
>
z
>-
r
w
o:
n._j
wM
❑
>_
D:u
❑o-
zl—tn
❑oo_
ASPHALT 7"
0.6
1.2 AGGREGATE BASE COURSE 6"
1
ST
12"
12
118
3760
FILL MATERIAL: Sandy Lean
Clay with trace Gravel
Brown, moist, medium stiff
2
SS
12"
5
15
3.0
3
SS
12"
5
SANDY LEAN CLAY
Tan, rust, moist, medium stiff
5
CL
4
SS
12"
4
20
10.0
10
BOTTOM OF BORING
THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES -
BETWEEN SOIL•AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. -
WATER LEVEL OBSERVATIONS
err�con
1r
BORING STARTED 2-17-00
W
g DRY D.
-
IT
BORING COMPLETED 2-17-00
WL
RIG CME-55
FOREMAN CJS
wL
Initial Water Level Readin
APPROVED DAR
I JOB a 20005028
No Text
T
1
O
N
8
l0
0.01
0.1 I 10
APPLIED PRESSURE, TSF
Boring and depth (ft.)
Classification
DD
MC%
i
1 1.0
Sandy Lean Clay (CL)
125
12
PROJECT South Shields Street Improvements - Hobbit JOB NO. 20005028
Street to Spring Creek Lane DATE 3/2/00
I CONSOLIDATION TEST I
Ii TERRACON J
S
w
E
L
L
c
O-
N
S
O
L
I
D
A
T
I
O
N
APPLIED PRESSURE, TSF
Boring and depth (ft.) I Classification DD I MC %
101 4 1.0 I Sandy Lean Clay(CL) 125 1 10
PROJECT
CONSOLIDATION TEST
TERRACON
JOB NO.
iionng
ana aepm ln•1 I
�WbhLuwuuu
•
6 1.0
Sandy Lean Clay (CL)
125
12
PROJECT South Ch*eldc Street Improvements . Hobbit JOB NO. 20005028
Street to Sprinz Creek Lane DATE 3/2/00
CONSOLIDATION TEST
TERRACON
Irerracon
301 North Howes Street
P.O. Box 503
FORT COLLINS, COLORADO 80521
(970) 484-0369 FAX (970) 484-0454
CLIENT: City of Fort Collins - Engineering Department
PROJECT: South Shields Street Improvements
LOCATION: Composite Sample Test Boring No. 2 @ 0.5' - 4.0'
TERRACON NO. 20005028 CLASSIFICATION: Sandy Lean Clay (CL)
TEST SPECIMEN NO.
1
2
3
COMPACTION PRESSURE (PSI)
0
0
60
DENSITY (PCF)
104.3
105.8
108.7
MOISTURE CONTENT (%)
23.7
21.2
19.8
EXPANSION PRESSURE
0.00
0.00
0.00
HORIZONTAL PRESSURE @ 160 PSI
145
142
136
SAMPLE HEIGHT (INCHES)
2.48
2.46
2.48
EXUDATION PRESSURE (PSI)
198.9
274.5
358.0
CORRECTED R-VALUE
6.4
8.2
11.2
UNCORRECTED R-VALUE
6.4
8.2
11.2
R-VALUE @ 300 PSI EXUDATION PRESSURE = 0
100
90
80
70
to 60
50
40
30
20
10 ! !
0
0 100 200 300 400 500 600 700 800
EXUDATION PRESSURE - PSI
r`:111 i a.r`.arri
CLIENT: City of Fort Collins - Engineering Department PROJECT: South Shields Street Improvements
PROJECT NO. 20005028 DATE: 3/2/00 LOCATION: Between Hobbit Street and Spring Creek Lane
RIGID PAVEMENT ANALYSIS
FLEXIBLE PAVEMENT ANALYSIS
(1) DESIGN 18-kip-(ESAL's) 200
1,460,000
(1) DESIGN 18-kip-(ESAUs)
1,460,000
(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)
9
(7) MODULUS OF SUBGRADE REACTION
100
(5) SOIL RESILIENT MODULUS
5,995
(8) DRAINAGE COEFFICIENT
1.0
(9) INITIAL SERVICEABILITY
4.2
(6) INITIAL SERVICEABILITY
4.2
(10) TERMINAL SERVICEABILITY
2.5
(7) TERMINAL SERVICEABILITY
2.5
CALCULATED RIGID PAVEMENT THICKNESS, (IN):
7.45"
CALCULATED STRUCTURAL NUMBER:
4.00
UPPER
0.44
6.5
ASPHALT SURFACE
3
0.11
11.0
AGGREGATE BASE
TOTAL 17.5
UPPER
0.44
3.5
ASPHALT SURFACE
PLANT MIX
2
0.34
5.5
BITUMINOUS BASE
3
0.11
6.0
AGGREGATE BASE
TOTAL 16.0
OVERLAY
0.44
3.0
ASPHALT SURFACE
1
0.30
7.0
EXISTING ASPHALT
2
0.10
6.0
EXISTING BASE
TOTAL 16.0
1.0
2.86
1.0
1.21
TOTAL 4.07 4.00
1.0
1.54
1.0
1.87
1.0
0.66
TOTAL 4.07 4.00
1.0
1.32
1.0
2.10
1.0
0.60
TOTAL 4.02 4.00
DRIWNG AND IXPLORATION
DRILLING & SAMPLING SYMBOLS
SS:
Split Spoon - 12 I.D., 2" O.D., unless otherwise noted
PS :
Piston Sample
ST:
Thin -Walled Tube- 2" O.D., unless otherwise noted
WS
: Wash Sample
R:
Ring Barrel Sampler - 2.42" I.D., 3" O.D. unless otherwise noted.
PA
: Power Auger
FT:
Fish Tail Bit
HA
: Hand Auger
RB :
Rock Bit
DB
: Diamond Bit
BS :
Bulk Sample
AS:
Auger Sample
PM:
Pressure Meter
HS
: Hollow Stem Auger
DC:
Dutch Cone
WS
: 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
WCI
: Wet Cave in
WD :While Drilling
DCI :
Dry Cave in
BCR : Before Casing Removal
AS :After
Boring
ACR : After Casting Removal
Water levels indicated on tht boring logs are the levels measured in the borings at the time indicated. In pervious soils, the
indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater
levels is not possible with only short term observations.
DESCRIPTIVE SOIL CLASSIFICATION
Soil Classification is based on the Unified Soil
Classification system and the ASTM Designations D-2487
and D-2488. Coarse Grained Soils have more than 50%
of'their dry weight retained 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 (CL); 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 DENSITY OF COARSE -GRAINED SOILS:
PHYSICAL PROPERTIES OF BEDROCK
DEGREE OF WEATHERING:
Slight
Slight decomposition of parent material on
joints. May be color change.
Moderate
Some decomposition and color change
throughout.
High
Rock highly decomposed, may be
extremely broken.
HARDNESS AND DEGREE OF CEMENTATION:
Limestone and Dolomite:
Hard
Difficult to scratch with knife.
Moderately
Can be scratched easily with knife,
Hard
Cannot be scratched with fingernail.
Soft
Can be scratched with fingernail.
Shale. Siltstone and Claystone:
Hand
Can be scratched easily with knife, cannot
be scratched with fingemail.
Moderately
Can be scratched with fingernail.
Hard
Soft Can be easily dented but not molded with
fingers.
N-Blows/ft
Relative Density
Sandstone and Conglomerate:
0-3
Very Loose
Well
Capable of scratching a knife blade.
4-9
Loose
Cemented
10-29
Medium Dense
30.49
Dense
Cemented
Can be scratched with knife.
50-80
Very Dense
80 +
Extremely Dense
poorly
Can be broken apart easily with fingers.
Cemented
lrerracon
ROCK CLASSIFICATION
-
(Based on ASTM C-294)
Sedimentary Rocks
_
Sedimentary rocks are stratified materials laid down by water or wind. The sediments may be
composed of particles of pre-existing rocks derived by mechanical weathering, evaporation or by
chemical or organic origin. The sediments are usually indurated by cementation or compaction.
'
Chart Very fine-grained siliceous rock composed of micro -crystalline or crypto-
—
crystalline quartz, chalcedony or opal. Chart is various colored, porous to
dense, hard and has a conchoidal to splintery fracture.
Claystone Fine-grained rock composed of or derived by erosion of silts and clays or
^
any rock containing clay. Soft massive; gray, black, brown, reddish or
-
green and may contain carbonate minerals.
Conglomerate Rock consisting of a considerable amount of rounded gravel, sand and
cobbles with or without interstitial or cementing material. The cementing
or interstitial material may be quartz, opal, calcite, dolomite, clay, iron
—
oxides or other materials.
Dolomite A fine-grained carbonate rock consisting of the mineral dolomite [CaMg
(CO3)21• May contain noncarbonate impurities such as quartz, chart, clay
minerals, organic matter, gypsum and sulfides. Reacts with hydrochloric
--
acid (HCL).
Limestone A fine-grained carbonate rock consisting of the mineral calcite (CaCo,).
May contain noncarbonate impurities such as quartz, chart, clay minerals,
_
organic matter, gypsum and sulfides. Reacts with hydrochloric acid (HCL).
—
Sandstone Rock consisting of particles of sand with or without interstitial and
"
_ cementing materials. The cementing or interstitial material may be quartz,
—
opal, calcite, dolomite, clay, iron oxides or other material.
Shale Fine-grained rock composed of, or derived by erosion of silts and clays or
any rock containing clay. Shale is hard, platy, or fissile may be gray, black,
—
reddish or green and may contain some carbonate minerals (calcareous
shale).
Siltstone Fine grained rock composed of, or derived by erosion of silts or rock
containing silt. Siltstones consist predominantly of silt sized particles
(0.0625 to 0.002 mm in diameter) and are intermediate rocks between
claystones and sandstones, may be gray, black, brown, reddish or green
and may contain carbonate minerals.
lrerracon
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
LABORATORY TESTS
SIGNIFICANCE AND PURPOSE
TEST
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
Content
mass.
Soil Behavior
lrerraoon
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
Course
slabs or pavements.
Backfill
A specified material placed and compacted in a confined area.
Bedrock
A natural aggregate of mineral grains connected by strong and permanent
cohesive forces. Usually requires drilling, wedging, blasting or other methods of
extraordinary force for excavation.
Bench
A horizontal surface in a sloped deposit.
Caisson (Drilled pier
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
Friction
shear stress at which sliding starts between the two surfaces.
Colluvuum
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 Pessure
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 Rll
Specified material placed and compacted to specified density and/or moisture
conditions under observations of a representative of a geotechnical engineer.
Equivalent Ruid
A hypothetical fluid having a unit weight such that it will produce a pressure
against a lateral support presumed to be equivalent to that produced by the
actual soil. This simplified approach is valid only when deformation conditions
are such that the pressure increases linearly with depth and the wall friction is
neglected.
Existing Fill (or
Materials deposited through the action of man prior to exploration of the site.
man-made fill)
Existing Grade
The ground surface at the time of field exploration.
lrerracon
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.
Optimum 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
Shear)
such as a drilled pier or shaft.
Soil (earth)
Sediments or other unconsolidated accumulations of solid particles produced
by the physical and chemical disintegration of rocks, and which may or may
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.
.lrerracon
UNIFIED SOIL CLASSIFICATION SYSTEM
Criteria for Assigning Group Symbols and Group Names Using Laboratory Taste
Group
r
Symbol
Group Name
Coarse -Grained
Gravels more than
Clean Gravels Less
Cu > 4 and 1 < Cc <3F
GW
Well -graded grave IF
Soils more than
50% of coarse
than 5% finesO
50% retained on
fraction retained on
No. 200 sieve
No. 4 sieve
Cu < 4 and/or 1 > Cc > 3F
GP
Poorly graded gravelF
Gravels with Fines
more than 12% finest
Fines classify as ML or MH
GM
Silty gravel,G,H
Fines classify as CL or CH
GC
Clayey graver'°"
Sands 50% or more
Clean Sands Less
Cu > 6 and 1 < Cc < 36
SW
Well -graded sand'
of coarse fraction
than 5% fines'
passes No. 4 sieve
Cu < 6 and/or 1 > Cc > 3e
SP
Poorly graded sand'
Sands with Fines
Fines classify as ML or MH
SM
Silty sand"'
more than 12% fines-
Fines Classify as CL or CH
SC
Clayey sand"'
Fine -Grained Soils
Silts and Clays
inorganic
PI > 7 and plots on or above "A line'
CL
Lean clay"
50% or more
passes the
Liquid limit less
than 50
PI < 4 or plots below "A" line'
PAL
Sib"i"
No. 200 sieve
organic
Liquid limit -oven dried
Organic elay�"-"
< 0.75 OL
Liquid limit - not dried
Organic sItt ",0
Silts and Clays
inorganic PI plots on or above "A"
line CH Fat clay"m
Liquid limit 50
or more
PI lots below "A" line
MH Elastic Silt""
organic Liquid limit - oven dried
Organic clay' .P
< 0.75 OH
Liquid limit - not dried
Organic silt6 ,o
Highly organic soils Primarily organic matter, dark in color, and organic odor
PT Peet
ABased on the material passing the 3-in.
elf soil contains 15 to 29% plus No. 200, add
(75-mm) sieve -
- ecu=D6°/D,o Cc - (D,,) 2
with sand" or "with gravel", whichever is
elf field sample contained cobbles or
D26 x Ds6
predominant.
boulders, or both, add "with cobbles or
`If soil contains > 30% plus No. 200
boulders, or both" to group name.
predominantly sand, add "sandy" to group
cGravels with 5 to 12% fines require dual
Flf soil contains > 15% sand, add "with
name.
symbols:
sand" to group name.
"If soil contains > 30% plus No. 200,
GW-GM well -graded gravel with silt
Glf fines classify as CL-ML, use dual symbol
predominantly gravel, add "gravelly" to group
GW-GC well -graded gravel with clay
GC -GM, or SC-SM.
name. -
GP -GM poorly graded gravel with silt
"If fines are organic, add "with organic fines"
"PI > 4 and plots on or above "A" line,
GP -GC poorly graded gravel with clay
to group name.
OPI < 4 or plots below "A" line.
°Sands with 5 to 12% fines require dual
'If soil contains > 15% gravel, add "with
PPI plots on or above "A" line.
symbols:
- - gravel" to group name.
OPI plots below "A" line.
SW-SM well -graded sand with silt
If Atterberg limits plot in shaded area, soil is
SW -SC well -graded sand with clay
a CL-ML, silty clay.
SP-SM poorly graded sand with silt
SP-SC poorly graded sand with clay
-
w
rw "wnlnwXen "I nn.-e..i".e ."u"
ene
E"uolion nl W - line
OPi7 fu - 2°
LL A7�
G�
MH OR
OH
i
ML OR OL
CL—ML
0
° 10 :6 20 SU 40 `A 60 90 60 90 I00 I1C
LIQUID LIMIT (LL)
erracon
TABLE D1
_ RECOMMENDED PREVENTATIVE MAINTENANCE POLICY
FOR ASPHALT CONCRETE PAVEMENTS
Distress
Type
Distress
Severity
Recommended Maintenance
Distress
Type
Distress
Severity
Recommended Maintenance
Alligator
Cracking
'
Low
None
Patching &
L tiRy Cut
Patching
LOW
None
Medium
Fug -Depth Asphalt Concrete
Medium
Full -Depth Asphalt Concrete
Patch
High
High
Bleeding
Low
None
Polished
Aggregate
Law
None
Medium
Surface Sanding
Medium
High
Shallow AC Patch
High
Fog Seal
Block
Cracking
Low
None
Potholes
Low
Shallow AC Patch
Medium
Clean 8 Seal AA Cracks
Medium
FuA-Depth Asphalt Concrete
Patch
High
High
Bumps &
Sags
Law
None
Railroad
Crossing
law
No Policy for
This Project
Medium
Shallow AC Patch
Medium
High
Full -Depth Patch
High
Corrugation
Low
None
Rutting
Low
None
Medium
Full -Depth Asphalt Concrete
Patch
Medium
Shallow AC Patch
High
High
Full -Depth Patch
Depression
Low
None
Shoving
LOW
None
Medium
Shallow AC Patch
Medium
Mill B Shallow AC Patch
High
Full -Depth Patch
High
Edge
Cracking
Low
None
Slippage
Cracking
Low
None
Medium
Seal Cracks
Median
Shallow Asphalt Concrete
Patch
High
Full -Depth Patch
High
Jeud
Reflection
Law
Clean & Seal AN Cracks
Swell
Low
None
Medium
Medium
Shallow AC Patch
High
Shallow AC Patch
High
Full -Depth Patch
Lane/Shoulder
DroPOff
law.
None
Weathering
& Ravelling
LOW
Fog Seal
Medium
Regrade Shoulder
Medium
High
High
Longitudinal &
Transverse
Cracking
Low
None
Medium
Clean & Seal All Cracks
High
lrerracon
TAB QI----
RECOMMENDED PREVENTATIVE MAINTENANCE POLICY
FOR JOINTED CONCRETE PAVEMENTS
Distress
Type
Distress
Seventy
Recommended Maintenance
Distress
Type
Distress
Seventy
Recommended Maintenance
Blow-up
Low
None
Polished
Aggregate
No Severity
Levert
Defined
Gmaw Surface
Or
Overlay
Medium
FWFMpth Concrete Patch
Slab Replacement
High
Comer
Break
Law
Seal Cracks
PeWuts
No Seventy
Levels
Defined
None
Medium
FuI1 Depth Concrete Patch
.
High
Divided
Slab
low
Seal Cracks
Pumping
No Severity
Levels
Defined
Undersea
Seal craekstjokss .
and
Reatcre
Load Transfer
Medium
Slab Replacement
High
Durability
Cracking
Lev
None
Punehout
Low
Sul Cracks
Medium
Full -Depth Patch
Medium
Full -Depth Concrete Patch
High
Slab Replacement
High
Faulting
Low
None
Railroad
Crossing
Low
No Poor this
Madlum
Grind
Medium
High 7
High
Joint
Seal
Loa
-
None
.. -
Scaling
Map Cracking
Low
None
Crazing
Medium
.Reseal Joints
Medium
Slab Replaeemem,
FuWdepth Patch,
or Y
High
High
Lanef3houlder
D(Shout
Low
Regrade and Fill Shoulders
to Match Lane Heigh
Shrinkage
No Seventy
Levels
Defined
None
Medium
High
Linear Cracking
Longitudinal,
Tnnavena and
Low
Clean S Seal all Cracks
Spelling
(Comer)
Low
None
Diagonal
Cracks
Medium
Medium
Panla40epth
Concrete Patch
High
Full -Depth Patch
High
Large Patching
Lev
None - -
Spelling
Law
None
and
Utility Cuts
(Joke)
Medium
Seal Cracks or Replace Patch
Medium
PanlaWapth Patch
High
High
Raconstnrct Joint
Small
LOW
None
Patching
Medium
Replace Patch
High
1rerracon
Unit Price Work..........................................11.9 CONTRACTOR's Fee.......................................11.6
Article or Paragraph
Number
Article or Paragraph
Number
Value of Work..................................................11.3
CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31
Change in Contract Times--
Cost of the Work,,,,,,,,,,,,
........11.4, 11.5
Claim for times adjustment ........
4.1, 4.2.6, 4.5, 5.15,
Decisions on Disputes...............................9.11,
9.12
............ 6.8.2, 9.4, 9.5, 9.11,
10.2, 10.5, 12.1,
Dispute Resolution............................................16.1
...............13.9, 13.13, 13,14,
14.7, 15.1, 15.5
Dispute Resolution Agreement ....................
16.1-16.6
Contractual time limits.....................................12.2
ENGINEER as initial interpreto;.......................
9..11
Delays beyond CONTRACTOR'S
Lump Sum Pricing,,,,,,,,, .........
........11.3.2
control.......................................................12.3
Notice of ..........................................................
1.7.3
Delays beyond OWNER's and
OWNER's....................9.4, 9.5, 9.11,
10.2, 11.2, 11.9
CONTRACTOR's control.............................12.4
........................12.1, 13.9, 13.13,
13.14, 17.3
Notification of surety .........................................
10.5
OWNER's liability ..............................................
Scope of change........................................10.3-10.4
OWNER may refuse to make payment
................ 14.7
Change Orders--
Professional Fees and Court Costs
Acceptance of Defective Work ..........................13.13
Included ......................................................
17.5
Amending Contract Documents ..........................3.5
request for formal decision or) ............................
9.11
Cash Allowances,,,,,,,,,,,,,,,,,,
........, ........11.8
Substitute Items,,,,,,,,,,,,,,
0.7.1.2
Change of Contract Pricq.....................................11
Time Extension .................................................
12.1
Change of Contract Times...................................12
Time requirements ....................................
.11, 12.1
Changes in the Work..........................................10
Unit Price Work ..............................................
CONTRACTOR's fee........................................11.6
Value of .............................. ............................
1.1.3
Cost of the Work ,,,,,,,,,,,,,,,,,,,,,, .................
11.4-11.7
Waiver of --on Final Payment ........ ,........
14.14, 14.15
Cost Records......,
.......11.7
Work Change Directive,,,
...__....,10.2
definition of ......................................................
1.9
written notice required ......................
9.l 1, 11.2, 12.1
emergencies....................................................
6.23
Clarifications and Interpretations,,,,,...,,.,
3.6.3, 9.4, 9.11
ENGINEER's responsibility,,,,,..,
9.8, 10.4, 11.2, 12.1
Clean Site ......................... ...........................0..17
execution of.....................................................10.4
Codes of Technical Society, Organization
Indemnifictioq......................... 6.12, 6.16, 6.31-6.33
or Association ,,:..,..,,,...,,,,,,.._.....,.-:..,,,,,,,,,,,,,..3.3.3
Insurance, Bonds and ......... .......5.10,
5.13, 10.5
Commencement of Contract Times..........................
7.3
OWNER may terminate,,,,,,,,,,,,,,,,,,,,,,
........15.2-15.4
Communications--
OWNER's Responsibility .............................
$.6, 10.4
general ............... ...............................
Physical Conditions--
Hazard Communication Programss .....................6.22
Subsurface and..............................................4.2
Completion --
Underground Facilities--............................4.3.2
Final Application for Payment .........................
14.12
Record Documents,,,,,,,,,,,,,,,
........_ ......_6.19
Final Inspection ..............................................
14.11
Scope of Change.......................................10.3-10.4
Final Payment and Acceptancq...............
J4.13-14.14
Substitutes,.,,,.,,,. ...........................
6.7.3, 6.8.2
Partial Utilization,,,,.,...,,
.........14.10
Unit Price Work ...............................................
J 1.9
Substantial Completion ......................
1.38, 14.8-14.9
value of Work, covered by,,,,,
......... 11.3
Waiver of Claims,.,,,,,,,,,
_..._....... J4.15
Changes in the Work.................................................10
Computation of Times ...............................
Notification of surety ........................................
10.5
Concerning Subcontractors, Suppliers
OWNER's and CONTRACTOR's
and Others .................................................
6.8-6.11
responsibilities............................................10.4
Conferences --
Right to an adjustment ........,
......... ........10.2
initially acceptable schedules ..............................
2.9
Scope of change,. .........
............10.3-10.4
preconstructioq..................................................
........... 2.8
Claims--
Conflict, Error, Ambiguity, Discrepancy --
against CONTRACTOR....................................6.16
CONTRACTOR to Report .........................;z.5,
3.3.2
against ENGINEER ..........................................
6.32
Construction, before starting by
against OWNER, ..............................................
6.32
CONTRACTOR ............................................
Change of Contract Price ...........................
9.4, 11.2
Construction Machinery, Equipment, etc,,,.,,,,,,,,,,,,,.
6.4
Change of Cmtract Times,,,,,,,,,,,,,,,,,,,,,,,,,,
9.4, 12.1
Continuing the Work ......................................
.29, 10.4
CONTRACTOR'S .............4, 7.1,
9.4, 9.5, 9.11, 10.2,
Contract Documents--
........................... 11.2,11.9, 12.1, 13.9, 14.8,
Amending ..........................................................
3.5
............................................15.1,
15.5, 17.3
Bonds.............................................................5.1
vI
E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Pavement Management - Street Rehabilitation Quantities
202-10
Rotcmlll Asphalt (Avg. Dept =4')
12,000.0
202-11
Remove Glue -down Curb a Gutter with HaMscape
1.0
202-12
Remove VeNcal Cut 8 Gutter
686
202.13
Remove Crosspan, Apron, Driveway
610
202-14
Remove Roll Over Cut and Gutter
90
202-15
Remove Asphalt Pavement (5'-8'tick)
2000
202 16
Remove Sidewalk
3,225
202-17
Cap off lorrigation l Sprinkler
4
20S-10
Unclassified Excavation
60
20&11
Embankment
60
203-12
Borrow ABC( cl 5 or 6) CIP
130
210-04
Adjust Manhole Ring/Cover
10
210-05
Adjust Valve Box
T
304-03
Aggregate Base Course - (CI 5 or 6)-6'Dept -(CIP)
225
40305
Hot Bituminous Pavement - DrivingS (4-Depth) (PG 7628)
3,000
403-06
Hal Bituminous Pavement - Grading SG B6 Test) (PG 64.22)
25
403 7
Asphalt Hand Patching - Grading SG PG III Binder
55
608-08
Concrete Sidewalk ]'(Thickness = 6')
2,325
608-09
Concrete Across Ramps wit Colored Landings (Thickness = 6')
360
608-10
Concrete Crosspan and Aprons (Thickness = 8')
250
608-11
Concrete Sidewaik(Various Widths) - (Thickness =4-k
1.000
609-03
Vertical Cut and Gutter
625
609-04
Roll -Over Curb and Gutter
180
BY
LS
LF
SF
LF
SY
SF
FA
CY
CY
TON
EA
EA
TON
TON
TON
TON
SF
SF
SF
SF
LF
LF
Subtotal Pavement Management - Rehabilitation Quantities:
$
Landscaoina Quant'ties-
2810.01 Irrigation
0 LS
2810-02 Sprinkler Line install
300 LF
2900-01 Bun Oak -2'Callper BBB
38 EA
2900-02 Import Topsail (Screened -3'Depth) -(BOC)-(CIP)
300 CY
2900-03 Turf Son
2,200 SF
29001 Sod Prep Replacement
1.3)() SY
Subtotal Landscaping Quantities: $
Miscellaneous Quantities-
-
Contract Bind
62501
Construction Surveying
62601
Mobllastion
63601
Type III Barricades
630-02
Traffic Control
630-03
Night Time Traffic Control
Subtotal Misc. Quantities: $
TOTAL CONSTRUCTION COST =
IN
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
authorized representative provided he can prove his identity and authority
at any time prior to the opening of Bids. -
14.3. Withdrawn Bids may be resubmitted up to the time designated for the
receipt of Bids provided that they are then fully in conformance with these _
Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the amounts
of the Base Bids and major alternates (if any) will be made available after
the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work, to _
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER
believes that it would not be in the best interest of the Project to make
an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or of doubtful financial ability or fails to meet any
other pertinent standard or criteria established by OWNER. Discrepancies
between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the -.
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in the
Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed for
those portions of the Work as to which the identity of Subcontractors,
Suppliers, and other persons and organizations is submitted as requested by
OWNER. OWNER also may consider the operating costs, maintenance
7/96 Section 00100 Page 6 J
requirements, performance data and guarantees of major items of materials
and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of the
Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder
delivers the executed Agreement to the OWNER, it shall be accompanied by
the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents to
OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart
is to be accompanied by a complete set of the Drawings with appropriate
identification.
