Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
111049 SINNETT BUILDERS - CONTRACT - BID - 5818 SOFT GOLD PARK
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SOFT GOLD PARK BID NO.5818 BID OPENING: PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS OCTOBER 30, 2003 - 3:00 P.M. (OUR CLOCK) City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5818 SOFT GOLD PARK SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5818 Soft Gold Park OPENING DATE: October 30, 2003, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. GENERAL CLARIFICATION 1. Seeding of topsoil stockpile is not required if stockpile is not left for more than 30 days during construction of park, per the notes found on sheet EC-1 of the construction drawings. 2. Digital data for grading of park provided upon request (Park Planning & Dept.). 3. The granite boulders and cobble to be supplied by Parks Department. See Bid Items 51,53, and 60. 4. Contractor to comply with State of Colorado dewatering wastewater requirements (see general notes 14 and 15 on cover sheet). SPECIFICATIONS SECTION 00800 SUPPLEMENTARY CONDTIONS SC-12.3. Omit paragraph: "Contractor will include in the project schedule 10 days lost due to abnormal weather conditions". Refer to DIVISION 1, SECTION 01310 — CONSTRUCTION SCHEDULES, 1.04 B, for adverse weather conditions. TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION 3 CONCRETE Section 03300 Omit phrase: "(we supply)". DIVISION 1, SECTION 01800 - DEFINITION OF BID ITEMS - Replace Bid Item 52 with following: Bid Item 52 - River Rock Boulders Contractor shall provide all material, labor, and equipment to purchase, haul and install gray river boulders in the landscape as shown on the drawings. Supplier: Pioneer Sand Co. Inc., 6705 S. College Ave. (970) 223-4505. DIVISION 2, SECTION 02810 — IRRIGATION, Replace, 3.04 Thrust Blocks, B with following, and add E. B. Use ThrustFORM standard fitting configurations for changes in direction in mainline. See installation details for Thrust Form Blocks E. ThrustFORM Systems, P.O. Box 2717; Georgetown, TX; Tel: (866) 306-3676; Fax: (512) 528-1671 215 North Mason Street - 2nd Floor - P.O. Box 580 - Fort Collins, CO 80522-0580 - (970) 221-6775 - FAX (970) 221-6707 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 Paymen(......................14.15 Waiver of Rights by insured partiq.................. $.I 1, 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................6,30 Warranty of Title, CONTRACTOR's........................14.3 Work -- Accessto..........................................................13.2 byothers............................................................... 7 Changes in the.....................................................10 Continuing the ................................................... 6.29 CONTRACTOR May Stop Work or Terminate.........................................:.....15.5 Coordination of...................................................7.4 Cost of the,............ 1 1.4-11.5 definition of......................................................1.43 neglected by CONTRACTOR..:.........................t3.14 otherWork........................................................... 7 OWNER May Stop Work ........ ........................ 13.10 OWNER May Suspend Work .................... 13.10, 15.1 Related, Work at Site....................................7.1-7.3 Startingthe........................................................2.4 Stopping by CONTRACTOR.............................15.5 Stopping by OWNER.................................15.1-15.4 Variation and deviation authorized, minor ............ 3.6 Work Change Directive -- claims pursuant to .... ................... ...................... 10.2 definition of......................................................1.44 principal references to......................3.5.3, 10.1-10.2 Written Amendment -- definition of ........................... ...................... .....1.45 principal references to..............1.10, 3.5, 5.10,15.12, .........................0.6.2, 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) (This page left blank intentionally) xvi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) No Text 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective --An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 1.20. General Requirements --Sections of Division 1 of the Specifications. 1.21. Hazardous Waste -The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22.a. Laws and Regulations; Laws or Regulations --Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.22.b. Legal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens —Liens, charges, security interests or encumbrances upon real property or personal property. 1.24. Milestone —A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of Award --A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the, time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed --A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs --Polychlorinated biphenyls 1.30. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure: (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project --The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 132.a. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 2 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Workin¢ Hours —Regular working hours are defined as 7:00am to 6:004m unless otherwise specified in the General Requirements. 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examples of materials, equipment, or workmanship that are. representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings --All drawings, diagrams, illustrations, _schedules and otherdataor -information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions --The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated, in the Work by CONTRACTOR or any Subcontractor 1.41. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work -Work to be paid for on the basis of unit prices. 1.43. Work --The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of 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 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment --A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds. 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies '(unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed. 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, 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 ne eventill the " T' w==a avc-rune of the Agreement, whiehevef date is eaflier-. 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 Find 01W�M.R shall each deliver to the ether OWNER with copies to ideritified in the Supplementary Canditiens ENGINEER certificates of insurance (and other evidence of insurance ressenebly —request requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5 4,i 5.6 and S.fir. Preconstruction 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 -begins, a conference attended by CONTRACTOR, ENGINEER and others as apprepriate designated by OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 -General Requirements. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent. 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to E)CDC GENERAL CONDITIONS 1910-8 (1990 Edition) wlCITY OF FORT COLLINS MODIFICATIONS (REV 412000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies, Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure. to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). own risk. 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 EJCDC GENERAL CONDITIONS 19I0-8 (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 ofDoeuments. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Us -en reasenah-le vMittell Feauest_ awardanee—with applicable Lawsand Regulatias. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings., Reference is made to the Supplementary Conditions for identification of: 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by CONTRACTOR Authorized, - Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 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, prempt}y immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted . by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change.: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.2.1. the completeness of such reports and 4.2.6. Possible Price and Times 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if, 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the. Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 1 I and 12. However, OWNER, ENGINEER and ENGTNEER'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, pcempd immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of , such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall may he allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and 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. ATTACHMENTS 1. ThrustFORM — Typical Thrust Block Details If you have any questions please contact John Stephen, CPPO, 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. .T_•11r�i 7rr.T•l ��r!esr�se�ttmt[►� .. . .., .0100 VA, R t..i .. 1 - • . r r r • r •_ ., • , r r r • r • . r .�i7rfr ITiS7fl!��!llTSR��!y!,*y��7!!!R'f!!!!f_ .. IN -ANEF-MrIARM • • •1.•1 • r •• • . Y r r • . _ A. r ._ .. �_ J. •1^I_ • 9 \. • r ... WiNt rILiiiIt! TE!!r7W!!!R.RTl.T%"W1.6�T!f.�i�.Ry EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) ARTICLE 5—BONDS AND INSURANCE Performance, Payment and Other Bonds: 5.1. CONTRACTOR shall famish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also fumish'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 Goverment Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agenes authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers, Certificates of Insurance: 5.3.1.. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. ONW ------------ . !1iTJ7!1!Al7T�TRo�.�_. r •_ CONTRACTOR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or famish any of the Work, or by anyone for whose acts any of them may be -liable: 5.4. L claims under workers' compensation, disability benefits and other similar employee benefit acts; 54.: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; ���'eearrsre� _ 11 ee. 5.4.5. claims for damages, other than to the Work itself, _because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall 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). 0WNER's Liability Insurance: 5:5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: r� .� .. . �_• . A. ' , lam MM limited to Ices and eharges of engineeFs aft r, - :04 •1 - W I. 1• r • Y r •_•• 1.1 r _• 1, r 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in sueh less and if any of them wishes prepefty Lasuraftee EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) t. 1• • r 1. 1• • 1, t_ . A. -• . Ya -my—Val Receipt and Application of Insurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exeicise 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 aPA, if required in mTiting by a" p", in inte. stb or nNE as aa.. steal: a bond �,�� - "V b` Acceptance of Bonds and Insurance; Option to Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Bends er insurance required to be purchased and maintained by the ether—pafty CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the 4jeeting party shall so netify the ether pa OWNER will notify CONTRACTOR in writing within ten fifteen days after feeeipt delivery of the certificates JeY ether eN denee regaestedj to OWNER as required by paragraph 2.7. QNWTER and G0*1. Tn A GTO shall eaeh .. ..:,ito 1. 'ty of suet. f.:lafe to .. rehase p r to the sta# f 1. er- remedy, the other party may eleet to obtain equive eoa.era_'v_, =^ . _ ra ^o= Order shun be issued tmijust h Partial Utilization —Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w1 CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the. property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to acton 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 Regular Working Hours. 11 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the City s purchasing, restrictions. A copy of the resolutions are available for review in the offices of the Purchasing and Risk Management Division or the City Clerk's office. 6.4.2. Cement Restrictions: Citv of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that bum hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish. satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal "Items. 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to °establish the type, function and. quality required. Unless the specification or description 12 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be CONTRACTOR shall perform not less than 20 considered by ENGINEER in evaluating the pbreent of the Work with its own forces (that is. proposed substitute. ENGINEER may require without subcontracting). The 20 percent requirement CONTRACTOR to furnish additional data about shall be understood to refer to the Work the value of the proposed substitute. which totals not less than 20 percent of the Contract Price. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal' or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the. Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.&I. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. E)CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6_9. 6.8.2. 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 in ad:anee of the date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, —and --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 organization so identified may be revaked en th basis of reasonable ebjeetien afLef due itwestigatien in ...t ieh ease r_n_wrro A rrnn shall submit acceptable substitute, the Centraet n_:... will L_ "H be issued or Alf-itten Ameadment signed. will constitute a condition of the Contract requiring the use of the named subcontractors, suppliers or other persons or organization on the Work unless prior written approval is obtained from OWNER and ENGINEER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may 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 organizations performing 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 terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER Whenever am, sueh aepeemen c......'ie« wil the SubeerAmeter Stipp whereby er nNWMPL, N DRAi O ms" against al�g same.sepaFate WaiVeF forms to be signed by any Subeentraeter-ef 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. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) 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 famishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes on materials to be permanently incorporated into the project. Said taxes shall not be included in the Contract Price. Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver, Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials physically incorporated into the project are to be paid by CONTRACTOR and are to be included in appropriate bid items. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original,condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shall maintain in a safe place at the. Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or'anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be, made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies. 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings.and Samples. 6.24.1. 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) purposes required by paragraph 6.26. .The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field, measurements, quantities, dimensions, specified" performance criteria, installation requirements, materials, catalog numbers and similar information -with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication,. shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all . information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto.. CONTRACTOR shall also have reviewed and coordinated each.Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTORS obligations under the Contract Documents with respect to CONTRACTORS review and approval of that submittal 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from . the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEERS review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approvalof 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. COA7AACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that, all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or ,6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6,30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any- inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 ti u 5 a Y It IL Cl) G p t7 C m F. L+• � VI�VJ��� � �V% L S r� I st *xt, � �v .�] b — -Q : C � i N w N Y b E spa cu Vru 75 Ij E b a- . b ne LV c '8y O 3 O 1 Y 7. T m aE�NSs �:='o� �a g h ?� 40 ° Y O O Y Y Y �S E r8 ntoN v$'S uis.�. Y a M N • • N �pl"t^ wnnw��^1�� N b •oP� r� bP O_. •OMO��nI Of any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the, indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by .the professional negligence, errors or omissions of any of them. Survival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the 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 otherwork and (ii) CONTRACTOR may make a claim therefor as provided in Articles I I 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 GENERAL CONDITIONS 1910-8 (1990 Edition) 18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be .covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8—OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER' shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall 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. 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) that has been, made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEERS 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 ENGINEERSs on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will famish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in the Supptementa Eenditiens of these General Conditions. If OWNER designates another representative or.agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Gendifiens paragraph 9.3 9.3.2. Duties and Responsibilities Representative will: 9.3.2. 1. Schedules - Review the progress 19 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other Job conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3. Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information, when required, for proper execution of the Work. 9.3.2.3.3. Advise the ENGINEER and CONTRACTOR of the commencement of M Work requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER. 9.3.2.4.Review of Work, Reiection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding in accordance with the Contract Documents. 9.3.2.4.3. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the ENGINEER. 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) . modification in Drawings or Specifications and reMrt these recommendations to ENGINEER. Accurately transmit to CONTRACTOR decisions issued by the ENGINEER. 9.3.2.7. Records. 9.3.2.7.2. Keep a diary, daily 9.3.2.7.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and maior suppliers of equipment and materials. 9.3.2.8. Reports. 9.3.2.8.1. Furnish ENGINEER periodic rMorts as required, of the progress of the Workand 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 scheduling maior tests. inspections or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change _ Orders. Work Directive Changes and field orders. 9 3 2 8 4 Report immediately to ENGINEER and OWNER the occurrence of any accident. 9.3.2.9. Pavment Requests. Review applications for payment with CONTRACTOR for compliance with the established procedure for their - submission and forward with recommendation to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values work completed and materials and equipment delivered at the site but not incorporated in the Work. 9.3.2.10. Completion. 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion. 9.3.2.10.2. Conduct final inspection in the company of the ENGINEER. OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. 9.3.3. 'Limitation of Authority: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or 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. 9.33.3. Undertake any of the responsibilities of the CONTRACTOR, Subcontractors. or CONTRACTOR'S superintendent. 9.3.3.4. Advise on, or issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences or procedures for construction unless such is specifically called for in the Contract Documents 9.3.3.5. Advise on or issue directions regarding or assume control over safety precautions and programs in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR. 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the ENGINEER. Clarifications and Interpretations. 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 42000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work. 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, , OWNER or CONTRACTOR may make a written claim therefor as provided in Article I 1 or 12. Rejecting Defective Work. 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments. 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices. 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER'S written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (d) 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 notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 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 furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization. performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the .Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent; if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12, 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (including, but not limited to, Contract Price or Contract Tunes) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR'S responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2, The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in.the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll. costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall ixslude but net 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 refirement benefits beffases 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 correction 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, EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 24 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: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof --all in accordance with terns of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees :for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. It 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). EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) 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 1IA. 1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1. and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fe the x ' c to be negotiated in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor. 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR'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 furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work. 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the' Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract . Price in accordance with Article 1'1 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 EJCDC 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. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining item so lone: as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12—CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by .ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided .in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays, attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control. of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13-TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects. Prompt notice of all defective Work of which OWNER or ENGINEER have actual' knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4.. OWNER shall employ and pay for the services of an independent testing ` laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDITIONS 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 thereol) 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 furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections; tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if .requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at 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 claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such 27 LO U z a a z uj - F-- 4 m 1 W m 0 0 N a o� (A M E HH m m OD Q7 Ln ca H m v F j J J O J o V h ®8 i N {� N 1 N N N N -Z) j T Q 1 it( b 6" Or �9 Ll� �11 'r♦ M - N 4�j . � � 1 t` Q h h �}Y 3 t1 r �rl 0 J� 3 � U L1 t � I 5�Ile y vi - uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work. 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work. 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period. 13.12.1. If within ene year two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced; and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of ene yea two year 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 13Y executing the application for payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes, Section 24-91-101 et seq. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applicationsfor Progress Payment. 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. 'there are other items entitling OWNER to a set- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER • and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's .aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to. be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments' The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. 'In lieu of such releases or waivers of Liens and as'" approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Proiect manual. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEERs observation of the Work during construction and final inspection, and ENGINEERs review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be 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 14.1I, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work. 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2,1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOWs 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will 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. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for . overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice. 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDC GENERAL CONDITIONS 1910-8 (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 each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included. 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement. Reference to two pertinent Colorado statutes are as follows: 17.6.2. If a claim is filed OWNER is renuired by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials team hire sustenance provisions provender, or other supplies used or consumed by CONTRACTOR or his 33 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 34 W/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (This page left blank intentionally.) EJCDC GENERAL CONDITIONS 1910-8 (1990.Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 3� EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a • Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall ,include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -A I F2 14 m OD H OD Ln W _ v' N 0 T t M� M N �N to �' O4 4 3 N Cn . O v S N Dp� r© �� 0 h, 1 Ji �c v z) + D V V `r- O rj �t c1 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -Al w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) SECTION 00800 SUPPLEMENTARY CONDITIONS No Text 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 - Proposed Soft Gold Park West End of Hickory Street Fort Collins, Colorado Terracon Project No. 20025231 Contractor may rely upon the accuracy of the technical data contained in the.geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). -- SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 10 days lost due to abnormal weather conditions. 00800-2 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment I .. No Text SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: SOFT GOLD PARK; BID NO. 5818 CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for.change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: CONTRACTORIGINAL COST .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: DATE: 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 No Text Section 00960 Application for Payment Insert pages 1 - 4 9/99 M w U Z Q z w H Q O m ro H CD in tlg PO � >1 o � � g r- `g N � y � 0 No Text ( e )CL u§kkU1 gOZO9 )3§�2 zPWO °GaOfB , §(2�§{ LLJ ƒ`0- § « . \ . ) / - \ � - _ / / kcn. { ) \ )) ) ° . 2 § g \ 2 t{ ' § - ) (\ § o 2) \ °± / } » \ \ /M R C� )® \ E { M/ ) D 6 § § , § LU » § ( }� \ E ) )[ \ /j/\ z � ( } \ (\ { ( \) \ \/0` ) \ < r oz J F- 7 e ƒ ° \ /} § z o £ ¥ & \ co_ > CD a . \\ f G ® 7 2 2 ® k ) } \ . ( . < \ G( ( ] / k b f \ / § / \ ` # # 0 o o ) # k \ { » ° §t w N S § § > k { 6 .. z § ] 6 § {> { mr )D . . i�. [ . / § =/ i k; k . z Z / a R CL R/ 6 R/ ./ a ..z o/ R E 0 am 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.0 0 0o 0 CC) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 �0000000000000000000000000.0 co0000000 o Eaf»f»f»e>/avaEab9uvf»636469Fnf»enf»6sf»6»6n6»60>6nF»6»69Enel� VsF» o m o I- lu A v 0 o 0 `y N C S l6 L N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . . . 0 o 0 0 0 0 00 0 0 0 0 0 0 0 06 0 0 0 0 0 0 06 0 06 0 0 0 0 0 �. es ea»vs va 6»e�646469e4f»F»ca ca e»fn v>ca E»ev vi ss to ua ea f»ss v3 0 a� E d n E U 0 00 Fes- Ci 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 o o o o o o 0 o 0 o 0 0 o o o. 0 0 0 0 0 0 0 00 0 0 00 0 0 0 00 0 0 0 0 0 0.0 0 0 0 0 00 o 0 0 0 0 o 0 0 0 06 0 0 0 0 0 0 0 06 0 0 o p o 0 0 0 0 0 0 0 0 0 0 esF49.»to�60�en61�69Eav969E1)64e964us6409.v3s9us6�16nu9E19,6464ensv6a603,E»661 0 o Q n0 Ea 0 0 U 0 0 o d � a d 0 0 0 Vn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .... 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ro 0 0 0 0 c ss 69 en f» 6»1 64 E» e» f» e» to v> e» s9 as U9 a ss Fn ea ss e» » Fn » fn &a fs e> to .a <s vi 0 d E Eo c U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e96»6s6fl61i6»vs6s6»f»e9ea6969ensa69Vse9,f»6ciei6Ft6aenF»E»6-36»»FaEa» F» E Q d U "C a 'c D C m 7 N — LL LL m D 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 !M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O w m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O CD m Eo fsf,sv,«nv,ef,646%a6464 ,cr,�,v,vs6,6n«s.»v 646At or 61,v969 v,v�csd, va F» Q o m o a t LU o t rn- �t-a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O . . 0 0 0 0 0 o O o 0 0 0 0 0 0 0 o O o 0 o O o O o O o o 0 0 0 0 0 0 0 0 C fA E9 EA 69 fA 69 Yi to t9 fA N, fA 69 EA EA EA fA EA ER E9 EA f9 fA to fA fR 69 EA EA EA EA 69 to EA b9 N O Q N a E U 30 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0-0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o c F» u, e, e, f» v, 61, e» v, u, v, u, e, F» <» F» u, u, e, u, u, v, <» e, u, v, u, v, en v, e, e, » » v, H 0 w 0 m E �0 a Y n m E 0 a oy X U � O li-Io° LL z 3:a d Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -J to d, fA 69 EA fA H, Efl d, fA 69 &4 69 fA EA EA EA fR fA 69 69 69 64 fA fA 64 fA 69 fA EA M M fA d, b9 a p o ° a a a U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O fA fR b9 fA fR fA (A fA fA EA 69 M 69 69 (A ffl tH fA d, fA b4 fA b4 69fR E9 fA EA fA f9 V, fA EA Vi 69O E Q N U .0 a 'c D 4 V) c K W 0 p w J C (7 Q 7 Z F O O = U w O J v� F O � � d a LL C w N ( O O O O O O O O O O O O O O 6 O 6 6 0 6 6 0 0 0 0 0 0 0 0 0 0 0 0 di fA fR fR fA f9 EA f9 f9 49 69 69. fA fA fA fA (A EA fH 69 69 fH 49 69 fR 49 Hi IH 619 IH fR 09 O EA a O~a � 0 o d v o c�a o i v 0 N C c1 a) H R cr W J C ¢ V w 0 O O 13� O U w b09 F � a Oa¢ 0 w w O c 0 a U N U E J ¢ o cZ F O N d 0,. TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION i GENERAL REQUIREMENTS Schedule of Drawings Section 01000 Project Summary Section 01100 Summary of Work Section 01160 Site Conditions Section 01290 Measurement and Payment Section 01300 Coordination and Project Meetings Section 01310 Construction Schedules Section 01330 Shop Drawings, Product Data and Samples Section 01340 Survey Data Section 01450 Quality Control and Testing Section 01500 Temporary Controls Section 01510 Temporary Utilities Section 01570 Traffic Control Section 01600 Material and Equipment Section 01700 Contract Close -Out Section 01800 Definition of Bid Items DIVISION 2 SITEWORK Section 02220 Demolition Section 02221 Trenching, Backfilling and Compaction Section 02225 Structural Excavating, Backfilling and Compacting for Buildings Section 02230 Clearing and Grubbing Section 02240 Tree Removal Section 02250 Topsoil Section 02300 Culverts Section 02304 Aggregate Base Course Section 02305 Mobilization Section 02306 Recondition Subgrade Section 02310 Earthwork and Grading Section 02370 Slope Protection and Erosion Control Section 02511 Hot -mixed Asphalt Paving Section 02520 Portland Cement Concrete Paving Section 02600 Domestic Water Supply Section 02601 Manholes Section 02700 Sanitary Sewer System Section 02810 Irrigation Installation Section 02820 Fences and Gates Section 02831 Ballfield Metal Fencing, Etc. Section 02870 Site Furnishings Section 02875 Prefabricated Picnic Shelter Section 02912 Landscape Trees, Shrubs and Perennials City of Fort Collins Table of Contents Park Planning and Development Page I of 3 Section 02920 Section 02935 Section 02950 DIVISION 3 CONCRETE Section 03100 Section 03150 Section 03200 Section 03300 DIVISION 4 MASONRY Section 04100 Section 04220 Section 04270 DIVISION 5 METALS Section 05120 Section 05999 Seed Construction Planting Maintenance Sod Construction Concrete Formwork Expansion and Fixed Joints Concrete Reinforcement Cast -In -Place Concrete (we supply) Mortar and Masonry Grout Concrete Unit Masonry Glass Block Masonry Structural Steel Miscellaneous Metals DIVISION 6 WOOD AND PLASTICS Section 06100 Rough Carpentry Section 06170 Prefabricated Structural Wood Section 06200 Finish Carpentry Section 06650 Solid Polymer Fabrications DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07150 Damp Proofing Section 07180 Water Repellant Sealers Section 07210 Building Insulation Section 07215 Foundation Insulation Section 07220 Roof Insulation Section 07245 Exterior Portland Cement Stucco System Section 07250 Firestopping Section 07530 Elastomeric Sheet Roofing — Loose Laid/Ballasted Section 07610 Pre -finished Metal Roofing Section 07900 Sealants and Joint Fillers DIVISION 8 DOORS AND WINDOWS Section 08110 Standard Steel Doors and Frames Section 08331 Steel Sectional Overhead Doors Section 08700 Finish Hardware City of Fort Collins Table of Contents Park Planning and Development Page 2 of 3 DIVISION 9 FINISHES Section 09260 Section 09310 Section 09900 DIVISION 10 SPECIALTIES Section 10210 Section 10440 Section 10800 DIVISION 15 MECHANICAL Gypsum Wallboard Systems Ceramic Tile Painting Metal Wall Louvers Signage Toilet and Bath Accessories Section 15010 Basic Mechanical Requirements Section 15020 Mechanical and Electrical Coordination Section 15050 Basic Mechanical Materials and Methods Section 15410 Plumbing Piping Section 15440 Plumbing Fixtures Section 15750 Heat Transfer Section 15850 Air Handling Section 15880 Air Distribution Section 15950 Automatic Temperature Control DIVISION 16 ELECTRICAL Section 16000 General Electrical Section 16100 Basic Materials and Methods Section 16410 Electric Service Section 16450 Grounding Section 16500 Lighting APPENDIX I Geotechnical Engineering Report City of Fort Collins Table of Contents Park Planning and Development Page 3 of 5 No Text SCHEDULE OF DRAWINGS PG. SHEET TITLE SHEET NO 1 Cover Sheet 2 Existing Conditions/Demolition Plan D-1 3 Grading Plan G-1 4 Drainage Plan DR-1 5 Drainage Details DR-2 6 Erosion Control Plan EC-1 7 Utility Plan U-1 8 Hickory Street Utilities U-2 9 Sanitary Sewer Plan and Profile U-3 10 Layout Plan L-1 11 Parking Lot Plan P-1 12 Core Area Plan CA-1 13 Concrete Scoring Plan CS-1 14 Playground Plan PG-1 15 Rock Plan R-1 16 Baseball Field BB-1 17 Bicycle Course Plan BC-1 18 Architectural Plans, Schedules, Interior Elevations A-1 19 Architectural Elevations A-2 20 Architectural Elevations A-3 21 Architectural Details A-4 22 Foundation and Framing Plans S-1 23 Mechanical Plans M-1 24 Electrical Plan E-1 25 Electrical Plans E-2 26 Irrigation Plan 1-1 27 Irrigation Details ID-1 28 Landscape Plan - Trees LA-1 29 Landscape Plan — Core Area LA-2 30 Site Details SD-1 31 Site Details SD-2 32 Site Details SD-3 33 Multi -Use Court (Bid Alternate) MC-1 34 Utility Details UD-1 35 Utility Details UD-2 36 Utility Details UD-3 OCTOBER 17, 2003 CITY OF FORT COLLINS PLANHOLDERS LIST FOR BID #5818 SOFT GOLD PARK HAHN PLUMBING & HEATING P O BOX 1924 FT. COLLINS, CO 80524 PH 970-484-7668 FAX 970-493-5325 G L HOFF P O BOX 7448 LOVELAND, CO 80537 PH 970-669-3255 FAX 970-663-1566 CLARK CONSTRUCTION 1530 BOISE AVE. LOVELAND, CO 80538 PH 970-667-0674 FAX 970-663-7384 R C HEATH CONSTRUCTION P O DRAWER H FT. COLLINS, CO 80522 PH 970-221-4195 FAX 970-221-2907 GROWLING BEAR COMPANY 2330 4T" AVE. GREELEY, CO 80631 PH 970-353-6964 FAX 970-353-6974 TEMPLE & PETTY CONSTRUCTION 1404 DUFF DR. FT. COLLINS, CO 80524 PH 970-224-1991 FAX 970-482-7412 L & M ENTERPRISES POBOXW BERTHOUD, CO 80513 PH 970-532-3706 FAX 303-442-2231 ECI SITE CONSTRUCTION P O BOX 2135 LOVELAND, CO 80539 PH 970-669-6291 FAX 970-669-6411 THISSEN CONSTRUCTION 2900 F STREET GREELEY, CO 80631 PH 970-353-8242 FAX 970-351-0530 DELTA CONSTRUCTION 308 S HOWES ST FT. COLLINS, CO 80521 PH 970-498-8766 FAX 970-498-8770 MILL BROTHERS LANDSCAPE 6121 E HARMONY FT. COLLINS, CO 80528 PH 970-493-3883 FAX 970-493-4943 NATRUESCAPE 5030 W 20TH ST GREELEY, CO 80634 PH 970-226-2296 FAX 970-223-6348 CONNELL RESOURCES 4305 E HARMONY RD FT. COLLINS, CO 80528 PH 970-223-3151 FAX 970-223-3191 SINNETT BUILDERS P O BOX 1969 FT. COLLINS, CO 80522 PH 970-493-1770 FAX 970-482-4537 ..r DIVISION 1 SECTION 01000 — PROJECT SUMMARY PART 1-GENERAL 1.01 Scope A. This section contains general requirements that are applicable to this project. 1.02 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. 1.03 City Furnished Materials A. None. 1.04 Conditions of Work A. Area of Work: The Contractor shall confine his operations to the immediate work area. Material storage shall be confined to areas shown on the Drawings or designated by the City. B. Regulations: The Contractor shall comply with all applicable Federal, State, and local regulations pertaining to safety, traffic control, fire prevention, erosion control and environmental protection. C. Working Hours: The Contractor's working hours shall be between 7:00 a.m. and 5:00 p.m., with no work on weekends or Federal holidays, unless otherwise approved by the City. D. Material Storage: The Contractor's material and equipment storage site shall be limited to the area of the project site. The area shall be kept orderly and free of litter. 1.05 Project Cleanup A. The Contractor is responsible to maintain the construction site in a clean and orderly condition from the start of the project to completion. Daily cleanups are required. 1. The City may require Contractor to perform cleanup within 100 feet of the progress of the work and perform cleanup of the site daily prior to work stoppage. B. Store volatile wastes in covered containers and dispose off -site. 1. Provide on -site covered containers for the collection of waste materials, debris and rubbish. 2. Neatly store construction materials, such as concrete forms, when not in. use. C. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. D. At project completion the Contractor shall remove all equipment, materials, and debris from the site including toilets and dumpsters. Areas around work sites shall be cleaned with dirt and grass surfaces raked clean of any slag from the Contractor's operations. Broom clean exterior paved surfaces. Remaining dirt and fill material shall be removed, or may be scattered, with the approval of the City. 1.06 Trash Removal A. All non -salvageable items and trash shall be hauled off the site and disposed of in accordance with applicable state and local regulations. Items shall be transported in tarp -covered or closed vehicles. Any materials dropped or blown off vehicles shall be picked up immediately by Contractor. City of Fort Collins SECTION 01000 — PROJECT SUMMARY Pads Planning & Development Division Page 1 of 4 1.07 Verification of Dimensions A. The Contractor shall he responsible for the coordination and proper relation of the work. He shall field verify all dimensions and advise the City of any discrepancies prior to proceeding with that phase of the work 1.08 Fire Hydrants A. Fire Hydrant Connections: City's permission is required for connection to fire hydrants. Only compatible adapters shall be utilized for hydrant connections. A gate valve shall be provided and installed by the Contractor between the hydrant and supply hoses to control flow. Connection shall include backflow protection. Temporary connections to fire hydrants shall he disconnected at the end of each working day. No quick closing valves such as plug or butterfly valves will he used. 1.09 Outages A. Utility outages necessitated by the work shall be requested in writing at least fifteen (15) working days prior to the proposed. outage. The request shall be directed to the City and shall stipulate the specific _ utility systems) and circuits to be affected, the location of the work, the time at which the shutdown will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in number and in duration. Where multiple outages are required, as many outages as can be accurately scheduled shall he submitted as a group. 1.10 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the _ work Material composition shall be subject to the requirements of the specifications. 1.11 Parking A. Parking of the Contractor's vehicles shall be restricted to an area designated by the City. 1.12 Telephone A. Business Telephone: At the beginning of construction, the Contractor shall provide the City with a telephone number at which the Contractor or his representative may be contacted at any time during regular working hours. The Contractor shall also provide a phone number for after -duty hours contact. _ 1.13 Sanitary Provisions A. The Contractor shall provide temporary toilets for the use of construction personnel. Location, type, proposed maintenance, etc., shall be approved by the City prior to placing toilets. Temporary toilets shall be removed at the completion of construction and the adjacent area; restored to the condition existing prior to the start of construction or as indicated on the plans. ^ 1.14 Pollution Abatement A. Transporting materials to or from the site shall be accomplished in a manner preventing materials or particles from becoming airborne. Earth materials shall be covered, wetted or otherwise protected. Gravel, sand and concrete shall be contained within vehicles to prevent spillage. B. Prevent the deposit of dirt, mud or debris on improved streets and roads, and remove all should such deposition occur. C. Burning of any material on site is prohibited. D. Stream beds, lakes, drainage ways, sanitary and storm sewers, etc., shall not be polluted by fuels, oils, bitumen, acids, or other harmful materials. Surface drainage from the construction site, which contains harmful amounts of sediment, shall not be allowed to drain onto adjacent areas. All grading shall be accomplished to allow sedimentation to settle out prior to flowing onto adjacent areas. .� City of Fort Collins SECTION 01000 — PROJECT SUMMARY Park Planning & Development Division Page 2 of 4 E. Flushing of concrete trucks is allowed only at the project site or the designated contractor storage area, with the responsibility of control and cleanup resting with the Contractor. F. Toxic, corrosive and flammable materials for construction other than specified shall not be used without prior approval of the City of Fort Collins. When approved, disposal of these materials or their containers will be off site and conform to state and federal regulations. 1.15 Protection of Property A. Initiate, maintain and supervise necessary protection to prevent damage, injury or loss to: 1. The Work and materials and equipment to be incorporated in the project, whether in storage on or off the site: and 2. Property at the site or. adjacent thereto, including fences, patios, driveways, sidewalks, pavement, trees, shrubs, lawns, walks, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. B. Maintain, protect, and support existing utilities and other appurtenances against damage by shoring, bracing, or other means. C_ Do not stockpile excavated material against existing appurtenances. 1.16 Survey Requirements A. Contractor shall be responsible for construction staking necessary for proper and accurate completion of the work covered by this contract. The Contractor shall provide experienced instrument personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. Survey work shall be performed under the direction of a licensed professional surveyor in the State of Colorado. In addition, Contractor shall furnish, without charge, competent personnel and such tools, stakes, and other materials as Engineer may require in checking survey, layout, and measurement Work performed by the Contractor. B. All work shall be performed to the lines, grades, and elevations shown on the Drawings. When construction falls within the following tolerances, the installation will be acceptable to the Owner, with respect to the lines and grades. If the tolerances are not met, the Contractor shall be responsible for performing modifications to the facilities to bring the project components into the tolerances. Description: Horizontal location of structures & playground features Horizontal location of paved areas & underground installations Horizontal location of grading & surface features (i.e. berms, swales, etc.) Vertical elevation of structures & playground features Vertical elevation of paved areas Vertical elevation of underground installations Vertical elevation of grading & surface features (i.e. berms, swales, etc.) City of Fort Collins Park Planning & Development Division Maximum Permissible Deviation from Alignment and Elevation shown on the Drawings: 0.05 feet 0.10 feet 0.50 feet 0.05 feet 0.05 feet 0.05 feet 0.10 feet SECTION 01000 —PROJECT SUMMARY Page 3 of 4 C. Contractor shall remove and reconstruct Work that is improperly located. Horizontal and vertical alignments shall be checked regularly as the Work progresses. Contractor shall report results to the Engineer. D. If the construction survey uncovers any discrepancies, the Contractor shall notify the Engineer, in writing, prior to construction proceeding. If the Contractor proceeds with work that includes apparent discrepancies without resolution by the Engineer, he assumes full responsibility for any subsequent necessary modifications. 1.17 Construction Superintendent A. The construction superintendent shall be at the job site any time work is being accomplished by any of the trades per General Conditions including, but not limited to, Article 6. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins SECTION 01000 — PROJECT SUMMARY Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01100 - SUMMARY OF WORK PART 1-GENERAL 1A1 Description of Work A. The City of Fort Collins Soft Gold Park project is located at 520 Hickory Street, approximately one - quarter (1/4) mile west of College Avenue on Hickory Street, Fort Collins, Colorado. The Work for the project includes earthwork grading; regulated stormwater drainage improvements; installation of water, sewer and electrical utilities; restroom; picnic shelter; plaza; playground (including concrete curb, and safety surfacing), baseball field, dog park, bicycle course, parking lot, soil preparation and fine grading, irrigation; landscaping, boulders and site furnishings and miscellaneous items of work. The site is approximately 17 acres in size of which approximately 11 acres will be disturbed and constructed upon. B. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. 1.02 Notices to Private Owners and Authorities A. Notify private owners of adjacent property, utilities, affected governmental agencies, and school district when execution of the work may affect them B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items that would affect their daily operation. E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. Water - City of Fort Collins, Colorado 221-6681 Storm Sewer - City of Fort Collins, Colorado 221-6605 Sanitary Sewer - City of Fort Collins, Colorado 221-6681 Electrical - City of Fort Collins, Colorado 482-5922, 221-8553 Gas - Public Service Company of Colorado 482-5922, 221-8553 Telephone - U.S. West Communications 484-0300, 226-6310 Roads - City of Ft. Collins, Colorado 221-6815 Cable Television — AT&T Cable Services 493-7400 Utility Locates - One -call System 1-800-922-1987 Safety - Occupational Safety and Health Administration (OSHA) 844-3061 Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911 Police - City of Fort Collins Police Department Non -Emergency 221-6550 / Emergency 911 Larimer County Sheriffs Department - Non -Emergency 221-7177 Postmaster - United States Postal Service 482-2837 Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911 Public Transportation — `TransFort' 221-6620 Traffic Control - Traffic Engineering 221-6815 City of Fort Collins SECTION 01100 - SUMMARY OF WORK Park Planning & Development Division Page 1 of 2 PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collin SECTION 01100 - SUMMARY OF WORK Park Planning & Development Dvision Page 2 of 2 DMSION 1 SECTION 01160 — SITE CONDITIONS PART 1 - SITE INVESTIGATIONS AND REPRESENTATION 1.01 General Investigations A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 1.02 Soil Conditions A. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 1.03 Contractor Representation A. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. PART 2 - INFORMATION ON SITE CONDITIONS 2.01 General Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. A. Differing Subsurface Conditions: In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Owner in writing of such changed conditions. 2. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. City of Fort Collins SECTION 01160 — SITE CONDITIONS Park Planning & Development Division Page 1 of 3 B. Underground Utilities: 1. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans, however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. PART 3 - CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 3.01 General A. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. C. The Contractor shall protect all utility poles from damage. If interference of power poles, telephone poles, guy wires, or anchors are encountered, notify the Owner's Representative and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. , D. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. E. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. F. If the Contractor while performing the Contract discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owners and the utility in writing. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any -water or utility service be allowed to exist outside working hours unless prior approval is granted. H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 3.02 Interfering Structures A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented supply as a guide to avoid known possible difficulties. City of Fort Collins SECTION 01160 - SITE CONDITIONS Park Planning & Development Division Page 2 of 3 3.03 Field Relocation A. During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Owner's Representative. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Owner's Representative before continuing with the construction in order that the Owner's Representative may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall, fail to so notify the Owner's Representative when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. 3.04 Easements A. Easements and permits will be obtained by the Owner where portions of the work are located on public or private property Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Owner's Representative, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. B. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the Contractor shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 3.05 Land Monuments A. The Contractor shall notify the Owner's Representative of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Owner's Representative at least two (2) weeks in advance of the proposed construction in order that the Owner's Representative will have ample opportunity to notify the proper authority and reference these monuments for later replacement. END OF SECTION City of Fort Collins SECTION 01160 -SITE CONDITIONS Park Planning & Development Division Page 3 of 3 BID #5818 PAGE 2 NORTH STAR CONCRETE POBOX Y BERTHOUD, CO 80513 PH 970-532-0805 FAX 970-532-4687 NARANJO CIVIL CONSTRUCTION 1863 2ND AVE. GREELEY, CO 80631 PH 970-356-7909 FAX 970-356-0887 A & M LANDSCAPE 2417 E MULBERRY FT. COLLINS, CO 80524 PH 970-224-5469 FAX 970-224-1755 DIRT ONE EXCAVATING P O BOX 665 JOHNSTOWN, CO 80534 PH 970-667-8405 FAX 970-667-8405 BATH 2000 E PROSPECT FT. COLLINS, CO 80525 PH 970-484-5022 FAX 970-484-3718 AISA CIVIL INC. 11605 WADSWORTH BLVD. BROOMFIELD, CO 80200 PH 303-464-7423 FAX 303-464-8343 ASPYN GRADING & EXC. P O BOX 321 LA PORTE, CO 80535 PH 970-482-4451 FAX 970-482-0404 UNITED RENTAL 2456 E 9T" ST LOVELAND, CO 80537 PH 970-667-3620 FAX 970-667-3930 GOLDEN TRIANGLE CONSTRUCTION 700 WEAVER PARK RD LONGMONT, CO 80501 PH 303-772-4051 FAX 303-776-6525 EAGLE ELECTRIC 2121 E 20TH ST GREELEY, CO 80631 PH 970-353-4153 FAX 970-395-0910 COCAL LANDSCAPE 1200 E VINE DR FT. COLLINS, CO 80524 PH 970-490-7623 FAX 970-493-7907 LEFT HAND EXCAVATING 3756 EUREKA WAY FREDERICK, CO 80516 PH 303-833-3326 FAX 303-833-3353 DIVISION 1' SECTION 01290 - MEASUREMENT AND PAYMENT PART 1-GENERAL 1.01 Description A. This section covers the methods employed in determining the payment due for work completed under this contract. B. The bid price should cover all work required by this contract based upon the quantities outlined in the bid form. C. Where actual quantities differ from those outlined in the bid form; unit prices as stipulated in the bid form shall be utilized to compute payment. D. Where unit prices are not set forth on specific work, that work shall be considered a subsidiary _ obligation of the Contractor. E. Quantities given in the bid form are estimates for the purpose of evaluating bids consequently some difference may arise in actual and bid quantities. 1.02 Lump Sum Prices A. Where lump sum (LS) prices are given for an item in the bid schedule or for items added during construction by change order, the price will include all materials, labor, overhead and any other cost incurred to complete the construction of the item in accordance with the plans and specifications. B. All unit prices for each item shall include its pro rats share of profits, taxes, and overhead, and are for the items installed in place, maintained and guaranteed. Including these factors, unit prices must accurately reflect actual costs. Unit prices are to be valid for the life of the contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION City of Fort Collins SECTION 01290— MEASUREMENT AND PAYMENT Park Planning & Development Division Page 1 of 1 DMSION 1 SECTION 01300 — COORDINATION AND PROJECT MEETINGS PART 1-GENERAL 1.01 General A. In order to provide for an orderly progression of work, all parties involved in the construction will meet at various times during the project to discuss pertinent items regarding the work. B. Coordinate operations under contract in a manner that will facilitate progress of the Work. C. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations that affect the service of such utilities, agencies, or public safety. 1.02 Conferences A. The pre -construction conference will be held at a time to be determined by the Owner, after the awarding of the Contract and prior to the issuance of the Notice to Proceed. The meeting will involve the Owner, the Engineer, the Contractor, subcontractors and representatives of utilities and other properties that will be directly affected by the work. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. B. Hold conferences for coordination of the Work when necessary. C. The City may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1.03 Progress Meetings A. Contractor and the City shall schedule and hold regular progress meetings at least weekly and at other times as requested by the City or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent 2. Owners Representative 3. Landscape Architect 4. Others as may be requested by contractor, Landscape Architect or Owner C. Minimum Agenda shall include: 1. Review of work progress since last meeting 2. Identification and discussion of problems affecting progress 3. Review of any pending change orders 4. Revisions of Construction Schedule as appropriate 1.04 Job Site Administration A. Contract administration and construction observation services will be provided by the Owner. The Owner will make decisions regarding changes in the work and adjustments in contract quantities and/or unit prices. END OF SECTION City of Fort Collins SECTION 01300 — COORDINATION AND PROJECT MEETINGS Park Planning & Development Division Page 1 of 1 DMSI0IV 1' SECTION 01310 - CONSTRUCTION SCHEDULES PART 1-GENERAL 1.01 General A. It is the intent of the Owner to begin construction on approximately November 15, 2003. The signing of the contract and issuance of a Notice to Proceed will be completed promptly to accomplish that objective. The Notice to Proceed will authorize the Contractor to begin project administration and construction work on the site. Construction work shall not begin on site prior to the pre -construction conference. B. The Contractor shall complete all work, including cleanup of the site by "Substantial Completion" date, specified in the Agreement, subject to the "Liquidated Damages" provision described under "Instructions to Bidders." C. Delays during project contract period outside control of the Contractor are subject to time extension consideration but not financial compensation unless such delay is significant enough to reasonably require Owner initiated work suspension (demobilization) as determined in the field by the Owner at the time of occurrence. See Paragraph.1.04 for requirements for modifying the Contract Time due to weather delays. D. Contractor shall plan and schedule his own work effort (personnel, equipment and material) to complete the project satisfactorily within the project time limits. Such schedule shall be in general conformance with the schedule submitted at the pre -construction conference. This includes the requirement that the Contractor conduct his operations to enable a shift of work effort from one part of the project to another to reasonably accommodate unexpected delays, and to conduct his daily operations so as to not create a public nuisance including but not limited to access or traffic obstruction, dust and mud generation, work outside of construction limits, noise, unsatisfactory cleanup or site restoration, unacceptable equipment(materials staging, flooding, etc. No work is to begin at the site until Citys acceptance of the Construction Schedule. E. Schedule shall include milestones that demonstrate the Contractor's approach to completing the project within project time limits. Milestones shall be of sufficient number to indicate regular progress of work and shall identify major components of the work. Milestones are subject to Owner approval prior to work beginning at the site. If Contractor fails to meet a milestone, contractor shall submit an updated schedule subject to Owner approval and demonstrate how the remaining milestones will be met. The Owner may order work shut down or suspended for nonconformance with the approved schedule (See Paragraph 1.09H below) F. Milestones (minimmn required items) 1. The following items shall be indicated on the schedule with completion dates: a. Earthwork b. Non -Irrigated seed installed by March 31, 2004. c. Utilities including Stormdrainage requirements d. Restroom e. Concrete paving in Core Area f. Parking lot paving g. Irrigation h. Art in Public Places (APP) Earth Beads Art Piece G. The Contractor may voluntarily shut down or suspend work due to conditions beyond his control provided a minimum of 24 hours notice is provided to the Owner together with the reasons for subject City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 1 of 1 suspension of work The Contractor shall leave the project conditions in such a way so as not to cause a public nuisance or a threat to public safety. Neither remobilization costs nor additional time will be allowed for such suspension unless agreed to in writing in advance. H. The Owner or Engineer may order work shut down or suspended for such nonconformance issues as unsafe conditions, nonconformance with schedule, cause of public nuisance, unnecessary private property disturbance, materials and labor unsuited to the task, nonconformance to technical specifications, failure to comply with permits, etc. The Owner or Engineer will give a written warning to the Contractor with a specified deadline during which time the Contractor shall remedy the cause(s) described on the warning. Failure to do so shall justify the Owner or Engineer to order work shut down or suspended. Such shutdown will not be compensated by cost reimbursement or time schedule adjustment. I. Failure to promptly execute the approved schedule in the judgment of the Owner will result in a written warning submitted to the Contractor explaining the specific compliance needed. Failure of the Contractor to remedy the noted items may be considered a breach of contract possibly leading to work shutdown for cause or contract termination. 1.02 Format and Submissions A. Prepare Construction and Procurement schedules in a graphic format suitable for displaying schedule and actual progress. B. Submit two copies of each schedule to owner for review. Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 1.03 Progress Revisions A. A schedule update shall be submitted to the Owner at each weekly progress meeting that will reflect work performed in the previous week and the upcoming two-(2) weeks. Schedule updates shall not change any Contract times. B. A complete schedule update shall be submitted with each application for progress payment. C. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. D. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of other work. 1.04 Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the times for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates a "Normal" weather and climate condition in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 2 of 1 that such conditions adversely affected the Contractor's work and thus required additional time to complete the work, B. The following specifies the procedure for the determination of time extensions for unusually severe - weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number, of days of delayed — work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The _ City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Construction Coordinator in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in " determining the number of working days for which work was delayed during each month. C. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of workdays delayed due to adverse weather or the impact thereof will _ then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. D. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather - dependent activities. - E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in - completion of the work is due to the following, and the Contractor has promptly given written notice of ^ such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, _ including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as City of Fort Collins — Soft Gold Park SECTION 01310 —CONSTRUCTION SCHEDULES Park Planning & Development Division Page 3 of 1 provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 1.05 City's Responsibility A. City's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. 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. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 4 of 1 DIVISION 1 SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1-GENERAL 1.01 Shop Drawings A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates, and similar Drawings. Include the following information: 1. Dimensions. 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings _ on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 7. Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Contractor for distribution. The — Owner's Representative will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record Document." . 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.02 Product Data A. Collect Product Data into a single submittal for each element of construction or system Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f Notation coordination requirements. - 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Pads Planning & Development Division Page 1 of 3 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals plus additional conies as needed by the Contractor for distribution. The Owner will retain one and will return the other marked with action taken and corrections or modifications required. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.03 Samples A. Submit full-size, full -fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the mariner to facilitate review of qualities indicated. Include the following: a. Specification Section number and reference. — b. Generic description of the Sample. c. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicated special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. 3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. The Owner will review and return preliminary submittals with the Owner's notation, indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 3 sets. The Owner will return one set marked with the action taken. 5. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Parts Planning & Development Division Page 2 of 3 b. Sample sets may be used to obtain final acceptance of the construction associated with each set. B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1.04 Quality Assurance Submittals A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. . B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: an officer of the manufacturer or other authorized individual shall sign Certification documents. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division 1 Section "Quality Control and Testing," and in the applicable technical specifications. _ PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01330 City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Pads Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01340 - SURVEY DATA PART 1 -GENERAL 1.01 Survey Requirements A. Contractor is responsible for the layout of the Work. The City will not provide surveying. B. Base all measurements, both horizontal and vertical, on established control points. Verify all established control points at site prior to laying out the work. C. Perform layout of the Work with qualified personnel. 1. Minimum structural layout requirements: restroom foundation comers, shelter post locations and playeround header/curb. 2. Minimum paved areas layout requirements: concrete sidewalks, core area and pavement concrete concrete headers and parking lot: per curve tables, at all spot elevations and at grade changes, changes in horizontal alignment, and at 25-feet stations along the sidewalk centerline. D. All field books, notes, and other data developed by Contractor in performing surveys required by the Work will be available to City for examination throughout the construction period. 1.02 Submittals A. Submit to City all survey data with other documentation required for fmal acceptance. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01340 — SURVEY DATA Park Planning & Development Division I Page 1 of 1 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 - 00020-6 00100-1 - 00100-9 00300-1 - 00300-6 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 -Al - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-2 DIVISION 1 SECTION 01450 - QUALITY CONTROL AND TESTING PART 1-GENERAL 1.01 General A. Provide such equipment and facilities as the City may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product that becomes unfit for use after approval hereof shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the OWNER. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.02 Citys Responsibilities A. City of Fort Collins shall be responsible for and shall pay all costs in connection with the following testing: ^' 1. Soils compaction tests. 2. Trench backfill. 3. Pipe and structural bedding. 4. Tests not called for by the Specifications of materials delivered to the site. 5. Concrete, mortar and grout tests. 6: Pavement tests 1.03 Contractor's Responsibilities A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be — responsible for and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under 1.02 above. 3. Testing of pipe. 4. Vacuum testing of manholes. 5. Concrete materials and mix designs. 6. Asphalt materials and mix designs 7. Gradation tests for embedment, fill and backfill materials. City of Fort Collins SECTION 01450 - QUALITY CONTROL AND TESTING Park Planning & Development Division Page 10 2 a 8. Material Substitution - any test for basic material or fabrication of equipment offered as a substitution for a specified item on which a test may be required in order to prove it compliant with the specifications. Nothing contained herein is intended to imply that the Contractor does not have the right to have tests performed on any material at any time for his/her own information and job control so long as the Owner does not assume responsibility for the cost or for giving them consideration when appraising quality materials. 1.04 Transmittal of Test Reports A. Submit 2 copies of each report of tests and engineering data furnished by the Contractor for City Representative's review. The Owner's Representative will retain one and will return the other marked with action taken and corrections or modifications required. B. The testing laboratory retained by the OWNER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the City Representative and one (1) copy to the Contractor within seven (7) days after each test is completed. 1.05 Contractor's Quality Control System A. General: The Contractor shall establish a quality control.system to perform sufficient inspection and tests of all items of work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City. Contractor's control system shall specifically include all testing required by the various sections of the Specifications. B. Contractor's quality control system is the means by which he assures himself that his constriction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should he keyed to the proposed construction schedule. C. Records: maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the City and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to City in a reasonable time. D. Pipe alignment and grade is to be maintained through the use of suitable surveying instruments or laser equipment operated continuously during construction. Horizontal tolerances of + 0.3 feet and vertical tolerances of + 0.1 feet maximum deviation from plan and construction staking are to be maintained, except that visible "snaking" of the horizontal alignment and changes in directions of slope will not be permitted. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING Park Planning & Development Division Page 2 of 2 DMSION 1' SECTION 01500 - TEMPORARY CONTROLS 1.01 Noise Control A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound snuffling devices, and — operated in a manner to cause the least noise consistent with efficient performance of the work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m and 7:00 a.m. 1.02 Dust Control A. Dusty materials in piles or in transit shall be covered to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future -vegetation. 1.03 Pollution Control A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 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. 1.04 Erosion Control „ A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. 1. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to the greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize _ erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. _ END OF SECTION City of Fort Collins Park Planning & Development Mvision SECTION 01500 — TEMPORARY CONTROLS Page 1 of 1 '� DIVISION 1 SECTION 01510 - TEMPORARY UTILITIES PART 1-GENERAL 1.01 Utilities A. Furnish all utilities necessary for construction including, but not limited to temporary electric power and pay all cost associated with utilities during and used for the contract period. All temporary utilities installation shall meet the construction safety requirements of OSHA, State and local governing agencies. 1.02 Water A. Contractor is responsible for obtaining water for construction and shall pay all costs associated with establishing a temporary meter used during construction. 1.03 Sanitary Facilities A. Furnish temporary sanitary facilities at the site in the vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure sanitary facilities from public view to the greatest extent practical. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01510 - TEMPORARY UTILITIES Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01570 -TRAFFIC CONTROL PART 1 - GENERAL 1.01 General A. Traffic Control necessary to complete the project as depicted in the plans and specifications will be provided by the Contractor and will not be paid for separately. B. The Contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. Limited closures may be pemritted for short periods up to three days to allow installation of concrete pavement. Closures must be requested and approved 72 hours prior to anticipated closure. E. Limited alternating one-way traffic operation may permitted during the hours from 9:00 A.M. to 3:30 P.M. One-way traffic operation must be requested and approved 72 hours prior to anticipated operation. F. At all times, Contractor must maintain two-way traffic with a minimum of one lane of traffic in each direction. Limited closures may be allowed. G. The Contractor must coordinate with adjacent residents to provide and maintain them sufficient access during the duration of the project. It will be the Contractor's responsibility to coordinate and communicate with the residents during construction. H. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. I. Keep fire hydrants and utility control devices free from obstruction and available for use at all times. J. Conduct operations in a manner to avoid unnecessary interference with public and private roads and _ drives. K. Provide and maintain temporary approaches or crossings at streets, businesses, and residences. L. Keep roads open and in acceptable condition, unless closure or detour has been approved by City's Traffic Control Coordinator 72 hours prior to closure or detour. M. Define a temporary pedestrian access route for children coming from the surrounding neighborhoods. This pedestrian access route shall be located outside of the project limits. The pedestrian access route shall be kept free of excavated material, construction equipment, pipe, and other materials. 