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included
in the Contract Price. Reference is made to the General and Supplementary
Conditions.
21.0 RETAINAGE.
7/96 Section 00100 Page 7
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid
assures the Bidder's compliance with the City's purchasing restrictions. A
copy of the resolutions are available for review in the Purchasing and Risk
Management Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires
that suppliers and producers of cement or products containing cement
to certify that the cement was not made in cement kilns that burn
hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham _
Bid will be rejected and reported to authorities as such. Your authorized
signature of this Bid assures that such Bid is genuine and is not a
collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-
addressed, self -stamped envelope and a Bid tally will be mailed to you.
Bid results will be posted in the Purchasing office seven (7) days after
the Bid Opening.
END OF SECTION
7/96 Section 00100 Page 8
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696
Place City Ft. Collins - Purchasing Division
Date Alin/M
1. In compliance with your Invitation to Bid dated _3/25/02
and subject to all conditions thereof, the undersigned
Connell Resources, Inc. a ** Corporation � Limited Liability
Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do
business in the State of Colorado hereby proposes to furnish and do
everything required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond
in the sum of 59 of the total amount of the bid ($
) 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: _Travelers Casualty and Surety - One Tower Square Hartford CT 06183
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1
through
7/96 Section 00300 Page 1
No Text
Connell Resources, Inc.
CONTRACTOR
BY:
David E. Simpson �3
Vice President
ADDRESS: 4305 E. Harmony Road
Fort Collins, Colorado 80528
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.
ESPECT^ULLY SUBMITTED:
Signature Date
David E. Simpson - Vice President
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest: �, l^(- 0-
Sheri C. Welch - Asst. Secretary
Address 4305 F. Harmony Road
Telephone (970) 223-3151
7/96 Section 00300 Page 2
Pavement
202-10
Mt-St tR h bllit ll Ouantllles'
Rotomlll Asphalt (Avg. Depth =P)
12.000.0
BY
$1.60
$19,200.00
202-11
Be.. Glue -dawn Curb 8 Cu0er with HeMoo pe
1.0
LS
$399.00
$399.00
202-12
Remove Vertical Curb 8 Gutter
605
LF
$1.30
$890.50
202-13
Remove Croaspen, Apron, Oriveway
610
SF
$1.00
$610.00
202-14
Ramove Rarl Over Curb and Gudar
90
LF
$9.50
$855.00
202-15
Remove Asphalt Pavement (5'-8"thick)
2,000
BY
$1.90
$3,800.00
202-16
Remove Sidewalk
3.225
SF
$0.90
$2,902.50
202-W
Cap off lnrigation l Sprinkler
4
EA
$86.30
$345.20
203-10
unclassified Excavation
60
CY
$20.20
$1,212.00
60
CY
$21.00
$1,260.00
203-11
Embankment
130
TON
$12,20
$1,586.00
203-12
Borrow ABC(cl 5 or 61 CIP
210-04
Adjust Manhole RmglCover
10
EA
$100.00
$1,000.00
210.05
Adjust Valve Box
7
EA
$19500
$1,365.00
304-03
Aggregate Base Course -(Cl 5 or 6)-6- Depth -(DIP)
225
TON
$12.90
$2,902.50
403-05
Hot Bituminous Pavement- Grading S (4-Depth) (PG 76.28)
3,000
TON
$37.20
$111,600.00
403-06
Hot Bituminous Pavement - Grading SG IF Depth) (PG 64-22)
275
TON
$2690
$7,397.50
403-07
Asphalt Head Patching - Grading SG PO (M-22 Binder
55
TON
$70.70
$3,888.50
608-08
Concrete Sldewalk 7'(Thicknese=6')
2,325
SF
$3,60
$8,370.00
606-09
Concrete Acess Ramps with Colored landings(Thickness=6-)
360
SF
54.70
$1,692.00
608-10
Concrete Crosspan and Aprons (Thickness = 8')
250
SF
KIT,
$1,175.00
60841
Concrete Sidewalk(Vedous Widths) -(Thickness, V)
1,000
SF
$2.40
$2,400.00
609-03
Vertical Curb and Coder
625
LF
$12.50
$7,812.50
609�04
Rall-Over Curb and Gutter
180
LF
$25.40
$4,572.00
Subtotal Pavement Management- Rehabilitation Quantities:
$
$187.235.20
t ands aoing_Quantitfss:
1.0
LS
$5,525.00
$5,525.00
2810-01
irrigation
300
LF
$5.80
$1,740.00
2810-02
Spnnkier Line Install
2900-01
Bun Oak -T Caliper BBB
38
EA
$34500
$13,110.00
2900.02
Import Topsoil (Screaned-3'Depth) -SOC)-(CIP)
no
CY
$45.80
$13,740.00
2900-03
Tun Sod
2,700
SF
$1.10
$2,970.00
2900-04
Sod Prep Replacement
1,300
SY
$100
$1,300.00
Subtotal Landscaping Quantities:
$
$38,385.00
MI ell
-
eo Q titi '
Contract Bond
1
LS
5,364.00
5,364.00
625-01
Construct. Surveying
1
LS
5,410.00
5,410.00
626-01
Mosoliaafion
1
LS
30,124.00
30,124.00
630-01
Type Ill Barricades
1
LS
3,453.00
3,453.00
03002
Traffic Control
1
LS
62.870.00
62,879.00
630-03
Night Time Traffic Control
1
LS
8,324.00
8,324.00
Subtotal Misc. Quantities:
$ $115,554.00
TOTAL CONSTRUCTION COST = $ $811,015.40
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
7/96 Section 00410 Page 1
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources, Inc.
as Principal, and Travelers Casualty and Surety Company as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of $ 5% of total bid for the payment of which, well and
truly be made, we hereby jointly and severally bind ourselves, successors, and
assignss..
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, SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver
a Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations
of said Surety and its BOND shall be in no way impaired or affected by any
extension of the time within which the OWNER may accept such Bid; and said Surety
does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
7/96 Section.00410 Page 2
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release(Contractor)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
Pages
00020-1 - 00020-2
00100-1 - 00100-9
00300-1 - 00300-4
00400-1
00410-1 - 00410-2
00420-1 - 00420-3
00430-1
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00660-1
00670-1 - 00670-2
00700-1 - 00700-34
GC-A1 - GC-A2
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-2
IN WITNESS WHEREOF, the
and seals this 16th da
corporations have caused
presents to be signed by
above.
PRINCIPAL
Principal and the Surety have hereunto set their hands
y of April , 20 02, and such of them as are
their corporate seals to be hereto affixed and these
their proper officers, the day and year first set forth
Name: Connell Resources Inc.
Address: 4305 E. Harmony Road
Fort Co 1 ns CO 80528
By:
Title: U ce j� x4tU
ATTEST.
By 1�
(SEAL)
7/96
SURETY
Travelers Casualty and Surety Company
Hartford, CT 06183
By:
Title: Attorney -in -Fact V
(SEAL)
Section 00410 Page 3
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06193-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C.
Hensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado,
their true and lawful Attorncy(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any
place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances,
contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and
all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the
duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Aeents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company where (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or anv
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
0 1-00 Standard)
Attachment "E"
CONNELL RESOURCES INC
BONDING, BANKING, AND INSURANCE INFORMATION
Bonding
Bond Surety: Travelers Casualty and Surety
One Tower Square
Hartford, CT 06183
(860)277-0111
Bond Agents: Flood and Peterson Insurance Company, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
P.O. Box 270370, Fort Collins, CO 80527-0370
Contact: Darlene Krings, (970) 226-8710
Banking
Bank: Wells Fargo/Fort Collins South
3500 John F. Kennedy Parkway
Fort Collins, Colorado 80525
Contact: Jim Davis (970) 223-3600
(970)225-7950
Insurance
Insurance Company: Zurich Commercial
P.O. Box 37038
Denver, Colorado 80237
Agents: Flood & Peterson Insurance, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
Contact: Chris Richmond, (970) 226-3878
\\Donna\c\For s\Pre-Qualification\Insurance, Bond and Bank.doc
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: Connell Resources. Inc.
2. Permanent main office address: 4305 E. Harmony Road Fort Collins, CO 80528
3. When organized: 1949 See Attachment "A"
4. If a corporation, where incorporated: 1982 - Colorado
5. How many years have you been enga ed in the contracting business under your
present firm or trade name? 50 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See Attachment "B"
7. General character of Work performed by your company:
-Grading. Paying Utilities Aggregate Supply 100%
8. Have you ever failed to complete any Work awarded to you?
If so, where and why? Nn
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
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.
See Attachment "B"
12. List your major equipment available for this contract.
See Attachment "C"
13. Experience in construction Work similar in importance to this
project:
Taft Hill Road Improvements, City of Fort Collins Overlay,
Westcahse
19. Background and experience of the principal members of your organization,
including officers:
See Attachment "D"
15. Credit available: 9 See Attachment "E"
16. Bank reference: See Attachment "F"
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
iinnn ronno�r
BE,
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state
class, license and numbers?
No
What
19. Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract? 20%
and to whom? Traffic Control, LAndscaping, Fly Ash Concrete
20. Are any lawsuits pending against you or your firm at this time? No
If
DETAIL yes,
7/96 Section 00420 Page 2
21
What are the limits of your public liability?
$eg Attachment "F"
What company? Travelers Casualtv and- g,iraty / Fl
DETAIL
22. What are your company's bonding limitations? It has not vet been necessary
for an upper limit to be imposed
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 N\,, this 12th day of April 20 02,
Connell Resources, Inc.
Name of Bidder
By: David E Simpso
Title: Vice President
State of Colorado
County of Larimer
Tlavirl F. gimngpn being duly sworn deposes and says that he is
°ir� pr-esjdent of Connell Rig In and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
and sworn to before me this day of
_, 20a. n
Public
My commission expires
My Conwnission
Expires on 6/10/2003
WTppY
PO C
7/96 Section 00420 Page 3
Attachment "A"
INTRODUCTION
GENERAL COMPANY INFORMATION
Title:
Address:
Phone:
Fax:
Contact person for this project:
Established:
Date of incorporation in Colorado:
Previous company titles
Connell Resources, Inc.
4305 East Harmony Road
Fort Collins, CO 80528
(970)223-3151
(970)223-3191
David E. Simpson — Vice President
1949
1969
Loveland Excavating prior to 1982.
Connell Resources, Inc. has been located in Fort Collins since 1991 having moved
our headquarters from Loveland, Colorado. We have operated as Connell Resources, Inc.
since 1982. Prior to 1982 we operated as Loveland Excavating Company. We also
maintain an office and operations in Steamboat Springs, Colorado. We are a locally
owned, full -service site development contractor with expertise in asphalt production,
paving, earthwork, pipeline construction, and aggregate processing. We are licensed to
work in all the cities and counties along the Colorado Front Range and are pre -qualified
with the Departments of Transportation in Colorado and Wyoming.
We have the capacity and desire to serve our customers' daily needs in a
professional and friendly manner on projects involving asphalt paving, earthmoving,
pipeline, storm drainage and materials supply. We also have the expertise to select and
manage quality subcontractors as necessary, to expand our line of services, and to better
address our varied client desires. Additionally, we can respond to your budgetary
requirements through negotiations or with a traditional sealed bid. Connell Resources
prides itself on its ability to bring projects in on time and within budget for our clients.
\\Donna\c\Forms\Pre-Qualification\General Company.doc
Attachment "B"
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2002 COMPLETED
WQRK 81 WORK -IN -PROGRESS
CONTRACT
PERCENT
JOBNAME
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
GRADING, PAVING
$91,805
2021001
0%
HERON LAKE RV PARK
FORT COLLINS
GRADING
$140,304
2021002
15%
ROCKY MTN VILLAGE 5TH SUB
LOVELAND
GRADING
$193,076
2021003
16%
REGISTRY RIDGE 4TH FILING
FORT COLLINS
GRADING, PAVING
$34,905
2021004
0%
BR00KST0NE APARTMENTS PH
LOVELAND
UTILITIES, REMOVALS
$564,511
2021005
0%
LARIMER COUNTY COURTHOUSE
GRADING, PAVING
FORT COLLINS
PATCHING
$28,680
2021006
0%
CSU MISC. STEAM REPAIRS
FORT COLLINS
UTILITIES, REMOVALS
$1,065,415
2021007
0%
BERTHOUD 2ND STREET
GRADING, PAVING
BERTHOUD
GRADING
$750,821
2021008
0%
WATERFRONT FIRST SUBDIVISION
LOVELAND,
UTILITIES, GRADING
$6,696,935
2021W9
0%
LARIMER COUNTY FAIRGROUNDS
LOVELAND
GRADING, PAVING
$92,759
2021010
0%
INTERSTATE HONDA
FORT COLLINS
STORM SEWER
$18,959
2021011
0%
PTARMIGAN STORM SEWER
FORT COLLINS
SEWER, STORM,
$881,020
2024001
0%
YAMPA VALLEY REGIONAL AIRPORT
GRADING, PAVING
HAYDEN
UPDATED AS OF 212&02
OWNER CONTRACT TO
CONTACT COMPLETE
MIR COMPANY, LLC
$
91,805
MIRIAM J. FLOOD
GENESEE COMMUNITIES
S
119,258
RONSKARKA
U.S. HOME
$
162,184
GREGG SEEBOHM
DRAHOTA CONSTRUCTION
$
34,905
MILE BACKLAND
HENSEL PHELPS CONSTRUCTION
S
564,571
JEFF SCHULTZ
GRACON CORPORATION
$
28,680
GERRY GRANAHAN
TOWN OF BERTHOUD
S
1,065.415
1.L. WALTER CONSULTING
GENESEE COMPANY/WATERFRONT
$
750,821
RON SKARKA
MA, MORTENSON
S
6,696,935
MARK HAYNES
R.C. HEATH CONSTRUCTION
$
82,759
RANDY GATES
WINDSOR INVESTMENTS
$
18,759
TOM MUTH
ROUTT COUNTY
$
881,020
BOBIONES
CONNELL RESOURCES, INC.
UPDATED AS
OF 2128102
SCHEDULE
OF MAJOR
2001 COMPLETED WORK &
WORK -IN -PROGRESS
TYPE OF WORK
CONTRACT
AMOUNT
JOB#
PERCENT
COMPLETE
JOB NAME
OWNER
CONTRACTTO
LOCATION
CONTACT
COMPLETE
REMOVALS
$38,100
2011001
100%
RM AVENUE CONCRETE REMOVAL
McWHINNEY ENTERPRISES
$ -
LOVELAND
TROY MCWHINNEY
PAVING
$47,470
2011002
0%
HWY 14/ GATEWAY PARK ENTRANCE
DURAN EXCAVATING
$ 47,470
FORT COLLINS
DICK HAY
REMOVALS, UTILITIES
$308,707
2011003
100%
SPORTSMAN/ MCWHINNEY IMPROVE
MCWHINNEY ENTERPRISES
$
STORM, PAVING, GRADING
LOVELAND
DWAYNE WALKER
UTILITIES, STORM
$1,092,001
2011004
100%
RIDDEN PONDSITIMBERLINE ROAD
WHEELER CONSTRUCTION
$
GRADING, PAVING
FORT COLLINS
KEN SNEE
UTILITIES, STORM
$1,553,544
2011005
100%
HOME DEPOT/ SITE IMPROVEMENTS
COLORADO STRUCTURES
$
CARDING, PAVING
LOVELAND
ED SMITH
GRADING, PAVING
$76,368
2011006
100%
MARTIN& PALMER AVE IMPROVE
TOWN OF MEAD
$ -
MEAD
JUDY HEGWOOD
PAVING
$49,202
2011008
100%
BEST BUY PARKING
CONLON CONSTRUCTION
S _
FORT COLLINS
GORDONCHAPMAN
GRADING, PAVING
$49,497
2011009
100%
67TH STREET ACQUISITION
R.C. HEATH CONSTRUCTION
$ -
LOVELAND
RICK ELAM
REMOVALS, PAVING
$216,711
2011010
91%
CSU 2001 ASPHALT OVERLAY
COLORADO STATE UNIVERSITY
$ 19,504
FORT COLLINS
JIM STODDARD
GRADING, PAVING
$103,576
2011011
100%
CSU ROCKWELL HALL PARKING LOT
COLORADO STATE UNIVERSITY
S -
FORT COLLINS
CASS SETTLER
GRADING
$83,585
2011012
100%
RIST-BENSON RESERVOIR
LOUDEN IRRIGATING CANAL
$
LOVELAND
STEVE DIEKMAN
BORROW
598,216
2011013
100%
CLYDESDALE LINER SUPPLY
CLYDESDALE PARK, LLC
$
FORT COLLINS
CHAD WALKER
REMOVALS, GRADING
$6,535,043
2011015
65%
WESTCHASE P.U.D.
U.S. HOME
STORM, UTILITIES, PAVING
FORTCOLLINS
S 2,287,265
GREGG SEEBOHM
STORM
$29,637
2011018
100%
PTARMIGAN STORM
WINDSOR INVESTMENTS, LLC
S
WINDSOR
TOM MUTH
UTILITIES, STORM
$49,910
2011019
100%
NORTHERN HOTEL UTILITIES
ALLIANCE CONSTRUCTION
$ _
FORT COLLINS
SO BROWN
PAVING
$311,560
2011020
100%
LARIMER COUNTY ASPHALT 2001
LARIMER COUNTY
$
LARIMER COUNTY
TODDJUERGENS
GRADING, PAVING
546,903
2011021
100%
AGILENT LANDSCAPE PHASE I
R.C. HEATH CONSTRUCTION
E
FORT COLLINS
STEVE ORECCHIO
PAVING
$242,266
2011022
22%
FORT COLLINS MISC. PATCHING 2001
CITY OF FORT COLLINS
$ 188,967
FORT COLLINS
ERIKA KEETON
PAVING
$1,340,732
2011023
100%
FORT COLLINS 2001 ASPHALT OVERLAY
CITY OF FORT COLLINS
E
FORT COLLINS
RICK RICHTER
GRADING, PAVING
$117,7W
2011026
70%
2002 PROTOTYPE ELEMENTARY SCHOOL
FCICONSTRUCTORS
$
FORT COLLINS
ROB LAWRENCE
35,337
STORM, GRADING
PAVING
$263,060
2011027
75%
CSU VTH ROAD
COLORADO STATE UNIVERSITY
$ 65,]65
FORT COLLINS
JIM STODDARD
UTILITIES, STORM
GRADING, PAVING
$129,041
2011028
100%
LARKS NEST P.U.D.
DOHN CONSTRUCTION
g _
FORT COLLINS
SCOtt FABIAN
GRADING, PAVING
$25,676
2011029
0%
POLLEE HEATH SERVICES
R.C. HEATH
FORT COLLINS
TERRY BEEN
$ 25,676
GRADING, PAVING
$49,140
2011031
100%
WILLOWROCK DRIVE
WOOLAROC HOMEOWNERS
$
LOVELAND
TOE DEWEESE
UTILITIES, STORM
$907,507
2011033
76%
AMERICAN EAGLE DISTRIBUTING
DOHN CONSTRUCTION
$
GRADING
LOVELAND
BRETT BROWN
21 ],802
PAVING, STORM, GRADE
UTILITIES, REMOVALS
$3,354.302
2011034
49%
SEVEN LAKES NORTH STH SUB
TWIN LAKES DEVELOPMENT
S 1,710,6W
LOVELAND
SCOTT BRAY
GRADING, PAVING
$102,675
2011035
100%
PRESTON CENTER
THE NEENAN COMPANY
S
FORT COLLINS
RON NEW
PAVING
$60,788
2011036
100%
REGISTRY RIDGE FILING 2
U.S. HOME -
$ -
FORT COLLINS
GREGG SEEBOHM
TYPE OF WORK
CONTRACT
AMOUNT
JOBM
PERCENT
COMPLETE
JOB NAME
OWNER
CONTRACT TO
LOCATION
CONTACT
COMPLETE
STORM, REMOVALS,
$347,302
2011037
100%
LARIMER COUNTY ROAD IJ
LARIMER COUNTY
$
GRADING, PAVING
LARIMER COUNTY
TODD IDERGENS
GRADING, PAVING
$223,229
2011039
100%
BOYD LAKE NORTH IST ADDITION
LAKEVIEW DEVELOPMENT
$
LOVELAND
ROY REITZ
REMOVALS, GRADING
$35,920
2011040
91%
BUILDING 4 PATCHING & OVERLAY
AGILENT TECHNOLOGIES
$ 3,233
PAVING
FORT COLLINS
STEVE WALLY
GRADING, PAVING
$121,216
20[1041
57%
MCKEE MEDICAL CENTER
ALLIANCE CONSTRUCTION
$ 52,123
LOVELAND
ALBERT HAMMEL
UTILITIES, STORM
GRADING, PAVING
$777,111
2011042
49%
CROSSROADS BUSINESS PARK
DOHN CONSTRUCTION
$ 396,327
LOVELAND
BRETT BROWN
REMOVALS, PAVING
$30,328
2011043
28%
HIGHWAY 14 PED/BIKE PATCH
MOUNTAIN CONSTRUCTORS
$ 21,836
FORT COLLINS
PAM DUNCAN
GRADING, PAVING
$39,072
2011044
1000
JOHNSON FARM PAVING
WHEELER CONSTRUCTION
$ -
FORT COLLINS
KEN SNEE
GRADING, PAVING
544,543
2011045
96%
RIDDEN FARMS 2ND FILING
ADVOCATE, INC.
$ 1,782
FORT COLLINS
CARL GLASSER
GRADING, PAVING
$445,445
2011046
36%
REGISTRY RIDGE 3RD FILING
U.S. HOME
$ 285,085
FORT COLLINS
GREGO SEEBOHM
UTILITIES
$61,131
2014MI
100%
WHISTLER ROAD LIGHTING
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
RICHARD BUCCINO
REMOVALS, GRADING
$1,300,269
2014W2
100%
YAMPA VALLEY REGIONAL AIRPORT
ROUTE COUNTY
$
PAVING
HAYDEN
LOU GABOS
PAVING
$321,185
2014ON
100 o
CITY OF STEAMBOAT OVERLAY
CITY OF STEAMBOAT SPRINGS
$ _
STEAMBOAT SPRINGS
DOUG MARSH
PAVING
$215,889
2014009
100%
2001 CITY OF CRAIG OVERLAY
CITY OF CRAIG
$
CRAIG
BILL EARLY
GRADING, PAVING
$132,912
2014010
IN%
STRAWBERRY PARK ASPHALT
STEAMBOAT SPRINGS SCHOOL RE-2
$
STEAMBOAT SPRINGS
RICK DENNEY
PAVING
$98,832
2014011
100%
ASPHALT TENNIS COURTS
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
MIKE MCCANNON
GRADING, PAVING
$149,071
2014015
100%
CRANDELL AVENUE PAVING
TOWN OF HAYDEN
$
HAYDEN
PAVING
$139,913
2014016
100%
ROUTE COUNTY OVERLAY 2001
ROUTTCOUNTY
$ _
ROUTT COUNTY
LOU GABOS
PAVING
$80,098
2014020
100%
DIXON AIRPORT
CARBON COUNTY
$
DIXON, WY
GRADING, PAVING
$72,655
2014021
IN%
HAYDEN SCHOOL LOTS
HAYDEN PUBLIC SCHOOLS
$ -
HAYDEN
JOE SCUFCA
GRADING
$328,342
2014022
100%
COLOWYO
BOWER BROTHERS CONSTRUCTION
$
MEEKER
BUD BOWER
PAVING
$147,355
2014023
100%
SOROCO SCHOOLS
SOUTH ROUTE SCHOOL DISTRICT
$
OAK CREEK
MERINDA BENNETT
PAVING
$68,046
2014028
100%
CMAQ PAVING PROGRAM
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
PAVING
$60,550
2014034
100%
HILLSIDE VILLAGE APARTMENTS
REGIONAL AFFORDABLE LIVING
$ -
STEAMBOAT SPRINGS
CRUSHING
$126,790
2014036
100%
SENECA 2001 CRUSHING
SENECA COAL COMPANY
$
STEAMBOAT SPRINGS
GREG KITCHEN
$ 5,311,395
SECTION 00020
INVITATION TO BID
TYPE OF WORK
GRADING
GRADING
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2000 COMPLETED WORK & WORK -IN -PROGRESS
CONTRACT PERCENT JOB NAME
AMOUNT JOB# COMPLETE LOCATION
UTILITIES, STORM $764,183 2001003 100°/
GRADING, PAVING
UTILITIES, STORM $349,558 20010W
GRADING, PAVING
GRADING, UTILITIES $351,577 2001005
PAVING
UTILITIES, STORM $546,856 200IN6
GRADING, PAVING
UTILITY $63,177 2001007
GRADING, PAVING $40,661 2W1008
PAVING $398,314 2MI009
GRADING $128,582 2001010
GRADING, PAVING $568,342 2001011
GRADING, PAVING $51,493 2MI012
UTILITIES, STORM $1,377,033 2001013
GRADING, PAVING
PAVING $79,380 2001015
WATERLINE, STORM $1,172,775 2001017
GRADING, PAVING
PAVING $1,020,328 2001018
CRUSHING $151,292 2001019
GRADING, PAVING $87,909 2001020
GRADING, PAVING $74,614 2001021
PAVING $26,512 2MI022
GRADING $66,028 2NIO23
UTILITIES, REMOVALS $2,910,259 2001024
GRADING, PAVING, STORM
UTILITIES, STORM $811,685 2001027
GRADING, PAVING
PAVING $90,574 2001028
GRADING, PAVING $247,053 2001029
PAVING $1,444,650 200I030
GRADING, PAVING $42,551 2NIO31
UTILITIES, STORM $520,363 2001032
GRADING, PAVING
100%
100%
IW o
100%
100%
100%
100%
100%
100%
00%
00%
00 u
00 0
00%
00%
00°/a
00
00 0
00%
00%
100%
00%
00%
00%
00%
POD
LOVELAND
WATERFORD PLACE
LOVELAND
THOMPSON VALLEY 2ND SUB
LOVELAND
MARIANA BUTTE 12TH SUB
LOVELAND
PIKA VILLAGE
LOVELAND
OAKRIDGE BUSINESS PARK
FORT COLLINS
PRV VAULTS
LARIMER COUNTY
EVERGREEN PARK 2ND FILING
FORT COLLINS
LARIMER COUNTY ASPHALT
LARIMER COUNTY
LONGMONT BUSINESS CENTER
LONGMONT
CARLSON FARMS
IOHNSTOWN
WINDSOR MEDICAL BUILDING
WINDSOR
PTARMIGAN BUSINESS PARK
WINDSOR
48" WATERLINE / HWY 34
LOVELAND
VENTANA SUBDIVISION
WINDSOR
HWY 66 WIDENING
LONGMONT
MOUNTAIN AGGREGATES CRUSHING
EMPIRE
LCDC SHERIFF ADMINISTRATION
FORT COLLINS
THE RESERVE PHASE 11
ESTES PARK
WILLOW SPRINGS TENNIS COURTS
FORT COLLINS
ENGLE HOMES
LOVELAND
ROCKY MOUNTAIN VILLAGE 1ST SUB
LOVELAND
REGISTRY RIDGE FILING I PHASE 2
PORT COLLINS
ROGERS ROAD EXTENSION
LONGMONT
BUCKHORN GLADE
MASONVILLE
2000 FORT COLLINS REHAB
FORT COLLINS
HARMONY VILLAGE LOTS 5 ffi 7
FORT COLLINS
MAMMA BUTTE IOTH
LOVELAND
UPDATED AS OF 2/2V03
OWNER CONTRACT TO
CONTACT COMPLETE
TAFT CARLISLE, LLC
$
DON MAROSTICA
TMC WATERFORD PLACE, LLC
$
DON MAROSTICA
TAFT CARLISLE, LLC
$
DON MAROSTICA
U.S. HOME
g
IERRY RICHMOND
MRP, LLC
$
DON MAROSTICA
DRAHOTA CONSTRUCTION
$
IEFF /ENSEN
FCILOVELAND WATER DISTRICT
$
NATE
SHEPARDSON HOMES
g
GREGG SEEBOHM
LARIMER COUNTY
$
TODD JUERGENS
K/B FUND IV
g
ROGER STERLING
ADVOCATE HOMES
$
GRAHAM DEWITT
THE NEENAN COMPANY
$
MELINDA EBLIN
WINDSOR INVESTMENTS, LLC
$
TOM MOTH
TIERDAEL CONSTRUCTION
$
BILL WILLIAMS
VENTANA DEVELOPMENT, LLC
$
ANDY KRILL
CITY OF LONGMONT
$
TOM THOMPSON
MOUNTAIN AGGREGATES
$
LEROY MARQUEZ
THE NEENAN COMPANY
$
STEVE BURNS
SUMMIT LAND MANAGEMENT
$
ANDY KRILL
EVERGREEN TENNIS COURTS
$
GEORGE STAHLIN
ENGLE HOMES
S
IEFF VOGEL
MCWHINNEY ENTERPRISES
$
DWAYNE WALKER
U.S. HOME CORPORATION
$
GREGG SEEBOHM
LAWRENCE CONSTRUCTION
$
STEVE FOSTER
HIGH MOUNTAIN LTD.
§
IOHN MCKEAN
CITY OF FORT COLLINS
$
RICK RIGHTER
ALLIANCE CONNTRUCTION
E
IOEL HARDY
PRAIRIE LAND, INC.
$
BAUCE MCDANIEL
CONTRACT
PERCENT
TYPE OF WORK
AMOUNT
✓OBB
COMPLETE
UTILITIES
$45,907
200I033
100%
PAVING
$29,947
2001034
100%
GRADING, PAVING
$42,583
2001035
100%
UTILITIES, STORM
$614,591
2001036
100%
GRADING, PAVING
REMOVALS,GRADING
$134,556
2001037
100%
PAVING
WATERLINE
$261,037
2001038
100°u
PAVING
$26,332
2001039
100%
PAVING
$28,230
2001040
100%
GRADING, PAVING
$66,187
2001041
100%
PAVING
$121,354
2001043
100%
PAVING
$179,613
2001044
100%
PAVING
$34,151
2001045
100%
GRADING, PAVING
$95,293
2001046
IN%
UTILITIES
$463,982
2001048
100%
GRADING, PAVING
$41,665
2001049
100%
GRADING
$41,104
200[050
100%
PAVING
$67,421
200105I
IN%
UTILITIES, STORM
$377,158
2001052
IN%
GRADING, PAVING
PAVING
$46,175
2001054
100%
GRADING, PAVING
$128,176
200I055
100%
REMOVALS, PAVING
$147,746
2NIO56
100%
REMOVALS
$29,482
2001057
100%
WATERLINE, REMOVALS
$1,164,779
2001058
100%
GRADING, PAVING
PAVING
$87,5W
2001060
100%
GRADING, PAVING
$27,106
2001061
100%
GRADING
$4&1,724
2001062
100%
UTILITIES, STORM
$480,738
2001064
IN%
GRADING, PAVING
STORM, GRADING
$90Q800
2001065
100%
PAVING
PAYING
$587,158
2001067
99%
JOB NAME
LOCATION
FAIRBROOKE HEIGHTS P.U.D.
FORT COLLINS
CSU PEDESTRIAN TUNNELL
FORT COLLINS
UNIVERSITY COURT APARTMENTS
FORT COLLINS
MARIANA BUTTE I ITH SUBDIVISION
LOVELAND
MOBY"Z" PARKING LOT
FORT COLLINS
GLACIERVIEW MEADOWS 12TH WATER
LIVERMORE
STONEHENGE
FORT COLLINS
FORT COLLINS ARMORY
FORT COLLINS
CENTRE AVE HEALTH & REHAB
FORT COLLINS
LINDENWOOD ESTATES
FORT COLLINS
CSU 2000 ASPHALT OVERLAY
FORT COLLINS
NORLARCO CREDIT UNION
FORT COLLINS
COLORADO COMMERCE CENTER
LOVELAND
THE PONDS @ OVERLAND TRAIL 2ND
FORT COLLINS
CIVIC CENTER OFFICE BUILDING
FORTCOLLINS
ROLLING HILLS RANCH / TACO BELL
JOHNSTOWN
FORT COLLINS MISC. PATCHING
FORT COLLINS
THOMPSON VALLEY APARTMENTS
LOVELAND
SHANNON APARTMENTS
LOVELAND
AGILENT BUILDING E PARKING LOT
LOVELAND
GARDNER SIGNS
FORT COLLINS
STERLING 20M REHAB
STERLING
TAFT HILL WIDENING
FORT COLLINS
KOHL'S DEPARTMENT STORE
FORT COLLINS
HIGHLINE MOTORS OFFICE/SHOP
FORT COLLINS
WALMART @ MULBERRY & LEMAY
FORT COLLINS
WATER VALLEY 6TH SUBDIVISION
WINDSOR
HE BUILDING 5 PARKING
FORT COLLINS
CSU EQUINE CENTER PARKING
FORT COLLINS
OWNER CONTRACTTO
CONTACT COMPLETE
ERIC BOOTON
$
MIN CORPORATION
$
ED RHOADARMER
VALLEY CREST HOMES
§
TOM CROW
U.S. HOME
$
JERRY RICHMOND
COLORADO STATE UNIVERSITY
$
STEVE REISS
GLACIERVIEW MEADOWS WATER
$
RALPH GOBLE
STONEHENGE COMMUNITY ASSOC
$
BOB ADDLEMAN
G.L. HOFF COMPANY
$
JOEL
DRAHOTA CONSTRUCTION
$
JEFF JENSEN
LINDENWOOD HOMEOWNERS
$
PETE COTTIER
COLORADO STATE UNIVERSITY
$
JIM STODDARD
NORLARCO CREDIT UNION
$
ED STOFKO
ABSOLUTE BUILDERS
$
RICK BROWNING
GATEWAY AMERICAN PROPERTIES
$
MARK HOLLENBECK
THE HEENAN COMPANY
$
BOB MESSERVE
GILLAM DEVELOPMENT
$
BRUCE GILLAM
CITY OF FORT COLLINS
$
M. TIMM DEVELOPMENT
$
LARRY MCGEE
DONALDSHANNON
$
AGILENTTECHNOLOGIES
$
ED VITTO
A.C. HEATH CONSTRUCTION
S
KELLY
MCATEE PAVING
$
RON WEINGARDT
CITY OF FORT COLLINS
§
EILEEN BAYENS
MURRAY & STAFFORD
$
JOEL SCOTT
MB I CORPORATION
$
ED RHOADARMER
GOLDBERG PROPERTY ASSOCIATES
$
BEN DRAKE
WEST GOLD HOLDINGS
$
KEITH WORLEY
HEWLETT PACKARD
$
CHUCK KATTS
COLORADO STATE UNIVERSITY
$
JAMES STODDARD
5,872
CONTRACT
PERCENT
TYPE OF WORK
AMOUNT
JOB A
COMPLETE
WATERLINE
$289,007
2001068
100°0
GRADING
$36,300
2001069
100%
SEWER, STORM
548,093
2001070
100%
REMOVALS
REMOVALS
$26,780
2001071
100%
PAVING
$28,612
2001072
IN%
GRADING, PAVING
$217,913
2001073
100%
UTILITIES, GRADING
$834,691
2001074
100%
PAVING
GRADING, PAVING
5147,440
2MI075
100%
REMOVALS, GRADING
$902,403
200I076
100%
UTILITIES, GRADING
$583,926
2001077
83 %
PAVING
REMOVALS, GRADING
$340,977
200I078
100%
PAVING
REMOVALS, WATERLINE
$1,704,948
2WI079
92%
STORM, GRADING, PAVING
STORM, GRADING
$1,920,927
2001080
42%
PAVING
REMOVALS, SEWER
$361,534
2001081
96%
GRADING, PAVING
WATERLINE
$301,237
2MI082
100%
UTILITIES, STORM
$6,667,000
200I083
91%
GRADING PAVING
UTILITIES, GRADING
$108,465
2004001
100%
PAVING
PAVING
$2,457,864
2004002
100%
GRADING, PAVING
$145,187
2004003
IN%
UTILITIES
GRADING, PAVING
$241,119
2004004
100%
UTILITIES
PAVING
$791,887
2W4005
100%
PAVING
$104,012
2004006
100Wo
GRADING, PAVING
$65,434
2004W8
100%
PAVING
$277,513
20MOI1
100%
UTILITIES, PAVING
$209,440
20NO12
I W/o
GRADING, STORM
PAVING
$161,770
2004015
100%
PAVING, UTILITIES
$90,090
2004017
100%
REMOVALS, GRADING
52,008,520
2004020
100%
PAVING
PAVING
$93,924
2004023
100%
GRADING, PAVING
$67,497
ZOM025
100%
JOB NAME
OWNER
CONTRACTTO
LOCATION
CONTACT
COMPLETE
MADELINE COURT WATERLINE
CITY OF LOVELAND
$
LOVELAND
ED RUSSELL
SCION PROJECT
DELTA CONSTRUCTION
$
FORT COLLINS
GREG ORR
KENTUCKY FRIED CHICKEN
MCWHINNEY ENTERPRISES
$
LOVELAND
JENNIFER JOHNSON
ZIEL FARM DEMOLITION
VECTOR PROPERTIES
$
WINDSOR
ANDY KRILL
LOVELAND WDONALDS
CHRISTOFFERSON COMMERCIAL
$
LOVELAND
LISA SUNDERLAND
HP GENESIS IV LOOP ROAD
M.A. MORTENSON
$
FORT COLLINS
DANNY SOWELL
CONAGRA
THE HEENAN COMPANY
i -
GREELEY
STEVE BURNS
ROLLING HILLS RANCH PH 8
GILLAM DEVELOPMENT
$ -
JOHNSTOWN
BRUCE GILLAM
THE HOME DEPOT Q LOVELAND
COLORADO STRUCTURES
S -
LOVELAND
ED SMITH
THE RESERVE 4TH
CEDAR VALLEY, LTD.
$ 99,250
LOVELAND
KEN MOREY
SPORTSMANS WAREHOUSE
ECKMAN& MITCHELL CONSTRUCT
$ -
LOVELAND
ERIC ECKMAN
WEST FIRST STREET IMPROVEMENTS
CITY OF LOVELAND
$ 136,396
LOVELAND
ED RUSSELL
ROSSUM DRIVE IMPROVEMENTS
MARIANA BUTTE PROPERTIES
$ 1,114,138
LOVELAND
ROD HARR
WEST FIRST STREET BRIDGE IMPROVE
FLATIRON STRUCTURES
$ 14,461
LOVELAND
BRAD AMY
SOUTH SHIELDS WATERLINE IMPROVE
DOUBLE EAGLE CONSTRUCTION
$
FORT COLLINS
JAMES VICK
HUNTERS RUN
DOUBLE EAGLE CONSTRUCTION
$ W,030
LOVELAND
JAMES VICKIGREGG SEEBOHM
MID -VALLEY BUSINESS PARK
MID -VALLEY PARTNERS
$
STEAMBOAT SPRINGS
GUY ALCIATORE
RABBIT EARS PASS OVERLAY
CODE
$
ROUTT COUNTY
VAN PILAUD
WAGNER RENTS
MAYS CONCRETE
$
STEAMBOAT SPRINGS
JANET DOROUGH
SCHROCK-HELM OFFICE COMPLEX
AMARON FOLKSTAD
$
STEAMBOAT SPRINGS
CRAIG BURNDAGE
STEAMBOAT SPRINGS AIRPORT IMPR
CITY OF STEAMBOAT SPRINGS
S
STEAMBOAT SPRINGS
BILL WHELIHAN
DIAMOND CREEK
DUCKELS CONSTRUCTION
$
STEAMBOAT SPRINGS
JOE BACKURZ
KUM & GO 0928
KRAUSE GENTLE CORPORATION
$
STEAMBOAT SPRINGS
MIKE SCHUELER
2000 CITY OF STEAMBOAT OVERLAY
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
BILL WHELIHAN
WESCOIN BUSINESS CENTER
WESCOIN
$
STEAMBOAT SPRINGS
STEVE PETERSON
SILVER SPUR SUBDIVISION
DUCKELS CONSTRUCTION
$ -
STEAMBOATSPMNGS
CHRISTINE HUTTON
U.S. WEST CONDUIT RABBIT EARS
U.S. WEST
$
STEAMBOAT SPRINGS
MIKE PEPPLER
RECONSTRUCT RCR 27 PH 2
ROUTTCOUNTY
S -
ROUTE COUNTY
LOU GABOS
HAYDEN 2000 PAVING
TOWN OF HAYDEN
S -
HAYDEN
STORM MEADOWS 1, 300, 400
MOUNTAIN RESORTS
$
STEAMBOAT SPRINGS
CHUCK MCBRIDE
CONTRACT
PERCENT
TYPE OF WORE
AMOUNT
JOB #
COMPLETE
PAVING
$66,749
2004027
100%
REMOVALS, GRADING
$5,199,659
2004035
99%
PAVING
GRADING, PAVING
$67,887
2004041
100%
PAVING
$64,060
20NO42
100%
CRUSHING
$133,820
2004W6
100%
PAVING
$147,165
2004047
100%
STORM, GRADE, PAVING
$525,000
2004048
60%
REMOVALS, UTILITIES
JOB NAME
OWNER
CONTRACTTO
LOCATION
CONTACT
COMPLETE
STRAWBERRY PARK CAMPUS 2000
STEAMBOAT SPRINGS RE 2
$
STEAMBOAT SPRINGS
RICK DENNY
COLORADO HWY 131
COOT
$
51,997
STEAMBOAT SPRINGS
VAN PILAUD
BLM KREMMLING
VRG CONSTRUCTION
$
.
KREMMLING
DON RAPP
FEDERAL EXPRESS PARKING LOT
KAHN CONSTRUCTION
$
STEAMBOAT SPRINGS
JOANNE RISTAU
SENECA CRUSHING 2000
SENECA COAL COMPANY
$
STEAMBOAT SPRINGS
GREG KITCHENS
SILVER SPUR FILING 2
DUCKELS CONSTRUCTION
$
.
STEAMBOAT SPRINGS
CHARLIE MAGNUSON
PARK PLACE
HERALD STOUT
$
210,000
STEAMBOAT SPRINGS
$
2,232,143
CONNELL RESOURCES, INC.
UPDATED AS OF IV31101
SCHEDULE OF MAJOR 19" COMPLETED WORK & WORK -IN -PROGRESS
TYPE OF WOM
CONTRACT
AMOUNT
JOB#
PERCENT
COMPLETE
JOB NAME
OWNER
CONTRACTTO
LOCATION
CONTACT
COMPLETE
STORM
$595,033
991001
100%
PINE TREE VILLAGE STORM
PINE TREE VILLAGE LLC
$
LOVELAND
DON MAROSTICA
REMOVALS, GRADING
$650,723
991N2
IN%
CITY OF PC WATER TREATMENT
GARNEY COMPANIES
$ _
FORT COLLINS
JIM RICE
GRADING, UTILITIES
$204,231
991003
100%
WILLOW SPRINGS PH 2B
PARAGON POINT PARTNERS
§
PAVING
FORT COLLINS
BYRON COLLINS
UTILITIES, REMOVALS
$521,445
991004
100%
FARMER COUNTY COURTHOUSE
HENSEL PHELPS CONSTRUCTION
S
FORT COLLINS
ALLAN BLIESMER
PAVING
$65,146
991006
100%
ORTHOPEDIC CENTER OF THE ROCKIES
THE NEENAN COMPANY
$
FORT COLLINS
MELINDA EBLEN
UTILITIES, STORM
$836,913
991007
100%
VILLAGES @ MARIANA BUTTE PH 2B
MRP, LLC
$
GRADING, PAVING
LOVELAND
DON MAROSTICA
GRADING, REMOVALS
$704,158
991N8
IN%
THOMPSON VALLEY P.U.D.
TAFT CARLISLE, LLC
$
LOVELAND
DON MAROSTICA
GRADING, UTILITIES
$1,912,148
991009
100%
CENTRE AVENUE EXTENSION
CST RESEARCH FOUNDATION
$
PAVING
FORT COLLINS
KATHLEEN BYINGTON
UTILITIES, GRADING
$380,039
991010
100%
LAKESIDE NINE
LAKESIDE NINE, LLC
$
PAVING
LOVELAND
DON MAROSTICA
UTILITIES, GRADING
$743,639
991011
100%
EAGLE RIDGE APARTMENTS
KERBS CONSTRUCTION
$
PAVING
LOVELAND
REED HAWKER
GRADING, PAVING
$1,003,845
991012
100%
1999 PC STREET MAINTENANCE
CITY OF FORT COLLINS
$ -
FORT COLLINS
RICK RIGHTER
GRADING, UTILITIES
$2,099,202
991013
100%
POUDRE VALLEY HEALTH SYSTEMS
M.A. MORTENSON
$
PAVING
FORT COLLINS
DENNIS ASHLEY
DEMOLITION, PAVING
$43,443
991014
100%
HAISTON OIL SERVICE STATION
HAISTON OIL SERVICE STATION
$ -
FORT COLLINS
JEFF HAISTON
GRADING, PAVING
$266,132
991015
100%
MARIANA BUTTE 5TH SUB PH 3
U.S. HOMES
$ _
LOVELAND
RUSSELL HENSON
PAVING
$76,863
991016
100%
UPLANDS @FISH CREEK
UPLANDS FICA
S -
ESTES PARK
PETER HONDUIS
PAVING
$26,403
991017
100%
PIZZA HUT /ESTES PARK
WINTER ENTERPRISES
$
FORT COLLINS
MARTYBUCHANAN
UTILITIES, STORM
$96,641
991018
100%
EAGLE RIDGE OFF -SITE STREETS
MLWHINNEY ENTERPRISES
$
GRADING, PAVING
LOVELAND
TROY MCWHINNEY
GRADING, REMOVALS
$518,248
991019
100%
HARMONY VILLAGE
ALLIANCE CONSTRUCTION
$
FORTCOLLINS
WILLIAM JOYNER
PAVING
$35,920
991020
100%
RAWHIDE ENERGY STATION
PEA= RIVER POWER AUTHORITY
§
WELLINGTON
PAUL HOUSER
GRADING, PAVING
$31,236
991022
IN%
MAITLAND DRIVEWAY &HOA
DAVE MAITLAND
$
FORT COLLINS
PAVING
$38,387
991023
100%
NORTHWOOD APARTMENTS
B&BASPHALT
$
FORT COLLINS
BRUCE TUELFS
GRADING, PAVING
$105,961
991026
100%
WESTGATE COMMERCIAL CENTER
SCHRADER OIL
$ _
FORT COLLINS
PERRY SCHRADER
SEWER, REMOVALS
$856,274
991027
100%
REGISTRY RIDGE OFF -SITE SEWER
DOUBLE EAGLE CONSTRUCTION
§
FORT COLLINS
GREGG SEEBOHM
PAVING
$16,382
991028
MIPS
MASTEC PATCHING
MASTEC
$
JOHNSTOWN
BRIAN JONES
GRADING, PAVING
$63,305
991029
100%
COTTONWOOD GLEN PARK
ENVIRONMENTAL CONCERNS
$ _
FORT COLLINS
DOUG SEVERANCE
GRADING, PAVING
$1,064,368
991030
IN%
RIGDEN FARMS FILING I
WHEELER CONSTRUCTION
$ -
FORT COLLINS
KEN SNEE
GRADING, PAVING
$28,071
991031
INS,
PACIFIC FINANCIAL CENTER
MBI CORPORATION
S
FORT COLLINS
ED RHOADARMER
GRADING, PAVING
$40,209
991032
100%
GREELEY WEST HIGH SCHOOL
HASELDEN CONSTRUCTION
$ -
TYPE OF WORK
GRADING, PAVING
GRADING, PAVING
PAVING
GRADING
UTILITIES, STORM
PAVING
GRADING, PAVING
PAVING
PAVING
GRADING, PAVING
UTILITIES, GRADING
PAVING
GRADING, PAVING
PAVING
GRADING
PAVING
GRADING, PAVING
GRADING, PAVING
UTILITIES
UTILITIES, STORM
GRADING
GRADING, PAVING
GRADING
GRADING, PAVING
UTILITY, STORM
PAVING
PAVING
UTILITIES, GRADING
PAVING
PAVING
PAVING
PAVING
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
$377,130
$58,546
$210,505
$74,515
$4,597,230
$250,078
$107,899
$100,334
$52,355
$586,242
$310,608
$196,753
$105,265
$109,629
$51,602
$218,081
$37,652
$1,161,367
$55,685
$294,023
$180,230
$138,711
$40,844
$78,539
$83,035
$207,569
$117,817
$1,184,692
991034 100%
991035 100%
991036
991037
991038
991039
991040
991NI
991042
991043
991044
991045
991046
991047
991048
991050
991052
991053
991054
991055
991056
991057
991059
991060
991061
991062
994001
994003
100%
100%
99%
IN%
10v/.
100%
100%
IN %
IN %
100%
100%
100%
IN%
IN%
100%
100%
100%
100%
IN%
IN%
100%
I00%
GRADING, PAVING $501,098 994007 100%
JOB NAME
LOCH IION
GREELEY
LCR74E
LARIMER COUNTY
ED CARROLL MOTORS
FORT COLLINS
HE ASHPALT MAINTENANCE
FORT COLLINS
SW 14TH STREET IMPROVEMENTS
LOVELAND
REGISTRY RIDGE FILING I
FORT COLLINS
PRAIRIE TRAILS P.0 D.
LOVELAND
HEARTHFIKE II
FORT COLLINS
ESTES PARK STREET IMPROVEMENTS
ESTES PARK
UNC PARKING LOTS
GREELEY
CLOVERLEAF PHASE II
FORT COLLINS
ROLLING HILLS RANCH IOTH
JOHNSTOWN
LARIMER CO ASPHALT PROGRAM
LARIMER COUNTY
MARIANA BUTTE IOTH
LOVELAND
THE BLUFFS ® PREGEL FARM
LOVELAND
HORSETOOTH TURN LANE
FORT COLLINS
BRUNNER FARMS 3RD & 4TH FILINGS
WINDSOR
MULBERRY COMMERCIAL PARK
FORT COLLINS
THE PONDS ® OVERLAND TRAIL 2ND
FORT COLLINS
CELESTICA OVERFLOW PARKING
FORT COLLINS
GREENBRIAR PH 3
LOVELAND
EATON COMMONS
EATON
PRAIRIE TRAILS P.U.D. UTILITY
LOVELAND
MORIAH ESTATES P.U.D.
WINDSOR
STANTON BRIDGE
FORT COLLINS
OVERLAND VALLEY M.R.D.
FORT COLLINS
U.S. 36 / ESTES PARK
ESTES PARK
HERITAGE PARK
ROUTTCOUNTY
CDOT OVERLAY -CRAIG
CRAIG
HAYDEN POWER PLANT
OWNER
CONTACT
RICHARD GODEHN
LARIMER COUNTY
I
TODD BIERGENS
MARK YOUNG CONSTRUCTION
$
DAVID M.MILLAN
HEWLETT PACKARD
$
MARY BARNETT
COULSON EXCAVATING
$
JACK SULLIVAN
U.S. HOME CORPORATION
$
GREGG SEEBOHM
BOEDECKER PRAIRIE TRAILS
$
KEN MOREY
HEARTHFIRE,LLC
g
TOM KENNEDY
TOWN OF ESTES PARK
$
GREG SIEVERS
G.L. HOFF CO.
g
PAT NORRIS
TOWER MANAGEMENT
$
ALEX BOGGS
GILLAM DEVELOPMENT
$
BRUCE GILLAM
LARIMER COUNTY
$
TODD JUERGENS
BRUCE MCDANIEL
$
PETERSBURG FAMILY, LLLP
$
SHA WN PETERSBURG
MOUNTAIN CONSTRUCTORS
S
JOE KUNTZ
DOUBLE EAGLE CONSTRUCTION
$
GREGG SEEBOHM
HAAG EXCAVATING
$
JERRY HAAG
GATEWAY AMERICAN PROP
$
MARK HOLLENBECK
DPR CONSTRUCTION
$
TRENT WOODWORTH
KAUFMAN & BROAD
$
JANNELLE SPEAKE
C.G. SMITH CONSTRUCTION
S
GEOFF / MATT SMITH
BOEDECKER PRAIRIE TRAILS
S
KEN MOREY
FORT COLLINS PAVING
S
KELLY HODGE
DOUBLEEAGLE
$
GREGG SEEBOHM
SCOTT CHARPENTIER
$
FLATIRON STRUCTURES
$
BRAD AMY
Ty LOCKHART
$
COOT
$
VAN PILAUD
UTILITY ENGINEERING CORP
$
CONTRACT TO
COMPLETE
45,872
TYPE OF WORK
CONTRACT
AMOUNT
JOB q
PERCENT
COMPLETE
JOB NAME
OWNER
CONTRACT TO
LOCATION
CONTACT
COMPLETE
HAYDEN
HOWARD NOBLE
REMOVALS, CONCRETE
$59,138
994008
100°u
IRON SPRINGS PARK CURB/WALL
CITY OF STEAMBOAT SPRINGS
S
PAVING
STEAMBOAT SPRINGS
RICHARD BUCCINO
REMOVALS, GRADING
$318,074
994016
100/o
ENCLAVE Q STEAMBOAT SPRINGS
MM CONSTRUCTION
g
PAVING
STEAMBOAT SPRINGS
MARK DAVIDSON
REMOVALS,GRADING
$366,598
994017
100%
STRAWBERRY PARK IMPROVEMENTS
STEAMBOAT SPRINGS SCHOOL
$
LANDSCAPING
STEAMBOAT SPRINGS
STEAMBOAT SPRINGS
GRADING, PAVING
$297,789
994018
100%
1999 HAYDEN WASHINGTON/LINCOLN
TOWN OF HAYDEN
$
HAYDEN
FRANK FOX
PAVING
$195,823
994019
100%
COLOWYO ROAD IMPROVEMENTS
COLOWYO COAL CO, LP
$ -
MEEKER
GORDON MERRIAM
PAVING
$133,005
994020
100%
STEAMBOAT WEST WATERLINE
MELDOR CONSTRUCTION
$
STEAMBOAT SPRINGS
BO SIMON
PAVING
$258,783
994021
100%
1999 ROUTT COUNTY OVERLAY
ROUTT COUNTY
$
STEAMBOAT SPRINGS
LOU GABOS
PAVING
$140,822
994023
100%
RIVER ROAD/ COUNTY SHOP ROAD
CITY OF STEAMBOAT
$
STEAMBOAT SPRINGS
DOUG MARSH
PAVING
$75,445
994025
HR%
GRAND SUMMIT RESORT HOTEL
COLORADO FIRST/PCL JOINT VENT
$
STEAMBOAT SPRINGS
PATRICK MOLLARD
STORM, REMOVALS
$172,324
994026
100%
YVRAIMPROVEMENTS
ROUTT COUNTY
$
PAVING
HAYDEN
LOU GABOS
GRADING, PAVING
$60,552
994030
100%
WEST ROUTT FIRE TRAINING CENTER
WEST ROUTT FIRE
$
HAYDEN
TERRY MCCARTY
UTILITIES, GRADING
$142,642
994031
100%
STOCKBRIDGE MULTI MODEL CENTER
CITY OF STEAMBOAT
$
PAVING, STORM
STEAMBOAT SPRINGS
BRIAN FEENEY
_
PAVING
$105,460
994033
100%
WEST ACRES TRAILER PARK
BIG COUNTRY MANAGEMENT
$
STEAMBOAT SPRINGS
TOM SIMMONS
PAVING
$66,098
994036
100%
ASPEN VIEW ESTATES
PRECISION EXCAVATING
$
STEAMBOAT SPRINGS
DAVE ZENNER
CRUSHING
$96,000
994041
100%
SENECA CRUSHING
SENECA COAL COMPANY
$
HAYDEN
BRAD BROWN
GRADING, PAVING
$86,052
994042
100%
TRI-STATE PAVING & IMPROVEMENTS
TRI-STATE G&T ASSOC.