1.02 Traffic Control Plan A. Submit a detailed traffic control plan to Traffic Control Coordinator for review and acceptance. Plan must be accepted 72 hours prior to work commencing at the site. Maintain the accepted plan throughout all phases of construction. Provide copy to Owner prior to submittal. 1. Notify police, sheriff, ambulance services, and fire authorities of traffic control plan and the schedule of it. Distribute copies if requested. City of Fort Collins Park Planning & Development Division SECTION 01570 - TRAFFIC CONTROL Page 1 of 2 1.03 Flaggers A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional authorities. B. Shall be properly equipped and licensed. 1.04 Warning Signs and Lights A. Provide suitable barricades and warning signs for: 1. Open trenches and other excavations. 2. Obstructions, such as material piles, equipment, piled embankment. B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise. C. Protect roads and driveways by effective barricades on which are placed acceptable warning signs. 1.05 Parking A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with private property, public traffic, City's operations, or construction activities. Such parking-shalloccuron the project site or another suitable location, approved by the City. 1.06 Roadway Usage between Operations A. At all times when Work is not actually in progress, Contractor shall make passable and shall open to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and City and all authorities having jurisdiction over any properties involved. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01570 - TRAFFIC CONTROL Park Planning & Development Division Page 2 of 2 C1I1°I� ISIM SECTION 01600 — MATERIALS AND EQUIPMENT PART 1-GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 Summary A. This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1.03 Definitions A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well -recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "systems," and terms of similar intent. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 3. `Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 1.04 Submittals A. Product List: Prepare a list showing products specified in tabular form acceptable to the Owner. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. 1. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare product list with information on each item tabulated under the following column headings: a. Related Specifications Section number. b. Generic name used in Contract Documents. C. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. 3. Initial Submittal: Within 30 days of date commencement of the Work, submit 3 copies of an initial product list. Provide a written explanation of omissions of data and for known variations from Contract requirements. 4. Complete List: Within 60 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract 'requirements. City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 1 of 3 a� 5. Owner's Action: The Owner will respond in writing to Contractor within 2 weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Owner's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.05 Quality Assurance A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. B. Compatibility of Options: When the Contractor is given the option of seeking between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. C. Foreign Product Limitations: Except under one or more of the following conditions provide domestic products, not foreign products, for inclusion in the Work: 1. Not available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. 1.06 Product Delivery, Storage and Handling A. Delivery, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Delivery products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. ' 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather -tight enclosure, with ventilation adequate to prevent condensation. PART 2 -PRODUCTS 2.01 Product Selection A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. B. Product Selection procedures: The Contract Documents and governing regulations govern product selection. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be pemutted. 2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers or where Specifications specify products or manufacturers by name, accompanied City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 2 of 3 by the term "or equal" or "or approved equal," provide one of the products listed or comply with the Contract Document provisions concerning "substitutions" or obtain approval for use of an unnamed product. 5. Nonproprietary Specification Requirements: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 4. Descriptive Specification Requirements: Where Specifications describe a product or name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 5. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified 6. Visual Matching: Where Specifications require matching an established Sample, the Owner's _ decision will be final on whether a proposed product matches satisfactorily. 7. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and _ manufacturer that complies with other specified requirements. The Owner will select the color, pattern, and texture from the product line selected. PART 3 - EXECUTION 3.01 Installation of Products A. Comply with manufacturer's instructions and recommendations for installation of products in the -- applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. END OF SECTION n City of Fort Collins Park Planning & Development Division SECTION 01600 — MATERIALS AND EQUIPMENT Page 3 of 3 DIVISION 1 SECTION 01700 —CONTRACT CLOSEOUT PART 1 —GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including general and supplementary conditions and other Division 1 specification sections, apply to this section. 1.02 Summary A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.03 Substantial Completion A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. . 10. Touch up and otherwise repair and restore marred, exposed finishes. City of Fort Collins SECTION 01700 -CONTRACT CLOSEOUT Park Planning & Development Division Page 1 of 6 SECTION 00020 INVITATION TO BID B. Inspection Procedures: On receipt of a request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled requirements. The Owner will prepare the Certificate.of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. If the. Owner's Representative determines that the work is not substantially complete at the time of review or that deficiencies remain at time of compliance review, the Contractor shall pay for the additional review(s) by Owner's Representative. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 Status after Substantial Completion A. The date of substantial completion marks the beginning of the maintenance period defined in Section 02970 — Planting Maintenance. - B. During maintenance period, the following conditions hold: 1. Insurance: Same as during construction. _ 2. Electricity and Irrigation Water: Supplied by Owner, as installed by Contractor under this contract. 3. Bonds: Remain in effect. 4. Retainage: Same as during construction 1.05 Final Acceptance A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum 3. Submit a certified copy of the Owner's final inspection list of items to be completed or corrected, endorsed and dated by the Owner. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Owner will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Owner. 1. Upon completion of reinspection, the Owner will prepare a certificate of final acceptance. If the Work is incomplete, the Owner will advise the Contractor of Work that is incomplete or of - obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.06 Record Document Submittals A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Owner's reference during normal working hours. City of Fort Collins SECTION 01700 —CONTRACT CLOSEOUT Park Planning & Development Division Page 2 of 6 B. Record Drawings: Maintain a clean, undamaged set of blue or black line whiteprints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 5. Prior to Contract Closeout, obtain from the Owner a reproducible mylar copy of the Drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site. Label each sheet "Record Drawing." On the fast sheet, the Contractor or resident Superintendent shall execute the following statement: "Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the information presented here is true and accurate." Signed: Position: Date: C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Owner. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record Product Data to the Owner. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify Gty of Fort Collins SECTION 01700 —CONTRACT CLOSEOUT Park Planning & Development Division Page 3 of 6 miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Owner. F. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. —, Bind properly indexed data in individual, heavy-duty, 2-inch (51-min), 3-ring, vinyl -covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. _ 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. — 8. Fixture lamping schedule. 1.07 Warranties and Bonds -' A. Provide duplicate notarized copies. Maintain copies of all Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. - B. Submit material prior to final application for payment. For items of Work delayed materially beyond date of substantial completion, provide updated submittal within ten days after acceptance, listing date _ of acceptance as start of warranty period. 1.08 Final Payment A. At the end of maintenance period, submit written certification that Contract Documents Work has been reviewed and that Work is complete in accordance with Contract Documents and ready for Owner Representative's review. B. In addition to submittals required by the conditions of the Contract provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments and sum remaining due. C. Owner's Representative will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. D. Retainage will be held until advertisement for liens and encumbrances is completed. — PART 2 — PRODUCTS (Not Applicable) — PART 3 — EXECUTION 3.01 Closeout Procedures A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. — 6. Fuels. 7. Identification systems. 8. Control sequences. City of Fort Collins SECTION 01700 —CONTRACT CLOSEOUT Park Planning & Development Division Page 4 of 6 9. Hazards. 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 Final Cleaning A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. 1. Remove labels that are not permanent labels. 2. Clean transparent materials, including mirrors and glass in doors and windows. 3. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. 4. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. 5. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT Park Planning & Development Division Page 5 of 6 No Text SECTION 01800 — DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work lines, notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specification sections. The contractor shall refer to the technical specifications that apply to the individual components. GENERAL REQUIREMENTS Bid Item 1 - Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project, as well as the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. Payment for this item will follow in accordance with CDOT Standard Specifications for Road and Bridge Construction, Section 626. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Bid Item 2 -Surveying Contractor shall furnish a licensed surveyor for construction staking and to verify grades as stated in the specifications including, but not limited to, Section 01000, 1.16. Contractor shall submit a schedule of values for all surveying to be performed in accordance with the Drawings and Specifications prior to the preconstruction conference. Bid Item 3 -Traffic Control Contractor shall prepare and submit a traffic control plan per the specifications for review and approval prior to construction operations. Contractor shall also provide all necessary work area Traffic Control Devices in accordance with the Drawings and Specifications and current City Standards. RECORD DRAWINGS AND DRAINAGE CERTIFICATION Bid Item 4 - Record Drawings Grading and Drainaae Certificate Contractor shall provide Record Drawings of all areas of the site disturbed by construction activity, including all utility, irrigation and planting installations in accordance with Drawings and Specifications. Additionally, Record Drawings shall include all necessary information to validate that all finished surfaces and features have been installed within the tolerances of the Specifications, via as -built electronic survey data. The Record Drawings shall also verify the locations of all park site utilities and irrigation mainlines and laterals, via as -built electronic survey data. Contractor shall also provide a Drainage Certification for the project, signed and stamped by a Colorado Registered Professional Engineer in accordance with current City of Fort Collins Stormwater Standards. Bid price includes all labor, equipment, document preparation, printing and all incidental costs of whatsoever nature to yield results acceptable to the Engineer. DEMOLITION Bid Item 5 - Tree and Stump Removal Contractor shall remove Russian Olive trees and stumps as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 6 - Remove Curb and Gutter Contractor shall remove curb and gutter as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 7 - Remove Drain Pan Contractor shall remove drain pan as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 8 - Remove Irrigation Head Wall Contractor shall remove head wall as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 9 - Remove 27" ADS Pioe Contractor shall remove 27" ADS pipe as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 10 - Remove and Replace PVC Fence Contractor shall remove and replace white PVC fence as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Pagel of 7 Bid Item 11 - Remove Entrance Gates & Fencina — Contractor shall remove gates and fencing at the park entrance and salvage field gates as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. Bid Item 12 - Remove Sidewalk Contractor shall remove sidewalk as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. — EARTHWORK Bid Item 13 - Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications. These items are subject to City Stonnwater Inspection and approval. Bid item 14 - Topsoil Contractor shall remove, stockpile and replace topsoil (4" depth) from limits of grading. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. Bid Item 15 - Earthwork - Cut _ Contractor shall provide all labor and equipment for site earthwork including stockpiling; distributing; excavation; filling; rough grading; grading for pavement; core arealplaza; foundations and all related work as noted on the plans and specifications. Work shall be constructed with moisture and density contol and includes placement of fill at 95% of proctor density in all structural and paved areas and 90% of proctor density in -non-structural areas. -, Bid Item 18 - Earthwork - Haul and Dispose Contractor shall remove excess material from the site. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. HICKORY STEET IMPROVEMENTS Bid Item 17 - Vertical Curb and Gutter - Contractor shall provide all tabor, equipment and materials to construct vertical curb and gutter. The unit price bid for this^ Rem shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the curb and gutter, and all other related and necessary -. materials, work, and equipment required to construct the curb and gutter in accordance with the Drawings and Specifications. Bid Item 18 - Sidewalk Culvert Contractor shall provide all labor, equipment and materials to construct the sidewalk culvert. The unit price bid for this Rem shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course asrequiredunder the sidewalk culvert, and all other related and necessary materials, work, and equipment required to construct the sidewalk culvert in accordance with the Drawings and Specifications. Bid Item n - Asphalt Patching - [8" deep] The price bid for this item shall include all of the CONTRACTOR's costs of whatsoever nature including furnishing all labor, materials, equipment, pavement cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete in place and any other miscellaneous items and work shown or reasonably implied on the Drawings, in the Specifications and in current City asphalt patching standards for this work. UTILITIES Bid Item 20 - Connect to Exisfina Water Line Contractor shall provide all labor, equipment and materials for making connection to existing water main in accordance with the Drawings and Specifications. Bid Item 21 - 8" D.I.P. Contractor shall provide all labor, equipment and materials to install 8" D.I.P. in accordance with the Drawings and Specifications. Bid Item 22 - 8" Gate Valve Contractor shall provide all labor, equipment and materials to install 8" Gate Valve in accordance with the Drawings and Specifications. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid items Page2 of 7 Bid Item 23 - Miscellaneous 8" Fittings with Thrust Restraint Contractor shall provide all labor, equipment and materials to install all necessary miscellaneous 8" fittings with thrust restraint to complete in accordance with the Drawings and Specifications. Bid Item 24 - 3/4" Domestic Water Service Contractor shall provide all labor, equipment and materials to install 3/4" domestic water supply in accordance with the Drawings and Specifications. Work includes meter, backflow, curb stops inaccordance with the Drawings and Specifications. Bid Item 25 - Domestic Backup Service for Irrigation Contractor shall provide all labor, equipment and materials to install the 2" C-900 domestic back up service including 2" C- 900 pipe, manhole with 2" meter, 2" gate valve, 2" meter assembly, curb stopes and back flow assembly in accordance with the Drawings and Specifications. Bid Item 26 - Fire Hydrant Assembl Contractor shall provide all labor, equipment and materials to install fire hydrant assembly in accordance with the Drawings and Specifications. Bid Item 27 - Connect to exist. 12" Sanitary Sewer Main Contractor shall provide all labor, equipment and materials for making connection to existing 12" sanitary sewer main in accordance with the Drawings and Specifications. Bid Item 28 - 12" Sanitary Sewer Main Contractor shall provide all labor, equipment and materials to install 12" sanitary sewer main in accordance with the Drawings and Specifications. Bid Item 29 - Manholes Contractor shall provide all labor, equipment and materials to install manholes in accordance with the Drawings and Specifications. Bid Item 30 - 6" Sanitary Sewer Service Contractor shall provide all labor, equipment and materials to install 6" sanitary sewer service in accordance with the Drawings and Specifications. Bid Item 31 - 6" Sanitary Sewer Service - C-900 Contractor shall provide all labor, equipment and materials to install 6" sanitary sewer service C-900 in accordance with the Drawings and Specifications. Bid Item 32 - 4" Sanitary Sewer Cleanouts Contractor shall provide all labor, equipment and materials to install 4" sanitary sewer cleanouts in accordance with the Drawings and Specifications. Bid Item 33 - 2T RCP Class IV (CIP) Contractor shall provide all labor, equipment and materials to install 27" RCP Class IV (CIP) in accordance with the Drawings and Specifications. Bid Item 34 8" SDR 35 - Culverts Contractor shall provide all labor, equipment and materials to install 8" SDR 35 - Culvert in accordance with the Drawings and Specifications. Bid Item 35 - Class 6 Rip Rap - Buried Contractor shall provide all labor, equipment and materials to install Class 6 Rip Rap - Buried in accordance with the Drawings and Specifications. Bid Item 36 - Water Quality Spillway Structure Contractor shall provide all labor, equipment and materials to install water quality spillway structure in accordance with the Drawings and Specifications. Bid Item 37 - Electrical Service & Distribution Contractor shall provide all labor, equipment and materials to install electrical service & distribution in accordance with the Drawings and Specifications. Bid Item 38 - Pedestrian liaht Contractor shall provide all labor, equipment and materials to install pedestrian light in accordance with the Drawings and Specifications. City of Fort Collins - Park Planning Development Division Section 01800 - Definition of Bid Items Page3 of 7 ACCESS DRIVE AND PARKING LOT (45-51) _ Bid Item 39 - Vertical Curb and Gutter Contractor shall provide all labor, equipment and materials to construct vertical curb and gutter. The unit price bid for this item shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the curb and gutter, and all other related and necessary materials, work, and equipment required to construct the curb and gutter in accordance with the Drawings and Specifications. Bid Item 40 - Outfall Curb and Gutter Contractor shall provide all labor, equipment and materials to construct outfall curb and gutter. The unit price bid for this Rem shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the curb and gutter, and all other related and necessary materials, work, and equipment required to construct the curb and gutter, in accordance with the Drawings and Specifications. Bid Item 41 - Concrete Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 42 - ABC Class 6 The bid price for this item shall include supplying, placing, and compacting aggregate base course in accordance with the Drawings and Specifications or as otherwise directed by the ENGINEER. Measurement and payment for this item will be by the actual number of tons in place (by scale tickets), complete at proper moisture. Quantities will be adjusted accordingly if the moisture content is too high. The method to bring mixture to optimum moisture will not be measured or paid for separately, but shall be included in the unit price for this item. Bid Item 43 - HBP (Grading S The bid price for this item shall include all the CONTRACTOR'S costs of whatsoever nature including: furnishing all labor, materials, equipment, and any other incidentals to HBP in accordance with the Contract Documents and Specifications complete in place; haul from the suppliers source; placement of pavement to design dimensions; final subgrade preparation; placement; compaction, and any other miscellaneous items and work shown or reasonably implied on the Drawings and in the Specifications for this work. Bid Item 44 - ADA Accessible Ramps The price bid for this item shall include: Furnishing and placing the concrete (including colored concrete); forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; _ furnishing and compacting base course as required for preparation of astable subbase; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 45 - Striping Contractor shall provide all labor, equipment and materials for pavement markings and striping as shown on the plans and in accordance with City of Fort Collins standards. CORE AREA Bid Item 46 - Restroom Contractor shall construct the complete restroom including; excavation; backfill; utility connections; footings and foundations; concrete flatwork; electrical; receptacles; lighting; mechanical; plumbing; fixtures; drinking fountain; roofing; stucco finish; drains; doors and all related items in accordance with Drawings and Specifications . Bid price includes City Building Inspections, earthwork. and all related labor, equipment and materials for a complete item. (Note: Building permit fees to be paid by City) Bid Item 47 - Prefabricated Picnic Shefte Contractor shall fumish and install shelter including excavation; earthwork; footings and foundations; columns; electrical; receptacles; lighting; roofing; and all related items. Bid price includes all labor; equipment; material; City Building Inspections for a complete item. (Note: Building permit fees to be paid by City) City of Fort Collins Park planning Development Division Section 01800 - Definition of Bid items PaW of 7 Bid Item 48 - Seat Wall Contractor shall provide all labor, materials, and equipment to construct curved seat wall as shown on the drawings. Work includes earthwork, concrete footings, block,reinforcement and stucco finish. Bid Item 49 - Concrete Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, and all other related and necessary materials, work, -and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. (Note: Special control joint scoring will be required for this item in the Core Area in accordance with Drawings and Specifications). Bid Item 50 - Colored Concrete Flatwork Contractor shall provide all labor, equipment, sub -grade preparation, installation, concrete and earthwork to construct colored concrete flatwork for a complete item. The price bid shall also include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the flatwork areas, and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 51_ - Granite Boulders Contractor shall provide labor and equipment to transport and install boulders in shrub beds as shown on the drawings. Boulders will be made available by Parks Department, located at Gateway Mountain Park on Hwy. 14, 5 miles west of the intersection of Hwy. 287 and Hwy. 14. The price bid for this item shall include all of the CONTRACTOR's costs of whatsoever nature including loading, hauling, weighing, delivering, placing, and all other incidental items. All weights must be taken at a certified scale and all tickets must be submitted with progress payment requests. Bid Item 52 - River Rock Boulders Contractor shall provide all material, labor, and equipment to purchase, haul and install river boulders in the landscape as shown on the drawings. Bid Item 53 - Cobble Contractor shall provide labor and equipment to transport and install cobble in shrub beds as shown on the drawings. Cobble will be made available by Parks Department, located at Gateway Mountain Park on Hwy. 14, 5 miles west of the intersection of Hwy. 287 and Hwy. 14. The price bid for this item shall include all of the CONTRACTOR's costs of whatsoever nature including loading, hauling, weighing, delivering, placing, and all other incidental items. All weights must be taken at a certified scale and all tickets must be submitted with progress payment requests. Bid Item 54 - Site Furnishings Contractor shall provide all labor, material and equipment to install 2 picnic tables, 2 barbeque grills, 1 bike rack, 3 benches and 2 trash receptacles in accordance with Drawings and Specifications. PLAYGROUND Bid Item 55 - Retaining Walls Contractor shall provide all labor, materials, and equipment to construct curved retaining walls as shown on the drawings. Work includes minor earthwork, concrete footings, block, reinforcement and CDOT Class 2 finish. Bid Item 56 - Playground Curb Contractor shall provide all labor, material and equipment to construct the playground curb on both the large playground and smaller sand play area. Work includes earthwork, concrete, reinforcement and finishing for a complete item. Bid Item 57 - Extruded Concrete Edaina (6" x 4") Contractor shall provide all labor, material and equipment to construct extruded concrete edging in accordance with Drawings and Specifications. Bid Item 58 - Playground Ramos (3) Contractor shall provide all labor, equipment and materials to construct playground ramps in accordance with Drawings and Specifications. Bid Item 59 - Subdrains Contractor shall fumish and install sub -drains under playground as shown on drawings. City of Fort Collins _ Park Planning Development Division Section 01800 - Definition of Bid items Pages of 7 City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 4 BID #5818 SOFT GOLD PARK SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5818 Soft Gold Park OPENING DATE: November 19, 2003, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Included in this addendum are 5 revised plan sheets numbered as follows: U1, U2, U3, UD1, and UD2 If you have any questions please contact John Stephen, CPPO, Senior Buyer, at 970-221-6775. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 SECTION 00020 INVITATION TO BID Date: October 2, 2003 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 October 30, 2003, for the SOFT GOLD PARK; Bid No. 5818. If delivered, they are to be delivered to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for earthwork grading, regulated stormwater drainage improvements, installation of water, sewer and electrical utilities, restroom, picnic shelter, plaza, playground (including concrete curb, and safety surfacing), baseball field, dog park, bicycle course, parking lot, soil preparation and fine grading, irrigation, landscaping, boulders, site furnishings and miscellaneous items of work. 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 October 3, 2003. 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 twenty-five ($25.00) 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, 0878 Barrons Blvd., Highlands Ranch, Colorado 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 10:00 a.m. on October 15, 2003 at 215 North Mason, 2nd floor, Conference Room 2A. 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. Bid Item 60 - Granite Boulders Contractor shall provide labor and equipment to transport and install boulders in shrub beds as shown on the drawings. -, Boulders will be made available by Parks Department, located at Gateway Mountain Park on Hwy. 14, 5 miles west of the intersection of Hwy.'267 and Hwy. 14. The price bid for this item shall include all of the CONTRACTOR's costs of whatsoever nature including loading, hauling, weighing, delivering, placing, and all other incidental items. All weights must be taken at a certified scale and all tickets must be submitted with progress payment requests. Bid Item 61 - Flagstone in Shrub Beds _ Contractor shall provide material, labor and equipment to install flag stone in the playground as shown on the drawings. Bid Item 62 - Engineered Wood Safety Surfacing Includes all labor, materials, shipping; placement costs and all related work for the installation of engineered wood mulch safety surfacing throughout the playground. Item includes geotextile fabric installed under safety surfacing as shown on the drawings. Bid Item 63 - Sand Surfacing Includes all labor, materials, hauling, placement costs and all related work for the installation of sand surfacing in the.Tot Play Area. Item includes geotextile fabric installed under sand. — Bid Item 64 - Crusher Fines Contractor shall provide all labor, materials, and equipment to install crusher fines surface as shown on the drawings. SIDEWALKS AND PATHS Bid Item 65 - Concrete Sidewalks Contractor shall provide labor, equipment, sub -grade preparation, installation, concrete, earthwork and irrigation sleeves for a complete item in accordance with Drawings and Specifications. — Bid Item 66 .Crusher Fines Path Contractor shall provide labor, equipment, sub -grade preparation, installation, crusher fines and earthwork for a complete item. BICYCLE COURSE Bid Item 67 - Grading and Shaping _ Contractor shall provide labor and equipment to grade and shape the bicycle course in accordance with Drawings and Specifications. DOG PARK Bid Item 68 - Dog Park Contractor shall provide labor and equipment to build the dog park as per drawings and specifications. Item includes fencing, entry gates, field gate, and picnic table. BASEBALL FIELD Bid Item 69 - Baseball Field Contractor shall provide labor, equipment and materials for the construction of fencing, concrete bleacher pad w/ dugout, _ players benches, bleachers; bases, -pitching rubber and concrete mow strip in accordance with Drawings and Specifications. Bid Item 70 - Infield Mix Contractor shall provide material, labor and equipment to haul, place and grade infield mix in accordance with Drawings. IRRIGATION Bid Item 71 - Irrigation System Contractor shall install irrigation system per drawings and specifications. Bid amount includes all labor, equipment, material, trenching, electrical service connection, backfilling, compacting and all other related work in accordance with Drawings and Specifications. LANDSCAPING Bid Item 72 - Fine Grading Contractor shall provide labor and equipment necessary to fine grade the site for preparation and installation of Irrigation and planting. City of Fort Collins Park Planning Development Division Section 01800 - Definition of Bid Items Pages of 7 Bid Item 73 - Shade Trees Contractor shall provide all labor, plants, fertilizer, mulch, stakes and other items for the planting of deciduous shade trees in accordance with Drawings and Specifications. Bid Item 74 - Evergreen Trees Contractor shall provide all labor, plants, fertilizer, mulch, stakes and other items for the planting of evergreen trees in accordance with Drawings and Specifications. Bid Item 75 - Ornamental Trees Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch, stakes and other items for the planting of ornamental trees in accordance with Drawings and Specifications. Bid Item 76 - Shrubs - #5 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 77 - Shrubs - #1 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of shrubs in accordance with Drawings and Specifications. Bid Item 78 - Perennials Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of perennials in accordance with Drawings and Specifications. Bid Item 79 - Irrigated Seed Contractor shall provide all soil preparation, amendment, herbicide, fertilizer, seed, labor, equipment and maintenance to seed areas in accordance with Drawings and Specifications. Bid Item 80 - Non -Irrigated Seed Contractor shall provide all soil preparation (no amendment), herbicide, fertilizer, seed, labor, equipment and maintenance to seed areas in accordance with Drawings and Specifications. ALTERNATE BID ITEMS Alternate Bid Item 1 - Multi -Use Court Contractor shall provide all labor, material, and equipment to construct the multi -use court per drawings and specifications. Work includes earthwork, concrete, reinforcement, finishing, back stop curbing and walls, seat wail and painting lines for a complete item in accordance with Drawings and Specifications. Alternate Bid Item 2 - Lean-to Shelter at Dog Park Contractor shall furnish and install shelter per specifications and manufacturer's recommendations. Bid amount includes excavation; earthwork; footings and foundations; columns; roofing; and all related items. Bid amount includes all labor; equipment; material; City Building Code Inspections for a complete item in accordance with Drawings and Specifications. (Note: Building permit fees to be paid by City) Alternate Bid Item 3 - Fescue Sod Contractor shall provide all soil preparation, amendment,. herbicide, fertilizer, sod, labor, equipment and maintenance to sod areas in accordance with Drawings and Specifications. City of Fort Collins Park Planning Development Division section 01800 - Definition of Bid items Psge7 of 7 DMSION 2 SECTION 02220 - DEMOLITION PART 1 - GENERAL 1.01 Description of Work A. Demolition or salvage and removal of boulders (if found) for re -use in landscape; and remove fencing, other plant material, and debris or other items on the site necessary for the construction of the project. 1.02 Quality Assurance A. Standards listed hereunder and referenced elsewhere in these specifications shall become a part of this specification and are incorporated herein by reference. The latest edition, amendment or supplements thereto in effect thirty (30) days before date of invitation shall apply. 1. City of Fort Collins, Street Cut and Excavation Repair Standards 2. City of Fort Collins; Stormwater Drainage Design and Construction Standards PART 2 - MATERIALS - Not Used _ PART 3-EXECUTION 3.01 Inspection and Reviews A. Schedule site meeting with Owner's Representative to verify and mark limits of demolition. 3.02 Protection A. Refer to the General Requirements for site protection and temporary controls. B. Erect barriers and warning signs as necessary to prevent injury to the public and construction personnel. C. Protect features and areas not marked for demolition. Limit use of site to the delineated areas. D. Use of explosives is prohibited. 3.03 Demolition and Removal A. Items listed for salvage remain the property of the City. Items listed for demolition become the property of the Contractor. B. Remove from site items shown on demolition plan. -' C. Arrange for and pay costs associated with off site disposal 3.04 Hidden Conditions A. A hidden condition is any feature that could not be discovered or reasonably inferred from a careful inspection of the site prior to demolition. B. Promptly report hidden conditions to the Owner's Representative. C. Hidden conditions may cause damage to features that are to remain in a finished work if demolition operations continue. Stop demolition operations affected by hidden conditions until a determination is made by the Engineer. D. Hidden conditions may cause a change in contract time or price; refer to the General Conditions. END OF SECTION Uty of Fat Wins section 02M - Dwidition Park Planning & Deve"nwit DiNsion Page 1 of t .r SECTION 02221 —TRENCHING, BACKFILLING, AND COMPACTION PART 1 -GENERAL 1.01 Scope Furnish all labor, materials, and equipment, and perform all operations to complete trenching, including excavation, subgrade preparation, drainage, filter fabric installation, bedding, backfilling, compacting, and finish grading for underground pipelines, service lines, sleeving, and appurtenances as shown on the drawings and as specified herein. 1.02 Related Work A. Section 02200 — Earthwork and Grading. B. Section 02520 — Portland Cement Concrete Paving. C. Section 02600 — Domestic Water Supply. D. Section 02700 — Sanitary Sewerage Systems. E. Section 02810 — Irrigation. F. Section 16000 — General Electrical. 