$
STEAMBOAT SPRINGS
DONALD COOK
$ 45,872
CONNELL RESOURCES, INC.
UPDATED AS OF
SCHEDULE
OF MAJOR
1998 COMPLETED WORK
12/31/01
CONTRACT
PERCENT
JOBNAME
OWNER
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
GRADING, UTILITIES
PAVING
$744,405
981001
100%
WILLOW SPRINGS PH 2A
PARAGON POINT PARTNERS
FORT COLLINS
BYRON COLLINS
GRADING, UTILITIES
$126,061
981002
100%
BROOKSIDE @ WILLOW SPRINGS
THE GENESEE COMPANY
PAVING
FORTCOLLINS
RONALDSKARKA
GRADING, UTILITIES
$856,109
981003
100%
SYMBIOS LOGIC
ALLIANCE CONSTRUCTION
PAVING, REMOVALS
FORT COLLINS
SCOTT IOSLIN
GRADING, STORM
$758,650
981004
100%
GATEWAY ROUNDABOUTS
SAUNDERS CONSTRUCTION
PAVING, REMOVALS
LOVELAND
MIKE KARLSON
GRADING, UTILITIES
$4,014,107
981006
100%
HP GENESIS IV PROJECT
M.A. MORTENSON
PAVING
FORT COLLINS
JEFF MADDEN
GRADING
$48,703
981008
100%
HE TEMPORARY RECYCLE LOT
MARK YOUNG CONSTRUCTION
FORT COLLINS
MARK YOUNG
GRADING, UTILITIES
$2,704,035
981009
100%
VIEWPOINTE
DAVID BURRUS
PAVING
WELLINGTON
GRADING, UTILITIES
$719,778
981010
100%
ARGYLE APARTMENTS
DAVIS BROTHERS CONSTRUCTION
PAVING
FORTCOLLINS
TOM DAVIS
GRADING, UTILITIES
$303,848
981011
100%
WILLOW SPRINGS NORTH/SINGLE
PARAGON POINT PARTNERS
PAVING
FORT COLLINS
BYRON COLLINS
GRADING, PAVING
$148,134
981012
100%
PR- I TECHNOLOGY INFORMATION
FRANCIS CONSTRUCTION
FORTCOLLINS
DOUG MCCARTHY
UTILITIES, STORM
$703,449
981013
100%
MARIANA BUTTE 5TH SUB PH 1
U.S. HOMES
GRADING, PAVING
LOVELAND
RUSSELL HENSON
GRADING, PAVING
$148,298
98I014
100%
ROLLING HILLS RANCH PH II
GILLAM DEVELOPMENT
JOHNSTOWN
BRUCE GILLAM
PAVING
$63,437
981015
100%
STETSON CREEK
EMPIRE MANAGEMENT
FORT COLLINS
VERN MARTINSON
PAVING
$1,208,200
981016
100%
1998 PC STREET MAINTENANCE
CITY OF FORT COLLINS
FORT COLLINS
RICK RICHTER
GRADING, PAVING
$34,929
981017
100%
LAPORTE PLAZA PUD
GERALD THOMAS
LAPORTE
UTILITIES, STORM
$202,608
981018
100%
MARIANA GLEN 2ND SUB PH 5
BRAY ENTERPRISES
GRADING, PAVING
LOVELAND
SCOTT BRAY
GRADING, PAVING
$32,841
981020
100%
HARRIS MARINE CENTER
LUTHER HARRIS
FORT COLLINS
PAVING
$32,558
981023
100%
EVERITT OFFICE PARK
B & B ASPHALT MAINTENANCE
FORT COLLINS
BRUCE JUELFS
STORM, REMOVALS
GRADING, PAVING
$410,454
981024
100%
FRONT RANGE COLLEGE PARKING LOT
R.C. HEATH CONSTRUCTION
LOVELAND
LEM COUNCIL
PAVING
$110,150
981025
100%
EISENHOWER BLVD
MOUNTAIN CONSTRUCTORS
LOVELAND
JOE KUNTZ
UTILITIES, STORM
$978,905
981026
100%
HARMONY ROAD REALIGNMENT
CITY OF FORT COLLINS
REMOVALS, PAVING
FORT COLLINS
WARD STANFORD
PAVING
$49,567
981029
100%
MARTINEZ & EDORA TENNIS COURTS
EVERGREEN TENNIS COURTS
FORT COLLINS
GEORGE STAHLIN
REMOVALS, PAVING
$38,731
981032
100%
CSU FIELDHOUSE TRACK
SOUTHWEST RECREATION
FORT COLLINS
JOHN RENNER
GRADING, UTILITIES
PAVING, STORM
$826,284
981033
I00%
CLOVERLEAF COMMUNITY
TOWER MANAGEMENT
FORT COLLINS
ALEX BOCCS
TYPE OF WORK
GRADING, PAVING
GRADING, REMOVALS
PAVING
REMOVALS, PAVING
PAVING
UTILITIES, PAVING
UTILITIES
GRADING, PAVING
GRADING, PAVING
REMOVALS, PAVING
GRADING, PAVING
GRADING, PAVING
GRADING, UTILITIES
PAVING, STORM
UTILITIES
GRADING, UTILITIES
PAVING, STORM
PAVING
GRADING, PAVING
PAVING
PAVING
UTILITIES
GRADING, REMOVALS
GRADING, UTILITIES
PAVING, STORM
PAVING
PAVING
UTILITIES
GRADING, UTILITIES
STORM
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
$113,205 981034 100%
$67,066 981035 100%
$35,610 981036 100%
$86,404 981037 100%
$30,431 981038 100%
$34,107 981040 100%
$76,476 981041 100%
$214,048 981042 100%
$224,575 981043 100%
$127,246 981045 100%
$48,500 981046 100%
$318,915 981047 100%
$314,137 981048 100%
$133,479 981049 100%
$1,034,449 981050 100%
$552,636 981051 100%
$79,281 98I052 I00%
$77,393 981053 100%
$230,223 981054 100%
$140,315 981055 100%
$491,410 981056 100%
$666,505 981057 100%
$45,226 981058 100%
$35,321 981059 100%
$116,350 981061 100%
$1,187,338 981062 100%
JOB NAME
LOCATION
WINDSOR SCHOOLS
WINDSOR
HP GUARD SHACK RELOCATION
FORT COLLINS
COMFORT INN
LOVELAND
PARK SCHOOL DISTRICT
ESTES PARK
KENTUCKY FRIED CHICKEN
FORT COLLINS
WILLOW SPRINGS 5TH
FORTCOLLINS
EAGLE RANCH IRRIGATION
FORT COLLINS
COUNTRY ACRES
JOHNSTOWN
ROLLING HILLS RANCH 4, 6 & 7
JOHNSTOWN
HP PARKING LOT IMPROVEMENTS
FORT COLLINS
JFK PARKWAY IMPROVEMENTS
FORT COLLINS
HEARTHFIRE PUD
FORT COLLINS
VILLAGES @ MARIANA BUTTE PH IB
LOVELAND
VILLAGES @ MB OFFSITE UTILITY
LOVELAND
VILLAGES @ MARIANA BUTTE PH 2A
LOVELAND
HARMONY BRIDGE
FORT COLLINS
H WY 402 / HERON DRIVE
LOVELAND
SPRING CREEK IMPROVEMENTS
FORT COLLINS
QUAIL RIDGE
LONGMONT
HARMONY TECHNOLOGY PARK
FORT COLLINS
HORSESHOE LAKE P.O.D.
LOVELAND
EMERALD GLEN 6TH SUBDIVISION
LOVELAND
RESIDENCE INN OAKRIDGE
FORT COLLINS
AURORA HILLS SUBDIVISION
FORT COLLINS
HP GENESIS IV PHASE 2
FORT COLLINS
EAGLE RANCH ESTATES 11
FORT COLLINS
OWNER
CONTACT
HASELDEN CONSTRUCTION
RICHARD GODEHN
THE NEENAN COMPANY
MIKE COLLENTINE
WILLCO DEVELOPMENT LLLP
BILL ALBRECHT
PARK SCHOOL DISTRICT R-3
TONY PAGLIA
INFRA TECH ASPHALT
GREG MILEWSKI
PARAGON POINT PARTNERS
BYRON COLLINS
THREE EAGLES DEVELOPMENT
DWAYNE WALKER
GILLAM DEVELOPMENT
BRUCE GILLAM
GILLAM DEVELOPMENT
BRUCE GILLAM
HE WLETTPACKARD
KENT SULLIVAN
CITY OF FORT COLLINS
MATTBAKER
TARCO, INC.
JOE DOMENICO
MRP, LLC
DON MAROSTICA
MEE, LLC
DON MAROSTICA
MRP, LLC
DON MAROSTICA
EDWARD KRAEMER & SONS
JIM RENOE
WAGNER ENTERPRISES
VICKI WAGNER
EDWARD KRAEMER & SONS
JIM RENOE
TARCO, INC.
JEFF RECKARD
DPR CONSTRUCTION
RANDY STNEBAUGH
THE GENESEE COMPANY
RONSKARKA
GLEN PROPERTIES
SCOTTBRAY
ALLIANCE CONSTRUCTION
GREGG MEISINGER
FORT COLLINS PAVING
KELLY HODGE
M.A. MORTENSON
JEFF MADDEN
THREE EAGLES DEVELOPMENT
DWAYNE WALKER
TYPE OF WORK
GRADING, UTILITIES
PAVING, REMOVALS
GRADING, UTILITIES
PAVING, STORM
GRADING, PAVING
GRADING, UTILITIES
PAVING, STORM
STORM, REMOVALS
GRADING, PAVING
Yil71RLFl
PAVING
GRADING, PAVING
GRADING
PAVING
STORM
PAVING
PAVING
PAVING
GRADING, PAVING
UTILITIES
GRADING, PAVING
GRADING, PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
CONTRACT
AMOUNT
$234,875
$619,943
$937,819
$2,064,022
$1,079,140
$196,674
$125,025
$74,525
$113,195
$333,773
$318,314
$289,311
$68,762
$724,110
$519,649
$65,183
$80,502
$69,220
$197,756
$393,576
$174,471
$175,014
$59,950
PERCENT
✓OBN COMPLETE
981063 100%
981064 100%
981065 100%
981066 100%
984001 100%
984002 100%
984003 100%
984005 100%
984007 100%
984009 100%
984010 100%
984013 100%
984014 100%
984016 100%
984018 100%
984025 100%
984027 100%
984028 100%
984029 100%
984032 100%
984035 100%
984037 100%
984039 100%
JOB NAME
LOCATION
THE OVERLOOK ® WOODRIDGE
FORT COLLINS
THE GATES Q WOODRIDGE
FORT COLLINS
SHAMROCK WEST
LOVELAND
BOYD LAKE NORTH 6TH SUB
LOVELAND
HAYDEN DRAINAGE IMPROVEMENTS
HAYDEN
MAYBELL BRIDGES
MOFFAT COUNTY
PASS CREEK
GRAND COUNTY
HOWELSEN ICE RINK
STEAMBOAT SPRINGS
WAGNER EQUIPMENT
HAYDEN
1998 CRAIG STREET OVERLAY
CRAIG
DOWNTOWN IMPROVEMENTS
HAYDEN
1998 STEAMBOAT PAVING PROGRAM
STEAMBOAT SPRINGS
THE VILLAS
STEAMBOAT SPRINGS
1998 ROUTT COUNTY PAVING
ROUTTCOUNTY
EAGLE POINT TOWNHOMES
STEAMBOAT SPRINGS
HUNT DRIVEWAY
STEAMBOAT SPRINGS
CMC PARKING LOTS MAINTENANCE
STEAMBOAT SPRINGS
STATE PARK HIGHWAY 40
HAYDEN
PH 2 ROUTT COUNTY PAVING
ROUTT COUNTY
STEAMBOAT HIGH SCHOOL
STEAMBOAT SPRINGS
HILLTOP CONNECTOR ROAD
STEAMBOAT SPRINGS
CLARK'S GROCERY STORE
STEAMBOAT SPRINGS
MID VALLEY BUSINESS PARK
STEAMBOAT SPRINGS
OWNER
CONTACT
WOODCRAFT HOMES
TOM DUGAN
WOODCRAFT HOMES
TOM DUGAN
KAUFMAN & BROAD
MIKE KANALY
THE GENESEE COMPANY
RONSKARKA
CDOT
DALEPYLE
DUCKELS CONSTRUCTION
JOE BACKURZ
DUCKELS CONSTRUCTION
JOEBACKURZ
CITY OF STEAMBOAT
RICHARD BUCCINO
WAGNER EQUIPMENT
JEFF ROSENDALE
CITY OF CRAIG
TOWN OF HAYDEN
RANDY
CITY OF STEAMBOAT
DOUG MARSH
NATIVE EXCAVATING
STUART HANDLOFF
ROUTTCOUNTY
DAVE BRAUDICA
FELDMAN STRATTON
LARRY FELDMAN
TERRY HUNT
COLORADO MOUNTAINCOLLEGE
MIKE SAWYER
DUCKELS CONSTRUCTION
JOE BACKURZ
ROUTTCOUNTY
DAVE BRAUDICA
GE JOHNSON CONSTRUCTION
RICK SQUIRES
PRECISION EXCAVATING
DAVE ZEHNER
CHRISMAN CONSTRUCTION
MARK GRAYSON
SUNSET BUILDERS
GARY GILLMAN
SECTION 00020
INVITATION TO BID
Date: March 25, 2002
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on
APRIL 16, 2002 for the SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696.
If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort
Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort
Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for widening Shields Street from Hobbit Street
south to the Spring Creek Lane (approx. 1150 feet) including: a limited full
width reconstruction (west curb along Shields Street to remain intact), addition
of concrete bus pull-out stop, vertical curb and gutter along the east side of
Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached seven -
foot (7') sidewalk, water and storm sewer appurtenances and parkway landscaping.
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 March 26, 2002.
Copies of the Contract Documents, complete with Construction Specifications and
Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd
floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty
Dollars ($50.00) per set. No partial sets will be issued.
The Contract Documents and Construction Drawings may be examined at:
1. City of Fort Collins, Purchasing Division.
2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado.
3. CMD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO
4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado.
5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado.
A prebid conference and job walk with representatives of prospective Bidders will
be held at 1:00 p.m. on April 4, 2002, at 281 North College Avenue, Conference
Room A.
Prospective Bidders are invited to present their questions relative to this Bid
proposal at this meeting.
Bids will be received as set forth in the Bidding Documents.
The work is expected to be commenced within the time as required by Section 2.3
of General Conditions. Substantial Completion of the Work is required as
07/2001 Section 00020 Page 1
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 1997 COMPLETED WORK
CONTRACT PERCENT JOB NAME
TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION
UTILITIES
GRADING, UTILITIES
GRADING, UTILITIES
PAVING
GRADING, UTILITIES
GRADING, UTILITIES
PAVING
GRADING, UTILITIES
PAVING
GRADING, PAVING
CONCRETE, PAVING
GRADING, UTILITIES
PAVING
Z•\9RB
GRADING, UTILITIES,
PAVING
GRADING, UTILITIES,
PAVING
GRADING, STORM,
PAVING
GRADING, UTILITIES
GRADING, UTILITIES
PAVING
GRADING, PAVING
PAVING
PAVING
GRADING, PAVING
GRADING, UTILITIES
GRADING, PAVING
GRADING, PAVING
$32,269
$581,618
$256,610
$430,820
$144,678
$404,243
$426,492
$109,031
$1,622,854
$26,894
$390,286
$250,351
$313,323
$689,227
$84,270
$458,313
$236,195
$2,084,725
$73,108
$16,895
$969,507
$176,155
$129,821
971001 100%
971002 100%
971003 100%
971004 100%
971005
971006
971007
971008
971009
971010
971011
971012
971013
971014
971015
971016
971017
971018
971019
971020
971021
971022
971023
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
TAFT-GREELEY WATERLINE
FORT COLLINS
THE RESERVE 2ND SUBDIV
LOVELAND
PROSPECT PARK P.U.D.
CANAL IMPORTATION CHANNEL
FORT COLLINS
VILLAGES @ WILLOW SPRINGS
FORT COLLINS
COTTONWOOD MEADOWS
LOVELAND
ROLLING HILLS RANCH
JOHNSTOWN
W ELLINGTON PLACE
WELLINGTON
THE PONDS @ OVERLAND TRAIL
FORT COLLINS
BRIDGE OVER BOXELDER CREEK
FORT COLLINS
HEWLETT-PACKARD BLD 5
FORT COLLINS
WILDWOOD FARMS 3RD SUB
FORT COLLINS
WOODLAND PARK ESTATES PH2
FORT COLLINS
COUNTY ROAD 30
LARIMER COUNTY
A -I TRASH SERVICE
ESTES PARK
MARIANA BUTTE 2ND PH 2
LOVELAND
WAL-MAR 3RD SUBDIVISION
MILIKEN
FORT COLLINS PAVING REHAB
FORT COLLINS
1997 CONCRETE REHAB
FORT COLLINS
G.K. GYMNASTICS
FORT COLLINS
EAGLE RANCH ESTATES
FORT COLLINS
UNIVERSITY SQUARE PARKING
FORT COLLINS
A -STORAGE PLACE
LOVELAND
UPDATED AS OF
12131199
OWNER
CONTACT
CITY OF LOVELAND
ED RUSSELL
CEDAR VALLEY LTD.
KEN MOREY
COLORADO STRUCTURES, INC
SCOTTSCHAFER
CITY OF FORT COLLINS
JAY ROSE
THE GENESEE COMPANY
RONSKARKA
TSC LLC
RICHARD CONNELL
GILLAM DEVELOPMENT
BRUCE GILLAM
ANDERSON CONSTRUCTION
DOUG ANDERSON
GATEWAY AMERICAN PROP
MARK HOLLENBECK
NEATLINE STRUCTURES, INC.
RAY HUBER
GERALD H. PHIPPS
TIM FELDMAN
NEW WESTERN HORIZONS
BOB DILDINE
CHATEAU CUSTOMS BLDRS
TOM ISKIAN
LARIMER COUNTY
PAM DUNCAN
W.F.B. INC.
BILL BURCAW
USHOMES
RUSTY HENSON
HALL-IRWIN CONSTRUCTION
ADAM MACK
CITY OF FORT COLLINS
RICK RICHTER
EXPRESS CONCRETE
MARSHALL ERICKSON
BELLISIMO HOMES
GINO COMPANA
TREE EAGLES DEVELOPMENT
DWAYNE WALKER
COLORADO STATE UNIVERSITY
STEPHEN KEISS
THE TIERRA CORPORATION
JOHN SAILOR
TYPE OF WORK
GRADING, PAVING
UTILITIES
GRADING, PAVING
GRADING, PAVING
STORM, UTILITIES
GRADING, PAVING
STORM
GRADING, PAVING
GRADING, PAVING
GRADING, PAVING
PAVING
REMOVALS
GRADING, PAVING
PAVING
GRADING, PAVING
STORM, UTILITIES
GRADING, PAVING
STORM, UTILITIES
PAVING
GRADING, PAVING
GRADING, PAVING
GRADING, PAVING
STRUCTURES
GRADING, PAVING
UTILITIES
PAVING, UTILITIES
GRADING, PAVING
STORM, UTILITIES
GRADING, PAVING
UTILITIES
GRADING, PAVING
UTILITIES
GRADING
PAVING
GRADING, CULVERTS
PAVING
CONTRACT
AMOUNT
$205,933
$103,834
$305,299
$1,299,116
597,009
$195,334
$92,064
$1,139,312
$1,688,745
$329,018
$43,406
$423,630
$135,152
$161,503
$69,248
$43,618
$103,061
$1,172,305
$210,177
$102,793
$694,633
$534,782
PERCENT
JOB# COMPLETE
971024 100%
971025
971026
971027
971028
971029
971030
971031
971032
971033
971034
971035
971036
971037
971038
971039
971040
971042
971044
971045
971046
971048
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
$32,604
971049
100%
$1,427,832
974001
100%
$2,952,000
974002
100%
JOB NAME
LOCATION
MARIANA GLEN 2ND SUB PH 4
LOVELAND
TRACK REHAB
FORT COLLINS
HARMONY CROSSING PH 3A
FORT COLLINS
SH 392 & 257 WINDSOR
WINDSOR
RED FOX MEADOWS PH
FORT COLLINS
GIFFORD HALL PARKING LOT
FORT COLLINS
MERIDIAN AVENUE
FORT COLLINS
LARIMER COUNTY REHAB 97
LARIMER COUNTY
HARMONY CENTRE
FORT COLLINS
RIDGEWOOD HILLS 2ND, PHI
FORTCOLLINS
WINDSOR MIDDLE & HIGH SCHOOL
WINDSOR
McWHINNEY 9TH SUBDIVISION
LOVELAND
MCWHINNEY 9TH SUB (BUILDING)
LOVELAND
LAGO VISTA MOBILE HOME PARK
LOVELAND
POUDRE SCHOOL WAREHOUSE#4
FORT COLLINS
CT ENTERPRISES
FORT COLLINS
THE RESERVE / DRY CREEK BRIDGE
LOVELAND
VILLAGES @ MARIANA BUTTE
LOVELAND
NATIONAL WILDLIFE RESEARCH
FORT COLLINS
TRACT 19, BEAVER POINT
ESTES PARK
CRESTONE VILLAGE
LOVELAND
HEWLETT PACKARD MODULAR
FORT COLLINS
ROCKY MOUNTAIN MARKETPLACE
LOVELAND
HAHN'S PEAK ROAD
STEAMBOAT
SH 40 RABBIT EARS PASS
STEAMBOAT
OWNER
CONTACT
BRAY ENTERPRISES
SCOTT BRAY
ATHLETIC SURFACING INTL
ED HOLLAN
GATEWAY AMERICAN PROP
MARK HOLLENBECK
COOT
LARRY FEUERSTEIN
GENESEE COMPANY
WAYNE MATSUDA
COLORADO STATE UNIVERSITY
STEPHEN KEISS
COLORADO STATE UNIVERSITY
JOHN FRASER
LARIMER COUNTY
PAM DUNCAN
SAUNDERS CONSTRUCTION
STEVE BEARD
MELODY HOMES
ANNA LEE ZIMBELMAN
HASELDEN CONSTRUCTION
GARYTHORNAM
McWHINNEY HOLDING CO, LLC
TROY Mc W HINNEY
THE NEENAN COMPANY
RON NEW
INFRA TECH ASPHALT
GREG MILEWSKI
POUDRE SCHOOL DISTRICT
BILL FRANZEN
R.C. HEATH CONSTRUCTION
ROB DEEVY
CEDAR VALLEY, LTD
KEN MOREY
MRP, LLC
DON MAROSTICA
GERALD H. PHIPPS
MIKE HENNEY
M & S CONSULTANTS
SPENCER SMITH
CRESTONE VILLAGE, LLC
DON MAROSTICA
THE NEENAN COMPANY
JOE LAUMER
SAUNDERS CONSTRUCTION
MIKE KARLSON
RANDALL & BLAKE, INC.
JEFF CROEL
CDOT
VAN PILAUD
TYPE OF WORK
PAVING, GRADING
UTILITIES
PAVING
PAVING
PAVING
GRADING, PAVING
STORM, UTILITIES
PAVING
PAVING
CONTRACT
PERCENT
AMOUNT
JOB#
COMPLETE
$80,350
974004
100%
$77,400
974009
100%
$261,000
974010
100%
$135,000
974018
100%
$471,209
974019
100%
$211,200
974026
100%
$219,681
974030
100%
JOB NAME
LOCATION
COUNTRY INN &SUITES
STEAMBOAT
SKI -TOWN SUITES HOTEL
STEAMBOAT
CITY OF STEAMBOAT PAVING
STEAMBOAT
SIT 13 BRIDGES
CRAIG
YAMPA VALLEY REG AIRPORT
STEAMBOAT SPRINGS
SIDNEY PEAKS ROAD
STEAMBOAT SPRINGS
ROUTT COUNTY PAVING PH II
STEAMBOAT SPRINGS
OWNER
CONTACT
CENTRAL DEVELOPMENT GROUP
ROGER FINK
RICH -CAM, LLC
STEVE CAMPBELL
CITY OF STEAMBOAT SPRINGS
DOUG MARSH
CIVIL CONSTRUCTORS
GREGHARMS
ROUTTCOUNTY
BOBSAVAGE
SIDNEY PEAKS RANCH
HERBLEMEE
ROUTTCOUNTY
LOUIS GABOS
Attachment "C'.
04-01-2002 11:15
BY: DONNA
CONNELL RESOURCES INC.
♦YfY1Y}. Y...Y #.111fYYrtwf.i
"+ EQUIPMENT MASTER `•+
. srY.rrt+rYrYYrfY..lfYrrrY.