1.03 Protection A. Obtain utility locations before commencing work. Protect all existing underground utilities, above ground structures or plantings, or repair to original condition. PART 2 MATERIALS: 2.01 Trench Backfill Material A. Trench excavation or imported material free from frozen material, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and rocks or stones greater than 2 inches in any dimension. 2.02 Other A. Bedding, piping, filter fabric, and other materials specified on the drawings and in related sections. PART 3 EXECUTION 3.01 Preparation A. Remove and stockpile topsoil from areas to be disturbed by construction. Keep topsoil segregated from non -organic trench excavation materials and debris. 3.02 Trenching A. Excavate trenches by open cut methods. Segregate suitable backfill. Rough trench excavation will leave trench with uniform width and vertical sidewalls from an elevation one foot above the top of installed pipe to the bottom of pipe. City of Fort Collins Section 02221 — Trenching, Backfilling and Compacting Park Planning & Development Division Page 1 of 2 B. Minimum trench width will provide 6 inch space between pipe wall and side of trench. Maximum trench width will be shown on the drawings or in the appropriate pipeline section. If not specified elsewhere the maximum trench width is the pipe O.D. plus 20 inches. C. Grade trench bottom to provide uniform clearance for bedding material De -water trench. Remove loose material and foreign objects. When required, install filter fabric per manufacturer's specifications. D. Unstable subgrade is not expected. If unstable subgrade material is encountered, report the condition to the Owner. Remedy and payment for subgrade stabilization will be based on the actual conditions encountered. 3.03 Bedding A. Pipe will be bedded in accordance with the detailed drawings or the appropriate pipeline specification. 3.04 Backfilling and Compaction A. Backfill trench promptly after completion of pipe bedding. . B. Deposit material in uniform layers with thickness commensurate with the soil encountered and the compaction equipment used. C. Compaction requirements will be made at the moisture content and will meet the densities, by zone, specified in Section 02200 — Earthwork and Grading. D. Coordinate and schedule compaction tests. 3.05 Surface Restoration A. Restore pavements according to City of Fort Collins Standards. B. Restore landscaped areas according to Section 02900 — Landscaping. END OF SECTION City of Fort Collin Section 02221 — Trenching, Backfilling and Compacting Park Planning & Development Division Page 2 of 2 SECTION 02225 STRUCTURAL EXCAVATING, BACKFILLING AND COMPACTING FOR BUILDINGS PART GENERAL 1.01 WORK INCLUDED A. Excavating, backfilling, grading and compacting of site work related to building structures. B. Prepare subgrade for building slabs, sidewalks and other improvements. C. Shore and brace excavations as required. D. Dewater excavations as necessary. E. Finish grading and place topsoil adjacent to structures and other areas of the site disturbed by construction activities. F. Scarify and compact subgrade under asphalt and/or concrete paving. G. Related work specified elsewhere: 1. Applicable Sections of Division 1, General Requirements. 2. Section 02220, Earthwork and Grading. 3. Section 02221, Trenching, Backfilling and Compacting. 4. Applicable Division 2 Landscaping Sections. 5. Applicable Sections of Division 15, Mechanical, and Division 16, Electrical Specifications. 1.02 QUALITY CONTROL A. Soil Compaction Tests: 1. ASTM D698 or AASHTO T99: Standard Method of Test for Moisture Density Relations of Soils Using a 5.5 lb. Rammer and a 12 inch drop. a. Use method A, B, C or D, as appropriate, based on soil condition and judgement of the testing laboratory. b. Sample tests will be representative of materials to be placed. C. Determine and provide optimum density curve for each type of material encountered or utilized. d. Include Atterberg Limits, grain size determination and specific gravity. 2. ASTM D2049: Test for Relative Density of Cohesion less soils. B. Test Certificates: Submit test certificates to enable Architect/Engineer to determine compliance with the Specifications for imported materials from each proposed source of supplier. 1. Provide with this certificate a density test of a typical sample, in accordance with the following reference standards. a. ASTM D698 or AASHTO T99. b. ASTM D2049. 02225 - 1 0237.09 1.03 SITE CONDITIONS A. Site Information: Data on subsurface conditions as described in the Soils Report by Terracon dated January 16, 2003, is not intended as representation or warranty of accuracy or continuity between soil borings. Data is available for inspection at -the office of the Architect. The Owner will not be responsible for interpretations or conclusions drawn therefrom. 1. In the event alternate procedures are recommended in the Soils Report, request written authority from Architect/Engineer regarding which procedure to follow. — B. The Contractor shall examine the site and the record of investigations and then _ determine for himself the character of materials to be encountered. Should subsurface conditions normally considered foreign to the locality or different than disclosed in test — hole borings be encountered, the Contractor may be compensated for additional expenses resulting from such conditions. C. Known underground and surface utility lines are indicated on the Drawings. D. Underground Obstructions: 1. Underground obstructions known to Architect/Engineer are shown on Drawings. However, locations shown may prove inaccurate -and other obstructions not known to Architect/Engineer may be encountered. 2. Notify each utility owner and request utilities be field located by surface reference using flags at least 48 hours prior to trenching or excavation. — 3. Expose and verify size, location and elevation of underground utilities and other obstructions where conflicts might exist sufficiently in advance to permit changes in the event of conflict. — a. Notify Architect/Engineer in case of conflict. b. In case of conflict the proposed Work may be changed by the Archi- tect/Engineer. — 4. Maintain, protect and support by shoring, bracing or other means existing utilities and appurtenances. 5. If Contractor elects to remove underground obstructions, the following — conditions shall apply: a. Replace all other underground obstructions with new materials. ' b. Restore to original conditions or better. _ E. Classification of Excavated Material: Excavated materials will not be classified. Excavation includes the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition or condition thereof. Refer to paragraph 3.01.A. 1.04 PROTECTION A. Protect benchmarks and existing improvements to remain against damage from equipment and vehicular traffic. — B. Protect existing trees to remain as specified in Section 02122, Tree Protection. Take all necessary care to prevent compaction of existing soil within the drip line of existing - trees to remain. C. Verify all utilities with appropriate authorities before proceeding with work, in accordance with requirements of Division 1 General Requirements. Protect all utilities - that are to remain. D. Protect excavations by shoring or bracing as required to maintain banks of excavation in safe and stable condition and to protect adjacent existing and new construction. 02225 - 2 `� E. Provide suitable protection against bodily injury in accordance with applicable codes and governing authorities. F. Protect bottom of excavations and soil around and beneath foundations from frost. G. Notify Architect/Engineer of any unexpected subsurface conditions. Discontinue work in the area until Architect/Engineer provides notification to resume work. 1.05 INSPECTIONS AND TESTING A. Notify the Architect/Engineer at completion of each phase of excavation prior to placement of formwork, concrete appurtenances or other materials. Also notify the Architect/Engineer prior to placement of backfill of all foundations. Notification shall be at least 48 hours prior to proceeding with the next phase of work. B. Testing of compacted fill materials shall be performed by an independent testing laboratory submitted by the Contractor and approved by the Architect and Owner. Testing fees shall be paid in accordance with the General and Supplementary Conditions. 1. The Contractor will pay for costs of additional testing required due to improper performance of the work. C. Soils Engineer shall make an open -hole inspection of the excavation for each ,building prior to the placement of formwork, concrete appurtenances or other materials. Soils Engineer shall also inspect structural backfill for building foundations prior to forming of footings or grade beams, if not supported on undisturbed soil. D. When work of this Section or portions of work are completed, notify the testing laboratory to perform density test. Do not proceed with additional portions of work until results have been verified. E. Compaction Tests: 1. Concrete Flatwork: Tests of compacted backfill materials shall be taken at the rate of one (1) test for each 5,000 sq. ft., or portion thereof, of surface area for interior or exterior concrete slabs -on -grade, sidewalks, aprons, or other flatwork, unless otherwise modified by the Soils Report. 2. Foundation Walls: Tests of compacted backfill materials shall be taken at the rate of one (1) test for each 100 lin. ft., or portion thereof, of building perimeter for compaction adjacent to building foundation walls, unless otherwise modified by the Soils Report. 3. Retaining Walls: Refer to Section 02200. 4. Utility Trenches: Refer to Section 02221. F. If tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to the Owner. 1.06 WARRANTIES A. Maintain and repair backfill, fill compaction and embankment settlement and make necessary repairs to pavement, sidewalks or other structures which may be damaged as a result of settlement for a period of one (1) year after Substantial Completion and acceptance of the work. 02225 - 3 0237.09 PART 2 PRODUCTS 2.01 SELECTED FILL MATERIALS A. General: Use on -site or imported soil approved by the Soils Engineer for rough fill and for backfill against the outside of foundation walls except as specified below. Material shall be clean, compactible earth free of frozen material, debris, deleterious or organic substances or large rocks. B. Structural Fill: On -site natural soils, devoid of debris or imported granular materials approved by the Soils Engineer, mechanically compacted as specified below and -' extended to original undisturbed soil. Use under floor slabs and exterior concrete where _ approved on -site material is available or where shown on the. Drawings. 1. Material shall be uniformly graded of low permeability and a swell potential of less than 1 %. C. Imported Structural Fill: Where onsite material is expansive or otherwise unacceptable to the Soils Engineer for use as structural backfill, imported fill shall be Class 1 — structural backfill or Class 7 roadbase, conforming to Colorado Department of Transportation standards. D. Coarse Granular Fill: Clean, crushed, non -porous rock, crushed or uncrushed gravel graded from 3/8" to 1-1/2". E. Fine Granular Fill: • Natural or manufactured sand and pea gravel, clean and free of organic debris graded from 3/8" to No. 100 sieve. - F. Topsoil: Refer to landscaping sections of Division 2. Topsoil stripped and stockpiled on -site may be used if it meets the requirements of these Sections. G. Drainage Fill: Natural or crushed stone or gravel with 100% passing a 1 " sieve and not more than 5% passing a No. 4 sieve. 2.02 ACCESSORY MATERIALS A. Drainage Fabric: Mirafi 140 N filter fabric or equal. PART 3 EXECUTION 3.01 PREPARATION A. Classification of Excavation: The following definitions shall only apply when additional _ excavation is authorized by the Architect/Engineer and/or rock excavation is encountered. Do not proceed with the work until the material has been cross -sectioned and classified. 1. Earth Excavation: Removal and disposal of on -site soils and other materials indicated on the Drawings, and all other material as indicated by the subsurface - soil data and not classified as rock excavation. _ 2. Rock Excavation: Removal and disposal of materials that cannot be excavated without drilling, blasting or ripping, or boulders larger than 1 /2 cu. yd. in volume. - B. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of the Soils Investigation Report and this Section. If _ the foundation structure design shown on the Drawings and/or specified will not strictly conform to this requirement, advise Architect/Engineer before proceeding with work of this Section. _ 02225 - 4 0237.09 1. Ensure that modifications to the existing lawn irrigation system have been completed, or lines shut off or capped within the area of construction, prior to beginning work. C. Clear and strip surface vegetation, sod and organic topsoil for subgrades for areas within construction boundaries as shown on the Drawings or directed by the Architect/Engineer. The stripped topsoil shall be stored for later use in the site finish grading. Also refer to Section 02250. 1. Extent of Stripping: As required for new construction, as shown on the Drawings, or as directed by the Architect/Engineer. Topsoil shall not be stripped or existing vegetative cover disturbed in excess of these limits without written approval of the Architect/Engineer. D. Scarify subgrade where asphalt and/or concrete pavement is to be placed, to a depth of minimum 6" and compact to 95% SPD, ASTM D698-78 at 2% wet of optimum moisture content. E. Contractor shall take all necessary safety precautions to ensure the safety of all workers and the public in and around excavations, including shoring, bracing and barricades. F. Brace and properly support all structural elements, including foundation walls, grade beams, and pier caps prior to beginning and continuously during backfilling and compacting operations. G. Soils Engineer: The Soils Engineer shall inspect the natural soil at the bottom of excavations for structures, prior to forming or placing foundations. Provide Engineer with 48 hours notice (exclusive of weekends and holidays) when the areas are expected to be ready for such inspections. 1. Do not prepare subgrade or place concrete until such inspection has taken place (or waived by Engineer) and resulting recommendations of Engineer have been carried out. 3.02 ROUGH GRADING A. Rough grade site to required levels, profiles, contours and elevations ready for finish grading and surface treatment. Maintain the following: 1. Planting Areas: 6" below finished grade elevation. 2. Concrete Sidewalks: 4" below finished grade elevation, unless granular backfill is specified below walks. 3. Building Slabs: 8" minimum below finished slab elevation, or as required by the Soils Report for the slab thickness and thickness of granular backfill specified. B. Prior to placing fill material over undisturbed subsoil, scarify surface to depth of 6", bring to 2% wet of optimum moisture and compact as follows: 1. Adjacent to Building Foundations: Minimum 95% of Standard Proctor Density at 2% wet of optimum moisture content ASTM D698-78. 2. Pavement Areas: 95% of SPD at 2% wet of OMC, ASTM D698-78. 3. Planting Areas: 90% of SPD at 2% wet of OMC, ASTM D698-78. C. Place fill in lifts of 6" to 8" maximum loose layers, bring to 2% wet of OMC and compact each layer as specified above. D. Stockpile existing topsoil and fill materials removed from excavation for reuse in final grading. E. Contractor shall take special.care in rough grading and filling of site areas which can lead to non -uniform settling and compaction. 02225 - 5 0237.09 The Work is expected .to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for _ opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any — informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real — or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any. decision -making authority concerning such sale or any supervisory authority over the services _ to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By TJame B. O'Neill, II, CPPO, FNIGP �J Purchasing/Risk Management Director 3.03 EXCAVATION A. General: 1. Excavation consists of removal and disposal of material encountered when establishing grade elevations. 2. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of the Archi- tect/Engineer. Unauthorized excavation, as well as remedial work directed by the Architect/Engineer, shall be at the Contractor's expense. 3. Under footings, foundation walls, grade beams, retaining walls or other structural elements, fill unauthorized excavation by extending the indicated bottom elevation of the .footing or base to the excavation bottom without altering required top elevation. 4. Elsewhere, backfill and compact unauthorized excavations as specified in paragraph 3.02.C. B. Blasting: No blasting will be permitted as a part this Project without written authorization from the Owner's principal representative. C. Stability of Excavation: 1. Slope sides of excavations to comply with local codes and ordinances Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. 2. Ensure the stability of materials under foundation structures of existing buildings adjacent to new excavations. Shore and brace as required during excavation and maintain until new foundations or compacted backfill materials are in place. 3. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. 4. Verify that bottom of excavation for footings and foundations is on original undisturbed soil. If it is not, overexcavate and fill with approved structural fill material extending from original undisturbed soil to bottom of footings and foundations, compacting as specified in paragraph 3.06. D. Sheeting and Shoring: 1. Sheet, shore or brace banks and trenches not cut back to a stable slope as necessary to prevent sliding or caving to protect workmen and the work. 2. Design and build sheeting and shoring to withstand loads which might be caused by earth movement and pressure and to be rigid, maintaining its shape and position. 3. Support sheeting in excavation in a manner so as not to concentrate loads or horizontal thrusts on piping. Do not brace sheeting against the pipe. E. Dewatering: 1. Prevent surface water and subsurface ground water from flowing into _ excavations and from flooding project site and surrounding area. 2. Conduct dewatering operations in addition to good, positive drainage and eliminate standing water. Dewater excavations for concrete structures extending below ground water level by lowering and maintaining the water level beneath such excavations minimum 24". 3. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines and other dewatering system components necessary to convey water away from excavations. _ 02225 - 6 0237.09 4. Convey water removed from excavations and rainwater to collecting or run-off areas. Establish and maintain temporary drainage ditches and other diversions outside excavation limits for each structure. Do not use trench excavations as temporary drainage ditches. 5. Keep excavations dry during subgrade preparation and continuously thereafter until the structure is built to the extent that no damage from hydrostatic pressure, floatation or other cause will result. F. Material Storage: 1. Stockpile satisfactory excavated materials and topsoil until required for backfilling. Place, grade and shape stockpiles for proper drainage. 2. Locate and retain soil materials away from edge of excavations. 3. Stockpile materials away from sidewalks, streets, alleys and other public areas that are to remain accessible during construction. Maintain site access as required for workers and the Owner. 4. Dispose of excess soil materials and waste materials as specified in paragraph 3.08. G. Excavation for Trenches: Refer to Section 02221, Trenching, Backfilling and Compacting. H. Weather Protection: 1. Protect excavation bottoms against freezing when atmospheric temperature is less than 35° F. _ 2. Do not backfill or construct fills or embankments during freezing weather. 3. Do not place backfill on frozen surfaces. 4. Do not place frozen materials, snow or ice in backfill, fill or embankment. 5. Do not deposit, stamp, roll or otherwise mechanically compact backfill in water. 3.04 EXCAVATION FOR STRUCTURES A. Conform to elevations and dimensions shown within a tolerance of +/- 0.10' and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, other construction and inspection. B. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive concrete. " C. Verify that bottom of excavation for footings and foundations is on original undisturbed soil. If it is not, overexcavate and fill with approved structural fill material extending from original undisturbed soil to bottom of footings and foundations, compacting as specified in the Soils Report. . D. Do not interfere with normal 45' bearing splay of any foundation. 3.05 BACKFILLING A. Do not start backfilling until services and dampproofing or waterproofing systems have been inspected. B. Ensure areas to be backfilled are free from debris, snow, ice and water and that ground surfaces are not in a frozen condition. C. Do not backfill over existing subgrade surfaces which are porous, wet or spongy. D. Compact existing subgrade surfaces if densities are not equal to that required for backfill materials. 02225 - 7 0237.09 E. Cut out soft areas of existing: subgrade, backfill with subsoil and compact to required density. F. Backfill areas to grades, contours, levels and elevations. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. G. Place and compact fill materials in continuous layers not exceeding 8" loose depth. Use a method so as not to disturb or damage building drainage system. H. Where imbalanced pressures will develop on foundation walls in basement or crawlspace situations, ensure that floor framing and decking is in place prior to backfilling. I. Where temporary unbalanced pressures are liable to develop on walls before floor slabs are placed, erect.necessary shoring to counteract imbalance and leave in place until their removal is approved by. Architect/Engineer. J. Maintain 2% wet of OMC of backfill materials to attain required compaction density. K. Backfill simultaneously on each side of foundation walls to, equalize soil pressures. L. Utility Trench Backfill: Refer to Section 02221, Trenching, Backfilling and Compacting. M. Building Slab Backfill: Verify removal of existing material below slabs -on -grade, as specified in paragraph 3.02 above. 3.06 FILL TYPES AND COMPACTION - A. Structural Backfill below Footings and Foundations: On -site natural soils, devoid of debris, or imported, non -expansive granular materials approved by Soils Engineer, mechanically compacted to a minimum of 98% of SPD. B. Building Slabs: On -site natural soils or select granular non -expansive materials approved by the Soils Engineer to underside of stabilizing base course, mechanically compacted to a minimum of 95% of SPD. C. Backfill Around Structures: Mechanically compact to a minimum of 95% of SPD. D. Sidewalks: Subsoil or approved fill to underside of stabilizing base course. Compact each layer of fill material at 2% wet of OMC to a minimum 95% of SPD per ASTM D698-78. E. Landscaped Areas: Subsoil to top of subgrade elevation, compacted to 90% of SPD. F. Compaction Equipment: Use compaction equipment suitable for the types of soils and materials being compacted. 1. Sheepfoot Roller: If used provide with cleaner bars attached as to prevent the accumulation of materials between the tamper feet. 2. Rollers: Use rollers so .designed that the effective weight can be increased as required to obtain specified compaction. 3. Vibrating plate compactors. G. Ponding or flooding is not allowed for any compaction. 3.07 FINISH GRADING A. Rough grade subsoil systematically to allow for a maximum amount of natural settlement and compaction. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc. in excess of 3" in size. Remove subsoil which has been contaminated with petroleum products. B. Bring subsoil to required levels, profiles and contours. Make changes in grade gradually and blend slopes into existing areas. Maintain tolerance within .10' of required subgrade, except under building slabs where final grades shall be within 1 /2" of required elevation.. 02225 - 8 0237.09 C. Slope finish grade away from building minimum 5% for the first 10', unless indicated otherwise on the Drawings. D. Scarify subgrade to a depth of 6" where topsoil is to be placed and compact as specified. Provide depth allowances for topsoil placement. E. Place and shape subgrade for landscape berms and other artificially created earthen features as shown on. the Drawings. 3.08 PLACING TOPSOIL A. General: Spreading of topsoil shall be the responsibility of this Section, unless arranged for otherwise. B. Place and spread topsoil with minimum depth of 6", using suitable stockpiled, on -site material, supplemented with imported material as required. C. Use topsoil in relatively dry state. Place during dry weather. D. Fine grade topsoil to within 1 " of finish contours unless otherwise required for areas receiving sod, mulch or other landscape treatment, eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles and contours of subgrades to tie new work into existing. E. Remove stones, roots, grass, weeds, debris and other foreign materials while spreading. F. Manually spread topsoil around trees, plants and buildings to prevent compaction and damage which may be caused by grading equipment. G. Do not change elevation of finish grade around existing trees to remain more than 6" without specific approval of the Architect. H. Lightly compact placed topsoil and leave prepared for soil preparation and landscaping specified in other Sections of Division 2. 3.09 FIELD QUALITY CONTROL A. Field Compaction Control: Field tests shall be conducted to determine compliance of compaction methods with specified density in accordance with: 1. ASTM D2922 (AASHTO T238): Tests for Density of Soil and Soil - Aggregate In -Place by Nuclear Methods, or, 2. ASTM D1556 (AASHTO T191): Tests for Density of Soil In -Place by the Sand Cone Method. 3. ASTM D2167 (AASHTO T205): Tests for Density of Soil In -Place by Rubber - Balloon Method. B. Compaction shall be to the minimum densities specified in paragraph 3.06 above. C. Moisture Content: Compact soils within +/- 2% of optimum moisture. Add water, harrow, disc, blade or otherwise work material as required to insure uniform moisture content and adequate protection. 3.10 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. Repair and reestablish grades in settled, eroded and rutted areas to specified tolerances until Substantial Completion and acceptance of the work of this Section by the Owner. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, or where topsoil has been compacted in excess of the specified limits, scarify surface, reshape and compact to required density prior to further construction. 02225 - 9 0237.09 3.11 DISPOSAL OF EXCESS AND WASTE MATERIALS A. Remove and dispose of debris and excess materials off of Owner's property. B. Remove and waste excess materials on site, as shown on the Drawings or directed by the Owner. END OF SECTION 02225 - 10 0237.09 DMSION 2 SECTION 02230 — CLEARING AND GRUBBING PART 1 — GENERAL 1.01 Description of work A. This work shall consist of clearing, grubbing, removing, and disposing of all vegetation and debris within the limits of the project and such other areas as may be SHOWN ON THE DRAWINGS. This work shall also include preservation of vegetation and objects designated to remain from injury or defacement. B. The Contractor shall be responsible for the procurement of all applicable licenses, permits, and fees related to Forestry work in the City of Fort Collins as required for the specified work. PART 2 - MATERIALS - Not used PART 3 - EXECUTION 3.01 Protection of Existing Improvements A. Provide protection necessary to prevent damage to existing improvements indicated to remain in place. B. Protect improvements on adjoining properties and on City's property. C. Restore damaged improvements to their original condition, acceptable to parties having jurisdiction. D. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction material or excavated material within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. E. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during course of construction operations. F. Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat cut faces with emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. G. Repair or replace trees and vegetation indicated to remain which are damaged by construction operations, in a manner acceptable to parties having jurisdiction. Employ qualified tree surgeon to repair damages to trees and shrubs. Replace trees which cannot be repaired and restored to full growth status, as determined by the City. 3.02 Site Clearing A. Site clearing consists of removing and properly disposing of ground vegetation, shrubs, bushes, downed trees, and debris within the project area. B. Branches on remaining trees and bushes in the way of construction shall be trimmed outside the collar and branch bark ridge of the limb. C. Cultured shrubs, bushes, and other vegetation to remain shall be protected. D. Use only hand methods for grubbing inside drip line of trees indicated to be left standing. City of Fort Collins Section 02230 - Clearing and Grubbing Park Planning & Development Division Page 1 of 2 E. Fill depressions caused by clearing and grabbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. F. Place fill material in horizontal layers not exceeding 12" loose depth, and thoroughly compact to a density equal to adjacent ground. 3.03 Individual Stump Removal A. Removal of stumps will require the removal of all roots over three inches in diameter to a minimum depth of six inches below subgrade. Roots over three inches in diameter protruding from'an excavated slope shall be cut flush with the excavated slope surface. 3.04 Disposal A. Disposal of clearing debris, waste materials and' unsuitable or excess topsoil shall be off site at an area provided by the Contractor, at Contractor's expense, unless otherwise SHOWN ON THE DRAWINGS. B. Burning of debris on City property is not allowed. C. Remove debris from site in a timely manner. . END OF SECTION City of Fort Collins Section 02230 - Clearing and Grubbing Park Planning & Development Division Page 2 of 2 DMSION 2 SECTION 02240 — TREE REMOVAL PART 1 — GENERAL 1.01 Description of Work A. Individual trees to be removed SHALL BE SHOWN ON THE DRAWINGS. 1.02 Quality Standards A. If you do not currently have a Fort Collins Arborist License, submit three references with the bid. You must obtain a license from the City Forester to be qualified to bid on this job. B. The contractor must have at lease three (3) years of experience removing trees larger than 20 inches in diameter, or have successfully completed a job similar to this bid in size and condition in the past three (3) years. C. The City Forester can further examine a contractor's qualifications through a "PRE -AWARD SURVEY". D. The contractor can dispose of or use brush and logs in any acceptable manner except brush or logs of the elm genus (Ulmus) which must be hauled to the County Landfill. Log size material for species other than Ulmus, can be deposited at the City Forestry woodpile at the Hoffman site arranged by the Assistant City Forester. E. Provide the assistant City Forester with a schedule and timetable of all work. The contractor is expected to fully cooperate and coordinate all work activities with the residents and owners of the adjacent properties. Failure to do so shall be grounds for termination of the contract. PART 2 - MATERIALS — Not used PART 3 — EXECUTION 3.01 Standards for Workmanship A. Authorized work in this job neither expresses nor implies a right to violate any law of the land while in process of performing such work. B. All such work shall be conducted in a manner as to cause the least possible interference with, or annoyance to others. C. Inadequately or improperly trained personnel shall not be utilized for work on or with trees or shrubs beyond their known capacity or ability to perform properly or safely. D. A qualified supervisor shall be present at all times when work is being performed except that he may be absent for short periods during the day when necessary because of emergencies or other urgent matters. E. Any injury to persons or damages to any improvement, tree, shrub, or structure while working on this job shall be promptly reported to the Assistant City Forester. F. Any use of tools or equipment in unsafe conditions or any application of techniques or methods deemed unsafe to life, limb or property is forbidden. G. Pedestrians and vehicular traffic shall be allowed to pass through the work areas only under conditions of safety and with as little inconvenience and delay as possible. City of Fort Collins Section 02240 — Tree Removal, Park Planning & Development Division Page 1 of 2 H. Adequate barricades and warning devices shall be placed and flagpersons shall be stationed as necessary for the safety of persons and vehicles. I. Qualified street and sidewalk warning devices shal be in position as required at all time while work on this job is being performed. J. Whenever electric or telephone lines, gas lines; water lines, or other improvements, public or private, will be implicated or jeopardized by any authorized tree or shrub activity and all requested precautions by any such authority shall be complied with. K. It shall be unlawful for any person to engage in the business of planting, cutting, trimming, pruning, removing, spraying, or otherwise treating trees, shrubs, or vines within the City without first procuring a license therefore from the City. L. All motor vehicles and other major equipment or any licensed person used in conducting the licensed business shall be clearly identified with the name of the licensee. 3.02 Standards of Workmanship for Tree Removal A. Cleanup of branches, logs or any other debris resulting from any tree removal shall be promptly and properly accomplished. The work area shall be kept safe at all times until the cleanup operation is completed. Under no circumstances shall the accumulation of brush, limbs, logs, or other debris be allowed in such a manner as to result in a hazard B. The use of climbing spurs or spike shoes in the act of trimming the tree are prohibited, but are permitted for removal. C. Under no condition shall it be considered proper to leave any severed or partially cut limbs in the upper portion of any tree being worked on after the tree workers leave the scene of operation. D. Whenever large tree sections are being cut in a treetop which may endanger people or property, such materials shall be secured by ropes and lowered safely in a controlled manner. E. Stump removal is required as part of the work. Grind stumps to 12-14 inches below finish grade. Woody debris shall be removed from site and disposed of. F. At least one responsible tree worker shall serve to coordinate safe operations on the ground at all times when work operations are in progress. G. The contractor is responsible for providing all necessary traffic control to assure the safety of motorists, pedestrians, and bicyclists. The traffic control shall be provided by and maintained by an ATSSA certified Traffic Control Supervisor, TCS. All traffic control devices shall meet or exceed the minimum standards set forth in the Manual of Uniform Traffic Control Devices, MUTCD. The contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted 72 hours prior to starting tree operations and prior to any modification to the traffic control plan. If the plan is not submitted and approved, or if the traffic control devices are not provided according to the plan, the project will be shut down immediately until the situation can be corrected. Flaggers must be used to close the street and for on lane traffic operation. The flaggers must be certified and under the supervision of a certified TCS. H. Sidewalks must be properly barricaded to protect pedestrians during actual removal operations. END OF SECTION City of Fort Collins Section 02240 —Tree Removal Park Planning & Development Division Page 2 of 2 SECTION 02250 — TOPSOIL PART 1 —GENERAL 1.01 Scope A. This work shall consist of excavating, stockpiling, and placing topsoil on the project site( and/or furnishing, hauling, and stockpiling) and placing topsoil from approved sources. This work shall also include preservation of vegetation and objects designated to remain from injury or defacement. PART 2 — MATERIALS 2.01 Topsoil A. Topsoil shall consist of the organic growing layer of soil which is reasonable free of admixtures of subsoil, refuse, stumps, roots, rocks, brush, weeds, heavy clay, hard clods, toxic substances or other material which would be detrimental to proper development of vegetative growth. PART 3 — EXECUTION 3.01 Protection of Existing Improvements A. Provide protection necessary to prevent damage to existing improvements indicated to reaming in place. B. Protect improvements on adjoining properties and on City's property C. Restore damaged improvements to their original condition, acceptable to parities having jurisdiction. D. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting, breaking, or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction materials or excavated material within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. E. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during the course of construction operations. F. Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat cut faces with an emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. G. Repair or replace trees and vegetation indicated to remain which are damaged by construction operations, in a manner acceptable to parties having jurisdiction. Employ qualified tree surgeon to repair damages to trees and shrubs. Replace trees which cannot by repaired and restored to full growth status, as determined by the City. 3.02 Construction Requirements A. Materials selected for topsoil shall be excavated and stockpiled (and/or furnished, hauled, and stockpiled) and placed at the site and graded SHALL BE SHOWN ON THE DRAWINGS. Topsoil shall be placed directly upon constructed cut and fill slopes without the use of stockpiles whenever conditions and the progress or work will permit. City of Fort Collins Section 02250 — Topsoil Park Planning & Development Division Page 1 of 2 Important Notice: Registration: The City of Fort Collins Purchasing Division has implemented an on-line vendor registration system. This system allows vendors to register, view and update their business information and commodities. In the future, vendors will also be able to receive Requests for Proposals (RFP's) through the on-line system. All vendors doing business with the City of Fort Collins are requested to register. The vendor registration system is accessible through the City of Fort Collins Purchasing Department internet webpage at www.fcqov.com/purchasing. vendor registration form is located by clicking //secure2.kgov.com/bso/login isp the printable instruction pages link. If you have any difficulty completing the registration process, please call the Purchasing Division at (970)221-6775 for assistance. B. Strip topsoil to whatever depths encountered in a manner to prevent intermingling with underlying subsoil or other objectionable material. C. Limit stripping to area SHOWN ON THE DRAWINGS; or as to as small an area as practical within the right-of-way or limits of construction. D. Remove heavy growths of grass from areas before stripping. ^ E. Where trees or bushes are indicated to be left standing, stop topsoil stripping a sufficient distance form the trees or bushes to prevent damage to main root system. F. Stockpile topsoil in storage areas designated or agreed to prior to starting work. Construct storage piles to freely drain surface water. Cover storage piles if required to prevent wind-blown dust. Maintain topsoil free from contamination. G. The area where topsoil shall be removed are: —' 1. Where final contours on the drawings indicate excavation or filing. 2. Under all asphalt parking and drive areas. 3. Under all walkways. 4. Under all graveled driveways and storage areas. 5. Under all new building sites. ^ H. Topsoil shall be placed and graded AS SHOWN ON THE DRAWINGS. Placement shall not impede drainage patterns. Topsoil shall not be placed until the areas to be covered have been properly prepared and grading operations in the area have been completed. END OF SECTION City of Fort Collins Section 02250 —Topsoil Park Planning & Development Division Page 2 of 2 SECTION 02300 — CULVERTS PART 1-GENERAL 1.01 Scope of work A. This work shall consist of furnishing and installing, or installing only, pipe appurtenances, including all bedding and backfilling required to complete the work. The current issue of "Storm Drainage Design Criteria and Construction Standards" City of Fort Collins is made a portion of this specification by reference. PART 2 - MATERIALS 2.01 Standards A. Materials shall meet the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" or AS SHOWN ON THE DRAWINGS. 2.02 Certification A. Submit manufacturer's certification that products meet requirements of the, referenced standards and drawings. 2.03 Shop Drawings A. Submit shop drawings on materials specified according to requirements of the Shop Drawing section of the Contract Documents. PART 3 - EXECUTION 3.01 Standards A. Construction requirements shall be in accordance with the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" document and AS SHOWN ON THE DRAWNGS. END OF SECTION City of Fort Collins Section 02300 — Culverts Parks Planning & Development Division Page 1 of 1 SECTION 02304 — AGGREGATE BASE COURSE PART 1 — GENERAL 1.1 Description of work A. The current edition of the Colorado Department of Transportation Standard Specification Booklet is referenced into these specifications. 7-AlAWAS NWT11-1101z&? A. Subsection 304.01 is revised to include the following: This work shall consist of placing Aggregate Base (Class 5) over previously prepared subgrade approved by the Engineer. Aggregate Base will be used as fill under the curb, gutter, and sidewalks if there is not any acceptable material onsite. 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 Aggregate Base shall be 0.12. B. Subsection 304.07 is revised to include the following: Aggregate Base Course will be measured by the ton at proper moisture. Quality will be adjusted accordingly if moisture is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured paid for separately, but shall be included in the price for Aggregate Base. C. Subsection 304/08 is revised to include the following: The accepted qualities of Aggregate Base Course will be paid for at the contract price per ton. D. Payment will be made under: Pay Item Pay Unit 304-01 A.B.C.(C-5) Tons The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in placing Aggregate Base Course including haul and water, complete -in -place, as shown on the plans, as specified in the specifications, and as directed by the Engineer. END OF SECTION City of Fort Collins Section 02304 - Aggregate Base Course Park Planning & Development Division Page 1 of 1 DIVISION 2 SECTION 02305 - MOBILIZATION PART 1-GENERAL 1.01 Work Included A. Prepare the site for construction. B. Move in and move out personnel and equipment. C. Set up and remove temporary offices, buildings, facilities and utilities. 1.02 Site Conditions A. The City has provided the right-of-way, easement or project site for all permanent access or permanent construction for the project. Any additional access, access right-of-way, construction areas, or additional needed land which may be involved in the construction of this project shall be the responsibility of the Contractor. B. The land owned by the City may be used as site headquarters, storage yard, or base of operations provided that the use of said land meets with all of the requirements and restrictions imposed by the City at the time of usage. 1.03 Site Preparation for Contractor Occupancy A. The Contractor shall provide all temporary facilities as required for performing the work. The Contractor shall secure and maintain proper storage areas for equipment and materials in locations she/he may deem necessary for the proper execution of the job as approved by the City Representative. No storage yard or project headquarters site may be utilized in conflict with objections from the adjacent property owners unless the Contractor obtains from the City specific written permission for such objectionable use. No objectionable material will be allowed to blow from, wash off or drain off of any storage yard on to adjacent property. B. The Contractor shall maintain all storage yards in as neat and orderly a manner as possible, allowing no accumulation of waste materials or disposal piles. The Contractor may construct a temporary security fence for the protection of materials, tools, and equipment. The fence shall be maintained during the construction period. Upon completion of work, the security fence shall be removed from the site. The Contractor shall provide adequate parking facilities within the designated area for personnel working on the project. C. The Contractor shall obtain the necessary permits for connection to necessary services provided by utility companies serving the project area. D. Materials, equipment, and work required for temporary storm water management during the construction period shall be provided by the Contractor as required to ensure public safety and to protect the work in progress and materials stored on site. 1.04 Damage or Use -Fee Claims A. Any damage or use -fee claims filed against the Contractor may become a part of the final settlement of this project and may be cause for delay of final acceptance or delay of final payment. City of Fort Collins Section 02305 — Mobilization Park Planning and Development Division Page 1 of 2 PART 2 - NOT USED PART 3 - EXECUTION 3.01 Obstructions A. The location of some utilities and obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their proposals. The removal and replacement of minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall be anticipated and accomplished, even though not shown or specifically mentioned. Major obstructions encountered that are not shown on the Contract Drawings or could not have been foreseen by visual inspection of the site prior to bidding should immediately be brought to the attention of the City Representative. The City Representative will make a determination for proceeding with the work. If the City Representative finds that the obstruction adversely affects the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with the General Conditions. 3.02 Demolition A. Any pipes or existing structures encountered during construction shall be preserved until accepted for removal by the City Representative. The Contractor shall be required to repair pipes or structures in use that are damaged during construction at no cost to the City. The removal of abandoned pipes shall be reviewed by the City Representative. 3.03 Removal and Salvage of Materials A. The Contractor shall carefully remove materials specified to be reused or salvaged so as not to damage the material. Reuse by the Contractor of salvaged material will not be permitted, except as specifically shown or specified herein. Existing materials to be removed or replaced and not specifically designated for salvage shall become the property of the Contractor. Provide and maintain dust tight temporary partitions, bulkheads, or other protective devices during the construction to permit normal operation of the existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. END OF SECTION City of Fort Collins Section 02306 - Mobilbadon Park Planning and Development Division Page 2 of 2 SECTION 02306 — RECONDITION SUBGRADE PART 1 —GENERAL 1.01 Scope A. This work shall consist of blading, shaping, wetting, and compacting the subgrade with moisture density. control, in accordance with these specifications, at locations and in reasonably close conformity with the details shown on the plans or as staked. PART 2 — MATERIALS — Not used PART 3 — EXECUTION 3.01 Construction Requirements A. The top 6 inches of the entire subgrade, UNLESS OTHERWISE SHOWN ON THE DRAWINGS shall be reconditioned by scarifying, blading, and rolling. Sufficient water shall be added to meet the density requirements as specified on the plans. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested prior to the application of any base course material. Where bituminous surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than .04 foot. All defective work shall be corrected as directed. The surface shall be satisfactorily maintained until base course has been placed. B. Compaction shall be 95% of ASTM D698 UNLESS OTHERWISE SHOWN ON DRAWINGS. END OF SECTION City of Fort Collins Section 02306 — Recondition Subgrade Park Planning & Development Division Page 1 of 1 DMSION 2 SECTION 02310 -EARTHWORK AND GRADING PART 1— GENERAL 1.01 Section Includes A. Stockpiling of topsoil B. Grading to contours within specified tolerances, cutting, and filling. C. Establishment of subgrades, compacting, and preparing the site for paving and vegetation. D. Erosion control measures E. The Contractor shall perform all excavation regardless of the type, nature, or condition of material encountered, as specified or required in order to accomplish the construction. 1.02 Related Sections A. Section 01025 —Measurement and Payment: requirements applicable to unit prices for the work of this section. B. Section 01400 —Testing Laboratory Services: testing compaction of earth fill areas. C. Section 02110 —Site Clearing: stripping and stockpiling topsoil. 1.03 Unit Price Measurement and Payment A. Topsoil: by the percent complete as determined by the schedule of values. Includes removing, stockpiling, and redistributing topsoil. B. Subsoil: by the percent complete as determined by completed progress topographic surveys. C. Erosion control: by the percent complete. 1.04 Project Record Documents A. Submit under provisions of Section 01700. B. Accurately record actual location of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. C. Accurately document finished grades and other information for use in preparing the City of Fort Collins Drainage Certification. 1.05 Quality Assurance A. Reference standards listed hereunder and referenced elsewhere in these specifications shall become a part of this specification and are incorporated herein by reference. The latest edition, amendment or supplement thereto in effect thirty days (30) before the date of bid invitation shall apply. 1. American Association of State Highway and Transportation Officials (AASHTO). City of Fat Collins —Soft Gold Park Section 02310 — Earthwork and Grading Park Plan *V & leve"xnenl INAsion Page 1 of a 2. American Society of Testing and Materials (ASTM). 1.06 Submittals A. Submit reports of testing service: Contractor shall provide soil testing service for quality control testing of soil compaction during earthwork operations, as required under City rules and regulations. Contractor will coordinate schedules with the Engineer in order to allow for adequate time to conduct tests. B. Testing Methods and Frequency Testing shall be done with the following methods and frequency: Item AASHTO ASTM Sampling T 87 D 420 Soil Classification M 145 D 3282 Moisture -Density (Proctor) T 99 D 698 T 180 D 1557 Density (Nuclear) T 238 D 2922 Moisture Content (Nuclear) T 239 D 3017 1.07 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.08 Site Conditions A. A geotechnical investigation may have been performed for the City in order to obtain relative data concerning the character of material in and upon which the project is to be built. If an investigation has been performed, the information will be available to the Contractor for information purposes only, and is not to be considered a part of the Contract Documents. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the project. B. The locations of existing utilities are shown in an approximate way only and not all utilities may be shown. The Contractor shall determine the exact location of all existing utilities prior to commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the Contractor shall advise the City within thirty (30) minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respective services and facilities in operation to the satisfaction of the respective owners. The City reserves the right to perform any and all work required should the Contractor fail to cooperate with the respective companies, and back charge the Contractor for any and all expenses. City of Fort Collins — Soft Gold Park Section 02310 — Earthwork and Grading Pads Planning & Deve4ment DMsion Page 2 of 8 2. American Society of Testing and Materials (ASTM). 1.06 Submittals A. Submit reports of testing service: Contractor shall provide soil testing service for quality control testing of soil compaction during earthwork operations, as required under City rules and regulations. Contractor will coordinate schedules with the Engineer in order to allow for adequate time to conduct tests. B. Testing Methods and Frequency Testing shall be done with the following methods and frequency: Item Sampling Soil Classification Moisture -Density (Proctor) Density (Nuclear) Moisture Content (Nuclear) 1.07 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.08 Site Conditions AASHTO ASTM T 87 D 420 M 145 D 3282 T 99 D 698 T 180 _ D 1557 T 238 D 2922 T 239 D 3017 A. A geotechnical investigation may have been performed for the City in order to obtain relative data concerning the character of material in and upon which the project is to be built. If an investigation has been performed, the information will be available to the Contractor for information purposes only, and is not to be considered a part of the Contract Documents. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the project. B. The locations of existing utilities are shown in an approximate way only and not all utilities may be shown. The Contractor shall determine the exact location of all existing utilities prior to commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the Contractor shall advise the City within thirty (30) minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respective services and facilities in operation to the satisfaction of the respective owners. The City reserves the right to perform any and all work required should the Contractor fail to cooperate with the respective companies, and back charge the Contractor for any and all expenses. Cdy of Fort Collins - Soft Gold Park Section 02310 — Earthwork and Grading Park Planning & Develotxnent t3vislon Page 2 of 8 D. The Contractor shall provide barricades and signs in accordance with the Uniform Manual of Traffic Control Devices where applicable. The Contractor shall maintain all devices in a working manner. E. Limit of Operations: 1. The Contractor will limit his operations to only those areas identified on the drawings. If the remaining area of the site is disturbed, in the opinion of the Owner, the Contractor will repair and re -seed the disturbed area. All costs of this work will be borne solely by the Contractor. 2. If unauthorized over -excavation occurs, the Contractor shall be responsible for the repair of the area, backfilling with approved material, and compacting to the specified density. F. Drainage: Maintain the excavations and site free from water throughout the course of the project. G. Interruption of Service: 1. Coordinate interruption of utility services with the Owner and the utility operator. Make connections to the existing system requiring the service interruption during the time designated by the Owner (weekends, nights, holidays). 2. Obtain permission to cut and replace existing service lines. Notify affected users two hours in advance of interruption and restore service within four hours after interruption. Repair damage at no additional cost to the Owner. 3. Operate valves or other controls on the existing system only after obtaining Owner approval. H. Limit of Operations: 1. The Contractor will limit his operations to only those areas identified on the drawings. If any other areas are disturbed in the Owner's opinion, the Contractor will repair and re -plant or re- seed disturbance at the Contractor's expense. 2. If unauthorized over -excavation occurs, the Contractor is responsible for the repair of the area, backfilling with approved material, and compacting to the specified density. I. Erosion Control: The Contractor will follow the requirements of the Erosion Control Plan. The Contractor's earthwork schedule is to be identified and submitted on the schedule required by the General Conditions of the Contract. The Contractor will implement erosion control measures as described and herein referenced by the City of Fort Collins Erosion Control Manual. 1.09 Material Imports and Exports A. Waste or demolition material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. City of Fat Collins — Soft Gold Park Section 02310 — Earthwork and Grading Park Planning &Development Division Page 3 of 8 No Text PART 2 - MATERIALS 2.01 Soil Materials A. Coarse -grained soils free from debris, roots, organic material, and non -mineral matter containing no particles larger than 4-inch size and classified as either: 1. Sands with fines (SM, SC) and less than 25 percent of the soil particles passing the No. 200 sieve, or 2. Clean sands (SW, SP) 3. Native soils as determined acceptable by the Engineer. 2.02 Filter Fabric A. Filter Fabric shall be Typar 3451 W, Mirafi 70OX or approved equal. PART 3 - EXECUTION 3.01 Preparation A: Field measurements: Before commencing work, locate all baselines and coordinates required for control of the work, establish required grade staking for control of excavation, fill and embankment construction. Field verify by excavation the location all utility crossings, service connections, and connections to existing lines before proceeding with earthwork. B. Layout Lines and Levels: 1. Verify that survey bench mark and intended elevations for the Work are as indicated. 2. The drawings indicate existing elevations and proposed elevations. The existing elevations and proposed are given for the convenience of the Contractor to assist him in arriving at the quantities of excavation, grading, backfilling etc. 3. Before earthwork operations are started, all construction items shall be completely staked out for the Owner's approval. For any area with a two- percent slope or flatter, the Contractor shall lay out a 50-foot on -center grid and calculate the exact elevation at every intersection of the grid lines. These calculations will be approved by the Owner's Representative. For complex grading in the, core area of the park, the contractor shall exercise craftsmanship and diligence in the establishment and layout of detailed slopes and precise landform shapes. Additional surveying and smaller equipment are likely to be required to precisely achieve specified convex and concave berm grades in these areas to the specified tolerances. 4. Preliminary grade stakes for subgrade elevations shall be set at 50 feet on center for the center line of walks; all drainage swales; breaks in grade; spot elevations; and as otherwise required to complete the work of this section to the elevations shown on the Drawings or as modified in the field by the Owner. 5. Protect benchmarks, temporary benchmarks, survey control points, sidewalks, paving, curbs, existing above and below grade utilities, and existing vegetation that is to remain from excavating equipment and vehicular traffic. City of Fat Collins — Soft Gold Park Section 02310 — EaAhwork and Grading Park PWjw*V & Development Division Page 4 of 8 C. Removal of Topsoil: Strip existing earthen material (topsoil) to a depth of 4 inches over the entire site. Stockpile on site in area approved by Owner's Representative. Keep topsoil segregated. Place, grade, and shape stockpile for proper drainage. 3.02 Excavation A. Prior to beginning excavation operations, accomplish all site preparation in accordance with these specifications. Perform excavation of every description to the lines and grades indicated on the drawings. B. Complete excavation work to the grade elevations shown on the drawings for all areas to be paved. 3.03 Clearing the Site A. All areas underlying new structures, paved areas, site fills and embankments shall be cleared of stumps, shrubs, brush, and other vegetative growth. B. Any material containing roots, grasses and other deleterious or organic matter generally found in the top four to six inches of undisturbed natural terrain shall be stripped from all areas requiring excavation, grading, trenching, subgrade preparation for foundations and embankment work. The City will require stripped topsoil deemed suitable for spreading over the finished grades to be stockpiled and preserved until the finished grading operation, at which time it shall be spread uniformly over areas to be seeded or sodded. C. Upon completion of the project, completion of a particular phase of the project, or termination of the use of any particular area, site, storage yard right-of-way or easement, the Contractor shall promptly and neatly clean up the area and re-establish the ground to the contours required by the project or conditions prior to project commencement. 3.04 Earth Fill Construction A. Install the work in accordance with the Geotechnical Engineering Report and in accordance with the City of Fort Collins standards. B. The Contractor shall perform all grading to the lines and grades specified and/or established by the Engineer, with an appropriate allowance for topsoil. All slopes shall be free of all exposed roots and stones exceeding 3-inch diameter, which are loose and liable to fall. Tops of banks shall be rounded to circular curves not less than 6-feet in radius or as shown on the drawings. C. Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of 4-inches in areas to be revegetated. D. The Contractor shall protect the fill against freezing when atmospheric temperature is less than 35 degrees F (1 degree Q. 3.05 Compaction A. The Contractor shall meet minimum percentage density specified for each area classification as follows. Percentage of Maximum Density Requirements: Compact soil to not less than the indicated percentages of maximum density relationship determined in accordance with ASTM D 698. City of Fort Collins — Soft Gold Park Section 02310 - Earthwork and Grading Park Planning & Development Division Page 5 of 8 1. Foundations, Paved Areas, Utilities, and Sidewalks - 95 percent 2. Unpaved Areas - 90 percent B. Control moisture content within 2% of optimum moisture content as determined by ASTM D 698. Where subgrade or layer of soil material is too dry to permit compaction to the specified density, uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material. Mix soil and applied water by blading, disking, or other methods to achieve uniform moisture content throughout the soil mass to be compacted. C. Remove and replace, or, scarify and air dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by disking; harrowing or pulverizing until moisture content is reduced to a satisfactory value. D. Puddling is not an acceptable method of compaction. 3.06 Grading A. Paved Areas: Immediately prior to placing structural pavements, shape area to the required lines, grades, and limits to enable achievement of the finished elevations indicated and roll with an approved heavy vibratory roller until compacted to the specified density. Maintain moisture content within 2% of optimum during final rolling and until subgrade is covered by subsequent construction. Remove loose material and protect subgrade until covered. B. Landscape Area and Remainder of Site: 1. Rough grade areas as indicated on grading plan to 4 inches below finish grade. After rough grading is finished, compacted and approved, scarify area to a depth of at least 6 inches. 2. Place previously stockpiled topsoil in all areas within the limits of the project not indicated to receive subsequent foundations, slabs on grade, walks, safety surfacing or other similar materials. 3. Uniformly distribute topsoil on the disturbed area and evenly spread to a thickness of 4 inches deep after light compaction. Perform spreading so that planting can proceed with little additional soil preparation or tillage. Do not place topsoil when subgrade is frozen, excessively wet, extremely dry or in a condition otherwise detrimental to specified grading, seeding and planting specifications. C. Finish Grading. 1. Grade all excavated sections, filled sections, construction disturbed areas and adjacent transition areas to finish elevation. Make finished surfaces smooth, compacted and free from irregular surface changes. Remove all construction debris. 2. Unless indicated otherwise on drawings, finish grade area adjacent to sidewalks and pavements to %: inch below finish elevation of sidewalk and pavement. . 3. Grades not otherwise indicated shall be uniform levels or slopes between such points and existing finish grade. Abrupt change in slopes shall be rounded. Cky of Fort Collins — Soft Gold Pads Section 02310— Eard work and Grading Park Planning & Development Uivislon Page 6 of 8 3.07 Tolerances A. Tolerances for areas to receive paving shall be plus or minus 0.05 foot. In the areas to receive new vegetation and the remainder of the site, tolerances shall be within plus or minus 0.10 foot. 3.08 Field Quality Control A. Section 01400 —Quality Assurance: Field inspection and testing. B. Testing: In accordance with AASHTO T180. C. Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. Notify testing service not less than. 8 working hours in advance. Testing shall be at the discretion of the Owner. D. If tests indicate that the Work does not meet the specified requirements, remove work, replace and retest. E. Verification of grading within allowable tolerances shall be conducted as requested by the Owner. The Contractor shall provide all necessary surveying equipment and a survey crew, if requested by the Owner. If, in the opinion of the Owner, the grading does not conform to the reuqired grades and tolerances, the Contractor shall regrade the area and bear all costs associated with the regrading and reverification until the specifications are met. 3.09 Settlement A. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, the Contractor shall scarify the ground surface, re -shape, and compact to required density prior to further construction. B. Any settlement in backfili, fill, or in structures built over the backfill or fill, which may occur within the guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the City. Any structure damaged by settlement shall be restored to their original condition by the Contractor at no cost to the City. 3.10 Disposal of Excess Excavation and Waste Materials A. The Contractor shall dispose of all excess excavated material not required for fill on -site, as directed by the Engineer. The grading design is intended to balance on site. Utility trench excavation material was not included in the calculation of earthwork balance. B. The Contractor shall remove and be responsible for legally disposing of excess fill material not placed on -site, waste materials, trash and debris. C. The Contractor shall conduct all site grading operations and other construction activities to minimize erosion of site soil materials. The contractor shall be responsible to maintain streets/public right-of-way daily by removing any spillage of dirt, rocks or debris from equipment entering or leaving the site. 3.11 Dust Control A. Obtain Larimer County Fugitive Dust Permit. City of Fort Collins — Soft Gold Park Section 02310 — Earthwork and Grading Park Planning & Develoixnent Division Page 7 of 8 B. Control the amount of dust generated from construction to prevent hazardous conditions or public nuisance. Use of water will not be permitted when it will result in hazardous conditions such as ice, flooding, or pollution. Blowing dust will not be permitted. 3.12 Cleaning During and upon completion of earthwork operations, clean areas within contract limits and within the public rights -of -way. Remove tools and equipment. Provide site clear, clean, free of debris, and suitable for site work operations. END OF SECTION Cdy of Fort Collins — Soft Gold Park Section 02310 Earthwork and Grading Park Planning & Development DMsion Page 8 of 8 DIVISION 2 SECTION 02370 — SLOPE PROTECTION AND EROSION CONTROL PART 1-GENERAL 1.01 Description A. Erosion control materials required within the project site as shown on the plans. PART 2 - MATERIALS 2.01 Erosion Control Materials A. "Envirofence" silt fence system manufactured by Mirafi, Inc., or equal B. Curlex erosion control blanket manufactured by American Excelsior Company, or equal PART 3 - EXECUTION 3.01 General A. All erosion control products and materials will be installed in accordance with the manufacturer's recommendations and as shown on the plans. B. All sediment barriers shall remain in place until seeding has been established, at which time they shall be removed by the contractor. 3.02 Silt Fence A. The height of a silt fence shall not exceed 36 inches (higher fences may impound volumes of water sufficient to cause failure of the structure). B. The filter fabric shall be purchased in a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are necessary, filter cloth shall be spliced together only at a support post, with a minimum 6-inch overlap, and securely sealed. C. Posts shall be spaced a maximum of 10 feet apart at the barrier location and driven securely into the ground (minimum of 12 inches). When extra strength fabric is used without the wire support fence, post spacing shall not exceed 6 feet. D. A trench shall be excavated approximately 4 inches wide and 4 inches deep along the line of posts and up slope from the barrier. E. When standard strength filter fabric is used, a wire mesh support fence shall be fastened securely to the up sloped side of the posts using heavy duty wire staples at least 1 inch long, tie wires or hog rings. The wire shall extend into the trench a minimum of 2 inches and shall not extend more than 36 inches above the original ground surface. F. The standard strength filter fabric shall be stapled or wired to the fence, and 8 inches of the fabric shall be extended into the trench. The fabric shall not extend more than 36 inches above the original ground surface. Filter fabric shall not be stapled to existing trees. G. When extra strength filter fabric and closer post spacing are used, the wire mesh support fence may be eliminated. In such a case, the filter fabric is stapled or wired directly to the posts with all other provisions of Item F applying. H. The trench shall be backfilled and the soil compacted over the filter fabric. I. Silt fences shall be removed when they have served their useful purpose, but not before the up slope area has been permanently stabilized. City of Fort Collins Section 02370 — Erosion Control Parks Planning and Development Division Page 1 of 2 PART 4 - MAINTENANCE 4.01 Silt Fences A. Silt fences and filter barriers shall be inspected immediately after each rainfall and at least daily during prolonged rainfall. Any required repairs shall be made immediately. B. Should the fabric on a silt fence or filter barrier decompose or become ineffective prior to the end of the expected usable life and the barrier still be necessary, the fabric shall be replaced promptly. C. Sediment deposits should be removed after each storm event. They must be removed when deposits reach approximately one-half the height of the barrier. D. Any sediment deposits remaining in place after the silt fence or filter barrier is no longer required shall be dressed to conform with existing grade, prepared and seeded. END OF SECTION City of Fort Collins Section 02370 - Erosion Control Parks Planning and Development Division Page 2 of SECTION 02511 — HOT -MIXED ASPHALT PAVING PART 1-GENERAL 1.01 Related Documents A. Section 403 of the current edition of the "Standard Specifications for the Road and Bridge Construction", Division of Highways, State of Colorado, is hereby made a part of this document by reference and is revised as follows: B. Subsection 403.01 is revised to include the following: 1. This work shall consist of placing the specified depth of Hot Bituminous Pavement (City of Fort Collins SC Type 1) over pavement and subgrade surfaces previously prepared by the Contractor. PART 2 - MATERIALS 2.01 Subsection 403.2 is revised to include the following: A. Asphalt materials shall be obtained from an approved mix design stating the HVEEM properties, optimum asphalt content, job mix formula and recommended mixing and placement temperatures. The mix design shall be submitted for approval prior to construction to verify its adequacy. The strength coefficient of the Hot Bituminous Pavement is 0.44. B. Reclaimed materials will not be allowed in the Hot Bituminous Pavement. C. The aggregate for the Hot Bituminous Pavement shall conform to the gradation requirements for City of Fort Collins SC Type 1. They are as follows: Standard Sieve Size Percent Passing by Weight '/z inch 100 3/8 inch - No. 4 45-78 No. 8 30-60 No. 50 - No. 200 3-12 Plasticity Index 6 max. "R" 78 min. Fractured Face 50% min.* LA Abrasion 45 max. Asphalt Cement Grade AC-10 and shall conform to AASHTO M226 * For aggregate retained on No. 4 sieve (1 fractured face). Job Mix Tolerance Aggregate Passing No. 4 Aggregate Passing No. 8 City of Fat Collins Park Planning & Development Division Plus or Minus 8% 6% Section 02511— Hot -Mixed Asphalt Paving Page 1 of 2 Aggregate Passing No. 200 2% ._ Asphalt Content 0.5% Mix Temperature @ the mixer 20F Mix temperature upon delivery shall be > 215 for AC-10 ^ * or current CDOH standards. D. Subsection 401.03 is revised to include the following: 2. Emulsified Asphalt for tack coat shall be Grade CSS-1h. The application rate for diluted emulsified asphalt tack coat shall be approximately 0.1 gallons per square yard. 3. Should any of the pavement subgrade areas require Reconditioning, the Engineer will direct the Contractor to perform the work in accordance with Section 306, which stipulates method of work and payment. _ 4. The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing paving operations. . 5. Hot Bituminous Pavement shall be placed in equal lifts not exceeding two and one-half ( 2'/z) inches unless OTHERWISED SHOWN ON THE DRAWINGS. The minimum lift thickness - shall be one and one-half (1 %: ) inch. 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 ratting, shoving or moving in any manner. Tack coat shall be placed between all lifts. 6. Soil sterilant shall be Treflan Emulsifiable Concentrate, a pre -emergent (NO — SUBSTITUTION WITHOUT WRITTEN APPROVAL). PART 3 — EXECUTION 3.01 Subsection 403.04Shall Include the Following: A. Hot Bituminous Pavement (City of Fort Collins SC Type 1) will be measured by the ton. Haut _ and bituminous materials will not be measured or paid for separately but shall be included in the contract price for Hot Bituminous Pavement. PART 4 — BASIS OF PAYMENT 4.01 Subsection 403.05 Shall Include the Following: A. The accepted quantities of Hot Bituminous Pavement (City of Fort Collins SC Type 1) will be paid for at the current price per ton. B. Payment will be made under: Pat Item Pay Unit Hot Bituminous Pavement Ton (City of Fort Collins SC Type 1) 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 hot bituminous pavements, pre -emergent, tack coat, complete -in -place, including haul and bituminous materials, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION City of Fort Collin Section 02511— Hot -Mixed Asphalt Paving Park Planning & Development Division Page 2 of 2 DMSION 2 SECTION 02620 — PORTLAND CEMENT CONCRETE PAVING PART 1-GENERAL Scope A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in connection with and reasonably incidental to complete installation of concrete paving as shown on the drawings and as specified herein. Items of work specifically included are: B. Subgrade preparation for plazas, walks, ramps, playground curbs and headers. C. Form work. D. Reinforcement. E. Surface finish. F. Construction, expansion and control joints. G. Curing. H. Concrete plazas, sidewalks, ramps, playground curbs and headers. 