PAGE: 1
EQ\LE02EQP
«11www..wlf..wYy..a#YwlfYwfa.wlf«1«W}llww.ra.lrY.fY.}rf#.rwrt.xY#Y«rW.wfYx..wrY.rlay«ww+..waf.lrY.«r«y.Ya..lY..lf .xfyfsl aWwwfY.YlYYrr
EQUIP
NUMBER DESCRIPTION
rt....r....wa..fYYywrt
001 2000 GMC 1500 PICKUP TC
002 2000 GMC 1500 PICKUP JM
003 1999 GMC 2500 PICKUP IT
004 1999 GMC 1500 PICKUP CR
005 1999 GMC 1500 PICKUP EP
006 1999 GMC 1500 PICKUP ME
007 1999 GMC 1500 PICKUP RE
009 1999 GMC 1500 PICKUP RM
009 2002 CHEV 1500 EXTCB CC
010 1985 CHEV PU STM SHP
011 1994 CHEV K1500 PKP CL
012 1994 CHEV K2500 HS
013 1993 FORD EXPLORER ML
014 1994 CHEV K1500 KN
015 1992 GMC PU ASPHALT CREW
016 1990 CHEV FLATBED DIRT CREW
017 1984 GMC 1 TON PICKUP DIRT CREW
018 1995 GMC 1/2 TON 4WD PS
019 1995 GMC 1500 PU FL
020 1998 GMC 2WD PICKUP JL
021 1994 CHEV K1500 Dr)
022 1994 CHEV PKUP DO
023 2001 CHEV 1500 PICKUP
024 2002 GMC 2500 PICKUP MD
025 1991 GMC K1500 WT
026 1998 GMC 1500 PICKUP RW
027 2001 GMC 1500 PICKUP Mm
028 1991 GMC PU
029 2001 CHEV 2500 PICKUP SS
031 2001 CHEV SUBURBAN BC
032 2000 GMC 1500 PU CF
033 1992 CHEV PU
034 1989 CREV PU TK
035 1995 CHEV PU CW
036 1993 CHEV C1500 PC
037 1997 GMC 1500 PICKUP - DD
038 1995 GMC 1500 PICKUP DB
039 2001 FORD F250 PICKUP
040 199E GMC 3/4 TON TM
041 1998 GMC 1500 PU JL
042 1998 GMC 1500 PICKUP MF
043 2000 GMC 1500 PICKUP ON
044 1998 GMC 1500 EXTENDCAS MF
045 1993 CHEV BLAZER
046 1997 GMC YUKON BF
047 2001 CHEV BLAZER ML
049 2001 CHEV 1500 PICKUP LD
050 1973 FORD BOOM IRK PIT
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
CLASS
YEAR
NUMBER
NUMBER
DATE
REN DATE
DEPT
RATE
}yW}Y4#}1f 4f fYYY
4!#Wy
YYyyY4#f}!!Y#}IY!}}}f##}•YY}}!#Y}}YYyy!#}}#W#!Y#YfIYWf#Y##W}YYfYf1f
TRUCK 1
2000
1GTEK19T7YE384571
722BIX
05/31/00
06/30/02
840
6.00
TRUCK 1
2000
1GTEC14W2YE119619
4742OLU
09/21/99
11/30/02
810
6.00
TRUCK 1
1999
1GTGC24R6XR721973
4627OLU
08/11/99
09/30/02
810
6.00
TRUCK 1
1999
2GTEK19T9X1558978
43320LU
06/02/99
07/31/02
810
6.00
TRUCK 1
1999
ICTEC14WIXES36499
4118OLU
04/05/99
05/31/02
610
6.00
TRUCK 1
1999
1GTEC14W9XE533768
41183LU
03/23/99
05/31/02
810
6.00
TRUCK 1
1999
1GTEK14W9XE534101
41192LU
03/23/99
05/31/02
810
6.00
TRUCK 1
1999
1GTEK14W2XE534148
411BILU
03/23/99
05/31/02
810
6.00
TRUCK 1
2002
2GCEK19T321230870
719DJX
12/14/01
01/31/03
810
6.00
TRUCK 1
1985
IGCGC24MOFF307382
7099LY
05/22/86
04/30/02
840
6.00
TRUCK 1
1994
1GCEK14K3RZ200381
3533MD
03/10/94
04/30/02
810
6.00
TRUCK 1
1994
1GCFK24K7RE202913
3532MD
03/10/94
04/30/02
810
6.00
TRUCK 1
1993
1FMDU34X9PUB22949
VXB8336
05/22/98
07/31/02
810
6.00
TRUCK 1
1994
1GCEK14Z7RZ250178
7995MD
08/01/94
08/31/02
810
6.00
TRUCK 1
1992
IGTEK14KONESS5395
12728WZ
02/05/96
03/31/02
840
6.00
TRUCK 1
1990
1GSHK34N2LE223432
12936WZ
02/06/96
07/31/02
840
6.00
TRUCK 1
1984
1GDHC34WOEV5O5469
13315WZ
08/29/96
09/30/02
840
6.00
TRUCK 1
1995
1GTEK14Z5SZ511040
2209SLU
03/12/97
04/30/02
810
6.00
TRUCK 1
1995
1GTEK14Z5SZ511507
22603LU
04/09/97
OS/31/02
810
6.00
TRUCK 1
199B
1GTEC14W4WZ507909
2854CLU
OS/12/98
06/30/02
810
6.00
TRUCK 1
1994
IGCEK14ZSRZ215882
00182SG
04/16/94
06/30/02
840
6.00
TRUCK 1
1994
1GCEK14Z7RZ110745
12729WZ
01/26/94
04/30/02
840
6.00
TRUCK 1
2001
2GCEK19T811116796
320ERC
04/10/01
06/30/02
840
6.00
TRUCK 1
2002
1GTHK24U42Z199249
720DJX
11/28/01
01/31/03
B10
6.00
TRUCK 1
1991
1GTDK14Z6ME506287
00266S6
11/03/90
04/30/02
840
6.00
TRUCK 1
1996
1GTEC14W2WZ543467
35979LU
08/10/98
09/30/02
810
6.00
TRUCK 1
2001
1GTEC14W71Z332211
317CWF
07/09/01
08/31/02
$10
6.00
TRUCK 1
1991
IGTEC14ZIME506067
2183MC
03/19/93
04/30/02
B40
6.00
TRUCK 1
2001
1GCGC24U51Z236302
461CWB
02/16/01
04/30/02
810
6.00
TRUCK 1
2001
3GNFK16TSIG138486
621CWP
11/08/00
01/31/03
810
6.00
TRUCK 1
2000
1GTEK19T3YE388990
177BSW
11/09/00
01/31/03
810
6.00
TRUCK 1
1992
1GCEC14ZBN2103950
7356MD
06/29/94
09/30/02
810
6.00
TRUCK 1
1989
1GCGK24K4KE182713
4300ME
01/OB/96
03/31/02
810
6.00
TRUCK 1
1995
1GCGK24K9SE215057
13542LU
03/29/96
05/31/02
810
6.00
TRUCK 1
1993
1GCEC14Z9PE166?98
734ANS
05/28/96
07/31/02
810
6.00
TRUCK 1
1997
1GTEK14W3VZ535668
14280WZ
04/17/97
06/30/02
840
6.00
TRUCK 1
1995
1GTEK14ZISZ507809
22602LU
04/23/97
OS/31/02
810
6.00
TRUCK 1
2001
1FTNX21F31E084225
617E00
05/03/01
06/30/02
840
6.00
TRUCK 1
1998
1GTGC24R2WZ508503
27973LU
09/17/97
11/30/02
810
6.00
TRUCK 1
1998
2GTEK19R6W1525844
3110OLU
01/16/96
03/31/02
8LO
6.00
TRUCK 1
1998
1GTEK19R4WE523816
3132OLU
02/23/98
04/30/02
810
6.00
TRUCK 1
2000
ICTEC14WSYE309365
0320IB
06/21/00
07/31/02
810
6.00
TRUCK 1
1998
2GTEK19R9W1555145
2BS39LU
05/08/98
06/30/02
810
6.00
TRUCK 1
1993
IGNDT13WXP2159659
FHJ5496
03/21/96
07/31/02
810
6.00
TRUCK 1
1997
1GKEK13R5VJ749575
301AGM
04/28/00
05/31/02
840
6.00
TRUCK 1
2001
1GNDT13W91K227523
02/26/02
810
6.00
TRUCK 1
2001
2GCEK19T211114946
910CWC
03/30/01
05/31/02
810
6.00
TRUCK 2
1973
F75FVS09991
4475BLU
07/12/79
11/30/02
810
18.00
04-01-2002 11:15 CONNELL RESOURCES INC.
BY: DONNA
. afF•fwraFf••rrhahF««raaxf
++x EQUIPMENT MASTER +++
r Yawwlf••aaxxFiraaYalhwsrY
PAGE: 2
EQ\LE02EQP
Ffia##Y#Yh1 R4YiaffhhRY#iYYhF4#Y#ihf YhFffY##hFhflfi#f Yf 4YfYFhf#Ff YYf!!fR#Y#YYhhYf RflfY##Yff hf YfYYh 1f R#iYfRflRf#YYYR♦
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
HEN DATE DEPT
RATE
a wxxh.a.aaw
aff
.ahhF xxF+r«Y.fwe#1rYahhhFx»«#.
ax hhhlw«ahhxhFwfaaYa..x«ffaaa.a.ha.wF«Ff#a•Y
aaa.FF.w
iYYa ahf h»i a..f•wa«RrarYf
afrlf
r.f
051
1983
FORD F600
TRUCK 2
1983
1FDMF60HXDVA21676
267WZ2
07/27/94
10/31/02
840
16.00
052
1990
FORD STAKE - MANHOLE
TRUCK 2
1990
IFDXR82AXLVA14645
9609ME
02/09/96
03/31/03
810
10.00
053
1990
GMC FUEL TRUCK
TRUCK 2
1990
1GDM7H1JGL0606268
194WZ2
02/07/96
07/31/02
840
10.00
054
1997
FORD F800 SVC TRK JP
TRUCK 2
1997
IFDXFBOEXVVA39160
977LU2
03/26/97
04/30/02
810
20.00
055
1997
GMC 25HD SERVICE TRUCK
TRUCK 2
1997
1GDKC34F9VJ515396
14841WZ
O8/08/97
10/31/02
840
20.00
056
1995
FORD F450 ONE TON
TRUCK 2
1995
1FDLF47G1SEA24900
22613LU
05/15/97
07/31/02
840
7.00
057
1993
CHEV 1TN - PATCH
TRUCK 2
1993
1GBJC34F4PE113639
24070LU
04/22/97
06/30/02
810
7.00
058
1986
GMC ITN MANHOLE CREW
TRUCK 2
1966
1GDGC34W2GS506638
7361LY
05/01/87
02/2B/03
840
7.00
059
1977
CHEV 2T FLATBED PVT MAINT
TRUCK 2
1977
CCE667V127512
176WZ2
02/11/94
04/30/02
840
15.00
060
1979
INTNL DUMP TRK
TRUCK 2
1979
AA185JHA3130B
175WZ2
02/11/94
03/31/02
840
20.00
061
1978
FORD SERV IRK
TRUCK 2
1976
R705VBJ6590
197W22
05/27/88
07/31/02
840
10.0C
062
1990
FORD DIST TRK
TRUCK 2
1990
1FDXR82A8LVA19486
189WZ2
02/24/94
07/31/02
840
40.00
063
1994
CHEV 3500M FLATBED LM
TRUCK 2
1994
1GBKC34F7RJ105761
22091LU
03/07/97
04/30/02
810
10.00
065
2002
INTERNATIONAL DISTRIBUTOR TRUCK
TRUCK 2
2002
1HTSCASN52HS09457
573BRT
11/15/01
03/31/03
810
40.00
066
1980
IHC S2500 DIST
TRUCK 2
19BO
CA252KHA16378
313LV2
10/12/93
04/30/02
810
36.00
067
1989
MACK FLATBED TRUCK
TRUCK 2
1989
IM2N188YOKW027075
763LU2
07/21/95
02/28/03
810
35.0(
068
1993
KENWORTH FUEL TRUCK LK
TRUCK 2
1993
2XKDDB9X6PM587923
1342LU2
04/01/99
06/30/02
810
35.0(
069
1997
GMC 3500 VAN
TRUCK 2
1997
1GDHG31ROVIC42131
807APJ
03/30/00
05/31/02
010
60.0(
070
1994
GMC C3500 VAN
TRUCK 2
1994
1GDHG31K9RF520655
14833WZ
08/08/97
10/31/02
840
15.O(
071
1967
CRANE TRUCK
TRUCK 2
1967
692740
TITLE ONLY
07/11/97
BID
18.0(
072
2001
KENWORTH T800 FUEL TRUCK CK
TRUCK 2
2001
1NK0LB9X0lJ879403
609AVY
01/24/01
02/28/03
810
35.0(
079
2001
KENWORTH T300 SVC TRK JJ
TRUCK 2
2001
2NKMHD7X91M876802
750BPK
12/OS/00
02/28/03
$10
35.0(
080
1995
GMC TOPKICK SVC IS
TRUCK 2
1995
1GDK7HIJ2SJ515438
769LU2
04/22/98
06/30/02
810
20.0(
081
1995
DODGE RAM 3500 SVC OS
TRUCK 2
1995
1BGMC36C3SS220966
2B537LU
05/15/98
06/30/02
810
20.01
082
1999
GMC 1 TON PLATFORM TRUCK
TRUCK 2
1999
1GDHC34RXXF022305
40675LU
02/24/99
03/31/02
840
10.01
083
1999
GMC 1 TON PLATFORM TRUCK MI
TRUCK 2
1999
1GDHC34R1XF021012
518ANC
02/24/99
03/31/02
810
10.01
084
2000
GMC 3500 FLATBED JO
TRUCK 2
2000
1GDHC34J3YF428714
992AND
02/18/00
03/31/03
810
10.01
085
2000
GMC 3500 FLATBED PC
TRUCK 2
2000
IGDHC34JSYF441411
993AND
02/18/00
03/31/03
810
10.01
086
2001
FORD F350 PLATBED JN
TRUCK 2
2001
IFDWF36F91ES01821
116CWD
04/17/01
06/30/02
810
10.01
087
2001
FORD F350 FLATBED
TRUCK 2
2001
IFDWF36PBlEA87944
349ERC
04/17/01
06/30/02
840
10.01
098
1995
GMC WATER TRUCK
TRUCK 2
1995
1GDK7H1J1SJ506455
093ERA
02/23/00
03/31/03
810
30.0i
099
1995
GMC WATER TRUCK
TRUCK 2
1995
1GDK7H1J3SJ506411
094ERA
02/28/00
03/31/03
810
30,0
100
1981
INTNL WATER TRK
TRUCK 3
1981
IHTD2167XBGBI9955
1323LU2
06/22/94
03/31/02
B40
35.0
101
1991
INTNL WATER TRK
TRUCK 3
1991
1HTSDZ7PXMH357894
10395LU
11/01/96
11/30/02
840
35.0
102
1981
INTNL WATER TRK
TRUCK 3
1981
1HT➢2167XBGB19793
1324LU2
06/06/94
03/31/03
810
35.0
103
1986
INTL TANDEM BUM
TRUCK 3
1986
1HSZJJWRXGHA13179
219WZ2
06/03/94
07/31/02
840
35.0
105
19BI
FORD TANDEM DMP
TRUCK 3
1981
1PDYU90W8BBVJ0549
TITLE ONLY
02/16/87
910
40.0
106
1979
FORD 7000 WATER TRUC
TRUCK 3
1979
R70BVFB1566
096EHA
09/19/91
03/31/03
810
20.0
109
1987
MACK TAN➢EM BUM
TRUCK 3
1967
1M2AYl0YXHM002590
759LU2
01/10/94
05/31/02
810
40.0
110
1987
MACK TANDEM DMP
TRUCK 3
1987
1M2AY10Y9HM002595
758LU2
01/10/94
05/31/02
840
40.0
111
1987
MACK TANDEM DMP
TRUCK 3
1987
1M2AY10Y6HM002585
678LU2
01/10/94
04/30/02
910
40.0
112
1987
MACK TANDEM DMP
TRUCK 3
1987
1M2AYl0Y3HM002592
677LU2
02/03/94
04/30/02
810
40.0
113
1978
INTNL WATER TRK
TRUCK 3
1978
D2137HGB20487
1322LU2
10/17/94
03/31/02
810
35.0
114
1973
MACK WATER TRK
TRUCK 3
1973
DM685S12858
TITLE ONLY
03/09/95
BID
10.0
115
1989
MACK TAND RW613
TRUCK 3
1989
1M2AY04Y2KM005768
771AUY
04/10/96
07/31/02
$40
40.0
116
1989
MACK TAND RW613
TRUCK 3
1989
1M2AY04Y4KM005769
192WZ2
04/10/96
07/31/02
840
40.0
117
1988
FREIGHTLINER TANDEM
TRUCK 3
1988
1FUY2CYBSJP334718
306WZ2
05/01/98
06/30/02
840
40,0
118
1998
PETERBILT DUMP TRUCK
TRUCK 3
1998
3WPNAD7XIWF466510
095ERA
12/01/00
03/31/03
810
40.0
04-01-2002 12:15 CONNELL RESOURCES INC.
BY: DONNA PAGE: 3
EQ\LE02EQP
rf.r.f .f.Yw.f urYxwrYx #..a
••• EQUIPMENT MASTER •••
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
f # NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
158
PETERBILT TRAC
TRUCK 4
1983
1XP9DB9X4DP159865
049DGJ
04/11/88
10/31/02
159
PETERBILT TRACTOR SS
TRUCK 4
1983
1XP9DB9X2DP159864
05ODGJ
04/11/88
10/31/02
160
1997 MACK CL713 TRACTOR
TRUCK 4
1997
1M2AD62Y4VW004762
0470GJ
09/20/96
10/31/02
161
PETERBILT TRACTOR MO
TRUCK 4
1985
lXP9D29X5FP180808
048DGJ
04/21/88
10/31/02
163
2001 KENWORTH TBOOB TRACTOR
TRUCK 4
2001
1XKDP4EX71J872861
OSIDGJ
09/07/00
10/31/02
166
1990 MACK TT CE613
TRUCK 4
1990
1M2AA06YXLWO04570
482LUS
04/17/95
05/31/02
167
1990 MACK TT CH613
TRUCK 4
1990
1M2AA06Y7LW004722
481LUS
04/17/95
01/31/03
168
1990 MACK TT CH613
TRUCK 4
1990
1M2AA06YGLWO04727
48OLUS
04/17/95
05/31/02
169
1990 MACK IT CH613
TRUCK 4
1990
1M2AA06YSLW004573
483LU8
04/17/95
05/31/02
170
1990 MACK TT CH613
TRUCK 4
1990
IM2AA06Y2LW004725
47BLUB
04/17/95
05/31/02
172
1993 MACK IT CH613
TRUCK 4
1993
1M2AA13Y4PWO19503
485LU8
05/31/96
08/31/02
173
1993 MACK TT CH613
TRUCK 4
1993
1M2AA13YGPWO19504
688LU8
05/31/96
09/30/02
174
1993 MACK TT CH613
TRUCK 4
1993
1M2AA13YSPWO19505
486LU8
05/31/96
01/31/03
175
1993 MACK TT CH613
TRUCK 4
1993
1M2AA13YXPWO19506
667LUS
05/31/96
09/30/02
176
1995 MACK IT CH513
TRUCK 4
1995
1MSAA13Y3SWO47225
787LU8
04/29/98
07/31/02
177
1995 MACK IT CH613
TRUCK 4
1995
1M1AA13Y5SW047226
786LU8
04/29/98
07/31/02
178
1995 MACK TT CH613
TRUCK 4
1995
1M1AA13Y7SW047227
841BRT
04/29/98
07/31/02
200
CMI LOAD KING
TRAILERS
1990
1B41,483591,2116598
L45488
01/20/93
02/28/03
201
TRAIL KING TK20 LOWS
TRAILERS
1990
1TKA0482XLM066685
L44855
05/11/93
06/30/02
202
TRAIL KING TK100
TRAILERS
1997
1TKJOS337VM059109
L112893
12/14/98
09/30/02
203
MILLER TILT TRAILER
TRAILERS
1962
5291
R019847
07/14/95
07/31/02
204
CRI TILT BED TRAILER
TRAILERS
1995
ID06019604CO
L056639
09/01/95
09/30/02
205
CRT TILT BED TRAILER
TRAILERS
1996
ID28003538CO
R113646
07/26/96
07/31/02
206
CRI TILT BED TRAILER
TRAILERS
1996
ID06018977CO
L102939
09/23/96
09/30/02
207
CRI WATERLINE TEST TRAILER
TRAILERS
2000
ID06026445CO
295ATA
03/30/00
04/30/02
208
TRAIL KING TX110HDG TRAILER
TRAILERS
2001
1TKJ053321M074028
422BYT
10/17/00
01/31/03
210
1995 RED TRAILER
TRAILERS
1995
47SS142TXS1010829
R115151
06/17/98
06/30/02
212
UTILITY TRAILER
TRAILERS
1975
7LS8074007
L059405
06/11/85
03/31/03
213
TRAILMOBILE TRAILER
TRAILERS
1979
T50203
L30799
04/03/89
01/31/03
214
1978 FRUEHAUF VAN
TRAILERS
1978
MAZ556914
L120344
07/20/98
10/31/02
218
1995 CMI LOAD KING 2060
TRAILERS
1995
1B4B40235S1119211
R115240
06/19/98
07/31/02
219
1995 CMI LOAD KING 2060
TRAILERS
1995
154B4023OR1110879
R115241
06/19/98
07/31/02
220
HOBBS END DUMP
TRAILERS
1976
FHW623809
94113AI
01/14/77
10/31/02
222
CRI ROCK TRAILER R1
TRAILERS
1987
ID0615009CO
942BAI
02/01/B7
10/31/02
223
CRI ROCK TRAILER #2
TRAILERS
1987
ID0615226CO
943BAI
05/01/67
10/31/02
224
1999 CLEMENT ROCK TRAILER
TRAILERS
1999
1C9BB32B8XM110357.
L121082
12/05/98
01/31/03
226
1999 LANDOLL TRAILER
TRAILERS
1999
1LUL40FHOXIA09706
420BYT
12/01/00
01/31/03
227
1997 RED RIVER TRAILER
TRAILERS
1997
4ZYLB4225VI000203
RIIS089
05/04/98
06/30/02
226
1996 RED RIVER TRAILER
TRAILERS
1996
1R9LB4220T1051103
R115090
O5/04/98
06/30/02
229
1996 RED RIVER TRAILER
TRAILERS
1996
1R9LB422ZT1051104
L113073
05/04/98
06/30/02
230
1996 RED RIVER TRAILER
TRAILERS
1996
1R9LB4224T1051105
L113072
05/04/98
06/30/02
231
1996 RED RIVER TRAILER
TRAILERS
1996
SR9LB422GT1051106
L113071
05/04/98
06/30/02
232
1996 RED RIVER TRLR
TRAILERS
1996
19RLS4227TIO51096
L106078
06/25/96
08/31/02
233
1996 RED RIVER TRLR
TRAILERS
1996
19RLB4229T1051097
L106077
06/25/96
08/31/02
234
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB422ON1051007
L107766
10/21/94
11/30/02
235
1992 RED RIVER TRLR
TRAILERS
1992
1R91,84222N1051039
L44917
10/21/94
11/30/02
236
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB422ON1051041
L44916
10/21/94
11/30/02
237
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB4228N1051045
L44915
10/21/94
11/30/02
810 40.00
840 40.00
840
810
810
810
810
840
BID
810
810
840
810
840
810
810
B10
840
B10
810
840
810
840
840
SID
BID
840
810
840
810
840
810
BID
810
810
810
810
810
810
810
BID
810
810
BID
810
840
810
810
04-01-2002 11:15 - CONNELL RESOURCES INC.
BY: DONNA
""• EQUIPMENT MASTER +"•
+{YrwFw.«aa+w a..wwa..wrY{a
PAGE: 4
EQ\LE02EQP
i fYf{f ffif YY{1ff{F1fY{f;Y{{ffYYi;YYi YY{fi{Y}if;{1{{;fF;ii{F{Ff YFfFf ifwYh{i YFf 1FYYFf if FFYif wY wf FF{affffY;l Ff{f{Y
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
;wF wiwarr..w.r+...++.as+.+ww{aww.r.«x«.+Y{fra+w.rarwxrraw...a+Fww a{.w.aa.{f.afa.iswa.w.Yr. fwlwwa.w.rwYwfw.ww w«aYwrr fawwY.{..aa...f Y.
238
1386 LOAD KING BTMDUMP
TRAILERS
1986
1L4B35239G1013855
944BAI
05/18/89
10/31/02
840
239
1985 LOADKING BTM DUMP
TRAILERS
1985
11,4B35234F1013356
945BAI
05/18/89
10/31/02
810
240
CMI LOAD KING BOTTOM DUMP
TRAILERS
1994
1B4840239R1118735
L102933
07/01/96
08/31/02
810
241
CMI LOAD KING BOTTOM DUMP
TRAILERS
1994
IS4840230R1118722
L102934
07/01/96
08/31/02
810
242
CMI LOAD KING BOTTOM DUMP
TRAILERS
1994
1B4B40237R1118734
L102935
07/01/96
08/31/02
810
243
CMI LOAD KING BOTTOM DUMP
TRAILERS
1994
1B4B40230R1110882
L102936
07/01/96
08/31/02
810
248
CMI LOAD KING TRAILER
TRAILERS
1995
1B41,4624851119252
L102937
07/01/96
08/31/02
840
249
CMI LOADKING 02TT TRAILER
TRAILERS
1994
1B4T29212R6118852
L102929
07/01/96
08/31/02
810
251
FRUEHAUF JOB TRAILER
TRAILERS
1959
C41271
L056615
06/28/79
02/28/03
810
252
BRWN VAN UTILITY TRL
TRAILERS
1960
M601979
L14486
05/08/86
12/31/02
810
254
BROWN VAN TRAILER
TRAILERS
1962
M625475
L26626
08/28/86
02/28/03
810
255
CLN STRICK VAN TRLR
TRAILERS
1968
B12647
419BYT
06/08/87
01/31/03
810
256
65 TRAILMOB VAN TRLR
TRAILERS
1965
B62037
L26400
O8/25/8B
02/28/03
840
260
TEL OFFICE/STUTE PIT
TRAILERS
1960
14276
Z35957
07/13/87
12/31/02
810
270
ELDER FIELD OFF CL1 - WD
TRAILERS
1972
CT353
LU2099
12/15/83
12/31/02
810
271
CONST TRLR 24X60 CT
TRAILERS
12/31/94
272
CONSTR TRAILER -STUTE
TRAILERS
1996
03/01/96
840
276
ELDER FIELD LAB CL2
TRAILERS
1983
382196
Z35958
03/07/89
12/31/02
610
610
277
ELDER FIELD LAB CL2
TRAILERS
1988
323490
Z23222
03/28/90
12/31/02
840
280
2001 PACE VC714TA2 TRAILER
TRAILERS
2001
4P2UB14263U024183
021FW
11/19/01
01/31/03
810
281
HOMEMADE FUEL TRLR
TRAILERS
1952
ST28111COLO
L22386
09/16/77
01/31/03
810
282
HOMEMADE FUEL TRLR
TRAILERS
1967
ID64082COLO
L05336B
09/16/77
05/31/02
810
284
500 BBL FRAC TANK
TRAILERS
1968
328
LU3555
05/11/90
12/31/02
840
285
550 BBL FRAC TANK
TRAILERS
1974
C34
LU4368
05/11/90
12/31/02
810
286
FRAC TANK 20000 GAL
TRAILERS
1984
A3464VB
WZ01019
OB/10/94
04/30/02
840
287
FRAC TANK 20000 GAL
TRAILERS
1980
A3061VB
LU4860
08/10/94
11/30/02
810
288
1978 ETNYRE TANK TRLR
TRAILERS
1978
76764
LU4882
11/23/94
02/29/03
810
289
CRI PORTABLE WATER TANK
TRAILERS
1999
CRI289
LU07209
11/10/99
11/30/02
810
290
HOMEMADE WATER STAND
TRAILERS
1981
ID610653COLO
WZ01018
04/20/81
12/31/02
840
291
HOMEMADE WATER STAND
TRAILERS
1981
ID610653COL0
04/15/81
BID
292
1994 TIMPTE DYNA PUP
TRAILERS
1994
1TDE28021RC086723
L053371
05/06/94
06/30/02
810
293
1994 TIMPTE DYNA PUP
TRAILERS
1994
lTDE2B023RC086724
L053370
05/06/94
06/30/02
840
294
1994 TIMPTE DYNA PUP
TRAILERS
1994
1TDE28025RC086725
L053372
05/19/94
06/30/02
810
295
1994 TIMPTE DYNA PUP
TRAILERS
1994
1TDE28027RC086726
L053369
05/19/94
06/30/02
B10
296
1994 R&W TRAILER
TRAILERS
1994
4RWUE162IRN004034
L120353
09/16/94
09/30/02
810
297
1994 RW TRAILER
TRAILERS
1994
4RWUE162XRN004033
L122841
04/13/99
04/30/02
810
298
1999 C-10 TOWMASTER TRAILER
TRAILERS
1999
4KNUC1624XL153094
L127654
09/09/99
11/30/02
810
299
2000 C-10 TOWMASTER TRAILER
TRAILERS
2000
4KNUC1623YLIS1998
397BRD
06/01/00
08/31/02
810
305
CAT 936F LOADER
EARTHMOV
1994
9MK00508
LU0S650
07/01/96
08/31/02
$40
308
2000 CAT 93BG LOADER
EARTHMOV
2000
4YS01264
Z56501
04/26/01
05/31/02
810
309
1996 CAT 938F LOADER
EARTHMOV
1996
IKM0IG19
O89BGW
OS/16/00
06/30/02
810
310
1996 CAT 938F LOADER
EARTHMOV
1996
IXM01610
OBBBGW
05/16/00
06/30/02
B10
311
1996 CAT 950F LOADER
EARTHMOV
1996
5SK02204
Z56562
05/16/00
06/30/02
810
312
1996 CAT 970F LOADER
EARTHMOV
1996
7SK00693
Z56561
OS/16/00
06/30/02
810
313
CAT 966F LOADER
EARTHMOV
1994
9YJ1176
Z38924
07/01/96
08/31/02
840
314
CAT 970F LOADER
EARTHMOV
1995
7SK00498
Z38926
07/01/96
06/31/02
840
316
CAT 980F LOADER
EARTHMOV
1995
8JN00614
Z38925
07/01/96
08/31/02
840
317
1995 CAT 966F LOADER
EARTHMOV
1995
ISL01427
W14415
02/15/96
03/31/03
810
04-01-2002 11:15 CONNELL RESOURCES INC.