1. Interior slabs -on -grade in restroom, etc. Work Not Included A. Items of work.specifically excluded or covered under other sections: B. Excavation and backfill. C. Earthwork and grading. D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances, and pad and building. E. Joint sealers. Related Work A. Division 2 — Site Work: a. Section 02220— Demolition. b. Section 02310 — Earthwork/Grading. c. Section 02221— Trenching, Backfilling, and Compaction. B. Not Used C. Division 7 — Thermal and Moisture Protection: 1. Section 07900 — Joint Sealers. References A. ACI 301 — Specifications for Structural Concrete for Buildings. B. ASTM C33 —Concrete Aggregate. C. ASTM C 150 —Portland Cement. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 1 of 11 SECTION 00100 INSTRUCTIONS TO BIDDERS D. ASTM C260 — Air Entraining Admixtures for Concrete. E. ASTM C309 — Liquid Membrane — Forming Compounds for Curing Concrete. F. ACI 304 — Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. G. ACI 305R — Hot Weather Concreting. H. ACI 306R — Cold Weather Concreting. I. ACI 308 — Standard Practice for Curing Concrete. J. ACI 309 — Recommended Practice for Consolidation of Concrete. K. ACI 318-89 - Building Code Requirements for Reinforced Concrete. Regulatory Requirements: A. Conform to applicable code of governing authority for paving work within public right-of-way. Tests: A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For standard premix concrete mixes, the supplier's quality control records may be substituted for job mix testing. B. Concrete Testing Service: Contractor will engage a testing laboratory to perform materials evaluation, testing and design of concrete mixes as approved by Owner. All testing costs will be borne by the Contractor. Should any test(s) fail to meet the specifications, the cost of the failed test and all subsequent testing shall be borne by the Contractor. C. Coordinate and schedule sampling testing during concrete placement with City Representative. Submittals: A. Submit product data under provisions of Section 01600 — Materials and Equipment. B. Submit data on admixtures and curing compounds. C. Submit a ten pound sample of aggregate for exposed aggregate finish. D. 'Submit manufacturer's data on leave -in -place construction joint form. E. Submit sample chips of specified colors indicating pigment number and required dosage rate. Submittals are for general verification of color and may vary somewhat from concrete finished in field according to Specifications. F. Submit samples of colored sealers. Test Panels: A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel for each pavement type specified. In casting the panels, use personnel and methods to be employed on the work. B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on site until finished work is accepted. Test panel will represent minimum workmanship standard. C. Work completed prior to text panel approval shall be subject to removal and replacement at Owner's request. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 2 of 11 PART 2 MATERIALS 2.01 Concrete Materials: A. General: Provide materials of same brand and source throughout the project unless otherwise noted. B. Portland Cement: ASTM C15O, Type I or Type IM, gray color. C. Aggregates: ASTM C33, normal weight. In addition, the combined aggregate shall comply with the following gradation, shown in percent passing. Sieve Size %-Inch Nominal Maximum Size 3/4 Inch 90 —100 3/8 Inch 60 — 80 No. 4 40 — 60 No. 8 30 — 45 No. 16 20 — 35 No. 30 13 — 23 No. 50 5 —15 No. 100 0-5 D. Coarse Aggregate for Exposed Aggregate Finish: 5/8-inch maximum size; rounded shape, ratio of maximum to minimum dimensions not to exceed 2.5:1; color to be tan to brown, no more than 2% white or black combined, no pink, no red, no green. E. Water: Clean and not detrimental to concrete. 2.02 Pigments for Integrally Colored Concrete A. Manufacturer: 1. Davis Colors manufactured by Davis Colors: phone (213) 269-7311. 2. Substitutions: Comply with Section 01600 for substitution request procedures. B. Materials: Pigments shall contain pure, concentrated mineral pigments especially processed for mixing into concrete and complying with ASTM C979. C. Packaging: If pigments are to be added to mix at Site, furnish pigments in pre -measured Mix - Ready disintegrating bags to minimize job site waste. D. Colors: Concrete mix shall contain the dosage rate of pigments indicated in this specification. Dosage rate shall be based on weight of portiand cement, fly ash, silica fume; lime and other cementitious materials but not aggregate or sand. Refer to the site plans for locations of the various colors of concrete. 2.03 Form Materials: A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use concrete -form grade hardboard, "plyform" grade plywood, or metal for forming surfaces exposed to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances specified in Part 3. B. Keyed Joint Form: Wooden key or leave -in -place metal construction joint form. C. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 3 of 11 2.04 • Reinforcement: A. Reinforcing Steel: ASTM A615; 60 ksi yield grade; deformed billet -steel bars, uncoated finish. B. Welded Steel Wire Fabric: Smooth wire, ASTM A185, uncoated finish, flat sheets. C. Fibermesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix concrete and having the following characteristics: 1. Special Gravity: 0.91. 2. Tensile Strength: 70 to 100 ksi. 3. Fiber Lengths: '/s inch, % inch. 4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forts CR" by Forta Corporation of Groove City, PA. D. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and cap one end. Provide dowel basket to hold dowels in parallel alignment. 2.05 Admixtures: A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without approval of the Owner's Representative. Do not use admixtures that would result in mixing water with a concentration of more than 150 ppm of chloride ion. B. Air Entraining: ASTM C260. C. Water Reducing: ASTM C494, Type A. D. Accelerator: Nonchloride, ASTM C494, Type C or E. _ E. Retarder: ASTM C494, Type B or D. F. Color Agent: Davis Colors of Los Angeles, California. 2.06 Related Materials: A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene, 'h inch thickness. _ B. Joint Sealant: See Section 07900. C. Surface Retardant: Surface retarding agent intended for exposed aggregate. Retardx-SRO" by Prokrete of Denver, Colorado, or approved equal. D. Curing Compound for Standard Non -Colored Walks, Curbs, Gutters, Etc White pigmented, wax - resin based compound, ASTM C309, Type I, Class A. Recommended by manufacturer for use on exterior sidewalks and driveways. E. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored concrete. F. Curing Compound and Sealer for Exposed Aggregate Concrete: Acryseal by Prokete Industries of Denver, Colorado. G. Curing Compound for Interior Slabs: Protex Promulsion 100 or equal. H. Interior Floor Sealer: Protex Triple Seal or equal. 2.07 Concrete Mix: A. Mix concrete in accordance with AS'IM C94. 1. Provide concrete for non -colored exterior slabs on grade, sidewalks, curb and gutter, aprons . . and ramps (except panel inserts) of the following characteristics: City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 4 of 11 Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Minimum Cement 564 lb./cy c. Maximum Aggregate Size 1 '/s inches d. Fibrous Reinforcement % lb./cy e. Air Entrainment 4% to 6% f Maximum Water/Cement Ratio 0.46 g. Maximum Slump 4 inches 2. Provide concrete for plazas, ramps and other flatwork indicated as colored of the following characteristics: Unit a. Compressive Strength at 28 days b. Minimum Cement C. Maximum Aggregate Size d. Fibrous Reinforcement e. Air Entrainment f. Maximum Water/Cement Ratio g. Coloring Agent h. Maximum Slump Measurement 3.500 psi 564 lb./cy 1 %2 inches '/4 lb./cy 4% to 6% 0.46 Per manufacturer's recommendations (see Materials Section for various colors) 4 inches 3. Provide concrete for playground curb of the following characteristics: Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Minimum Cement 564 lb./cy c. Maximum Aggregate Size 5/8 inches d. Air Entrainment 5% to 8% e. Maximum Water/Cement Ratio 0.46 f Maximum Slump 2.5 inches 4. Provide concrete for interior slabs -on -grade of the following characteristics: Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Type I or II Cement 564 lb./cy c. Maximum Aggregate Size '/4 inches d. Maximum Air 3% e. Water reducing agent 3 oz. Minimum to 4 oz maximum _ per 100 pounds.; or as recommended by manufacturer to obtain desired air content B. Pozzolanic mineral admixture is not permitted. C. Use accelerating admixtures in cold weather as directed in Part 3. D. Use set -retarding admixture during hot weather as directed in Part 3. E. Water reducing agent is permitted. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 5 of 11 2.08 Selection of Proportions: A. Mix Design: Cost of concrete mix design is responsibility of Contractor. B. Selection of Proportions: Use method of ACI 3013.9. Proportioning base on method of ACI 301 3.10 not allowed. 1. Field test records used for documentation of the average strength produced by a propos mix in accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the following: a. The test record shall represent production concrete from a single design mix produced during the past year. b. The test record shall represent concrete proportioned to produce the maximum slur allowed by these specifications, and for air -entrained concrete, within a +0.5% of t maximum air content allowed. 2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3. PART 3 EXECUTION 3.01 Subgrade Preparation: A. Shape and compact subgrade to match appropriate detail. Compact to 95% density as measured by ASTM D698. Coordinate with Section 02200 — Earthwork, Article 3.05, Compaction. B. Where subgrade cannot be compacted, remove subgrade. Replace with bed course. Compact to 95% density as measured by ASTM D698. C. Moisten subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be muddy, sob, frozen, or covered with standing water when concrete is placed. 3.02 Form Work: A. General: Design, construct, and brace forms in accordance with ACI 301 and ACI 347. In addition to those requirements, forms shall be placed and braced so the finished edges and joints meet the tolerances listed later in this section. B. Preparation of Form Surfaces: 1. Clean reused forms of concrete matrix residue; repair and patch as required to return forms to acceptable surface condition. 2. Coat contact surfaces of forms with specified form -coating compound before reinforcement is placed. Apply form -coating compound according to manufacturer's instructions. Do not allow excess form -coating material to accumulate in fors or to come in contact with concrete surfaces against which fresh concrete will be placed. C. Slipfor ing: Slipforming of vertical curb and gutter sidewalks is permitted. D. For Surfaces Exposed To View: For faces shall be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in for material, and arrange seams in an orderly manner. 3.03 Reinforcement and Embedments: A. General: 1. Fabricate, position, and secure reinforcement and embedded items according to ACI 301 and ACI 315. Coordinate with other sections for locations, instructions, or equipment for embedded items. 2. Shop drawings are not required. City of Fort Collins Park Planning & Development Division SECTION 02520 — Portland Cement Concrete Paving Page 6 of 11 3. Welding reinforcement is not permitted. 4. In the event of discrepancy, immediately notify the Owner's Representative. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. B. Field -Bending of Reinforcement: Reinforcement partially embedded in concrete shall not be field -bent, except as noted on the drawings or specifically permitted by the Owner's Representative. C. Inspection of Reinforcement: Completed installation of concrete reinforcement must be reviewed by the Owner's Representative before depositing concrete. D. Unless otherwise indicated, place reinforcement where required at top of slabs on grade. Provide -inch minimum cover over reinforcement. E. Dowels: Grease sleeves, insert dowels and through form, secure dowel basket against movement. F. Notches for Sleeving: Notch both vertical sides of walk or slab where sleeving occurs. G. Welded wire fabric shall be overlapped one full mesh and tied. H. Fibrous Reinforcement: 1. Add fibrous concrete reinforcement to concrete materials at the_ time concrete is batched in amounts in accordance with approved submittals for each type of concrete required. 2. Mix batched concrete in accordance with manufacturer's recommendations for uniform and complete dispersion. 3.04 Joints: A. General: Place joints in accordance with ACI 301. Conform to the tolerances listed later in Part 3. B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete paving. 1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown on the drawings. 2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings. 3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for sealant. Attach joint filler to first placement. 4. Seal all expansion joints per Section 07900. C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete paving-, 1. Reinforcement, if required, shall continue through the joint. 2. Install where indicated on drawings, or where required by concrete delivery or finishing rate. 3. Key first placement. Key shall be 1'/2 inches wide and '/. inches deep. 4. After first placement has hardened, clean and roughen face. Install control joint form at top of slab. 5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may be used. D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving. 1. Control joints shall penetrate 1/3 of slab thickness. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 7 of 11 2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide. Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete cutting before shrinkage cracks occur. Joints perpendicular to walls maybe less than required depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from concrete to avoid staining of slab. 3. Tooled Joints: Control joints maybe cut into the plastic concrete during finishing operations. Tooled joints shall have radius, and shall not incorporate a troweled edge unless specifically noted on the drawings. 4. Formed control joints are permitted only in conjunction with keyed joints. 5. Unless otherwise indicated, provide control joints at the following intervals: Use Tme Maximum Spacing Uncolored Exterior & Tooled broom Symmetrically placed: Interior Slabs, Sidewalks over joint 10' maximum or 1 '/2 times width of walk, whichever is smaller Curb and Gutter Tooled joints 10' maximum Pans Tooled joints 15' maximum Play Area Curb & Header Tooled joints 10' maximum Concrete Tooled joints 10' maximum 3.05 Concrete: A. Preplacement Inspection: Form work installation, reinforcing steel placement, and installation of all items to be embedded or cast in, to be verified by the Owner's Representative prior to placement. B. General: Comply with ACI 301, ACI 304, and as herein specified. C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to enhance durability of the final product. Do not add water at the job site or concrete will not be accepted. D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than 72 hours after depositing. Do not place concrete without approval of the Owner's Representative on days when temperature at 9:00 a.m is below 30 degrees. Job -cured cylinders for verification of strength and/or the adequacy of the Contractor's protective methods will be required. E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the procedures to be used in protecting, depositing, finishing, and curing the concrete. The temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding admixture may be used. The use of continuous wetting or fog sprays may be required by the Owner's Representative for 24 hours after depositing. F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly as practicable in its final location to avoid segregation. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division _ Page 8 of 11 G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000 rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI 309. Do not transport concrete with vibrators. Work concrete into corners and around embedments and reinforcement. H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab. On slabs greater than 15 feet wide, use intermediate screed strips. I. Integral colored concrete: Add color by weight directly into the mixer along with the aggregate, cement and water while the mixer is operating at mixing speed. Continue mixing for 5-10 minutes or from.50 — 100 revolutions. 3.06 Finishes: A. Float Finish: After surface stiffens enough to support the operation, float with hand floats or powered disc floater. Use magnesium float; do not use wood float on air entrained concrete. Check surface planeness with a 10-foot straight edge, applied at not less than two different angles. Cut down high spots and fill low spots to produce a surface with Class B tolerance. Refloat the slab to a uniform sandy texture. B. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of travel. The plaza area shall have smooth troweled joints, 1'/z inches from the centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have broom finish over joints. C. Exposed Aggregate Finish: Immediately after floating, apply surface retardant. Apply retardant uniformly. Cover with polyethylene sheet to retain moisture. When mortar is hard enough to retain aggregate but soft enough to be removed by brushing, wash the surface with water and remove mortar from surface aggregate by brushing. Do not dislodge aggregate. D. Coordinate rate of concrete placement with pace of washing crew. E. Formed Finishes: 1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than ''/, inch in height. 2. Surfaces Exposed to View: Patch tie holes and defects. Completely remove fins. F. Schedule of Finishes: 1. Curbs, gutters, ramps within ROW — per City Specifications. 2. Sidewalk — heavy broom finish. 3. Plaza paving — as shown on plans. 4. Playground curbs and header — exposed aggregate finish. 5. Interior slabs at restroom — medium broom finish. G. Notch both vertical sides of concrete flatwork to indicate location of irrigation sleeves. 3.07 Curing/Sealing: A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of initial application. Maintain continuity of coating and repair damage during 7-day curing period. Follow manufacturer's instructions for sealing interior slabs. B. Integral colored concrete is to be cured with the matching Davis Color Seal. Follow manufacturer's recommendations for application. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planing & Development Division Page 9 of 11 3.08 Tolerances: A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance. 1. Finishes with Class B tolerances shall be true planes within'/4 inch in 10 feet, as determined by a 10-foot straight edge placed anywhere on the slab in any direction. 2. Slope interior slabs to drains as indicated. B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall meet the following tolerances: 1. Variations of formed, or cut or tooled linear element: a. In 20 feet: %inch. b. For entire length: 1 inch. 3.09 Field Quality Control: A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as specified below. B. Concrete Tests: 1. Shall be provided by the Contractor and shall be accordance with requirements of ACI 301, Chapter 16 — Testing, except as noted or modified in this section. a. Strength test. i. Mold and cure four cylinders from each sample. ii. Test one at 7 days and one at 14 days for information and one at 28 days for acceptance. Keep the remaining one as a spare to be tested as directed by the Owner. b. Minimum samples. i. Collect the following minimum samples for each 28-day strength concrete used in the work for each day's placing: uanti Number of Samples 50 cubic yards or less one 50 to 100 cubic yards two 100 cubic yards or more two plus one sample for each additional 100 cubic yards c. Sample marking. i. Mark or tag each sample of compression test cylinders with date and time of day cylinders were made. ii. Identify location in work where concrete represented by cylinders was placed. iii. Identify delivery truck or batch number, air content, and slump: d. Slump test. Conduct test for each strength test sample and whenever consistency of concrete appears to vary. e. Air content. Conduct test from one of first three batches mixed each day and for each strength test sample. C. Acceptance of Concrete: 1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C-42. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planing, Development Division Page 10 of 11 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. D. Failure of Test Cylinder Results: 1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense, to obtain and test at least three cored samples from area in question. 2. Concrete will be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results, Owner may require Contractor, at his expense, to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The costs of the core tests, the load test and the structural evaluation shall be borne by the Contractor. 5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved equal. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.10 Integral Color Schedule: LOCATION DAVIS COLOR DOSAGE/PIGMENT FINISH Core Area Spanish Gold 3 Lbs. 5084 Heavy Broom END OF SECTION City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 11 of 11 No Text No Text SECTION 02600 — DOMESTIC WATER SUPPLY PART 1-GENERAL 1.01 Scope A. Furnish all labor, materials, equipment, and perform all operations to install potable water services to within 5' of the restroom and drinking fountain(s) if required. 1.02 Related Work A. See related sections for trenching, backfilling, and compaction. 1.03 Job Conditions A. All work must be done in accordance with standards and conditions as set forth by the City of Fort Collins Storm. Standards referenced in these specifications must be verified before commencement of construction. B. Perform site survey, research public utility records and verify existing utility locations. Contact utility -locating service for area where project is located. C. Site Information: Reports on subsurface condition investigations made during the design of the project are available for informational purposes only; data in reports are not intended as representations or warranties of accuracy or continuity of conditions (between soil borings). Owner assumes no responsibility for interpretations or conclusions drawn from this information. D. When work is not in progress, securely close ends of pipe and fittings. 1.04 Quality Assurance A. References: American Association of State Highway and Transportation (AASHTO), American Society for Testing Materials (ASTM), and Uniform Plumbing Code as published by the Western Plumbing Officials Association. 1.05 Submittals A. Furnish four copies of the pipe manufacturer's installation instructions or guides, and submit technical data and certifications from manufacturer that product complies with specifications. 1.06 Product Handling B. Deliver pipes and tubes with factory -applied end caps. Maintain end -caps through shipping, storage and handling to prevent pipe -end damage and to prevent entrance of dirt, debris, and moisture. Pipe shall be handled with slings, pipe tongs, or skids. C. Protect stored pipes and tubes from moisture and dirt. Elevate above grade. Do not exceed structural capacity of floor when storing inside. Do not stack pipes higher than 5 feet. Pipe shall be supported evenly along its barrel. Pipe shall not be stored in such a way as to be supported by the bell. City of Fort Collins Section 02600 - Domestic Water Supply Park Planning & Development Division Page 1 of 11 D. Protect flanges, fittings and piping specialties from moisture and dirt. B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending. F. Lubricant shall be stored and used in a manner which will avoid contamination. G. Rubber gaskets shall be stored in a cool, dark location away from grease, oil and ozone producing electric motors. H. Take precautions not to damage materials during delivery or storage. I. Store valves off the ground and away from material that could contaminate potable water systems J. Take precautions to keep joints and internal parts clean. 1.07 Installation of Service Taps A. Utility contractors licensed by the City for utility work in the public right-of-way shall be allowed to make service taps on water mains which have been initially accepted. B. Unless prior permission is given by the utility, only the utility shall make service taps on mains which have passed final acceptance. C. The Contractor shall not make any taps without permission from the -utility. D. 2-inch and smaller taps on existing line shall be made with a tapping saddle. 1.08 Maintenance and Correction A. The Contractor shall maintain and repair all service lines, meter pits and any associated appurtenances which leak, were installed incorrectly or otherwise prove to be defective for a ^ period of two years after final completion and acceptance of the work. 1.09 Meter Setters A. Unless it is otherwise specified, meters, strainers and meter setters 2-inch and less meters shall be purchased from the utility. B. Meter settings for meters shall be installed in accordance with Detail D, Sheet SD-10. -- 1.10 Meter Pits A. Meter pits shall be installed by the Contractor. 1. Meter pits shall be constructed from standard 48-inch inside diameter precast concrete manhole sections or bituminous fiver; per utility standards. 2. Meter pit covers shall be an aluminum manhole ring and cover with a 12 inch or 24-inch diameter opening. a. All meter pit covers shall have a 27/32" worm -lock with a Standard Waterworks pentagon head. b. All meter pit covers shall have the word "water" cast in the lid. 1.11 Testing A. Volumetric Leakage Test: City of Fort Collins Section 02600 — Domestic Water Supply Park Planning & Development Division Page 2 of 11 1. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Purge air from pipeline before test. 3. Subject pipe to 150 psi pressure for two hours. Maintain constant pressure. The amount of additional water pumped in during the test shall not exceed 1.5 gallons per 100 joints. 4. Replace defective pipe, fitting joint, valve, or appurtenance. Repeat the test until the pipe passes the test. PART 2 MATERIALS 2.01 Manufacturers A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the work include, but are not limited to, the following: i. Drilling Machine Corporation Stops: a. Ford Meter Box Company, Inc. b. Hays Division, Romac Industries. c. Mueller Company, Grinnell Corporation. 2. Bronze Corporation Stops and Valves: a. Ford Meter Box Company, Inc. b. Hays Division, Romac Industries. c. A.Y. McDonald Manufacturing Company. d. Mueller Company, Grinnell Corporation. 3. Tapping Valves: a. Clow Valve Company Division, McWane, Inc. b. East Jordan Iron Works, Inc. c. Kennedy Valve Division, McWane, Inc. d. Mueller Company, Grinnell Corporation. e. U.S. Pipe & Foundry Company. 4. Gate Valves: a. American Darling Valve Division, American Cast Iron Pipe Company. b. Clow Valve Company Division, McWane, Inc. c. East Jordan Iron Works, Inc. d. Gem Sprinkler Company Division, Grinnell Corporation. e. Hammond Valve Corporation. f. Kennedy Valve Division, McWane, Inc. g. Milwaukee Valve Company, Inc. City of Fort Collins Section 02600 — Domestic Water Supply Park Planning & Development Division Page 3 of 11 h. Mueller Company, Grinnell Corporation. i. Nibco, Inc. j. Stockham. Valves & Fittings, Inc. k. U.S. Pipe & Foundry Company. 1. Waterous Company. 5. Plastic Pressure Pipe and Fittings: a. Johns-Mansville. b. Certaineed. c. Gifford -Hill. d. North Star. 2.02 Pipes and Tubes A. Refer to Part 3 for identification of systems where pipe and tube materials specified below are used. B. Polyvinyl Chloride (PVC) Plastic Pipe: ASTM D 1785, Schedule 40. 1. Pipe Marking: NSF 14, "NSF-pw" or "NSF-pvc cto only." C. Copper Pipe: 1. AWWA C880-66. 2. 2" Type K, annealed copper tubing to be installed from tap to meter and 5 feet beyond meter. 2.03 Pipe and Tube Fittings A. Polyvinyl Chloride (PVC) Plastic Pipe Fittings: Schedule 40, socket -type, ASTM D 2466. 1. Pipe Markings: NSF 14, "NSF-pw" of "NSF-pvc cto only." B. Polyvinyl Chloride (PVC) Pipe Fittings: Schedule 40, socket -type, solvent cement joint, or elastomeric gasketed joint. 1. Pipe Markings: NSF 14, "NSF-pw" of "NSF-pvc cto only. 2. Gaskets: ASTM F 477, elastomeric seal. C. Copper Pipe Fittings: 1. Wrought copper brazed fittings. 2. Solder shall be 95% tut and 5% antimony. 2.04 Joining Materials A. Primers for PVC Piping Solvent -Cement Joints: ASTN F 656. B. Solvent Cement for PVC Piping Solvent -Cement Joints: ASTM D 2564. C. Push -on joints shall be manufactured in accordance with ANSI A21.11-85 (AWWA C 111). City of Fort Collins Section 02600 - Domestic Water Supply Park Planning & Development Division Page 4 of 11 1. All gaskets shall be made of synthetic rubber. 2. Lubricant shall be that which is specified by pipe manufacturer. 2.05 Tapping Saddles A. All tapping saddles shall have a bronze body with bronze double flat straps and bronze nuts. 1. Outlet thread on tapping saddles shall be "cc" type only. B. Acceptable manufacturers of tapping saddles are: 1. Mueller. 2. Ford. 3. There will be no substitutions allowed. 2.06 Corporation Stops A. All corporation stops shall conform to AWWA C800-66. 1. All corporation stops shall be constructed of brass. 2. Corporation stop inlet threads for tapping saddles shall be "cc" type only. 3. Corporation stop inlet threads for tapped tees shall be IP type only. 4. All corporation stop outlets shall use a compression connection. 5. Corporation stops shall be used for all taps which are 2 inches and smaller. 6. Corporation stops shall incorporate ball valves only. a. Plug valves will not be allowed. B. Acceptable manufacturers of corporation stops are: 1. Mueller. 2. Ford. 3. A.Y. McDonald. 4. There will be no substitutions allowed. 2.07 Couplings A. All couplings shall use a compression connection. B. Acceptable couplings and their manufacturers are: 1. Mueller: #H-15403. 2. Ford: #C44-"d". a. "d" equals the diameter of the service. 3. A.Y. McDonald: #4758-22 or #4758T. 4. There will be no substitutions allowed. City of Fort Collins Section 02600 - Domestic Water Supply Park Planning & Development Division Page 5 of 11 2.08 Curb Stops A. All curb stops shall have compression connections at both ends. B. The top threads for all curb stops shall be Minneapolis type. C. Curb stops shall be used for taps which are 2 inches and smaller. D. Acceptable'/. -inch and 1-inch curb stops and their manufacturers are: 1. Mueller: #H-15155. 2. Ford: #B44-333M and #B44-444M. 3. A.Y. McDonald: #6104-22 or #6104T. 4. There will be no substitutions allowed. E. Acceptable 1 1/2-inch curb stops and their manufacturers are:. 1. Ford: #B44-666M. 2. Mueller: #H-10287 (with Minneapolis threads) with two #H 15428 ends. 3. A.Y. McDonald: #6104-22 or #6104T. 4. There will be no substitutions allowed. F. Acceptable 2-inch curb stops and their manufacturers are: 1. Ford: #B44-777M. 2. Mueller: #H-10287 (with Minneapolis threads) with two #H-15428 ends. 3. A.Y. McDonald: #6104-22 or #6104T. 4. There will be no substitutions allowed. 2.09 Valve Boxes for Curb Stops A. Minneapolis pattern shall be used for all curb stops. B. Acceptable valve boxes and their manufacturers are: 1. Mueller: #H-10302. 2. There will be no substitutions allowed. 2.10 Meters A. All meters shall be purchased from the utility for installation by the Contractor unless otherwise specified. B. The acceptable manufacturers of meters are: 1. Rockwell. 2. Neptune. 3. Badger. 4. There will be no substitutions allowed. City of Fort Collins Section 02600 — Domestic Water Supply Park Planning & Development Division Page 6 of 11 2.11 Strainers A. All strainers shall be constructed of brass. B. The acceptable manufacturers of strainers for water meters are: 1. Rockwell. 2. Neptune. 3. Badger. 4. There will be no substitutions allowed. 2.12 Meter Setters A. Acceptable 1 %-inch and 2-inch meter setters and their manufacturers are: 1. Ford. a. 1 '/:-inch, #VVF6612B-13. b. 2-inch, #VVF7712B-17. 2. Mueller, #H-1423. 3. There will be no substitutions allowed. 2.13 Meter Pits A. Acceptable manufacturers of meter pit covers for 1 '/2-inch and 2-inch meter pits are: 1. Casting Incorporated, or approved equal. 2.14 Gate'Valves A. Conformance: AWWA C509-87. 1. Type: Solid wedge resilient seat. 2. Stem Seal: O-ring. 3. Direction of Opening: Open right. 4. Valve Ends: Conform to the type of pipe material used. 5. Operator: Underground, 2-inch nut. 6. Bubbletight at 200 psi working pressure. 2.15 Valve Boxes A. Materials and Construction: Water service lines. 1. Type: Cast iron or ductile iron, extension sleeve type. 2. Shaft size: 6-inch minimum. 3. Furnish with suitable wide oral base and cover. 4. Cast word "Water" in cover. City of Fort Collins Section 02600 - Domestic Water Supply Park Planning & Development Division Page 7 of 11 5. Coating: dip in bituminous varnish. 6. Manufacturer: Tyler Series 6860. 2.16 Disinfecting Materials A. Hypochlorites: Reference AWWA B300-80. 1. Adhesive: Permatex No. 1. 2.17 Bedding and Backfiii A. Bedding and backfill as presented in the installation details. PART 3 — EXECUTION 3.01 General A. The Contractor shall not make any taps until the water main has been initially accepted, curb and gutter has been installed, and service locations and grades have been staked. B. The Contractor shall obtain permission to tap and schedule an inspection of the tap from the utility's meters and services supervisor. 1. A minimum of 24 hours notice is required on all tap inspections. C. Valves and valve boxes shall be examined for cracks, dents, abrasions, and other flaws prior to installation. 1. Defective valves and valve boxes shall be marked and removed from the site. D. The Contractor shall adjust stop boxes and meter pits to final grade as determined by the grade stake. 1. Grade stakes shall be placed a minimum of 5 feet from the location of the stop box. 2. Grade stakes shall not be disturbed prior to inspection of the service by the utility. E. The Contractor shall mark the location of the water service with a cross chiseled into the face of the curb and gutter. F. The Contractor shall flush and satisfactorily disinfect new water lines prior to placing them in service in accordance with AWWA C651-86. 3.02 Layout of Work A. Stake out the water service line prior to construction. B. Verify all existing utility locations prior to commencement of construction. C. Notify Owner's Representative after staking and prior to construction. 3.03 Pipe and Fittings A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Cleanpipe ends. City of Fort Collins Secdon 02600 —Domestic Water Supply Park Planning & Development Division Page 8 of 11 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Pipe and Fittings: 1. PVC Rubber-Gasketed Pipe: Use pipe lubricant. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. 2. Copper Pipe: Buff surfaces to be joined to a bright finish. Coat with solder flux. Solder so that a continuous bead shows around the joint circumference. 3. All service lines shall be a minimum of 54 inches and a maximum of 66 inches below the final grade. 4. There will be a maximum of one coupling per service between the main and the curb stop. a. Service lines (3/4-inch through 2-inch) shall be uniform in size from the corporation stop to 5 feet past the meter pit; or the curb stop, if the meter is set inside the building. 5. When backfilling the service trench, care shall be taken so that no stones larger than 3 inches are resting against the service line. 6. Service trenches shall be subject to compaction specifications. C. Thrust Blocks: 1. Use cast -in -place concrete bearing against undisturbed soil. 2. The surface area for the thrust block that bears against undisturbed soil shall be a minimum size of 2.0 square feet for a 90 degree bend, and 1.0 square foot for a 45 degree bend. 3.04 Corporation Stops A. Taps shall not be made within 2 feet of any joint or fitting. B. Taps shall be separated by at least 2 feet (measured along the pipe length) even when taps are made on opposite sides of pipe. C. Taps which are made on the same side of the pipe and within 10 feet of each other (measured along the pipe length) shall be staggered 15 degrees. 3.05 Curb Stops A. The Contractor shall adjust the curb stop box to Yz inch above final grade prior to final inspection. B. Curb stop box shall be fully extended and screwed onto the curb stop. C. Curb stop box shall be plumb so that a shut-off key can be placed on the curb stop. 3.06 Meter Pits A. Exterior meter settings shall be installed in accordance with drawings. B. Service lines entering meter pits shall be a minimum of 54 inches and a maximum of 66 inches below the final grade. C. Meter pit shall not be installed in any street, alley, parking area, driveway, or sidewalk. City of Fort Collins Section 02600 — Domestic Water Supply Park Planning &Development Division Page 9 of 11 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub - bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of'Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-159 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform 7/96 Section 00100 Page 1 D. There will be no major landscaping (trees, shrubs, boulders, etc.) or structure (retaining wall, etc) within 4 feet of the meter pit. E. The ground surrounding meter pits shall slope away from the lid at a minimum grade of 2%. F. There will be no plumbing connections inside the meter pit. G. All tees, connections, and couplings shall be a minimum of 5 feet from the meter pit wall and on the outlet side. 1. There will be no tees, connections, and couplings installed between the curb stop and the meter setter. H. If the property owner changes the grade of the ground surrounding the meter pit, after the pit has been installed, he shall be required to adjust the meter pit cover to '/2 above the final grade. 