BY: DONNA
r waa}.wY#aawie#..rrwaawi fr
... EQUIPMENT MASTER
a wra#a..wf+aY..wa.a...xwa#
#as+aaaf a...R1f....«»wY.x.r•+#}f waY+aaxwfY.awYaaYwwfeYaax.a.waf wi+Ya.ax++
EQUIP SERIAL
NUMBER DESCRIPTION CLASS YEAR NUMBER
..if.f wffflwfµ.a wf i++«.iT1f.Yaa.Raa+µ xf RYfµµff x++l YfRf lafa.YRY. a.ffY»»+.+
PAGE: 5
EQ\LE02EQP
wa.a..f. w.....i....f. a.
LICENSE PURCHASE LICENSE DEFAULT
NUMBER DATE REN DATE DEPT RATE
fY#}#f}f1ffY####wlfa#}Y}}##Y#f#}fYYi}fxY##wf lwf
318
1996 CAT
95OF LOADER
EARTHMOV
1996
5SK02584
Z38953
08/30/99
09/30/02
840
60.00
319
2001 CAT
972G LOADER
EARTHMOV
2001
4WWO0546
W06290
11/01/00
01/31/03
810
80.00
320
1996 CAT
98OG LOADER
EARTHMOV
1996
2KROO646
Z35943
11/01/00
12/31/02
810
85.00
325
1999 CAT
D5M DOZER
EARTHMOV
1999
SES00917
Z54613
08/03/00
10/31/02
B10
55.00
326
2995 CAT
DON DOZER
EARTHMOV
1995
6XJ01031
Z56654
06/04/99
07/31/02
810
115.00
327
1994 CAT
DGH XL DOZER
EARTHMOV
1994
9LK00451
Z20765
05/01/99
05/31/02
810
60.00
328
1990 CAT
D4H DOZER
EARTHMOV
1990
OBPB3803
X40711
09/16/96
10/31/02
840
45.00
329
CAT DON DOZER -
EARTHMOV
1994
STJ1710
ZS4600
07/01/96
08/31/02
810
100.00
331
CAT D6H CRAWLER TRAC
EARTHMOV
1988
3ZF00481
Z20766
01/28/93
05/31/02
810
60.00
334
1995 CAT
D3C TRACTOR
EARTHMOV
1995
6SLO1125
W14416
02/15/96
03/31/03
810
40.00
335
1994 CAT
D4H LPGIII DOZER
EARTHMOV
1994
9GJ00851
Z20834
04/04/01
04/30/02
840
45.00
364
CAT 613C
SCRAPER
EARTHMOV
1986
92XO0942
LU05610
05/18/95
06/30/02
810
70.00
365
CAT 6133
SCRAPER
EARTHMOV
1978
38WO5408
LU07110
04/30/94
04/30/02
810
70.00
367
1992 CAT
621E SCRAPER
EARTHMOV
1992
6AR01463
Z20767
04/02/97
05/31/02
810
105.00
368
1994 CAT
623F SCRAPER
EARTHMOV
1994
62K00087
Z20768
04/02/97
05/31/02
810
110.00
369
1996 CAT
627F SCRAPER
EARTHMOV
1996
IDLOO276
Z56719
06/11/97
08/31/02
810
125.00
370
1998 CAT
631E SCRAPER
EARTHMOV
1998
INBO1409
Z54614
08/03/00
10/31/02
810
135.00
371
1995 CAT
613C SCRAPER
EARTHMOV
1995
BLJ1058
W06288
11/14/00
01/31/03
810
70.00
372
1997 CAT
627F SCRAPER
EARTHMOV
1997
IDLOO450
Z56502
03/22/01
05/31/02
810
125.00
403
1994 CAT
140G GRADER
EARTHMOV
1994
72VI6820
49SAVF
02/15/96
03/31/03
81D
55.00
404
1991 CAT
14OG GRADER
EARTHMOV
1991
72V14397
496AVF
02/15/96
03/31/03
810
55.00
405
1995 CAT
140H GRADER
EARTHMOV
1995
2ZK00104
493AVF
02/15/96
03/31/03
810
55.00
406
1997 CAT
14014 GRADER
EARTHMOV
1997
2ZKO1647
WZ00969
04/08/98
04/30/02
840
55.00
407
1997 CAT
140H GRADER
EARTHMOV
1997
9TNO0467
LU07107
05/01/99
05/31/02
810
55.00
408
1996 CAT
14OG GRADER
EARTHMOV
1996
72VI7489
086BGW
05/16/00
06/30/02
810
SS.00
409
1996 CAT
140G GRADER
EARTHMOV
1996
72VI7513
087BGW
05/16/00
06/30/02
810
55.00
410
2001 CAT
140H GRADER
EARTHMOV
2001
2ZK06641
B74CDY
06/01/01
06/30/02
810
S5.00
411
1996 CAT
160H MOTOR GRADER
EARTHMOV
1996
9EJO 0373
64013YG
12/27/01
01/31/03
810
55.00
420
CAT 815E
COMPACTOR
EARTHMOV
1988
17ZOO937
Z20769
01/28/93
05/31/02
B40
80.00
421
1993 CAT
CP323 COMPACTOR
EARTHMOV
1993
6JD00392
Z23349
04/08/98
04/30/02
840
35.00
429
REX 3-35
COMPACTOR
EARTHMOV
1999
RE1482
W06287
11/16/00
01/31/03
810
60.00
430
1995 DYNAPAC CA151PDB VIE ROLLER
EARTHMOV
1995
59810946
W14514
11/13/97
02/28/03
810
45.00
431
1996 DYNAPAC CA151D COMPACTOR
EARTHMOV
1996
59811109
Z20770
04/29/98
05/31/02
810
4S.00
432
1997 DYNAPAC CA151PD COMPACTOR
EARTHMOV
1997
59811485
W06284
12/29/99
01/31/03
810
45.00
435
REX 3-35
COMPACTOR
EARTHMOV
1994
HE1420
Z56559
05/01/98
06/30/02
810
60.00
436
REX 3-35
COMPACTOR
EARTHMOV
1995
HE1428
Z35959
12/14/98
12/31/02
$10
60.0[
437
REX 3-35
COMPACTOR
EARTHMOV
1990
HE1305
Z35960
12/14/98
12/31/02
810
60.0[
438
1998 CAT
515F COMPACTOR
EARTHMOV
1998
1GN00616
Z54612
08/22/00
10/31/02
810
60.
01
439
MULTI QUIP RAMAX TRENCH COMPACTOR
EARTHMOV
2000
328003
Z23229
11/14/00
12/31/02
840
22.0[
441
1988 JOHN DEERE 8650 4WD TRACTOR
EARTE40V
1988
RW8650HOO9255
LU06872
10/20/98
11/30/02
840
50.0[
442
1987 JOHN DEERE 8650 4WD TRACTOR
EARTHMOV
1987
RW8650HO08606
LU07060
02/04/99
03/31/03
810
50.01
443
1995 CASE 9280 4WD TRACTOR
EARTHMOV
1995
JEE0033628
783BPK
02/26/01
04/30/02
810
50.01
444
JOHN DEERE 8760 4WD TRACTOR
EARTHMOV
1990
RW87604002540
804BPK
05/17/01
05/31/02
810
50.01
451
2000 KOMATSU PC40OLC-6 EXCAVATOR
EARTHMOV
2000
A84095
W14515
12/28/00
02/28/03
810
95.0-
452
1999 KOMATSU PC40OLC-6 EXCAVATOR
EARTHMOV
1999
A83243
W14417
12/28/99
03/31/03
810
9S.0
454
1999 KOMATSU PC40OLC-6 EXCAVATOR
EARTHMOV
1999
A83240
Z56742
12/28/01
12/31/02
840
95.0
455
CAT 325L
EXCAVATOR
EARTHMOV
1993
CONK00362
Z56556
02/01/95
06/30/02
810
70.0
456
CAT 350L
EXCAVATOR
EARTHMOV
1995
3ML00490
Z56655
05/15/97
07/31/02
810
95.0
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 6
BY: DONNA
EQ\LE02EQP
♦Yawl! ia. hx»rFwYxF..wYYrwR
EQUIPMENT MASTER •++
1 rra..rYrtf»f aY..«Yas.w«aF
♦...wwr.wwwYY...IYYTRfwfaa.w.Yf wlYrw.Afraw.11.1iw»ati.YYff.wrwYiwww YAY.wYYwY..wYf.f wYh.F.YYY....wwaatwYal..Yff.wYY...lfaaffwfl.f l..f
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE
•..wY.a..rYYYaa.wr«.h..«Ya..w»»...lYaa.wxYYa.wwa.wwlY...waraY.F.Ya...w YaY.wwYYa...Yfrr..wla..w.w.YY.. wr..lwrsFwlreY.wlla..lYY.a.u♦
457
1997 CAT 3302L EXCAVATOR
EARTHMOV
1997
6DR00857
Z20849
04/08/98
04/30/02
810
459
1999 CAT M318 WHEEL EXCAVATOR
EARTHMOV
1999
8AL02066
Z23282
11/30/01
12/31/02
840
460
KOMATSU PC30OLC-5 EX
EARTHMOV
1995
23482
Z20650
12/01/95
04/30/02
B10
461
1998 KOMATSU PC30OLC-6
EARTHMOV
1998
A81101
Z54611
09/30/98
10/31/02
810
462
KOMATSU PC150-6 EXCAVATOR
EARTHMOV
1998
X30228
Z35962
12/14/98
12/31/02
810
463
KOMATSU PC22OLC-6 EXCAVATOR
EARTHMOV
1997
A83217
W01452
12/14/98
01/31/03
640
464
1994 CAT 350L EXCAVATOR
EARTHMOV
1994
3MLOO201
Z20771
05/01/99
05/31/02
810
466
1997 CAT 416C BACKHOE
EARTHMOV
1997
5YNO0460
Z54610
OB/22/00
10/31/02
810
467
1993 CAT 416E BACKHOE
EARTHMOV
1993
8ZK00080
494AVF
02/15/96
03/31/03
810
468
CAT 416 LOADER/BACKH
EARTHMOV
1992
SPC16259
ZS4599
07/01/96
08/31/02
810
469
CAT 436B LOADER/BACK
EARTHMOV
1993
6MJ00289
Z54502
07/01/96
08/31/02
810
470
CRI 14' DRAG BOX
EARTHMOV
2001
12/01/01
810
471
CAT 426 LOADER BACKH
EARTHMOV
1992
0713CO5421
LU05609
02/01/95
06/30/02
640
472
JD LANDSCAPE TRACTOR
EARTHMOV
1995
T0210CE808074
LU06576
03/27/95
06/30/02
810
473
93 JD LANDSCAPE TRACTOR
EARTHMOV
1993
T0210CE788404
LU06118
01/07/97
02/28/03
810
474
1997 JD 21OLE LANDSCAPE LOADER
EARTHMOV
1997
T021OLE829835
LU06088
12/15/97
02/28/03
810
475
1997 CASE 570LXT LANDSCAPE TRACTOR
EARTHMOV
1997
JJG0225091
LU06090
12/16/97
02/28/02
84.0
476
1958 JD 210 LANDSCAPE LOADER
EARTHMOV
1998
T021OLE848723
475BYG
09/08/98
10/31/02
810
477
2000 JD 21OLE LANDSCAPE LOADER
EARTHMOV
2000
T021OLE880421
551AVF
03/27/00
04/30/02
810
478
ROME TRH24-32 DISC
EARTHMOV
12TRH-1605
05/07/01
810
479
ROME TAW24-32 DISC
EARTHMOV
1975
12TAW-1343
03/30/01
810
480
2000 ASV 4810 TRACK DOZER
EARTHMOV
2000
ANCO0280
Z56503
03/23/01
05/31/02
810
481
ROME TACW-16 DISC
EARTHMOV
2001
STACW-300
03/14/01
840
482
AMCO G2-2832 DISC
EARTHMOV
1999
99030139
LU07091
04/08/99
810
483
1997 BOBCAT 763 LOADER
EARTHMOV
1997
512226348
W14418
02/15/99
03/31/03
810
484
1999 BOBCAT 863H LOADER
EARTHMOV
1999
514428614
Z20851
03/05/99
04/30/D2
810
485
1998 CASE 1845 SKID STEER LOADER
EARTHMOV
1998
JAF0250756
Z23163
07/13/98
07/31/02
840
496
1952 GEHL SKID LOADER
EARTHMOV
1992
SX16064
Z23275
07/08/98
07/31/02
840
487
1995 BOBCAT 853 LOADER
EARTHMOV
1995
512819993
Z54598
08/12/96
08/31/02
810
488
1993 7438 BOBCAT
EARTHMOV
1993
509321184
Z56557
06/14/96
06/30/02
810
489
CONNELL LAND LEVELER
EARTHMOV
HOMEMADE
09/18/95
810
490
AMCO DISC WOG2830-BG
EARTHMOV
566
09/12/94
810
491
BOBCAT 853H LOADER
EARTHMOV
1995
512816276
LU05611
02/23/95
06/30/02
840
492
CAT D25 WATER TRUCK
EARTHMOV
1984
25DB6884
Z56556
04/10/95
06/30/02
810
493
CAT D35C ARTIC DUMP -WATER TANKER
EARTHMOV
1988
02GDO0111
Z20852
07/14/95
04/30/02
810
494
CAT D35C ARTIC DUMP -WATER TANKER
EARTHMOV
1988
02GDO0112
Z56555
07/14/95
06/30/02
810
495
1988 D35C ROCK TRUCK
EARTHMOV
1988
2GDO0106
W14419
02/15/96
03/31/03
810
496
CAT 621 ROCK TRUCK
EARTHMOV
1980
045PO2633
W06285
12/15/98
01/31/03
810
497
CAT 621 ROCK TRUCK
EARTHMOV
1983
4SP03571
W06206
12/15/96
01/31/03
810
501
ELJAY C54 CONE CRUSH
AGGREGAT
1995
41ED895
LU06052
10/02/95
08/31/02
810
502
CEDARAPID JAWCRUSHER
AGGREGAT
1993
43617
Z20772
10/06/93
05/31/02
810
503
PIONEER 74EVT PORT IMPACTOR
AGGREGAT
1996
74-DV-158
Z38927
05/08/97
08/31/02
840
504
EL JAY 1316 PORT CONE
AGGREGAT
1989
42FO188
753BPK
03/26/98
04/30/02
840
505
PIONEER 2036 PORT JAW
AGGREGAT
1975
KNWN-3415
Z23799
05/05/98
06/30/02
840
506
1998 PIONEER 2500 PORT IMPACTOR
AGGREGAT
1998
400179
W06289
12/29/99
01/31/D3
610
507
FEEDER/SURGE HOPPER
AGGREGAT
1991
31591A
LU3790
02/28/91
03/31/03
810
5D8
CONTROL HOUSE
AGGREGAT
1975
BLW525635
L40111
03/06/91
03/31/02
810
509
CONTROL PANEL
AGGREGAT
1991
1255091
04/01/91
810
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 7
BY: DONNA
EQ\LE02EQP
+fRR.aFf.r#+xfx#a+xxR aY..f
••• EQUIPMENT MASTER ara
.Y4Yi«iah. a...fay...RY.Yaf.#+f..;YY..Y.«i.Y.RY+x;R.Yxf«.yyR.«4y...RY4a.11rYFy;hxa+fR#«4.YR.«4Ftf;RfyyY.ey yf.R •Y xf R1.FY.f RYf.;.Yi.;.v
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE
f..;..f.x.#R+if;.h.f.fftY..f.;«#....aYtfff.a#ff;YY«.xRYaYYY..itf xf.aY..xhYY#x.f x4 yf t;«vk.yf.RxYy#yf.Rx;Y.RYYyRf 4Y a...R..ffY.«.x.Yy..
510
SCREEN PLANT
AGGREGAT
12/03/81
810
511
NORDBERG 81r-20' SCREEN DECK
AGGREGAT
N4HD1216AX3820-3623
03/26/98
810
512
EL -JAY PORT SCREEN PLANT
AGGREGAT
1972
43E1093
LU4779
07/20/93
05/31/02
810
513
EL -JAY PORT WASH PLANT
AGGREGAT
1983
43H381
071DCW
07/13/89
02/28/03
840
514
1999 JCI 6163-32 SCREEN DECK
AGGREGAT
1999
99H03B32
Z23287
02/09/99
06/30/02
840
515
CRI SCREEN DECK
AGGREGAT
1996
96HO1E32
LU06141
11/01/96
04/30/02
810
516
EL JAY PORT SCREEN PLANT S62300B
AGGREGAT
1994
4310994
LU06058
04/07/97
05/31/02
B10
517
WAZEE ELECTRIC PANEL
AGGREGAT
1994
NONE
04/07/97
810
518
CRUSHER CONTROL HOUSE
AGGREGAT
2000
09/30/00
810
520
POWERSCREEN COr4=0ER
AGGREGAT
1989
5103880
LU3748
10/25/91
01/31/03
840
521
CEDRPDS SURGE FEEDER
AGGREGAT
43792
07/15/93
840
522
FABTEC SX20 3 DECK WASH PLANT
AGGREGAT
2001
6203TW19101
BID
526
PEERLESS 30'X110' RADIAL CONVEYOR
AGGREGAT
1997
23437
840
527
SUPERIOR 30"X60' QT60 CONVEYOR
AGGREGAT
2000
4075
810
528
SUPERIOR 30'X60' QT60 CONVEYOR
AGGREGAT
2000
4074
810
529
SUPERIOR 30"X110' POWER STACKER
AGGREGAT
2000
3464
810
530
SUPERIOR 30"X60- OT60 CONVEYOR
AGGREGAT
2000
3999
BID
531
EAGLE ROCK WASHER
AGGREGAT
10/11/83
810
532
CEDARAPIDS 30" X 60' CONVEYOR
AGGREGAT
1998
47743
Z56554
05/05/00
06/30/02
810
533
EAGLE TWINSCREW WSHR
AGGREGAT
1976
9763
LU06079
10/04/85
05/31/02
840
534
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1998
47530
Z35963
12/14/98
12/31/02
840
52S
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1998
47101
W14513
12/14/98
01/31/03
810
536
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1998
47100
Z35964
12/14/98
12/31/02
810
537
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1998
47098
Z35965
12/14/96
12/31/02
840
538
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1997
46567
Z35966
12/14/98
12/31/02
810
539
EL JAY 361lx27' REJECT CONVEYOR
AGGREGAT
1994
43H0494
Z56656
04/07/97
07/31/02
810
540
PEERLESS CONVEYOR
AGGREGAT
1977
13153E
LU1813
01/08/80
12/31/02
840
541
PORT STK CONVYR 24"X50'
AGGREGAT
1980
OLU2163
LU2163
04/01/80
12/31/02
640
542
24"X501CONVEYOR
AGGREGAT
1991
9138001
LU4760
12/08/93
07/31/02
810
543
PEERLESS RADIAL STKR
AGGREGAT
1994
22609
LU05608
02/17/95
06/30/02
810
544
N C RIPPLE BELT FEED
AGGREGAT
1984
49664
Z23223
05/08/84
12/31/02
840
545
CDRPDS 30"X60' CONVYR
AGGREGAT
1994
44375
Z56553
02/17/95
06/30/02
810
546
CORPUS 3011X60' CONVEYOR
AGGREGAT
1994
44377
Z56552
02/17/95
06/30/02
B10
547
CEDARAPID CONVEYOR
AGGREGAT
1994
44372
Z20B53
02/15/96
04/30/02
810
548
PEERLESS CONVEYOR
AGGREGAT
1971
11462C
LU3166
05/16/88
12/31/02
840
549
CEDARAPIDS CONVEYOR
AGGREGAT
1993
44075
Z20854
02/15/96
04/30/02
610
550
PEERLESS CONVEYOR 24"X50'
AGGREGAT
1971
11462A
LU3165
OS/16/88
12/31/02
940
551
PEERLESS 30"X100'CONVEYOR
AGGREGAT
21887
12/01/93
840
552
CEDARAPIDS CONVEYOR
AGGREGAT
1994
44374
Z20855
02/15/96
04/30/02
810
553
CEDARAPIDS CONVEYOR
AGGREGAT
1994
44373
Z20856
02/15/96
04/30/02
810
554
CEDARAPIDS CONVEYOR
AGGREGAT
1993
44072
Z20857
02/15/96
04/30/02
810
555
PEERLESS 30"X50'CONVEYOR
AGGREGAT
1984
20121
Z23333
03/22/91
03/31/02
840
556
CEDARAPIDS 30"X60'CONVEYOR
AGGREGAT
1990
41828
Z23332
03/22/91
03/31/02
840
557
CEDARAPIDS 301-X60'CONVEYOR
AGGREGAT
1990
41812
W14420
03/22/91
03/31/03
810
558
CEDARAPIDS 36"X60'CONVEYOR
AGGREGAT
1990
41816
W14421
03/22/91
03/31/03
810
559
C£DARAPIDS 36"X60'CONVEYORS
AGGREGAT
1990
41817
W14422
03/22/91
03/31/03
810
560
CEDARAPIDS 36"X60'CONVEYOR
AGGREGAT
1990
41BlS
W14423
03/22/91
03/31/03
810
561
CL-JAY CONVEYOR 121X30"
AGGREGAT
1991
ID28003852CO
W201046
09/05/91
10/31/02
840
SECTION 00100
INSTRUCTIONS TO BIDDERS
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 8
BY: DONNA
EQ\LE02EQP
4 a..lraxwfaa.wa.«...a«.wra
*•• EQUIPMENT MASTER ••*
«.aY4f.4..x..Y. «raa..a4aaa
wr»..aw.«Y.1w.f..»wwY«..xf+a..ra+.wf.4+w.ra.ww.++wr.a»wrrraw.wr.x.:4a...r44.x+r4...rf#ra.xf.iaa.wr4.....»...».»wfrwa.wwraYw.Y.wa r..a
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
}x4i#f...hhYa..w.a.x+xYYYaY.l rfww.44..ww4«.Rhaf+....t.w#i.+wwlra..YY4..f#aafff«w+.Y.rr+aa..«hi YY+1iY».......f Ya.f .I raa++.a...Y... flf
562 PEERLESS 30"X60' CONVEYOR
563 PEERLESS 30"X90'CONVEYOR
564 CEDARAPIOS 36"X60'CONVEYOR
565 CEDARAPIDS 30"X60'CONVEYOR
S66 CEDARAPIDS 30"X60'CONVEYOR
567 CEDARAPI➢S 30"X601CONVEYOR
568 CEDARAPIDS 30"X60- CONVEYOR
569 CEDARAPIDS 30"X60- CONVEYOR
570 HOWE-RICHARDSON SCALE 70'-CT
571 FAIRBANKS SCALE -SB ASPHALT
572 CARDINAL 60T SCALE-TIMNATH CONNELL
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
1990
1993
1993
1993
1993
1993
1993
1995
1995
1991
21620
19498
43686
43689
43886
43987
43888
43889
73-03851/H309875
H248720
C70358
Z20858
Z56551
Z38872
Z20773
Z20774
Z23391
Z23390
03/03/93
07/16/93
12/01/93
12/01/93
07/16/93
07/16/53
07/16/93
07/16/93
08/01/95
04/26/95
10/28/93
04/30/02
06/30/02
06/30/02
05/31/02
05/31/02
05/31/02
05/31/02
810
840
910
640
810
810
840
840
840
840
810
5.00
6.00
5.00
5.00
5.00
5.00
5.00
5.00
10.00
15.00
10.00
573
574
575
FAIRBANKS SCALE -CAMILETTI
FAIRBANKS PORT SCALE - TELLIER
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
AGGREGAT
AGGREGAT
1998
7656F
G826200TT/H581833
47526
Z23276
05/27/88
12/14/98
12/31/02
840
840
840
6.00
10.00
5.00
576
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1998
47525
Z23224
12/14/98
12/31/02
840
5.00
577
CEDARAPIDS 30"X60' CONVEYOR
AGGREGAT
1999
47524
Z23225
12/14/98
12/31/02
840
5.00
578
CEDARAPIDS 36"X60' CONVEYOR
AGGREGAT
1998
47512
Z23226
12/14/98
12/31/02
840
5.00
579
580
582
583
584
CEDARAPIDS 30"X60' CONVEYOR
CRI SCALE CONVEYOR
CU144INS ➢MT300 GEN
CAT 3306 GENERATOR W/ TRAILER
CAT 3306 GENERATOR W/ TRAILER
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
AGGREGAT
1997
1998
1991
1998
1999
46585
91427
09MR02209
09NR03050
Z35967
Z20775
Z23331
Z38873
12/14/98
07/01/99
07/01/93
12/23/98
05/01/99
12/31/02
05/31/02
03/31/02
06/30/02
840
810
810
840
840
5.00
5.00
20.00
30.00
30.00
585
MAXILITE MLA4H PORTABLE LIGHT
AGGREGAT
1994
940850
LU06091
12/12/97
02/28/03
810
2.00
586
MAXILITE ML4H PORTABLE LIGHT
AGGREGAT
1994
940857
LU06092
12/12/97
02/28/03
B10
2.00
590
RIP RAP GRIZZLY
AGGREGAT
12/15/88
810
591
SCREEN TRAILER
AGGREGAT
1985
ID061382000
L29941
09/07/89
06/30/02
810
602
CRI WEIGH BELT
ASPHALT
2001
Z38929
08/31/02
840
603
CRI PUGMILL & SCALPING DECX
ASPHALT
2001
Z38930
08/31/02
840
604
605
606
CEDARAPIDS PUGMILL
CEDARAPIDS E400 PORT DRUM
30000 GALLON DELTA STORAGE TANK
ASPHALT
ASPHALT
ASPHALT
2000
1979
42426/42427
699131
112441
07/24/90
03/10/00
OS/10/00
810
810
810
105.00
500.00
607
24000 GALLON EATON STORAGE TANK
ASPHALT
1962
F6852
05/10/00
840
608
SB ASPHALT CONTROL HOUSE
ASPHALT
2000
04/15/00
840
609
DISCHARGE CONVEYOR
ASPHALT
1999
CRI609
W14424
07/15/99
03/31/03
810
610
ASPHALT CONTROL PANEL
ASPHALT
03/31/96
810
611
EZ BIN COMPUTER-610
ASPHALT
1996
04/19/96
810
612
ASPHALT CONTROL HOUSE
ASPHALT
1998
04/01/98
810
613
ASPHALT RECYCLE CONVERSION
ASPHALT
1998
04/01/98
810
614
ASPHALT TESTING OVEN
ASPHALT
1099
05/21/99
810
615
RAMSEY SCALE SYSTEM
ASPHALT
03/31/96
810
616
(3) 200T STO HAVEN ASPHALT SILO
ASPHALT
1997
03/30/97
810
617
100T PITSAVER ASPHALT SCALE
ASPHALT
1997
500397
04/07/97
810
618
SIX BIN FEEDER
ASPHALT
1997
05/31/97
810
619
CAT 3412 GENERATOR
ASPHALT
2000
02WJ00485
Z20859
03/21/00
04/30/02
810
620
EZ BLEND COMP (#630)
ASPHALT
1996
05/20/96
840
623
DUSTEX RAIS40 BAGHOU
ASPHALT
1974
728043
WZ00974
03/28/94
04/30/02
840
626
GENTEC HEAT EXCH
ASPHALT
1995
03835695
03/15/95
810
627
CEI 1500A OIL HEATER
ASPHALT
1995
H109295
05/22/95
840
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 9
BY: DONNA
EQ\LE02EQP
hhhxf h{lf ixhf4xfwhhffhhffa
+" EQUIPMENT MASTER ++*
faf{fffaawlfa{aw.rYYa{{hr«
a..a.Rf.raa{#.{rawf {hrlYk{hhhY#if.haw...lflMflf YYfahf aawaf.fYxhf.Ywa..{haahwfxf{Yw.rfFa#a hhlfw{.frr#Yax.Y.wwhf aw. xf.#afxv.e..ffih afw
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE
arrfh+f.terra{.{h.F«ax...{«ra...waaa.xwrx+...{a....hh.«.fofrf{f..arr.f..wYa.....rr:.ff.Yaaa.{.r{a..a...+..aYra.xh fa+ax..hr..fffa.a w..
628
STD HAVENS ASPH SILO
ASPHALT
1995
07/01/95
840
629
PC ASPHALT PLANT SETUP
ASPHALT
1997
06/01/97
810
630
CMI PTD30D PORTABLE DRUM
ASPHALT
1997
04/30/97
840
400.00
631
SB ASPHALT PLANT SETUP
ASPHALT
1997
07/01/97
840
632
BG-145 PAVER
ASPHALT
1984
SA14SX541
Z2322B
07/11/91
12/31/01
610
55.00
633
BG-225 PAVER
ASPHALT
1986
BG225-XI61
Z38870
06/17/93
06/30/02
840
55.00
634
2001 LEE BOY 8500 PAVER
ASPHALT
2001
2623LD
Z54615
09/25/01
11/30/02
810
55.00
635
CR461 PAVER
ASPHALT
1994
44355
Z56550
09/15/94
06/30/02
810
85.00
636
GILCREST 813 PRO PAVER
ASPHALT
1996
2558
Z56602
04/07/97
05/31/02
810
45.00
637
TOPCON ELECTRONIC LASER
ASPHALT
2000
13232
09/22/00
840
638
1996 CAT WE851B PICKUP MACHINE
ASPHALT
2996
SBC00263
LU07135
09/22/98
O6/30/02
840
40.00
639
CMI PR-500 PROFILER
ASPHALT
1990
519105
Z56603
04/25/97
05/31/02
810
350.00
640
CS 8200 PROFTLOGRAPH
ASPHALT
1996
8200-186-96
05/28/96
840
100.00
641
GRAYCO LL 5000 STRIPER
ASPHALT
A2573
06/01/96
840
10.00
642
POWER CURBER 150
ASPHALT
1997
1500997890
Z54570
09/17/97
11/30/02
810
100.00
643
TOPCON ELECTRONIC LASER
ASPHALT
2000
12961
10/20/00
810
644
2001 CAT AP1055B PAVER
ASPHALT
2001
ABS00338
CAT FINANCIAL
03/23/01
04/30/02
810
95.00
645
1978 SLAW KNOX SHOULDERING MACHINE
ASPHALT
1978
756003
Z54597
04/OS/99
08/31/02
810
35.00
646
1997 CAT AP1055B PAVER
ASPHALT
1997
8BM00206
Z38956
09/14/01
09/30/02
840
95.00
647
1997 CAT CB224C ASPHALT ROLLER
ASPHALT
1997
3AL00895
Z23389
02/01/99
05/31/02
840
22.00
648
1997 HYPAC 530A RUBBER ROLLER
ASPHALT
1997
A091C45400
W14426
01/27/98
03/31/03
810
30.00
649
1993 HYSTER C340C ROLLER
ASPHALT
1993
C146C3149F
Z56549
04/01/96
06/30/02
810
22.00
651
HYSTER PNEUM ROLLER
ASPHALT
1983
A91C3686G
LU05848
12/12/86
12/31/02
810
22.00
652
DYNAPAC CC21 DRUM RO
ASPHALT
1995
7308041
Z56604
05/11/93
05/31/02
810
20.00
653
DYNAPAC CC10 DRUM CO
ASPHALT
1985
586004
Z38923
12/01/93
08/31/02
840
20.00
654
DYNAPAC CC101 ROLLER
ASPHALT
1990
61310207
Z56548
12/01/93
06/30/02
810
20.00
655
1997 HYPAC C530A PNEUM ROLLER
ASPHALT
1997
A091C4549U
52SAVF
02/28/00
03/31/03
810
30.00
656
2001 CAT CB434C SMOOTH DRUM ROLLER
ASPHALT
2001
4DNO0421
CAT FINANCIAL
06/20/01
08/31/02
810
45.00
657
HYSTER C766B DRUM
ASPHALT
1994
B209C1998R
Z56547
02/17/95
06/30/02
BID
50.00
655
HYSTER C766B DRUM CO
ASPHALT
1995
B209CI901P
Z023798
02/17/95
06/30/02
840
50.00
659
HYSTER C530A PNEU CO
ASPHALT
1994
A091C4202P
LU05607
02/17/95
06/30/02
810
30.00
660
CAT CB434 DRUM COMP
ASPHALT
1991
03TF00069
Z23800
02/01/95
06/30/02
840
45.00
661
HYSTER PNEU COMPCTR
ASPHALT
1971
4271R
LUD5606
04/19/95
06/30/02
840
30.00
662
1996 DYNAPAC CC122 VIBR ROLLER
ASPHALT
1996
60112158
W14427
11/13/97
03/31/03
810
20.00
663
1996 DYNAPAC CC122 VIER ROLLER
ASPHALT
1996
60112070
W01457
11/13/97
02/28/03
840
20.00
665
MELROE PLANER
ASPHALT
400101228
09/15/96
810
666
ING RAND SD-70D ROLLER
ASPHALT
1996
145077
WZOS001
12/01/98
01/31/03
840
70.00
667
ING RAND DD-32 ASPHALT ROLLER
ASPHALT
1999
159548
Z56657
06/09/UO
07/31/02
810
26.00
671
FUSCO BROOM
ASPHALT
1975
477X
LU3744
07/02/91
10/31/02
810
20.00
672
BROCE BROOM
ASPHALT
1985
2432
LU4484
08/12/93
08/31/02
840
20.0(
673
BRUCE BROOM
ASPHALT
1986
2961
LU07199
04/06/95
06/30/02
610
20.00
674
ROSCO CHALLENGER BROOM
ASPHALT
2000
37007
962AVG
11/20/00
12/31/02
840
30.00
675
JOHNSTON 2-4000 SWEEPER
ASPHALT
2000
1J9VM41432YC172027
653BYG
02/01/02
03/31/03
810
40.0(
676
BRUCE RJ-350 BROOM
ASPHALT
2001
401061
654BYG
02/01/02
03/31/03
810
20.01
679
1992 CHEVY W/TEMP 210 SWEEPER
ASPHALT
1992
IGBJC34KMI62875
WZ00962
01/27/98
03/31/02
840
35.01
680
CRI LIME TANK
ASPHALT
1994
12/01/94
820
8.01
681
CRI LIME TANK
ASPHALT
1995
06019599CO
L056622
08/01/95
07/31/02
$40
8.0,
682
CHILDERS ASPH TANK
ASPHALT
1966
0866-0765
12/02/94
BID
04-01-2002 11:15 CONNELL RESOURCES INC.
BY: DONNA
fhYrf Yf is YYff YflfYiYfiYYaf
rf• EQUIPMENT MASTER Ya*
PAGE: 10
EQ\LE02EQP
««ww....w««x«.. ww wa ax lwYw.wha.aw«aY wff:.xwha. wlls..w saxaawri.wrifwxfraawarYa. awhaa..wwYawxwwha.aai.axww i.wxfY.aeiY.flr rxx wi Yaf wef.w
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE
ri«aiwre wYwwww«..wwifa«.aaa.x wf aaa uYu wwrxfa rwYxaxwsY.wx«rYaw waaaxauax.«wr.a..lw ax.arxhY.aaxwfhx: wf rww f«Yxxu.Yfsi swaff •w lfhYaaff
683 CEI ASPHALT TANK ASPHALT 1995 T61195 05/22/95 840
684 25000 GAL HOT OIL STORAGE TANK ASPHALT 1973 23570 128EUY 05/25/01 11/3D/02 840
690
692
STEPHENCANFIELD CURB
GAC CUB 300T FAB MAC
ASPHALT
ASPHALT
1995
641192
004
08/22/95
B40
840
693
694'CIMLINE
MBW GP3000-15 CMPCTR
B200 APPLIC
ASPHALT
ASPHALT
1995
1994
1353600
93250321
934AVG
05/31/02
BID
840
698
DISTRIB SPRAY POT
ASPHALT
1993
1130
933AVG
09/03/93
05/31/02
840
701
GORMAN RUPP 3" PUMP
SUPPORT
658876
06/19/78
810
702
TRASH PUMP 3"
SUPPORT
07/09/80
840
704
GORMAN RUPP 6" PUMP
SUPPORT
1993
1002835
LU4858
10/25/94
11/30/02
810
705
GORMAN RUPP 4" PUMP
SUPPORT
695646
02/10/86
SID
706
GORMAN RUPP 4" PUMP
SUPPORT
1986
853335
10/01/86
810
707
GORMAN RUPP 4" PUMP
SUPPORT
779190
10/01/86
840
708
HONDA TRASH PUMP
SUPPORT
1993
WAF-1009879
04/15/93
BID
709
COULD SUBMERS PUMP
SUPPORT
1995
OCT 95-133
06/01/95
BID
711
MONARCH WATER GUN
SUPPORT
03/30/88
810
712
GORMAN RUPP 2" PUMP
SUPPORT
898289
06/09/89
BID
713
GORMAN RUPP PUMP
SUPPORT
918123
06/21/89
-
BID
719
2000 GAL SKID TANK
SUPPORT
06/20/94
BID
720
2000 GAL SKID TANK
SUPPORT
1980
SOB6361
Z23227
08/31/83
12/31/02
840
721
SKID FUEL TANK HMADE
SUPPORT
07/07/87
810
722
SKID FUEL TANK
SUPPORT
12/01/91
810
731
GRUNDOAIR 70 AIR COMPRESSOR
SUPPORT
2000
60137
07/28/00
810
732
1993 CAT 3412 GENERATOR
SUPPORT
1993
BIZ13418
Z54596
04/11/95
00/31/02
810
733
ING RAND P-185 COMP
SUPPORT
1992
204004U328
LU05648
07/01/96
08/31/02
810
734
735
ING RAND P-185 COMP
ING/RAND P165 COMPR
SUPPORT
SUPPORT
1993
1991
230212UCD328
189407U91328
LU05668
LU4810
07/01/96
03/19/95
09/30/02
04/30/02
810
810
736
737
ING/RAND COMPRESSOR
ING/RAND COMPRESSOR
SUPPORT
SUPPORT
1966
1986
142834
15452BU86957
WZ00911
LU3611
03/11/88
03/11/88
05/31/02
12/31/02
840
BID
738
MIXON 1165-1 PIPE LASER
SUPPORT
1995
01/25/96
810
739
L500 ELECTRONIC LEVE
SUPPORT
1996
7563/29121
05/01/96
810
740
L500 ELECTRONIC LEVEL
SUPPORT
1997
12833/45504
04/24/97
BID
741
L520 ELECTRONIC LEVEL
SUPPORT
1997
1585/54146
09/26/97
810
742
PIPE LASER N1165-1
SUPPORT
1997
L21219
11/01/97
BID
743
NORTON 13HP SAW
SUPPORT
1997
97B00781
05/19/97
BID
744
HIXON 1250 HP PIPE LASER
SUPPORT
1999
10246
01/15/99
BID
745
ASPHALT CUTTER
SUPPORT
07/25/80
810
746
TOPCON TP-L3 PIPE LASER
SUPPORT
2000
PY1062
06/01/00
SID
747
COLEMAN FORKS MOD 76
SUPPORT
1986
03/26/86
BID
748
PAVIFA PETROMAT MACH
SUPPORT
FUSOOSS104
810
749
BUILDING PAD LASER
SUPPORT
2000
22629
09/18/00
SID
750
CPS LAYOUT SYSTEM
SUPPORT
2001
05/11/01
810
751
2001 SOHN DEERE 6X4 GATOR
SUPPORT
2001
W006X4X059690
11/13/01
810
752
PANASONIC PIII TOUGHBOOK 34 COMPUTER
SUPPORT
2001
IGKSA03688
11/07/01
BID
755
CONCRETE FORMS
SUPPORT
1981
10/20/01
840
771
MBW PLATE COMPACTOR
SUPPORT
1996
1571321
NA
05/01/96
810
773
VIBROMAX COMPACTOR
SUPPORT
840330171
07/01/82
BID
774
CASE PLATE COMPACTOR
SUPPORT
1987
0840021905
04/10/87
810
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 11
BY: DONNA EQ\LE02EQP
*•• EQUIPMENT MASTER •••
fw,f..YiaYiaff..f ww fwlffaiY;«..wRRaiir..RlwYfff;f;.fYff..ahR1}f+f#+fti.««f«fiatf;•I«YfY#..;#R##«fi«fY##ff.wlfY Y.;..Rflfi#aalR«fi.a..
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE PEN DATE DEPT RATE
r..;i..t.if..i«aRllwssrf«.;•fY«Yawa r.f.;f«s+aif..a.««+fi+.;w...Ya.a...ff afr«r.aaa«„«rf«aw«f#raaaRRw ww waf.wa.f.faiia.;.fw..«w.1rlfYr
775
MIKASA COMPACTOR
SUPPORT
T2012
01/01/89
810
776
SRNS BACKFILL TAMPER
SUPPORT
01/01/89
B10
778
ACTION COMPACTION WHEEL
SUPPORT
1993
6400W-X-D6
01/01/96
810
779
ACTION 364EBC WHEEL
SUPPORT
A930102
01/22/93
810
780
MEW ASPH COMPACTOR
SUPPORT
1567963
04/28/93
B40
791
ING/RAND GENERATOR
SUPPORT
1988
166667US8802
LU06829
03/09/95
04/30/02
810
784
CAT 3406E GENERATOR
SUPPORT
1993
02WE13221
Z38922
07/01/96
OB/31/02
840
785
CAT 3412 GENERATOR
SUPPORT
1993
SIZ14890
Z38928
07/01/96
08/31/02
840
786
1994 CAT 3412 GEN SET
SUPPORT
1994
BIZ16073
Z32165
01/01/96
09/30/02
810
787
1995 MULTIQUIP GBKW GENSET W/ TRAILER
SUPPORT
1995
4AGRU16D6SCO20953
LU07059
02/13/99
03/31/03
810
788
LANDA PRESSURE WASHER
SUPPORT
1999
P0399 12649
Z56658
06/11/99
07/31/02
810
789
1982 JOHN DEERE 2240 & DISK
SUPPORT
1982
432647
LU06089
01/16/98
02/28/03
810
790
TRENCH CAGE
SUPPORT
06/01/75
840
791
TRENCH BOX
SUPPORT
W00061431 2SP
04/01/01
810
792
SEARS SNOWBLOWER
SUPPORT
1994
325206676
01/01/94
840
793
JOHN DEERE SNOWBLOWER 1032D
SUPPORT
1996
M01032DI64130
12/24/96
84D
794
RYLAN➢ 9' HYD ANGLE PLOW
SUPPORT
1996
7296
12/17/96
840
795
8XB SINGLE WALL BOX
SUPPORT
88-4SW
O1/07/93
810
796
8' NORTHERN SNOWPLOW
SUPPORT
913-023
02/11/94
840
797
CONFINE ENTRY TEST
SUPPORT
1994
04/01/94
810
798
PRESSURE WASHER
SUPPORT
1994
PHWS-20021Q
06/14/94
840
799
12" DEMO SAW
SUPPORT
09/08/95
810
800
LANDA WASHER
SHOP
5899E
02/13/79
810
802
HOSE PRESS EQUIPMENT
SHOP
6V6015 & 6V4860
02/01/86
810
903
WIGGINS FORKLIFT
SHOP
1980
374655
LU3016
09/09/87
12/31/02
810
804
1988 P&H 22 TON CRANE
SHOP
1986
55025
LU06644
07/08/9B
07/31/02
810
805
KOEHRING MOTOSUG FOR
SHOP
W2180
810
807
FUEL MANAGEMENT SYSTEM
SHOP
1996
06/27/96
810
808
GRAY 2100 TIRE MACHINE
SHOP
1999
81-001119
04/19/99
810
809
1999 PROSIGNA NOTEBOOK COMPUTER JJ
SHOP
1999
1V93CTM4SIC3
05/06/99
810
810
AUTO CRANE UNIT #081
SHOP
1998
404000104AAN0998
Z54609
10/01/98
10/31/02
810
811
EMC 100E PARTS WASHER
SHOP
0441798
06/11/99
810
812
2000 COMPAQ NOTEBOOK COMPUTER
SHOP
2000
3JOCDPB4F420
12/22/00
810
813
2000 COMPAQ NOTEBOOK COMPUTER
SHOP
2000
3JOCDPB4F425
12/22/00
810
814
2000 COMPAQ NOTEBOOK COMPUTER
SHOP
2000
3JOCDPB4F41Y
12/22/00
810
815
FUEL TANKS & PUMPS
SHOP
02/12/01
810
829
1995 CAT RC60 FORKLIFT
SHOP
1995
2PJ00764
747BPK
O1/17/01
02/28/03
810
830
MILLER WLDR & FEEDER
SHOP
1981
900505
07/20/81
810
831
LINDE FEEDER WELDER
SHOP
BBID-26709
06/02/87
810
834
MILLER BIG 40 WELDER
SHOP
72-604289
02/11/94
840
B35
SA-200 LINCOLN WELDER
SHOP
761281
09/16/96
810
836
LINC CLASSIC II WELDER - 063
SHOP
1997
U1970305580
Z56659
04/04/97
07/31/02
B10
837
LINC CLASSIC II WELDER
SHOP
1998
U1980709097
Z35969
11/03/98
12/31/02
810
838
LINC CLASSIC II WELDER
SHOP
1995
U1970901155
Z056660
06/01/00
07/31/02
810
839
SORTECH/YORK WELDER AND BORER
SHOP
2001
010758210
12/05/01
810
870
STORAGE SHED WO
SHOP
04/01/97
830
990
WASTE OIL HEATER
SHOP
1994
WO-F350UL
11/23/94
840
901
CAT 627G SCRAPER - WAGNER
RENTAL
2001
AXF00566
M054793
08/27/01
12/31/02
810
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 12
BY: DONNA
EQ\LE02EQP
x sra. wr..«s.raww.w:.xawa.a
... EQUIPMENT MASTER ...
a ww.wa.wxa.raw. w. ww.r+....
r arrr..wra+..wwwr+aw..•rr+ws.r•ww•aa.w..ra..•raar.www+a.rra...w.a.aaw.raa..war......w+.+.w+a..w..aa.r+wwx+..xa+..xra+.w.r.. ra.aaa.a.
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE
we++wr.. rr rrw.ww.+....wrw:.www«w..wa.«....r++...w..+a.wwr«...wwa.w..swa..a..as...wxra.w w.ar++.. ww.w...w.wa..w •a+w+ear+....a.wwaer...
902
CAT 627G SCRAPER WAGNER
RENTAL 2001 AXF00584
M054852
09/11/01
12/31/02
810
125.00
903
CAT 623F SCRAPER -CAT FINANCIAL
RENTAL 1996
6SK00272
TE17909
02/18/98
07/31/02
810
110.00
904
CAT 631E SCRAPER -CAT FINANCIAL
RENTAL 1997
1NB014D5
TE17911
12/03/98
07/31/02
810
135.00
905
CAT 631E SCRAPER -CAT FINANCIAL
RENTAL 1998
INB01390
TE17912
12/03/98
07/31/02
810
135.00
914
INTL TANDEM DUMP (SCHWARTZ)
RENTAL
810
25.00
915
95 FORD PICKUP
RENTAL 1995
SFTEX14N4SKB63567
12075W2
10/31/02
840
6.00
919
CAT D6R DOZER
RENTAL
5LN02596
08/22/01
840
60.00
926
1995 SEALMASTER SEALCOAT - TC
RENTAL 1995
926
947AVG
06/02/00
06/30/02
840
20.00
927
66 FORD WATER TRUCK-TC
RENTAL 1966
NE13R010697
11859WZ
O6/30/02
840
10.00
928
66 TRAILMOBILE VAN-TC
RENTAL 1966
AllAlAAHC60131
R114101
06/30/02
840
2.00
929
77 CHEV IT FLATBED-TC
RENTAL 1977
CCL337VI41181
11860W2
06/30/02
840
15.00
933
2001 CAT 330BL EXCAVATOR-WAGNER
RENTAL 2001
6DR04693
05/04/01
840
78.00
938
CAT D9R DOZER WAGNER
RENTAL 2000
7TL01275
M069259
OS/05/O1
12/31/02
810
115.00
939
CAT D6R XL DOZER-WAGNER
RENTAL 1999
SLN02037
M069175
04/30/01
12/31/02
810
60.00
940
2001 CAT D6RXL DOZER
RENTAL 2001
5LN03089
03/04/02
810
35.00
946
CAT CP433C COMPACTOR - WAGNER
RENTAL
2JM00670
03/12/02
810
45.00
954
ISUZU SWEEPER
RENTAL 1986
FTR12KA3534289
WZ00797
06/30/02
810
40.00
964
CAT 93BG LOADER -CAT FINANCIAL
RENTAL 1598
SWS00923
TE17913
08/12/98
07/31/02
810
60.00
965
CAT 938G LOADER-WAGNER
RENTAL 2001
4YS02153
05/04/01
840
60.00
969
CAT 980G LOADER -CAT FINANCIAL
RENTAL 1998
2KR02177
TE15950
05/13/98
07/31/02
810
85.00
971
CAT D300 ART DUMP TRUCK-WAGNER
RENTAL
5KS00420
11/26/O1
BID
65.00
972
CAT D250E ART TRUCK WAGNER
RENTAL 1997
5TN1190
TE14550
07/10/01
12/31/02
810
65.00
984
IT28G LOADER -CAT FINANCIAL
RENTAL 1999
BCR0II92
TE17910
06/29/98
07/31/02
810
55.00
1006
MINOLTA 5600 FAX
OFFICE 2001
03/19/01
810
1008
DESIGN JET 455CA PLOTTER
OFFICE
SC92JI1044
07/09/99
810
1009
BROTHERS MFC-4550 FAX MACHINE
OFFICE
02/16/97
810
1012
TI 6920 PRINTER
OFFICE 1993
4781930046
12/23/93
BID
1016
NEC 480 FAX MACHINE
OFFICE 1995
G19PS60779
02/15/95
SID
1018
EDGE GRAPHICAL SYS
OFFICE 1995
06/01/95
810
1019
GTCO TABLET W/CONT
OFFICE 1995
3640NA0495-007
07/01/95
810
1021
CCAS/FERRELL SOFTWRE
OFFICE 1995
951107-01
12/15/95
810
1022
HP LASER PRINTER
OFFICE 1995
01/21/95
810
1023
HP LASER PRINTER
OFFICE 1995
12/12/95
BID
1027
VERTEK P133 COMPUTER ON
OFFICE 1995
12/15/95
810
1028
ACT COMPUTER P100 SM
OFFICE 1996
14012
02/20/96
810
1031
ACT P120 COMPUTER WT
OFFICE 1996
ACT 14703
05/10/96
840
1035
ACT P166 COMPUTER T/C PIT
OFFICE 1997
T31795
11/07/97
B10
1036
ACT P166 COMPUTER EL
OFFICE 1997
T31796
11/07/97
810
1039
TRADEMARK P166 COMPUTER JD
OFFICE 1997
180H177674
11/01/97
840
1040
ACCT MODULAR DESK(3)
OFFICE 1996
03/19/96
810
1041
OFFICE CHAIRS (12)
OFFICE
03/29/96
810
1042
MGR OFFICE DESK (3)
OFFICE
04/18/96
810
1043
MANAGER CHAIR
OFFICE
05/09/96
910
1044
ACCOUNTING MODULAR DESK
OFFICE 1997
06/25/97
810
1045
ESTIMATING DESK 6: TABLE
OFFICE 1997
11/26/97
810
1046
ACCOUNTING MODULAR DESK
OFFIC&
04/23/98
810
1047
WON METRO CLASSIC DESK
OFFICE
08/07/9B
810
1048
VARIOUS OFFICE CHAIRS
OFFICE
09/29/9B
810
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 13
BY: DONNA
EQ\LE02EQP
•** EQUIPMENT MASTER *••
e..aa»«,w..xwx+,..xrwww.a...a.....raa.u++..aw.aaxxu....rraa a w»w.....r.....,..a..........xrwaa....«w.....r..... r... w.... u.«.a..x.
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
.w........waa...»...a.....«a..a..,...wrr...x.+aa..x«+wa...r+..wx.ar..xxr ar..x.xr+.aaxr.r..awx.«.ra...x.r.aw.x.....w.....a. a......w..
1049
SECRETARY DESK & RETURN
OFFICE
1050
TRADEMARK 2233 COMPUTER CAM PIT
OFFICE
1998
180,7260937
1051
ACT P233 COMPUTER SM
OFFICE
1998
ACT T032779
1052
ACT P350 COMPUTER AC
OFFICE
199E
T024189
1053
ACT P300 COMPUTER DR
OFFICE
1998
T034191
1054
ACT 300MHZ COMPUTER SHOP
OFFICE
T034190
1055
1998 COMPAQ NOTEBOOK COMP
OFFICE
7808534R
1056
TRADEMARK P333 COMP BF
OFFICE
160J988082
1060
OKIDATA ACCOUNTING PRINTER
OFFICE
1064
GE MOS MOBILE RADIO
OFFICE
9162781
1066
MOTOROLA MTX810 (2)
OFFICE
191ASL2051/2052
1067
NEC/INTERWEST TELEPHONE SYS
OFFICE
1996
1068
LASERJET 3100SE FAX/PRINTER
OFFICE
1998
USE5015267
1069
VODAVI TRIAD PHONE & VOICE MAIL
OFFICE
1070
1996 MAXON TRUNKED RADIO
OFFICE
1996
1071
MAXTRAC 800 BASE RADIO
OFFICE
1996
1072
ADDITIONAL PHONES / PHONE CARD
OFFICE
2000
1073
OFFICE CHAIRS
OFFICE
1080
AGTEK CAD SYSTEM
OFFICE
1081
AGTEX SURVEY/LAYOUT PACKAGE
OFFICE
13511
1082
LAYOUT LASER
OFFICE
1083
WIN/X SOFTWARE AND LICENSES
OFFICE
2000
1084
NETWORK SWITCHES
OFFICE
1085
SID UNIX $05
OFFICE
1086
NICHE SID2WIN SOFTWARE
OFFICE
1087
TARANTELLA SOFTWARE & LICENSES
OFFICE
1100
OFFICE FURNITURE
OFFICE
1101
(3) 4 DRAWER DESKS
OFFICE
1102
OFFICE CHAIRS & TABLES
OFFICE
1103
OFFICE FURNITURE BC
OFFICE
1109
HP 4100 DIN LASER PRINTER
OFFICE
2001
USJN333
1110
REFRIGERATOR
OFFICE
1111
HP PRINTER/SCANNER/COPIER
OFFICE
2001
SGE09EGOCT
1112
HP LAPTOP COMPUTER TC
OFFICE
2001
HP TW04
1113
COMPAQ PRESARIO AMD/K6 COMPUTER FIELD
OFFICE
2000
IV06FHN5HIBI
1114
DELL C500 COMPUTER SP
OFFICE
2000
JBDC30B
1115
PCs C566 COMPUTER
OFFICE
2000
1116
PCs C500 COMPUTER CL
OFFICE
2000
1117
PCs C500 COMPUTER AC
OFFICE
2000
1118
PCsC50000MPUTER DS
OFFICE
2000
1119
PCs P650 COMPUTER AGTEK
OFFICE
2000
1120
ACT P350 COMPUTER DS
OFFICE
1998
D29267
1121
ACT P350 COMPUTER SG
OFFICE
1998
D29340
1122
ACT P350 COMPUTER SC
OFFICE
1998
D27962
1123
ACT P350 COMPUTER MF
OFFICE
1998
D29432
1124
ACT P350 COMPUTER AM
OFFICE
1998
D29334
1125
ACT P300 COMPUTER GVL PIT
OFFICE
199E
D28613
1126
ACT P350 COMPUTER JS
OFFICE
1998
09/1B/98
810
02/18/98
840
02/17/98
810
08/06/98
BID
08/06/98
810
O8/06/98
810
08/10/98
810
10/02/98
840
04/17/98
810
04/26/93
810
02/11/94
840
02/21/96
810
04/14/98
810
09/10/98
840
O6/10/96
810
06/01/96
840
07/29/00
810
10/20/00
BID
D7/20/98
810
09/01/98
810
09/01/98
BID
O6/30/00
81D
08/30/00
810
11/30/00
810
02/23/01
810
03/30/01
810
08/30/78
810
04/01/81
BID
05/29/01
BID
02/11/D2
810
11/09/01
810
03/06/97
BID
01/04/01
840
O1/07/01
840
08/31/00
840
08/01/00
840
07/28/00
810
06/19/00
BID
06/19/00
810
D6/19/00
810
06/19/00
810
12/17/98
810
12/17/98
810
12/17/98
810
12/1B/98
810
12/18/98
840
12/17/98
810
12/18/98
810
04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 14
BY: DONNA
6Q\LE02EQP
«wax.aa.wwaa+a«xxaaw..xrar
EQUIPMENT MASTER •`•
. aaa+..r.raa.w«raaaax.xrwa
aa...ra+...«ra aaaaa wr+waasxxwaa...a..awaa+.xx.xar++«awaa.a..waa.....sw.x..a...r
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
r...a.eaa..w...w««..www.ww+a...wa«a..x...a.awwwarr.a.ss.aaawxrw.aa..♦w«a+.+.w«wwaa.aaw..aa.a..w.raa+..a.swaaaaww.r.a.....aarwa rra.x.
1127 ACT P350 COMPUTER SW
1128 ACT P300 COMPUTER TEL PIT
1129 P350 DUAL PROCESSORS COMPUTER
1130 COMPAQ PRESARIO AMD/K6 COMPUTER JD
1131 IBM THINKPAD PIII 700 WW
1132 IBM THINKPAD PIII 700 EP
1133 PCS PIII 800 COMPUTER SW
1134 PCS AMD 1000 COMP -SERVER
1135 PCS PIII 800 COMPUTER TA
1136 PCS PIII 800 COMPUTER TAM
1137 PCS PIII 866 COMPUTER RT
1138 IBM THINKPAD PIII 700 Sr
1156 TOSHIBA BD4121 COPIR
1200 WAGNER RENTS 416 BACKHOE
1205 WAGNER RENTS 436 SACKHOE
1210 WAGNER RENTS IT28 LOADER
1220 WAGNER RENTS CP433 SHEEPSFOOT COMP
1230 WAGNER RENTS TRENCHER
1235 8020 DITCH WITCH
1240 WAGNER RENTS 2000 GAL WATER TRUCK
1245 WAGNER RENTS 3500 GAL WATER TRUCK
1250 WAGNER RENTS 33" WALK BEHIND COMP
1265 HARMONY PROPERTY BLD
1266 HARMONY PROPERTY SHP
1267 MODULAR OFFICE BUILDING
1268 HARMONY PROPERTY PARTS HOUSE
OFFICE
1998
12/18/98
B10
OFFICE
1998
D2994B
12/17/98
840
OFFICE
1999
10186
02/23/99
810
OFFICE
2000
1X9CDCTMJITB
02/04/00
840
OFFICE
2001
1S2628E2U78NBXR6
03/14/01
B10
OFFICE
2001
1S2628E2U78NBYC0
03/14/01
B10
OFFICE
2001
03/02/01
810
OFFICE
2001
03/02/01
B10
OFFICE
2001
05/01/01
810
OFFICE
2001
05/01/01
810
OFFICE
2001
05/17/01
810
OFFICE
2001
1S2628E2U78NCAE0
03/28/01
B10
OFFICE
SF752423
02/11/94
840
RENTAL
810
RENTAL
810
RENTAL
S10
RENTAL
810
RENTAL
810
RENTAL
810
RENTAL
810
RENTAL
810
RENTAL
810
OTHER
05/24/91
810
OTHER
12/12/93
810
OTHER
03/01/96
830
OTHER
12/01/01
810
50.00
50.00
55.00
60.00
60.00
55.00
30.00
45.00
30.00
Attachment `D"
William T. Welch, AIC, CPC
Construction Manager/ Vice President
Provides oversight to project managers, estimators and trade supervisors; reviews quotations and
bids; assists project managers in negotiating contracts and change orders; makes information
technology assessments; project manager on major contracts.
Projects Representative of Skill Level:
Project Manager Poudre Valley Health Systems — South Campus
M.A. Mortensen Company - Mark Haynes 303-295-2511
$1,757,000 Earthwork, utilities, and paving
Project Manager Hewlett-Packard Genesis IV Project, Fort Collins, CO
$4,500,000 Earthwork, utilities, and paving
Tim Walsh 303-295-2511
Construction Manager
State Highway 66 Widening
$1,020,000 Paving and road reconstruction
Project Manager
State Road 392 Windsor East and West, Windsor, CO
$1,299,000 Paving and road reconstruction
Project Manager
Pacifica Inverness Office Building Project, Englewood, CO
(The Neenan Co.)
$18,000,000 - 155,000 SF office building
Project Manager
Pacifica Point Office Building Project, Englewood, CO
(The Neenan Co.)
$12,000,000 - 125,000 SF office building
Senior Project Manager
Friendship Village of South Hills, Pittsburgh, PA
(The Weitz Co.)
$9,000,000 - 155,000 SF living units and medical center
Senior Project Manager
Rehoboth Beach outlet Malls, Rehoboth Beach, DE
(The Weitz Co.)
$8,000,000 — 75,000 SF Pre-engineered metal buildings
General Superintendent
Ritz Carlton Hotel Project, Manalapan, FL
(The Weitz Co.)
$32,000,000 - 640,000 SF resort hotel
Assistant Project Manager Ohio River Steel Corporation, Calvert City, KY
(Armco Contracting Ops.) $22,000,000 — 1,000,000 SF Pre-engineered metal building
MS Construction Management 1985, Colorado State University, Fort Collins, CO
BS Construction Management 1981, Colorado State University, Fort Collins, CO
Certified Professional Constructor, AIC Certification Commission November, 1998
AACE International (American Association of Cost Engineers) 1982 - Present
American Institute of Constructors 1991 - Present
American Society of Civil Engineers 1995 - Present
David E. Simpson Chief Estimator/ Vice -President
Provides estimating and project management for public and private projects.
Projects Representative of Skill Level:
Chief Estimator
Con Agra, Greeley, CO
The Neenan Company — Todd Dangerfield - 970 495-6319
KBN Engineers, Inc.- 970-395-9880
Chief Estimator
Boyd Lake North Sixth Sub., Fort Collins, CO
The Genesee Co. — Ron Skarka — 303-526-9000
TST, Inc. — Shar Shadowen - 970-226-0557
Chief Estimator
Eagle Ranch Estates, Windsor, CO
Three Eagles Development -Dwayne Walker
970-667-5155
TST, Inc. — Rich Dvorak- 970-226-0557
Chief Estimator
Seven Lakes 5`" Subdivision, Loveland, CO
Twin Lakes Development — Scott Bray-970-663-1897
JR Engineering — Dan Matson-491-9888
Chief Estimator The Home Depot, Loveland, CO
Colorado Structures, Inc. — Scott Norman-719-522-0500
Galloway, Romero & Associates-303-770-8884
Chief Estimator Rossom Drive Improvements, Loveland, CO
Mariana Butte Properties/Landmark Engineering LTD
Rod Han-970-667-6286
Chief Estimator Westchase, Fort Collins, CO
U.S. Home — Jerry Richmond-303-779-6100
Double Eagle Construction Services—970-223-3500
David Evans & Associates — Rich Gorman-303-914-1019
Chief Estimator Latimer County Road 17, Fort Collins, CO
Larimer County — Todd Juergens-970-498-5711
Latimer County Engineering
Coursework, Business, 1967-1969, University of Northern Colorado
Coursework, Industrial Construction Management, 1969-1971, Colorado State University
Over 100 hours of Management and Estimating classes through Fails Management, Inc. and the
Associated General Contractors of America.
Clayton D. Crisp Site Manager
Provides field supervision, estimating support and field project management
Site Manager ConAgra Project, Greeley, CO
Earthwork, utilities and paving
Site Manager Rocky Mountain Village I" Subdivision, Loveland, CO
Turnkey subdivision construction
Site Manager Taft Hill
Project Manager Viewpointe Subdivision Project, Wellington, CO
Turnkey subdivision construction
Site Manager US Highway 40 Widening, Steamboat Springs, CO
Highway reconstruction and paving
Grading Foreman Eubank Bridge/Main St. Projects, Roswell/Albuquerque
(Kiewit Company) $8,000,000 Bridge and street reconstruction
Grading Foreman I-80 Interchange, Rawlins, WY
(Kiewit Company) $10,000,000 Highway construction
Project Engineer Split Rock 94 Mine Reclamation Project, Jeffery City, WY
(Kiewit Company) $1,200,000 Grading project
Project Foreman Runway upgrade project, Offutt A.F.B., Omaha, NE.
(Kiewit Company) $7.5 million Grading, utilities and concrete pavement
Engineer/Foreman
Airport Runway/Highway Widening Project, Lubbock, TX
(Kiewit Company)
$5,500,000 Grading, paving and chipseal
Project Engineer
Highway Reconstruction Project, Childress, TX
(Kiewit Company)
$4,000,000 Grading, paving and concrete pavement
Foreman
Highway Reconstruction Project, Buffalo, WY.
(Kiewit Company)
$8,000,000 Grading and paving
BS Construction Management 1990, Colorado State University, Fort Collins, CO
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8, 1990
ed.) have the meanings assigned to them in the General Conditions. The
term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -
bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means
the lowest, qualified, responsible and responsive Bidder to whom OWNER (on
basis of OWNER's evaluation as hereinafter provided) makes an award. The
term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding Documents
may be examined at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous experience,
previous commitments and evidence of authority to conduct business in the
jurisdiction where the Project is located. Each Bid must contain evidence
of Bidder's qualification to do business in the state where the Project is
located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form
provided in Section 00420.
3.2. In accordance with Section 8-159 of the Code of the City of Fort
Collins in determining whether a bidder is responsible, the following shall
be considered: (1) The ability, capacity and skill of the bidder to perform
7/96 1 Section 00100 Page 1
Michael A. Maestas Paving Foreman
Provide supervision of paving crew and operate equipment.
Paving Foreman Con Agra Project.
(Connell Resources) Greeley, Co.
Paving Foreman Fort Collins City Rehab.
(Connell Resources) Fort Collins, Co.
Paving Foreman Hunter's Run Subdivision
(Connell Resources) Loveland, Co.
Paving Foreman West First St. Project.
(Connell Resources) Loveland, Co.
Paving Foreman CSU. Deteriorated Roadways Project.
( Connell Resources) Fort Collins, Co.
Paving Foreman UNC. Running Track.
(Lafarge) Greeley, Co.
Paving Foreman 35 th. Ave. Widening Project
(Lafarge) Greeley, Co.
Paving Foreman State Highway 85 widening & Overlay Project.
(Lafarge) Greeley To Ault.
Paving Foreman Fort Morgan Rehab Project
(Lafarge) Fort Morgan, Co.
Paving Foreman Home Depot Project
(Lafarge) Greeley Co.
Paving Foreman Greeley, Weld County Airport.
(Lafarge) Greeley Co.
Paving Foreman Greeley Mall Overlay Project.
(Lafarge) Greeley, Co.
Graduated from Highland High school 1979, Ault Co.
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10% of the contract.
ITEM
12-30ro1 -25 1,,30-63
ag/o - 0l T a9o0 -0
6oP-ol rz, 608 0&
o9, i o 609 - /1
tiaf- 01
3o)-a/
7/96
SUBCONTRACTOR
clN l "T-E�D i��i4'7-Rt-5
AW41
Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date: April 24, 2002
TO: CONNELL RESOURCES, INC.
PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated April 16, 2002 for the above project
has been considered. You are the apparent successful Bidder and have been awarded
an Agreement for SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696.
The Price of your Agreement is Eight Hundred Eleven Thousand, Fifteen Dollars and
Forty cents ($811,015.40).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be delivered
separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days
of the date of this Notice of Award, that is by May 9, 2002.
1. You must deliver to the OWNER three (3) fully executed counterparts of the
Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds)
as specified in the Instructions to Bidders, General Conditions (Article
5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare
your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to
you one (1) fully -signed counterpart of the Agreement with the Contract Documents
attached.
t f Fort Collins
y . O Q wlz
Jams B. O'Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
Title
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 24th day of April 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
Connell Resources, 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 widening of Shields Street from Hobbit
Street south to the Spring Creek Lane (approx. 1150 feet) including: a limited
full width reconstruction (west curb along Shields Street to remain intact),
addition of concrete bus pull-out stop, vertical curb and gutter along the east
side of Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached
seven -foot (7') sidewalk, water and storm sewer appurtenances and parkway
landscaping, and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by Shear Engineering and City of Fort Collins
Engineering, who is hereinafter called ENGINEER and who will assume ali 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 July 26, 2002 as provided
in the General Conditions and completed and ready for Final Payment and
Acceptance in accordance with the General Conditions by August 5, 2002.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving in
a legal proceeding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR
agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall
pay OWNER the amounts set forth hereafter.
9/12/01 Section 00520 Page 1
1) Substantial Completion:
Two Thousand Dollars ($2,000.00) for each calendar day or fraction
thereof that expires after July 26, 2002 until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred ($500.00) for each calendar
day or fraction thereof that expires after August 5, 2002 for Final
Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
3.3 Incentive. A $2000 per day incentive will be awarded to the Contractor
for substantially completing the work prior to the July 26`' deadline.
The total incentive amount will not exceed 100 of the Base Bid.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER
with the Contract
Hundred Eleven The
attached a
ARTICLE 5. PAYMENT PROCEDURES
for performance of the Work in accordance
funds as follows: ($811,015.40) Eight
and Forty cents Dollars, in accordance
orated herein by this reference.
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 50 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 1000 of the Work completed. 900 of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
9/12/01 Section 00520 Page 2
paragraph 14.2 of the General Conditions) may be included in the application for
payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price,
less such amounts as ENGINEER shall determine or OWNER may withhold in 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.
9/12/01 Section 00520 Page 3
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as are
referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract Documents
and incorporated herein by this reference, and include, but are not limited to,
the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered 1 through 10
inclusive with the following general title:
South Shields Street Improvements - Shear Engineering Corp., 1-Cover & General
notes, 2-Existing Conditions & Removal Plan, 3-Master Utility Plan, 4-Street
Typical Sections, 5-South Shields Street Plan and Profile, 6-South Shields
Grading and Erosion Control, 7-8-Shields Street cross -sections, 9-Shields Street
Striping Plan (Proposed), 10-Detail Sheets.
Pavement Management - City of Fort Collins Engineering, 1-Shields & Prospect
Intersection Mill & Inlay, 2-Spring Creek Lane Reconstructional.
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 , 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
9/12/01 Section 00520 Page 4
incorporated by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the
General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not without
limitations, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
9/12/01 Section 00520 Page 5
OWNER: CITY OF FORT COLLINS
By: 9�q
JOHN F7. SCHH, CITY MANAGER
� IFS S. jO'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date: 5
CONT/E/A%%C,TOR: Connell Resources Inc.
By: Af// ! • (/lli1G
\miIli df\ T. WeAck-
Title: �1�f1 t'„eSit�C'h�
Date:_ 4 1 24 to 2.
(CORPORATE SEAL)
Attest: Attest:__
City; C
7�
Addres fot giving not ces: Address for giving notices:
P. o. 580'
Fort Col ]j5J, CO 805, LJA_1
r.
LICENSE NO.:
Approved as to Form
q
Assi ant o ity Attrney
9/12/01 Section 00520 Page 6
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be directed
to the Engineer. Questions regarding submittal of bids should be directed
to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in
the amount stated in the Invitation to Bid. The required security must be
in the form of a certified or bank cashier's check payable to OWNER or a
Bid Bond on the form enclosed herewith. The Bid Bond must be executed by
a surety meeting the requirements of the General Conditions for surety
bonds.
6.2. The Bid Security of the successful Bidder will be retained until such
Bidder has executed the Agreement and furnished the required contract
security, whereupon Bid Security will be returned. If the successful
Bidder fails to execute and deliver the Agreement and furnish the required
contract security within 15 days of the Notice of Award, OWNER may annul
the Notice of Award and the Bid Security of that Bidder will be forfeited.
The Bid Security of other Bidders whom OWNER believes to have reasonable
chance receiving the award may be retained by OWNER until the earlier of
the seventh day after the effective date of the Agreement or the thirty-
first day after the Bid Opening, whereupon Bid Security furnished by such
Bidders will be returned. Bid Security with Bids which are not competitive
will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment (the
Contract Times) are set forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
7/96 Section 00100 Page 3
SECTION 00530
NOTICE TO PROCEED
Description of Work: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696
To:
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within ( ) calendar days from
receipt of this notice as required by the Agreement.
Dated this
day of
, 20
The dates for Substantial Completion and Final Acceptance shall be
and 20_, respectively.
City of Fort Colli
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day
of 20
CONTRACTOR
M
Title:
7/96 Section 00530 Page 1
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. 19SB103829415
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Connell Resources, Inc.
(Address) 4305 E. Harmony Road Fort Collins 1
0 80528
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the
"Principal" and
f(Firm) Travelers Casualty and Surety Company
(Address) Hartford. CT 06183
hereinafter referred to as "the Surety", are held and firmly bound unto City of
Fort Collins, 300 Laporte Ave Fort Collins Colorado 80522 a (Municipal
Corporation) hereinafter referred to as the "OWNER", in the penal sum of
$811.015.40 in lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal ntered
into a certain Agreement with the OWNER, dated the p?y Y�+ day of
I 20Q�y a copy of which is hereto attached and made a part her of for the
Performance of The City of Fort Collins project, SOUTH SHIELDS STREET IMPROVEMENT
PROJECT;.BID NO. 5696_
NOW, THERBFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of said
Agreement during the original term thereof, and any extensions thereof which may
be granted by the OWNER, with or without Notice to the Surety and during the life
of the guaranty period, and if the Principal shall satisfy all claims and demands
incurred under such Agreement, and shall fully indemnify and save harmless the
OWNER from all cost and damages which it may suffer by reason of failure to do
so, and shall reimburse and repay the OWNER all outlay and expense which the
OWNER may incur in making good any default then this obligation shall be void;
otherwise to remain in full force and effect.
7/96 Section 00610 Page 1
IM
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and
it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in four (4) counterp to, each
one of which shall be deemed an original, this day of ,
2Ojl, TIN PRESENCE OF• � L ���7 /l
o ne Resources, Inc.
IA�1 tDr�� \LLMp-c-118&k- Wte??,r-AP4
(Corporate Seal)
IN PRESENCE OF:
(Title)
4305 E. Harmony Road, Fort Collins CO 80528
(Address)
Other Partners
By:
By:
IN PRESENCE OF: Surety
Tr le/rs^Casualty a d Surety Company
t
=O '& � t M A Aw l By
Witness By: Hartford, CT 06183
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.. If CONTRACTOR
is Partnership, all partners should execute Bond.
7/96
Section 00610 Page 2
1,
SECTION 00615
PAYMENT BOND
Bond No. 19SB103829415
KNOW ALL MEN BY THESE PRESENTS: that
' (Firm) Connell Resources, Inc.
(Address) 4305 E. Harmony Road. Fort Collins. CO 80528
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the
"Principal" and
(Firm) Travelers Casualty and Surety Company
(Address) Hartford, CT 06183
hereinafter referred to as "the Surety"; are held and firmly bound unto the City
of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as "the OWNER", in the penal sum of
$811,015.40 in lawful money of the United States, for
the payment. w ich sum sell 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 Princ' al a tore
d
into a certain Agreement with the OWNER, dated the Ya� day of ,
20&oa copy of which is. hereto attached and made a part here f for the
performance of The City of Fort Collins project, SOOTH SHIELDS STREET IMPROVEMENT
PROJECT; BID No. 5696.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor in
the prosecution of the Work provided for in such Agreement and any authorized
extension or modification thereof, including all amounts due for materials,
lubricants, repairs on machinery, equipment and tools, consumed, rented or used
I in connection with the construction of such Work, and all insurance premiums on
said Work, and for all labor, performed in such Work whether by subcontractor or
otherwise, then this obligation shall be void, otherwise to remain in Eu11 fe:ce
and erfect.
7/96 Section 00615 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates '
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the Work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and
it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Agreement or to the Work or to the Specifications. i
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) counter rts, each
one of which shall be deemed an original, this �`0 day of A p,
20Q2:
IN PRESENCE WrLuci ge11 Resources, Inc.
LCLLLW BY:
(Title)
43n5 E. Harmo{Ly Road. Fort Collins. CO 00528
(Address)
(Corporate Seal)
IN PRESENCE OF: other Partners
2N PRESENCE OF: Surety
T avelers Casu ty and�Surety Company
Witness x Hartford, CT 06183
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR
is Partnership, all partners should execute Bond.
7/96 Section 00615 Page 2
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C.
Hensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado,
their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any
place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances.
contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and
all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the
dulv authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact
and Aeents to act for and on behalf of the companv and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove anv such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, anv Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Companv's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, anv Vice
President, any Assistant Vice President, any Secretarv, anv Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for Purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate beating such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsinule signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
0 1 -00 � mdard)
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
7/96 Section 00630 Page 1
r 11 anttk• 14477
ACORD, CERTIFICATE OF
LIABILITY
DATE (MMI9/02
INSURANCE
4/2
PRODUCER
Flood & Peterson Insurance Inc
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4821 Wheaton Drive
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box 270370
ALTER
THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins, CO 80527
INSURERS AFFORDING COVERAGE
INSURED
Connell Resources, Inc.
INSURERA:
Zurich US
INSURER B:
American Internationale Companies
El Harmony Road
INSURERQ
Pinnacol Assurance
Fort
Fort Collins, CO 80528-9527
NSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR WHO
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
GATE MM/DD/YY
POLICY EXPIRATION
DATE M/DD/YY
--
LIMITS
A
GENERAL
LIABILITY
ERCIAL GENERAL LIABILITYFIREDAMAGE(AnyoneOre)$3OO
LAIMS MADE �OCCUR
t
CON95846870
06/01/01
06/01/02
EACH OCCURRENCE
$1 000 000
000
OOO
MED EXP (Any one person)
$1QQ0QDed:25QPERSONALS
ADV INJURY
$1 QQQ, QQQ
GENERAL AGGREGATE
$2,000,Q0Q
EGATE JE ITAPRIES PER:
X jRO- CT LOC
PRODUCTS COMP/OP AGO
$2 QOO OOOY
/---
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
Drive Other Ca
CON95846912
06/01/01
06/01/02
COMBINED SINGLE LIMIT
(Ea accident)
$1, 000, 000
BODILY INJURY
(Per Person)
$
X
BODILacY INJURY
(Per citlent)
-
_ —
$
X
X
PROPERTY DAMAGE
(Perateddent)
- ---
$
B
C
GARAGE LIABILITY
AUTO-
EXCESS LIABILITY
X OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $1 Q 0 0 0
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
OTHER
BE8715415
4029651
06/01/01
06/01/01
06/01/02
06/01/02
- EA ACCIDENT
$ANV
fAUTOLY
HAN EA ACC_
AGG
EACH OCCURRENCE
-'—
$LY:
$ -�
$3 000`Q0
AGGREGATE__
$3 O O O,, O O O
-- -
'-
X r RSTATu- °ER
$
E.L. EACH ACCIDENT
$500 000
_
E.L. DISEASE-EAEMPLOVEE
$500,_000
E.L. DISEASE . POLICY LIMIT
$S O O Q O O
DESCRIPTION OF OPERATIONS/LOCATIONWEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Re: South Shields Street Improvements / Bid# 5696
Certificate holder is named as additional insured, but only as respects
liability arising out of work performed by the named insured (Excluding
Workers, Compensation).
City of Fort Collins
PO Box 580
215 North Mason St
Fort Collins, CO 80522-0580
DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 3 Q__ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE INSURERJTS AGENTS OR
ACORD25S(7/97)1 of 2 #S214573/M186267
0 ACORD CORPORATION 1988
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION:
PROJECT TITLE:
SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID
NO. 5696
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