3.07 Valves A. Valve shall be joined in the same manner used for joining ductile iron fittings. B. The valve shall be installed in such a manner that the operating nut is perpendicular to the pipe. C. The joined valve shall be supported in place on compacted granular materials with a concrete block supporting the valve body. 1. Reference Section 02221. 3.08 Valve Boxes A. Valve boxes shall be installed on all buried valves. B. Valve boxes shall be installed so that no stress is transmitted to the valve. C. Valve operators which are mounted to one side of the valve shall be located to the south or west of the valve. D. Valve boxes which are to be set over the valve shall be plumb and directly over the valve with the top of the box on grade. 1. The soil around the valve box shall be carefully compacted around the barrel with hand equipment to minimize misalignment and the settling of the backfill. 2. Other valve box types shall be adjusted as required on the construction drawings. 3.09 Disinfecting of Water Lines A. Filling Pipe: 1. The City shall operate existing valves to fill the pipe, open air blow -offs and hydrants. 2. If permanent air vents are not available, the Contractor shall install corporation stops at high points in the water line in order to evacuate air. a. All corporation stops which were installed to facilitate evacuation of air from the water main shall be removed and plugged after the water main is filled. b. Calcium hypochlorite granules shall be placed in the pipe sections during construction. c. Preliminary flushing shall occur. Reference AWWA C651-86. City of Fort Collins Section 02600 — Domestic Water Supply Park Planning & Development Division Page 10 of 11 d. Chlorinated water shall be introduced into the water lines at a constant, measured rate so that the chlorine concentration is maintained at a minimum of 25 milligrams per liter of free chlorine. i. The entire main shall be filled with the chlorine solution. ii. Reference Table 4 of AWWA C651-86. e. The chlorinated water shall be retained in the main for a minimum of 24 hours, at which time the treated water must contain no less than 10 milligrams per liter of free chlorine residual throughout the entire length of the main. B. Final Flushing: After chlorination, the Contractor shall flush the chlorinated water from the water lines until the chlorine concentration is no higher than that prevailing in the system, or is less than 1 milligram per liter, whichever is higher. C. Repetition of Procedure: If the initial disinfection or subsequent disinfections fail to produce satisfactory samples, the tine shall be reflushed and resampled. If the samples are still not satisfactory, the line shall be rechlorinated by the continuous feed method of chlorination until satisfactory results are obtained. 2. If the residual is less than 25 milligrams per liter, as stated above, the water lines shall be rechlorinated by the continuous feed method of chlorination and retested. 3.10 Inspection A. The Contractor shall ensure that the curb stop, corporation and any couplings remain exposed until after the inspection and the approval for backfill is given by the utility. B. The Contractor shall turn on water at the corporation stop when the service is ready for inspection. 1. The packing nut on the back of the corporation stop shall be tightened and water shall be flushed through the curb stop. C. All tap and service inspections shall be scheduled with the utility's meters and service supervisor. 1. A minimum of 24 hours notice is required on all tap and service inspections D. The water shall be turned on at the curb stop by the utility only after the service line, curb stop, stop box and meter setting is approved. END OF SECTION City of Fort Collins Section 02600 — Domestic Water Supply Park Planning & Development Division Page 11 of 11 ' SECTION 02601 — MANHOLES PART 1 — GENERAL 1.01 Description A. This section covers manholes, including ring and covers, steps, grade rings, fittings and other appurtenances for storm drainage, sanitary sewers and irrigation supply lines. 1.02 Quality Assurance A. Manhole inverts shall not deviate from elevations shown on the drawings by more than + 0.03 feet. B. All quality control testing to be performed under City of Fort Collins Construction Requirements. 1.03 Submittals A. Submit shop drawings on precast concrete sections, rings, covers and steps. 1.04 Reference Standards A. Manholes shall be the City of Fort Collins Standard. 1.05 Product Delivery, Storage and Handling A. Do not deliver precast concrete sections to job until concrete has attained at least 80 percent of specified strength. B. Manholes shall be handled, stored and protected in such a manner as to prevent damage to materials. 1.06 Alternatives A. Manhole bases may be either monolithically precast or cast -in -place. PART 2—PRODUCTS 2.01 Concrete A. Concrete 1. Meet the requirements of Section 03300 — Cast -in -Place Concrete. 2. Strength: 3,000 psi at 28 days. 3. Cement: Type H or Type I/II. B. Mortar 1. One part Portland Cement, ASTM C150, Type H. 2. Two parts sand, ASTM C144. 3. One-half hydrated lime, ASTM C207, Type S. C. Grout (non -shrink) 1. Premixed: Master Builders: Masterflow 713, "Sonneborn: Ferrolith G-DS. Redi-Mixed, ' or equal. City of Fort Collins Section 02601 — Manholes Park Planning & Development Division Page 1 of 5 2. Job -Mixed: a. One part Portland Cement, ASTM C150, Type II or Type I/II. b. One part sand, ASTM C 144. c. One part shrinkage correcting aggregate, Master Builders: Embco Aggregate, "Sonneborn: Ferrolith G-DS," or equal. 2.02 Precast Concrete A. Bases, Barrels, Cones and Flat Tops: I. Case base and first barrel section monolithic. 2. Meet requirements of ASTM C478. 3. Cement: Type II or Type 1/II. 4. Invert: Cast -in -place concrete as specified above. Provide horseshoe -shaped openings for manholes to be installed in existing lines. 2.03 Manhole Gaskets A. All preformed plastic gaskets shall conform to AASHTO M198. B. Diameter: 1. 48-inch manholes: I '/z inch 2. 60-inch manholes: 1 3/< inch 3. 72-inch manholes: 2 inch C. Approved Manufacturers: 1. Ram-Nek; K.T. Snyder Company. 2. Rub'r-Nek; K.T. Snyder Company. 3. Kent Seal; Hamilton -Kent Manufacturing Company. 4. Approved equal. 2.04 Pipe Penetration Gaskets A. Resilient connectors shall be manufactured in accordance with ASTM C923. B. Approved Manufacturers: 1. Dukor Company, Kor-N-Seal. 2. A-lok Corporation, A-lok. 3. Approved equal. 2.05 Ring and Cover A. Material: Gray iron, meeting requirements of ASTM A48, Class 35B. B. Construction: 1. Size: Minimum clear opening 24-inch diameter. All rings shall be 8 inches in height. 2. Weight: Heavy duty, 400 pounds minimum. 3. Bearing surfaces: Machined. 4. Lid pattern: Checkered top or indented top. City of Fort Collins Section 02601 - Manholes Park Planning & Development Division Page 2 of 5 5. Pick hole: Concealed. 6. Words: "Sanitary Sewer" or "Storm Sewer" as appropriate, shall be cast into the cover. -_ 7. Acceptable products are: Neenah, R-1706 or approved equal. 2.06 Steps A. Material: Polypropylene plastic coated steel. B. Construction: 1. Reinforcing rod: ''/z inch diameter. 2. Length: 10 inches, designed for 6-inch protrusion from manhole wall. 3. Width: 12 inches. ^ 4. Tread: Notched ridge with retainer lugs on each end. 5. Vertical spacing: 12 inches. C. The maximum distance from the cover of the manhole to the top -most step shall be 24 inches. D. The maximum distance from the bench of the manhole to the lowest step shall be 18 inches. _ E. Manufacturer: 1. M.A. Industries, Inc., PS-2-PFS. 2. Neenah; R-1982-W. 3. Approved equal. 2.07 Manufacturer A. Forms: Rigid, adequately braced, free from dents, gouges or other irregularities which would impair quality, appearance or performance of members. B. Holes and Openings: Incorporate into design and fabrication, openings indicated on drawings. C. Surface Finish and Formed Surfaces: 1. Provide a smooth, transverse broom finish at top surface of flat -top slabs. 2. Provide smooth, uniform texture and color for formed surfaces. 3. Remove fins and other projections. D. Shop Marking: Label or paint on each section a shop marking to indicated location and position of each member. E. Curing: Cure precast section in accordance with ACI 308 to attain specified design strength. PART 3 — EXECUTION 3.01 Inspection A. Examine each precast section, ring and cover and appurtenance for cracks and other defects. Remove all defective materials from the site. 3.02 Manhole Size A. Unless directed otherwise in the Contract Documents, use 48-inch diameter manholes on sewers 8 inch through 18 inch in diameter; 60-inch manholes on sewers 21 inches through 30 inches in diameter; and 72-inch manholes on sewers 33 inch through 42 inches in diameters. City of Fort Collins Section 02601 — Manholes —� Park Planning & Development Division Page 3 of 5 B. Use eccentric cones where manhole depth is 60 inches or greater on 48-inch manholes, and 72 inches or greater on 60-inch manholes. Use flat -top manholes when manhole depth is less than the above and on all 72-inch manholes. 3.03 Installation of Precast Manhole Sections A. Connect all pipes to precast manhole sections using pipe penetration gaskets. B. If inverts are not constructed by precaster and wherever grade and alignment permit, lay the main sewer continuously through the manhole and split the pipe after construction of the invert. Where this is not possible, terminate pipe flush with interior manhole wall and construct transition smooth and of proper radius for uninterrupted flow. In no case shall the invert flow section through the manhole be greater that that of the outgoing pipe. Finish invert with a steel trowel prior to adding riser section to the base. C. The manhole shall be set plumb. Precast concrete adjustment rings shall be used to bring the ring and cover to grade. a. The total height from the top of the cone section to the finish street grade shall not exceed 16 inches. b. The adjustment rings shall be flush with the inside of the manhole and grouted. D. Manhole sections shall be joined to each other and to the base using a double row of preformed plastic gaskets. 1. All joint surfaces shall be kept clean and dry during installation. 2. The joint between the manhole section and the base shall be grouted on the inside to provide a smooth surface. E. Manhole sections, adjustment shims, ring and covers shall be joined using mortar or preformed plastic gaskets. 1. All joint surfaces shall be kept clean, dry and warm during installation. 2. When mortar joints are used, each section shall beset with a 1-inch minimum full bed of mortar. 3. Manhole sections shall be grouted to ring and covers on the inside. F. All lifting holes, joints and other imperfections shall be filled with an approved non -shrink grout to provide a smooth finished appearance. G. If the ground water is above the top of the pipe, the exterior surfaces of manholes shall have a 1/16-inch coating of tar. 1. The determination of the need for a tar coating shall be made by the City Representative upon review of the soils report, or shall be shown on the approved utility plans. 3.04 Field Quality Control A. Inspect each manhole for and repair all visible leaks. B. Vacuum Testing Manholes: 1. Manholes shall be tested before the ring and cover and grade adjustment rings are installed. 2. All pipes entering the manhole shall be plugged and braced. 3. A vacuum of 10 inches of mercury shall be drawn. 4. The vacuum pump shall be turned off and the time monitored as the vacuum drops 1 inch. Gty of Fort Collins Section 02601 — Manholes Park Planning & Development Division Page 4 of 5 a. The vacuum must not drop more than 1 inch for the duration of the time indicated in the following table: Specified Test Duration for Diameter of Manhole (duration indicated in minutes:seconds) 48" 60" 72" 1:00 1:15 1:30 5. Manholes which fail the vacuum test shall have the defects located and repaired, and the test shall be repeated. a. Repair and repeat testing of the failed manhole shall be repeated until the testing ^ requirements are met. END OF SECTION City of Fort Collins Section 02601 — Manholes ^� Park Planning & Development Division Page 5 of 5 SECTION 02700 — SANITARY SEWER SYSTEM PART 1-GENERAL 1.01 Description A. This section covers the installation and testing of the sanitary sewer pipelines and drinking fountain (if required) drain. Manholes are covered in Section 02601 - Manholes. 1.02 Quality Assurance A. All work shall be performed per the City of Fort Collins Standard Specifications. B. Do not deviate from line or grade more than 1 inch for line and '/. inch for grade, provided such deviation does not result in a level, more reverse sloping invert. Measure for grade at the pipe invert, not at the top pipe. 1.03 Submittals A. Certification: Submit manufacturer's certification that products meet requirements of referenced specifications. 1.04 Product Delivery, Storage and Handling A. Do not damage the pipe by impact, bending, compression or abrasion during handling and storage. B. Store pipe on a flat surface that provides even support for the barrel, with bell ends overhanging. C. Do not stack pipe higher than 5 feet. D. Do not store pipe and fittings in direct sunlight for periods in excess of two weeks. E. Ship rubber gaskets in cartons, and store in a clean area away from grease, oil, ozone -producing electric motors, heat, and the direct rays of the sun. F. Use only nylon protected slings or hands to handle pipe. Do not use hooks or bare cables. 1.05 Job Conditions A. Protection: 1. Prevent foreign material from entering the pipe. 2. Do not place debris, tools, clothing, or other materials in the pipe 3. Whenever pipe laying is stopped, close the open end of the pipe with a plug, cap or end dam to prevent the entry of foreign material into the pipe. 4. Use effective measures to prevent the uplift or floating of the line prior to completion of the backfilling operation. B. Do not lay pipe in water or in unsuitable weather or trench conditions. However, rubber gasketed joints may be completed when the water is not higher than the pipe invert, and when the water is clear and the trench bottom is clean coarse gravel. Use extreme caution to ensure no gravel is in the joint. City of Fort Collins Section 02700 - Sanitary Sewer System Park Planning & Development Division Page 1 of 5 PART2-PRODUCTS 2.01 Pipe Materials A. Type: Polyvinyl Chloride (PVC), ASTM D 3034, Type PSM, SDR35. 2.02 Manhole Materials A. Refer to Section 02601— Manholes. 2.03 Flexible Couplings A. When jointing two pipes of dissimilar material or two pipes with different outside diameters, use the following: 1. Pipe sizes 15 inches or smaller: a. Can -Tex, C-T Adapters. b. Femco, flexible couplings or reducing couplings. c. Jointers, Inc., Carder Coupling. d. Mission, Bushing Adapters. e. Nashua Pre -Cast Corporation, Flex-O-Joint. f. Eagle Plastics. g. Or equal. 2. In pipe sizes larger than 15 inches inside diameter, wrap the joint with two laps of rubber or vinyl, and band each pipe with a stainless steel band. a. Lap joint downward at springhne of pipe. b. Rubber or vinyl shall extend at least 6 inches on each pipe past the joint, minimum thickness 1/1 6-inch rubber or 32-oz. vinyl. B. Encase flexible couplings in a concrete collar a minimum of 6 inches thick and extending a minimum of 6 inches either side of the joint. PART 3 - EXECUTION 3.01 Preparation A. Excavate the trench in accordance with appropriate sections relating to trenching, backfilling, and compaction. B. Cutting the Pipe: 1. The pipe shall be cut smooth, straight and at right angles to the pipe axis with saws or pipe cutters that are designed specifically for the materials. 2. The cut end of the pipe shall be beveled in accordance with the manufacturer's recommendations. 3. Burrs shall be removed and all dust shall be wiped off of the jointing surface. C. Where connections are to be made to existing pipes or appurtenances, the exact location of which cannot be determined without exposing the existing pipe or appurtenance, excavate and expose the existing pipe or appurtenance and specify any necessary adjustments in line or grade of the proposed pipe to accomplish the connection. D. Joints: City of Fort Collins Section 02700 — Sanitary Sewer System Park Planning & Development Division Page 2 of 5 1. Dirt, oil grit and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. A thin film of lubricant shall be applied to the inside surface of the gasket and the spigot end of the pipe per the pipe manufacturer's recommendations. 3. The lubricated joint surface shall be kept clean until joined. 4. The pipe shall have a depth mark prior to assembly to ensure that the spigot end is inserted the full depth of the joint. 5. Stabbing of the pipe shall not be allowed. 6. Previously completed joints shall not be disturbed during the jointing operation. 7. All joints shall be watertight and free from leaks. 8. After the initial acceptance of the sewer main, the Contractor shall be responsible for the repair of any leak resulting from improper workmanship or materials, which is discovered within a two-year period. 3.02 Pipe Installation A. Pipe Laying: 1. Begin pipe laying at the lowest point, unless otherwise approved by Engineer, and install the pipe with the spigot ends pointing in the direction flow. 2. Lay pipe true to line and grade, and join in such a manner that the offset of the inside of the pipe at any joint is held to a minimum at the invert. The maximum offset at the invert shall be 1% of the inside diameter, or 3/8 inch, whichever is smaller. 3. As each length of pipe is placed in the trench, complete the joint in accordance with the applicable pipe material specification and adjust the pipe to the correct line and grade. Make adjustments by scraping away or filling pipe bedding under the body of the pipe, and not be wedging or blocking up the bells. 4. Secure the pipe in place with the specified bedding tamped under and around the pipe, except at the joints. Do not walk on small diameter pipe or otherwise disturb any conduit after the jointing has been completed. 3.03 Construction of Appurtenances A. Install cleanouts and stubs at locations indicated on the drawings. Insert removable watertight plugs in unused stubs and record location of cleanout or stub referenced to a minimum of two permanent surface references. 3.04 Field Quality Control A. Each section of sewer shall meet the requirements of the following tests. Repair all defects as indicated as a result of the tests. Furnish all equipment, labor, and incidentals necessary, and conduct tests in the presence of Engineer. B. Alignment Tests: 1. Engineer may lamp each section of sewer between manholes to determine whether any displacement of the pipe has occurred. Provide suitable assistants to help Engineer. 2. Repair poor alignment, displaced pipe or other defects discovered. C. Infiltration Tests: City of Fort Collins Section 02700 — Sanitary Sewer System Park Planning & Development Division Page 3 of 5 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 1. Conduct infiltration tests on sections of the sewer where infiltration appears to exceed specified limits. 2. Conduct tests by placing a calibrated V-notched weir in the line as it enters the manhole, and plugging the line as it leaves the next higher manhole. 3. Allow sufficient time for the water level behind the weir to stabilize before reading. Remove any foreign matter hanging on the weir before reading. Take successive readings until consistent results are obtained. 4. Maximum allowable infiltration shall be 0.04 gallons per inch of pipe diameter per foot of — pipe length. 5. If the infiltration rate exceeds the maximum allowable, suspend construction on that section and provide electronic or photographic visual inspection of the interior of the pipeline. 6. Repair all defects found and continue to test the sewer until the infiltration limits are met prior to proceeding with further construction. r. D. Exfiltration Tests: 1. Conduct exfiltration tests on section of sewer where the groundwater table is below the elevation of the top of the sewer. 2. Where the difference in elevation. between inverts of adjacent manholes is greater than 10 feet, conduct an air test as specified in this section in lieu of an exfiltration test. 3. Test each section between successive manholes by plugging all pipe entrances at manholes, V except those connecting the reach being tested. 4. Fill the upper manhole and pipe with water to a depth of 4 feet above the invert of the sewer at the center of the upper manhole. 5. Duration of Test: Two hours minimum. 6. Maximum allowable leakage shall be determined by the following formula: Q = 0.00067 LD (H) % ' . Where L is the length of the sewer tested in feet; Q is the allowable leakage in gallons per - hour; D is the pipe diameter in inches; and H is the difference in elevation between the water surface in the upper manhole and the invert of the pipe in the lower manhole in - feet; or if groundwater is present above the invert of the pipe at the lower manhole, the difference in elevation between the water surface in the upper manhole and the groundwater elevation at the lower manhole. 7. For the purpose of determining the maximum allowable leakage, manholes shall be considered sections of equivalent size pipe. E. Air Tests: 1. Air tests may be used in lieu of exfiltration testing for vitrified clay, PVC, and ABS composite sewer pipe, but not for manholes or reinforced concrete sewer pipe. 2. Comply with the requirements of ASTM C828. A 3. Test manholes and reinforced concrete sewer pipe using exfiltration tests. 4. Preparation for Test: Flush and clean the sewer line prior to testing in order to wet the pipe surfaces and produce more consistent results. Plug and brace all openings in the main sewer line and the upper end of any connections. Check all pipe plugs with a soap solution to detect any air leakage. If leaks are found, release the air pressure, eliminate the leaks, and start the test procedure over again. City of Fort Collins Section 02700 - Sanitary Sewer System Park Planning & Development Division Page 4 of 5 5. Procedure of Test: Add air until the internal pressure of the sewer line is raised to approximately 4.0 psi gage, at which time the flow of air shall be reduced and the pressure maintained between 3.5 and 4.5 psi gage for a sufficient time to allow the air temperature to come to equilibrium with the temperature of the pipe. 6. After the temperature has stabilized, permit the pressure to drop to 3.5 psi gage, at which time a stop watch or a sweep second hand watch shall be used to determine the time lapse required for the air pressure to drop to 2.5 psi gage. 7. The time elapsed shall not be less than: a. t = 0.472d; where t = time in minutes; d = pipe diameter in inches. 8. Maximum Air Leakage: 0.003 cfm per square foot of internal pipe surface. 9. Brace all plugs sufficiently to prevent blowouts, and vent the pipeline completely before attempting to remove the plugs. 10. Provide pressurizing equipment with a regulator set at 5 psi to avoid overpressuring and damaging and otherwise acceptable line. 3.05 Cleaning: A. Prior to substantial completion, remove all accumulated construction debris, rocks, gravel, sand, silt, and other foreign material from the sewer system. Use mechanical rodding or bucketing equipment as required. B. Upon final inspection, if any foreign matter is present in the system, flush and clean the sections of the line as required. END OF SECTION City of Fort Collins Section 02700 — Sanitary Sewer System Park Planning & Development Division Page 5 of 5 DMSION SECTION 02010 —IRRIGATION PARTA GENERAL 1.01 Section Includes: Furnish labor, materials, supplies, equipment, tools, transportation, and perform operations in connection with and reasonably incidental to complete installation of the irrigation system, and guarantee/warranty as shown on the drawings and as specified herein. 1.02 Related Work: Refer to System Plans and Installation Detail drawings. 1.03 Submittals: A. Materials List:: Submit materials list for all components to be used in the irrigation system B. Weekly redline drawings of changes made in irrigation system installation from those on construction plans and drawings. 1.04 Handling and Storage: A. Protect materials used for construction from damage, deterioration, sun exposure, or loss while in storage and during construction 1.05 Reviews: A. Reviews of the irrigation installation will be ongoing during the contract. Reviews shall be made of irrigation mainline, lateral, head, valve and other equipment locations prior to installation. B. Review of head coverage as zones are completed will be ongoing. Any changes of head locations or nozzeling shall be completed immediately. C. Other reviews shall take place as outlined under Execution. D. Submit redline installation drawings with changes made in installation from those on plans every week to City representative and/or General Contractor. 1.06 Environmental Condition: A. Irrigation installation shall be only when weather and soil conditions permit and in accordance with locally accepted practices, and as reviewed by the owner's representative. 1.07 Guarantee/Warranty and Replacement: The purpose of this guarantee/warranty is to insure that the Owner receives materials of prime quality, installed and maintained in a thorough and careful manner. A. Guarantee/warranty materials and workmanship against defects due to any cause for a period of one year from the date of final acceptance of all work. B. This quarantee/warranty will not be enforced shall defects be due to improper maintenance procedures carried out by Owner involving watering, mower damage, improper operation of system, fire, flood or SOFT GOLD PARK SECTION 02810 — IRRIGATION Page 1 of 7 damage; or other similar circumstances beyond the control of the Contractor. C. Replace components when they are no longer in satisfactory condition as determined by the Owner's representative for the duration of the guarantee/warranty period. Make replacements within seven days of notification from the Owner's representative. D. Replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents. Repairs and replacements shall be made at no expense to the Owner. E. Guarantee/warranty shall apply to originally specified and installed materials, and any replacements made during the guarantee/warranty period. PART-2: MATERIALS 2.01 Quality: A. All materials used for construction shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 Mainline: A. Mainline shall be PVC Class 200, NSF approved pipe. 3" and larger pipe shall be ringtite pipe. 2 '/2" and smaller pipe shall be glued joint. 2.03 Laterals: A. 2" or larger: Class 200 PVC, NSF approved. B. 1 ''/a" or 1": Class 200 PVC, NSF approved. C. No laterals smaller than V' are permitted. Trickle tubing shall be weather and LTV resistant material. D: 3/4" & '/a"Polyethylene Drip Pipe: NSF approved, SDR pressure rated pipe, only as approved for drip applications. 2.04 Pipe Fittings: A. Funny Pipe (pop-up spray turf heads only): to be compatible to the elbows needed for head installation. B. Lateral fittings: Schedule 40, Type 1, PVC solvent weld with ASTM Standards D2466 and D 1784. C. Wrought copper or cast bronze fittings, soldered or threaded per installation details for all copper pipes. D. Mainline fittings: Ductile Iron for 3" and larger, PVC Schedule 80 for 2 1/2" and smaller. 2.05 Sleeves: A. Ductile Iron Pipe or CL 200 PVC under all paved surfaces. B. Sizes to be a minimum of two sizes larger than the pipe being sleeved. Minimum 2" diameter or larger for irrigation lines. C. Wires to be in separate sleeve from pipe, 2" min. size pipe for control wire sleeves. D. Sleeves shall have marker tape on upper side and both ends for future locates. Install per drawing details. SOFT GOLD PARK SECTION 02810 — IRRIGATION Page 2 of 7 2.06 Valves: A. Remote Control Zone Valves: Electrically operated, appropriate for the water supply, with manual bleed device and flow control stem. Shall have a slow -opening and slow -closing action for protection against surge pressure. Brand and model to be Rainbird PESB or 300BPE valves with Dial Pressure regulator size as shown on plans. _ B. Isolation Gate Valves: Kennedy 1571X or Mateo #100M, able to withstand a continuous operating pressure of 150 psi. Clear waterway equal to full diameter of pipe. Resilient wedge gate valve conforming to AW WA C-509 standards Shall be opened by turning 2" square nut to the left (wheel opening is unacceptable). C. Manual Drain Valve: 3/4" ball valve with tee handle. Watts, #B-6000, or approved equal. D. Quick Coupling Valves: V brass, Rainbird #5RC units with rubber cover. Keys Rainbird 55K V brass key. 2.07 Valve Boxes: A. House valves in valve box with matching locking cover (AMETEK brand only). Only one valve per _ box. Install in box sizes to allow work on components. B. Install W' drip tubing ends with end closure in 10" round valve box with cover at end of each run. 2.08 Control System: A. Use Irritrol MC-24 Plus-B controller. Mount terminal strips in the pedestal to change from 14 gauge field wire to 18 gauge wire for run into controller. B. Surge Protection: 8 foot copper grounding rod, #4 solid copper wire, grounding buss receptacle, ground terminal strip and/or as recommended by manufacturer. C. Install Hunter Wireless Rain Chk rain sensor (one per controller) at location near the controller but not where it will receive precipitation from the irrigation system Owner must approve location. D. Provide Eicon remote receiver and field transmitter with frequency as specified by Owner _ 2.09 Electric Control Wiring: A. #14 feed wire and #14 common wire solid copper direct burial OF or PE cable, UL approved, or larger, per system design and manufacturer's recommendations. B. Five wires with consistent color scheme throughout: -Red = live (one per valve) -White = ground - -Black, blue and green = extra from controllers to furthest extent of mainlines. . C. Wire connectors and waterproofing sealant to be used to join control wires to remote control valves. D. Run wire for remaining zones on controller to the end of the mainline that the controller supports. 2.10 Sprinkler Heads: A. All heads shall be of the same manufacturer as specified on the plans, and marked with the manufacturer's name and model in such a way that materials can be identified without removal from the system Owner will specify brand and models to match other equipment in use in public system in the vicinity. B. Gear driven Rotor heads: Rainbird SOFT' GOLD PARK SECTION 02810 - IRRIGATION ' Page 3 of 7 C. Pop -Up Spray heads: Rainbird. D. Xeri-Pop Heads: Rainbird. 2.11 Backflow Device: A. Backflow device shall be Febco 2 '/2" Reduced Pressure Principle device installed in a Guard Shack enclosure (per manufacturer's recommendations). PART-3: EXECUTION 3.01 Pipe trenching: A. Install pipe in open cut trenches of sufficient width to facilitate thorough tamping/puddling of suitable backfill material under and over pipe. B. Trench depths: 1. Mainline - Minimum of 24" deep from top of pipe to finished grade for 6" and under mainline. Minimum of 32" deep from top of pipe to finished grade for 8" and larger. 2. Lateral - Minimum of 16" deep from top of pipe to finished grade.'/4" drip pipe 8" deep from top of pipe except in shrub beds. 3. Sleeves - Install sleeves at a depth, which permits the encased pipe or wiring to remain at the specified burial, depth. 3.02 Sleeves: A. Boring shall not be permitted unless obstruction in pipe path cannot be moved, or pipe cannot be re- routed. B. Mainline installed in existing sleeves at greater depth than adjacent pipe, shall have a manual drain valve at each end if the sleeve is longer than 20 feet, or at one end if the sleeve is less than 20 feet. C. Install sleeve so ends extend past edge of curb, gutter, sidewalk, bikepath or other obstruction, a minimum of 2 feet. D. Mark sleeves with an "x" chiseled in walk (or other surface) directly over sleeve location. E. Sleeves installed for future use shall be capped at both ends. F. Separate sleeve (2" min. size) shall be used for all wiring. G. Sleeves shall not have joints. If joints are necessary, only solvent welded joints are allowed. H. Compaction of backfill for sleeves shall be 95% of Standard Proctor Density, ASTM D698-78. Use of water puddling around sleeves for compaction will not be allowed. 3.03 Pipe Installation: A. Use Teflon tape on all threaded joints; only schedule 80 pipe maybe threaded. B. Reducing pipe size shall be with reducing insert couplings at least 6" beyond last tee of the larger pipe. C. Snake PVC lateral pipe from side to side within trench. D. Cut pipe ends square and de -burr. Clean pipe ends before using primer and solvent cement. Join in manner recommended by manufacturer and in accordance with accepted industry practices. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. SOFT GOLD PARK SECTION 02810 - IRRIGATION Page 4 of 7 E. Backfill shall be free from rubbish, stones larger than 2" diameter, frozen material and vegetative matter. Do not backfill in freezing weather. If backfill material is rocky, the pipe shall be bedded in 2" of fill sand covered by 6" of fill sand. F. After puddling or tamping, leave all trenches slightly mounded to allow for settling. G. Compact to proper densities depending on whether surface area over the line will be paved or '- landscaped. 3.04 Thrust Blocks: A. Shall be installed where PVC mainline (2 %' or larger) changes direction over 20 degrees. B. Minimum of one cubic foot of concrete shall be used per thrust block. See installation details for recommended sizes and volumes. — C. Keep pipe joint clean of concrete. Do not encase. D. Place wiring away from thrust block to avoid contact with the concrete. Use clear plastic sheeting to -- isolate the concrete from other materials. 3.05 Valve Installation: A. Install at least 12" from and align with adjacent walls or paved edges. B. Automatic Remote Valves: Install in such a way that valves is accessible for repairs. Make electrical connection to allow pigtail so solenoid can be removed from valve with 24" (min.) slack to allow ends -' to be pulled 12" above ground. _ 1. Flush completely before installing valve. Thoroughly flush piping system under full head of water _ for three minutes through finthest valve, before installing heads. 2. Valve assembly to include ball valve and union for ease of maintenance and repair. 3. Install in valve box per details. C. Quick Coupler Valve: Install in 10" round locking valve box. Flush completely before installing valve. Thoroughly flush piping system under full head of water for three minutes through furthest valve. D. Isolation Gate Valves: Install in valve box as per detail. E. Valve Boxes: 1. Brand all valve boxes with the following codes: "SV" and the controller valve number per as built -' plans for all remote control valves; "DV" for all drain valves; "GV" for all isolation valves; "DRGV" for all drip system isolation valves; "QC" for all quick coupling valves; "WA" for all, winterization assemblies; "FM" for all flow meter assemblies; and "MV" for all master valve _ assemblies. Use a branding iron stamp with 3" high letters. 2. Valve box shall NOT rest on mainline. Use brick or other non -compressible material per detail. Top of valve box to be flush with finish grade. Use add-ons to depth of valve gravel. _ 3. Install valves in box with adequate space to access valves with ease. Valves shall not be too deep to be inaccessible for repairs. 3" depth of 3/4" washed gravel to be placed in the bottom of each valve box with enough space to fully turn valve for removal (see detail). -. 3.06 Head Installation: A. Set heads plumb and level with finish grade. In sloped area, heads to be tilted as necessary to provide ^ full radius spray pattern. SOFT GOLD PARK SECTION 02810 - IRRIGATION Page 5 of 7 B. Flush lateral lines before installing heads. Thoroughly flush piping system under full head of water for three minutes through furthest head, before installing heads. Cap risers if delay of head installation occurs. C. Pop -Up Heads along walks and bikeways: Bed heads in 6" layer of sand under the base of the head. D. Nozzles: Supply appropriate nozzle for best performance. E. Adjustment: Adjust nozzles and radius of throw to minimize overspray onto hard surfaces. 3.07 Controller Installation: A. To be installed in an above ground location suitable to prevent vandalism and provide protection from adverse weather conditions, and per Owner direction. All exposed wiring to and from the controller shall be encased in galvanized metal conduit. Exterior controllers to be installed per manufacturer recommendations. B. Install Controller per Owner direction and in accordance with manufacturers' specifications. Install surge protection, grounding rods and other accessory components as specified. C. Attach wire markers to the ends of control wires inside the controller unit. Label wires with the identification number of the remote control valve activated by the wire. 3.08 Wiring: A. Comply with local electrical codes. B. Power source brought to controller to a ground fault receptacle installed within controller casing. C. String control wires as close as possible to mainline, consistently along and slightly below one side of the pipe. D. Leave minimum loop of 24" at each valve and controller and at each splice, at the ends of each sleeve, at 100-foot intervals along continuous runs of wiring, and change of direction of 90 degrees or more. Band wires together at I W intervals with pipe wrapping tape. E. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. Install three extra wires, as specified, to the furthest valve on the system and/or each branch of the system. F. Run 14 gauge wire to terminal strips in the controller pedestal and 18 gauge from terminal strips to controller. 3.09 Point of Connection: A. Make connection at a point (minimum of five feet) from the outside meter pit wall. Run 3" metal pipe into the backflow device and out to the winterization assembly. Begin running PVC pipe for mainline. (3") five feet after the WA. 3.10 Testing A. All tests to be run in the presence of Owners' representative. Schedule all tests a minimum of 48 hours in advance of tests. Repeat any failed tests until full acceptance is obtained. B. Pressure Test: Leave mainline uncoverd at joints and fittings. Place a pressure gauge (capable of reading pressures up to 120 psi minimum) on a Quick Coupling valve attached to the system Fill mainlines with water and bring to full pressure. If new system is an add -on to existing system, isolate the new system from the old system after filling. Record pressure readings at 15-minute intervals for 4 hours. Pressure shall not drop more than 3 of initial reading. If pressure drops more than 3%, a SOFT GOLD PARK SECTION 02810 - IRRIGATION Page 6 of 7 thorough walk through of the mainline shall be made to discover leakage and corrected. Repeat test until maximum desired pressure drop is achieved. C. Operational Test: Activate each remote control valve from the central control system in the presence of Owners' representative. Replace, adjust or move heads and nozzles as needed to obtain acceptable performance of system. Replace defective valves, wiring or other appurtenances to correct operational deficiencies. 3.11 Completion Services When project construction is complete, request from Owners' representative a punch list inspection for Construction Acceptance: A. Demonstrate system to Owner personnel. B. Provide Owner personnel with ordering information including model numbers, size and style for all components. C. Provide two sets of as built drawings per below, showing system as installed with each sheet clearly marked "AS -BUILT DRAWINGS", the name of the project and all information clearly provided. As- builts shall reflect changes indicated on weekly red line submittals. 1. One set of reproducible Mylar, no larger than 24" x 36". 2. One set of all sheets reduced to I V x 17", with each station color coded, and each sheet plastic laminated , 3. Provide as -built drawing on computer disk in a *.DWG format. D. Clean Up: Remove all excess materials, tools, rubbish and debris from site. E. Contractor shall request Final Acceptance inspection from Owner. F. Provide Owner personnel operating keys, servicing tools, test equipment, warranties/ guarantees, maintenance manuals, and contractor's affidavit of release of liens. Keys, tools and other operating equipment need to be turned over to Owner. Submittal of all these items must be accompanied by a transmittal letter and delivered to the Owner offices (delivery at the project site is acceptable with signed receipt). END OF SECTION SOFT GOLD PARK SECTION 02810 - IRRIGATION Page 7 of 7 DMSION 2 SECTION 02820 — FENCES AND GATES PART 1-GENERAL 1.01 Scope A. Furnish all labor, materials and equipment, and perform all operations required for the proper installation of fences and gates, including all concrete, earthwork, hardware, and other accessories as SHOWN ON THE DRAWINGS or specified in this section. Work includes cleanup of the site. 1.02 Shop Drawings A. Submit shop drawings showing gate details. Obtain approval of Engineer before fabrication or installation. 1.03 Submittals A. Submit manufacturer's product data for materials described in this section. PART 2: MATERIALS 2.01 Fence Fabric and Hardware A. Fabric and hardware shall be as SHOWN ON THE DRAWINGS. 2.02 Posts A. Wood shall be of sound, seasoned wood, peeled and with ends cut as shown on the drawings. The posts and rails shall be straight and all knots trimmed flush with the surface. B. All dimensional timber and lumber required for fences and gates shall be sound, straight, and reasonably free from knots, splits, and shakes. C. All wood members are to be cedar; or treated wood mill ACQ, or with a product approved by the City. CCA treated wood is no longer allowed by the City of Fort Collins D. The requirements for peeling and treating may be omitted for red cedar posts and rails. 2.03 Concrete A. Minimum depth for posts as indicated on drawings. Cylindrical holes. Excavate for the full depth of post, diameter as indicated. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. B. Aggregate shall conform to Standard Specification for Concrete Aggregate, ASTM C33-85. Any admixture, except air entraining agent, accelerators and retardants must be approved by the Engineer. C. Cement used shall conform to Standard Specifications for Portland Cement, ASTM C 150-85, AASHTO M 85, Type I, II or Type I/II. D. Air -entraining agents shall conform to ASTM C 260-77 2.04 Fences near Electric Lines A. At each location where an electric line crosses a fence containing metal, grounding of the fencing shall be accomplished in accordance with the following: A galvanized or copper -coated steel grounding rod eight feet long with a minimum diameter of % inch shall be installed directly below City of Fort Collin Section 02820 — Fences and Gates Park Planning & Development Division Page 1 of 2 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 the point of crossing. The rod shall be driven vertically until the top is six inches below the ground surface. A number six solid copper conductor or equivalent shall be used to connect each metal fence element to the grounding rod. The connections shall be either brazed or fastened with non -corrosive clamps approved by the Engineer. B. When a power line is within 500 feet and runs parallel or nearly parallel to the fence, the fence shall be grounded at each end, at gateposts, and at intervals not to exceed 1,500 feet. PART 3: EXECUTION 3.01 Installation A. General: Construct fence to line and grades indicated. Construct fence in accordance with manufaoturer's instructions and as specified. Stake post locations for review by Engineer before proceeding. Construct fence in a craftsman -like manner with skilled people experienced with this type of fence. Do not begin installation and erection of fence before final grading is completed, unless permitted by the Engineer. CONTRACTOR IS RESPONSIBLE FOR LOCATING AND FIELD VERIFYING UTILITIES. B. Tree, brush, and other obstacles along the fence line that interfere with the fence shall be removed. Continuous grubbing or grading along the fence line shall not be done. Where possible, the fence shall be erected on natural ground. The clearing width shall be to the extent needed to install the fence. Disposal of clearing debris shall be off site at the contractor's expense. C. Where breaks in a nm of fencing are required, or at intersections with existing fences, post spacing shall be adjusted to meet requirements for the type of closure. D. The bottom of the fence fabric shall generally follow the contour of the ground. Grading shall be performed where necessary to provide a neat appearance. Where abrupt changes in the ground profile make it impractical to maintain the specified ground clearance, longer posts may be used and multiple strands of wire stretched thereon. At grade depressions, where stresses tend to pull posts from the ground, bracing shall be installed as SHOWN ON THE DRAWINGS. E. Wire splicing shall be as SHOWN ON THE DRAWINGS. F. All posts shall be repaired in accordance with approved procedures after cutting or drilling. G. Excavation: Excavate for concrete to dimensions indicated. Clear excavations of loose material. Dispose waste material on site as directed by the Engineer. H. Fence post setting: Set posts plumb and aligned in concrete footings. Settle concrete to eliminate voids, and slope to drain to adjacent grade. Allow concrete to cure a minimum of 72 hours before proceeding with work affecting the posts. All posts shall be set vertical and to the grade and alignment as SHOWN ON THE DRAWINGS. Top of posts shall not be cut unless approved by the Engineer. All field cuts, holes, etc. shall be treated with preservative matching existing treatment. I. Fabric: Pull fabric taut and secure to fence posts. END OF SECTION City of Fort Collins Section 02820 — Fences and Gates Park Planning & Development Division Page 2 of 2 SECTION 02831 - BALLFIELD METAL FENCING PART 1-GENERAL 1.01 Scope A. Furnish all labor, materials and equipment, and perform all operations required for the proper installation of ballfreld chain link fence, backstops, dugouts, etc., including all concrete footings, concrete mow strip, hardware, and other accessories as shown on the drawings or specified in this section. 1.02 Shop Drawings A. Submit shop drawings showing details of work described in this section. Obtain approval of Engineer before fabrication or installation. 1.03 Submittals A. Submit manufacturer's product data for materials described in this section. PART 2: MATERIALS 2.01 Fence Fabric A. Fabric shall be hot dipped galvanized (ASTM A392) with a minimum breaking strength of 550 pounds, and a zinc coat weight of .1503 pounds per square foot of uncoated wire surface. Top and bottom ends of fabric shall be turned under. The fabric shall be of the following gauge and mesh size: 1. Backstop fabric: a. 6 gauge wire, 2-inch mesh on lower 10 feet of backstop. b. 9 gauge wire, 2-inch mesh on upper 10 feet of backstop. 2. Sideline and dugout fabric: 9-gauge wire 2-inch mesh. 2.02 Framework A. General: all posts and rails shall be Schedule 40 galvanized steel to ASTM A 120. B. Line, corner, terminal, and dugout posts: 2-3/8 inch O.D. C. Backstop posts: 4-inch O.D. pipe with flush welded steel cap (6.625 O.D.-28.57lbs. /ft.). D. Top rail: 1-5/8 inch O.D pipe. E. Backstop rails: 2-7/8 inch O.D pipe. 2.03 Hardware A. Fittings: Fittings, caps, and other appurtenances shall be aluminum alloy galvanized pressed steel, malleable or cast steel. A. Connectors: Securely fasten fabric to terminal posts using galvanized 1/4" x 3/0 tension bars, with 6 gauge, 1-inch wide galvanized tension bands spaced vertically as indicated. Fasten bands with 3/8-inch diameter galvanized carriage bolts and nuts. Fasten fabric to line posts with 6 gauge wire ties, and to the top rail with 6 gauge wire ties spaced as indicated. City of Fort Collins Section 02831— Ballfield Metal Fencing and Infield Mix Park Planning & Development Division Page 1 of 3 B. Post Tops: 1. Line posts: heavy galvanized caps, cast from eye -top fittings. 2. Corner, intermediate and terminal posts: heavy galvanized iron tops, bullet type construction. C. Bottom tension wire: 6 gauge. 2.04 Concrete Footings, Slab at Dugouts, & Mow Strip A. Minimum depth of footings as indicated on drawings. Cylindrical holes. Excavate for the full depth of post and footing, diameter as indicated. B. Footing and mow strip concrete ASTM C94 using 3/4-inch maximum size aggregate and having minimum compression strength of 3,500 psi at 28 days. C. Dugout concrete reinforcement: deformed and plain billet -steel bars for concrete reinforcement shall conform to AASHTO M31, latest edition. Axle -steel deformed and plain bars for concrete reinforcement shall conform to AASHTO M53, latest edition. Unless otherwise designated, bars conforming to AASHTO M31 and M53 shall be furnished in Grade 60 steel for #5 bars and larger for Grade 40 or 60 steel for bars smaller than #5. D. Mow strip and dugout concrete finish: rough broom with troweled edges. E. Compacted base: a hard, durable, crushed rock or stone and filler with a minimum C.B.R. value of 80. Free from vegetable matter and lumps or balls of clays. Meet the Colorado Department of Highways Specification Class 6 Aggregate Base Course which follows: r Sieve Size % Passing 3/4" 100 _ #4 30 - 65 #8 25 - 55 #200 3 - 12 1. Liquid Limit - 30 Maximum - 2. Plasticity Index - 6 Maximum 3. The base course material, when tested in accordance with ASTM Standard Test Designation C-131 (Los Angeles Abrasion Test), shall have a percentage of wear of not more than forty percent (40%). 4. Of the material passing the No. 40 sieve, at least 35% by weight shall have one or more broken faces. 2.05 Welding A. Comply with AWS D1.1. Provide smooth weld all around. Remove splatter, grind smooth exposed welds to blend, and contour surfaces to match adjacent surfaces. 2.06 Benches at Dugouts A. Benches will be supplied and installed by the Contractor. 2.07 Rubber Matting A. Rubber horse trailer matting such as available at local supply outlets. Cut to dimensions indicated on the drawings. City of Fort C #m Park Planning & Development Division Section 02831— BallfieW Metal Fendng and Infield Mix .. Page 2 of 3 PART 3: EXECUTION 3.01 Fence A. General: Construct fence to line and grades indicated. Construct fence in accordance with manufacturer's instructions and as specified. Stake post locations for review by Engineer before proceeding. Construct fence in a craftsmanlike manner with skilled people experienced with this type of fence. B. Excavation: Excavate for concrete to dimensions indicated. Clear excavations of loose material. Dispose waste material off -site. C. Dugout sub base: placed on the subgrade and compacted to at least ninety-five percent (95%) Standard Proctor Density at +/- 2% of optimum moisture content in accordance with AASHTO T99. The base course shall be shaped to grade so that proper drainage of the paving is obtained D. Fence post and dugout bench setting: set posts plumb and aligned in concrete footings. Settle concrete. to eliminate voids, and slope to drain to adjacent grade. Allow concrete to cure a minimum of 72 hours before proceeding with work affecting the posts. E. Top rail: pass the top rail through the line post tops to form a continuous brace from end to end for each stretch of fence. Securely fasten the top rail to ends and corners with devices indicated. F. Fabric: pull fabric taut and secure to top rail close to both sides of each post, and at intervals indicated. Secure fabric to posts using devices indicated. END OF SECTION City of Fort Collins Section 02831- Balifield Metal Fencing and Infield Ma Park Planning & Development Division Page 3 of 3 No Text DIVISION 2 SECTION 02870 - MISCELLANEOUS SITE FURNISHINGS — SOFT GOLD PARK PART 1: GENERAL 1.01 Section Includes A. Barbecue Grills B. Bike Rack C. Picnic Tables D. Site Benches E. Dugout Benches F. Bleachers 1.02 Submittals for Review A. Submittals shall be directed to the Owners Representative and shall be approved in writing before affected work commences. B. Submit shop drawings and technical literature from manufacturer for all items specified in Section 1.01 above. C. Submit all color swatches on finish metal colors for each of the above site furnishings at the same time. D. Submit warranty information at time of review. 1.03 Substitutions A. Alternative bid proposals, which propose material substitutions, must be fully supported by necessary documentation showing compatibility/comparability with specific materials. Substitutions must be submitted to the Owners Representative prior to the bid opening. Substitutions must also comply with the General Conditions. Some Materials may not be substituted. 1.04 Warranty A. Warranty all products under this section for a period of two years from the date of Substantial Completion. In addition to the manufacturer's product Warranty, Contractor shall warranty the installation of all products in this section exclusive of normal wear and tear and damage caused out of the Control of the Contractor. This Warranty shall extend to removal and replacement of any defective materials or damaged products arising out of the failure of the product of improper installation of the Contractor. PART 2: MATERIALS 2.01 Barbecue Grills Two (2) DuMor, Model Number 21-00, embedded. Factory Representative: Rocky Mountain Recreation Inc., Littleton, CO, 1-800-636-0199 2.02 Bike Rack One (1) DuMor, Model Number 130-20, surface mount, color bronze, submit color sample. City of Fort Collins — Soft Gold Park Section 02870 — Site Furnishings Park Planning & Development Division Page 1 of 3 Factory Representative: Rocky Mountain Recreation Inc., Littleton, CO, 1-800-636-0199 2.03 Picnic Tables Two (3) WEBCOAT Inc., Visions Innovative Products; Model T8STDHDCPALT; 8' mesh table, 2 attached 6' benches centered, %'#9 expanded metal, 2 3/8" legs, Black Powder Coat metal, Purple Webcoating, portable. Two located at picnic shelter, one at dog park. Factory Representative: Ermold Park and Recreation Products, Eastlake, CO 1-303450-9185 2.04 Site Benches Two (2) DuMor Model Number 88, embedded, recycled plastic, 6' long, colors: bronze polyester powder finish supports and cedar plastic. One (1) DuMor Model Number 140, embedded, 6' long, color bronze. Factory Representative: Rocky Mountain Recreation Inc., Littleton, CO, 1-800-636-0199 2.05 Trash Receptacles Two (2) DuMor Model Number 84, 32 gallon, color bronze. 2.06 Dugout Benches Four (4) Miracle Recreation Model 1261-1; 15', aluminum, permanent mount. Factory Representative: Churchich Recreation, 1-303-530-4414 or 1-800-729-PLAY. 2.07 Bleachers Four (4) Miracle Recreation Model 9893-5 three -row bleachers, aluminum seat board, dimpled steel foot board, galvanized steel frame, 15' long. Factory Representative: Churchich Recreation, 1-303-530-4414 or 1-800-729-PLAY 2.08 Miscellaneous Hardware A. Hardware: All hardware including nuts, bolts, and washers, shall be cadmium plated, and shall conform to ASTM A307. B. Expansion Bolts: Expansion bolts and anchors shall be galvanized. Where expansion bolts are to fasten to concrete, they shall be Hilti KWIK BOLT or approved equal. D. Where expansion bolts are used to fasten to concrete block or other masonry construction, they shall be RAWLY anchors or approved equal. E. Anchor picnic tables with a Pool Cup Anchor, Model #58290; 3" round CPB cup anchor with cross bar; Spectrum Aquatic Catalog 1-800-776-5309 or local pool supply company. PART 3: EXECUTION 3.01 Site Furniture A. Locate barbecue, picnic tables, benches on site for review by Engineer prior to installation. See plan for dimensional locations. B. Anchor barbecue per plans, details, and per manufacturer's recommendations. C. Anchor picnic tables and benches per plans and manufacturer's recommendations. City of Fort Collins — Soft Gold Park Section 02870 - Site Furnishings Park Planning & Development Division Page 2 of 3 D. Provide all concrete footings and hardware necessary for installation per plans and manufacturer's recommendations. E. Prior to completion of project, clean all furniture, as needed, to remove any dust and dirt, and provide a clean factory finish at time of final review. Touch up paint as needed. 3.02 Bike Rack A. Install bike rack per manufacturer's recommendations. B. Set rack plumb with grade, as shown on plans, and parallel and perpendicular to building walls and/or walks. C. Provide all concrete footings and hardware necessary for installation per plans and manufacturer's recommendations. D. Prior to completion of project, clean bike racks, as needed, to remove dust and dirt. Provide a clean factory finish at time of final review. Touch up paint as needed. 3.03 Protection A. Protect all painted surfaces from cracking or chipping during installation. Use blankets, tarps etc., to protect paint surfaces while handling. j - B. Do not accept materials damaged during shipping. Damaged parts shall not be accepted. If minor repairs are required, it shall be at the discretion of the Owners Representative whether the items are acceptable. C. Verify proper operation of all equipment prior to acceptance. Contractor shall be responsible for proper operation of all materials. END OF SECTION City of Fort Collins — Soft Gold Park Section 02870 — Site Fumishings Park Planning & Development Division Page 3 of 3 DIVISION 2 SECTION 02875 — PREFABRICATED SHELTERS - SOFT GOLD PARK PART 1 —GENERAL ^ 1.01 Furnish and Install A. Prefabricated Picnic Shelter B. Prefabricated Lean-to Shelter at Dog Park (Bid Alternate #2) 1.02 Related Work ^ A. Earthwork: Division 2 B. Caste -in -Place Concrete: Division 3 1.03 Quality Assurance A. Installer Qualifications: An experienced installer who has specialized in installing work similar in material, design and extent to that indicated for this project and who is acceptable to manufacturer of prefabricated shelters. B. Standards and Guidelines: Provide prefabricated picnic shelter complying with or exceeding requirements in the following: — 1. Applicable ASTM standards. 2. State of Colorado and applicable federal standards and guidelines for structures of this type. 3. Local Codes. 4. Member: American Institute of Steel Construction 5. All welding by AWS certified welders 1.04 Submittals ^ A. Product Data: For each of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles and fmishes. B. Shop Drawings: Include materials, plans, elevations, sections, details, method of field assembly, connections and installation details. 1. Submit complete set of shop drawings signed and sealed by a Professional Engineer registered in the State of Colorado. ^ C. Samples of Initial Selection: Manufacturer's color charts or 6-inch (150mm) lengths of actual material showing the full range of colors and textures available for components with factory applied color finishes. ^ D. Maintenance Data: For prefabricated shelter and finishes to include in maintenance manuals specified in Division 1. ^ 1.05 Project Conditions A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify owner's Representative at least two days in advance of proposed utility interruptions. 2. Don not proceed with utility interruptions without Owner's Representative's written permission. City of Fort Collins — Soft Gold Park Section 02875 — Prefabricated Shelters Park Planning & Development Division Page 1 of 2 ..r 3. Before excavating, contact utility -locator service for area where project is located. 1.06 Delivery, Storage and Handling A. General: Comply with Section 01600. Deliver and store panels and accessories in a dry place to avoid condensation or contact with materials which might cause staining such as lime, cement, fresh concrete or chemicals. PART 2—PRODUCTS 2.01 Manufacturers A. Approved Manufacturer 1. Classic Recreation Systems, Inc. Distributor: E.J. Renner & Associates, 220 South Taft Street, Lakewood, CO 80228, (720)963-1120,800-766-3631 2.02 Product A. Picnic Shelter: 1. `Charleston' model — 20' x 20' hexagon 2. Columns: Round Columns are special order, embedded, prime painted, color: Kelly Moore 1245-219, Alkyd Semi -Gloss Enamel Exterior. 3. Roof. R-Panel Steel Hip Roof 4:12 pitch, color: metallic copper. B. Lean-to Shelter for Dog Park 1. `Orlando' Model —12' x 12' two post 2. Columns: Embedded, prime painted, color: Kelly Moore 1245-219, Alkyd Semi -Gloss Enamel Exterior. 3. Roof. R-Panel Steel, color: metallic copper. PART 3 — EXECUTION 3.01 Examination A. Examine areas and conditions with Installer present for compliance with requirements for site clearing earthwork, site surface and foundations and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 Preparation A. Verify locations of footings and paving. 3.03 Installation, General A. General: Comply with manufacturer's written installation instructions, unless more stringent requirements are indicated. Anchor prefabricated shelter securely, positioned at locations and elevations indicated on Shop Drawings. 3.04 Cleaning A. After completing prefabricated picnic shelter installation, inspect components. Remove spots, dirt and debris. Repair damaged finishes to match original finish or replace components. END OF SECTION City of Fort Collins — Soft Gold Park Section 02875 — Prefabricated Sheers Park Planning& Development Division Page 2 of 2 The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the, Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent _ successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the 'Agreement as provided in the General _ Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. ._ 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may — be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president ora 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 DMSION 2 SECTION 02912 — LANDSCAPE TREES, SHRUBS AND PERENNIALS PART 1-GENERAL 1.01 Work Included A. Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to complete installation of the plantings and guarantee as specified herein. Items of work specifically included are: 1. Procurement of all applicable licenses, permits, and fees. 2. Installation of trees, shrubs and perennials. 3. Mulch 1.02 Related Work A. Tree Protection: Section 02122 B. Irrigation Installation: Section 02810 C. Seed Construction: Section 02940 D. Sod Construction: Section 02950 E. Planting Maintenance: Section 02970 1.03 Submittals & Quality Assurance A. Submittals and test results shall be directed to the City Representative and shall be approved in writing before affected work commences. ALL COSTS TO ENSURE QUALITY SHALL BE PAID BY THE CONTRACTOR 1. Submit three copies of manufacturer's specifications and literature on all products. 2. Submit three copies of complete materials list including quantities and descriptions of materials. B. Summary of submittals from this section: 1. Soil amendment analysis. 2. Mulch. 3. Plant material. C. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.04 Inspections A. Site Inspection: 1. Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been. satisfactorily completed and that topsoil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be revegetated are protected from concentrated runoff and sediment from adjacent areas. Note any previous treatments to the areas such as temporary seeding or mulching and City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 1 of 6 discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. 2. Contractor shall notify City Representative prior to start of work. City Representative will be responsible to monitor the work. B. Pre -planting Inspections: 1. All plant material shall be inspected by a City Forestry Representative before planting. Inspection of materials may be sequenced by major planting areas to accommodate efficient planting operations. Plants for inspection must be in a single location preferably on the project site. All rejected materials must be removed from the site, replaced and reinspected before planting. If the supplier is a local nursery, tagged plants may be inspected at the nursery. Photographs of the plant materials to be obtained from non -local sources may be submitted to the City Forestry Representative for preliminary inspection. This preliminary inspection is subject to final approval of plants at the job site. The Owner reserves the right to reject any plant material at any stage of construction or guarantee period. 2. All soil amendments, backfill mixes and mulches will be inspected at the site by the City Representative before they are used in planting operations. - 3. City and Forestry Representatives will inspect staked locations of all trees before digging for those plants occurs. City Representatives will inspect the location of all shrubs in their containers at the proposed locations before digging commences. Contact City Representatives at least two days in advance. C. Final Inspection:. As soon as all planting is completed, a review and preliminary inspection to determine the condition of the vegetation will be held by the City Representatives upon request by the Contractor. 2. The inspection will occur only after the following conditions have been met: a. All areas will be free of weeds and neatly cultivated; b. All plant basins shall be in good repair; c. Irrigation systems shall be fully operational with all heads properly adjusted; d. All debris and litter shall be cleaned up and all walkways and curbs shall be cleaned of soil and debris left from planting operations. 3. If, after the inspection, the City Representative is of the opinion that all work has been performed as per the Contract Documents, and that all vegetation is in satisfactory growing condition, he will give the Contractor Written Notice of Acceptance and the Guarantee Period shall begin. 4. Work requiring corrective action in the judgment of the City Representative shall be performed within the first ten (10) days of the guarantee period. Any work not performed within this time will necessitate an equivalent extension of the guarantee period. Corrective work and materials replacement shall be in accordance with the Contract Documents, and shall be made by the Contractor at no cost to the Owner. 5. Final approval and Substantial Completion notice will be given when all deficiencies are corrected. City of Fort Collins Section 02912 - Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 2 of 6 D. End of Guarantee Period Inspection: 1. At the end of the second full growing season City Representatives will inspect all trees for satisfactory condition The inspection shall take place in September and the City shall contact the Contractor concerning replacements. Replacements may take place the following spring if deemed proper or necessary. 2. The Contractor is responsible for removal of all tree stakes, wire and webbing at the end ofthe guarantee period. 1.05 Guarantee A. Guarantee landscape construction materials against defects due to any cause for a period of two years. B. Guarantee plant material used in this section against defects due to any cause for a period of two full P-rowine seasons from the date of acceptance of all work. This guarantee includes insect infestation or infection by disease organisms. C. This guarantee will not be enforced should woody vegetation die due to vandalism; improper maintenance procedures carried out by the Owner involving over or under watering, lawn mower damage, over -fertilization, fire, flood, or hail or other similar circumstances beyond the control of the Contractor. D. Replace woody vegetation when it is no longer in a satisfactory condition as determined by the City Representative for the duration of the Guarantee Period. Make replacements within fourteen days of notification from the City Representative. Replacement planting for trees shall be done in the spring planting season, except as approved otherwise. Remove dead plants within seven days of notification. If a tree is in marginal condition at the end of the guarantee period it may be agreeable to both parties to wait until the end of the growing season before deciding whether to replace that tree. E. All replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents unless changes are approved by City Representatives. Repairs and replacements shall be made at no expense to the Owner. F. Guarantee shall apply to originally specified and installed plants and other landscape materials, and any replacements made during the guarantee/warranty period. PART 2 - MATERIALS 2.01 Plant Material A. A complete list of plants including a schedule of quantities, sizes and other requirements is shown on the Landscape Plan. If discrepancies occur between quantities of plants indicated in the plant list and as indicated on the plan, the plan quantities shall govern. B. No substitutions shall be accepted without approval from the Owner's Representative. C. Plant material shall be a first-class representative of its species; healthy, vigorous, well -branched and well proportioned with respect to height and width relationships. Inspect to assure that all plants are free from disease, injury, insects and weed roots; and conform to the requirements of the American Standard for Nursery Stock, ANSI 260.1 All plants are subject to inspection see 1.04 B. D. Plant material that is grown in a zone more mild than USDA zone 5 shall be acclimated to Colorado conditions prior to planting. E. Digging, Wrapping, and Handling: Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape, and future development after planting: City of Fat Collins Secdon 02912 - Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 3 of 6 1. Balled and burlapped plants shall be nursery -grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the Colorado Nursery Act as cited above. Balls shall be firmly wrapped with non -treated burlap, secured_ with wire or jute, Broken balls will not be accepted. 2. Container grown plants shall have been nursery grown in containers and shall have sufficient roots to hold the entire soil mass together after container removal without being root -bound. 3. Options as to method: If all other requirements are met, a container grown plant may be substituted for a balled and burlapped or field collected plant. Trees transplanted by mechanical tree spade may be substituted for balled and burlapped trees as long as minimum ball sizes are equal to or larger than AAN Standards. F. Plant Protection: Plants shall be handled so roots are adequately protected at all times from drying out and from other injury. Protect balls of balled plants which cannot be planted within twelve hours,of delivery with mulch or other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planting. 2.02 Soil Amendment A. Compost or Well Rotted Manure: Compost shall be dry, liable, free from lumps, stones, weeds seeds, and other foreign matter, and free from mineral matter or chemical composition harmful to plant life; a totally organic product that has been aerobically and naturally processed without the addition of coarse wood chips, in such a manner as to maintain a consistent temperature of 140 degrees Fahrenheit or greater for a period of time sufficient to create the following characteristics, measured by dry weight: 1. Maximum allowable organic matter: 60°/u. 2. pH: 7.4 to 8.5 pH. 3. Salts: <7 mmhos/cm. 4. Eradication of all harmful weed seeds, pathogens, and bacteria. 5. A non -offensive, earthy smell. Submit sample and analysis for City approval prior to use in planting. 2.03 Staking Materials A. Tree Stakes: 6-foot long metal "T" posts. B. Guying and Staking Wire: Galvanized iron or steel 12-gauge wire. C. Webbing: 2-inch nylon webbing. 2.04 Mulch A. Shredded wood: Mulch shall be shredded branches, chipped or shredded pallets is not acceptable. Mulch shall be free from noxious weed seed and all foreign material harmful to plant life. Submit samples. 2.05 Herbicide: A. Round -Up 2.06 Watering: A. No water will be available on site until installation of the irrigation system is complete. It is the intent that all plant material be watered using the irrigation system after installation. City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Development Division Page 4 of 6 PART 3 - EXECUTION 3.01 Planting Woody Vegetation A. Location: stake tree locations and place container shrubs as shown on the plans. Coordinate review of locations with City Representative. B. The following table identifies the minimum distances from trees to utilities etc. Item Minimum Distance (feet) Curbs 5 Sidewalks 5 Electric buried cable 4 Water lines 6 Sewer lines 10 Gas lines 4 Street lights — Shade trees 40 Street lights — Ornamental trees 15 ^ Street signs 7 Intersections 30 Vaults and pits 5-10 Irrigation rotor heads 12-20 In turf areas: .. M Tree to tree — Shade trees 25 Tree to tree — Evergreen trees 15 Tree to tree — Ornamental trees 15 C. Planting Pits: 1. Dig planting pits two times the width of the root ball, see planting detail. " 2. Roughen sides of the pit to remove any compacting or glazing. Mix loosened soil with specified backfill. D. Backfill Material: Tree and shrub planting pits shall be backfilled with the following mix: y 1. 2/3 existing pit soil by volume. 2. 1/3 soil amendment by volume. Thoroughly mix backfill material in accordance with industry accepted technique in order to obtain a uniform, evenly blended consistency, free from pockets of unblended material and clods or - stones greater than two inches in diameter. Coordinate review of backfill mix with City Representative. E. Planting: 1. Place each tree and shrub in the planting pit so that it will be two inches above finish grade for trees and one inch above finish grade for shrubs. 2. Untie and remove burlap from top third of root ball on balled and burlapped material Complete removal of wire baskets is preferred, at a minimum remove wire baskets from top and sides of root ball City of Fort Galin Seclion 02912 — Landscape Trees, Shrubs and Perennials -� Park Planning & Development Division Page 5 of 6 3. Backfll planting pit with backfill material and tamp to compact. Water in thoroughly. Be sure no soil is placed on top of the root ball. 4. Stake all trees in a true vertical position per the appropriate construction detail. 5. Coordinate woody vegetation operations with other construction activities so that the irrigation system can be used to water the vegetation immediately after planting. 3.02 Placing Mulch A. Place a layer of wood mulch in all tree rings to the depth of 3-4 inches as shown on the construction detail. Do not install weed barrier in tree rings. Deciduous tree rings shall be 4 feet in diameter, coniferous tree rings shall extend 1 foot beyond the drip line. B. Place mulch in all planting beds, if shrub or perennial beds are planned. Place mulch to a 3-4 inch depth. Do not use weed barrier in perennial or groundcover beds (if present). Gently brush mulch off of perennials once installed. Take care in placement not to damage newly planted vegetation. 3.03 Maintenance A. Continuously maintain all plantings included in the Contract from the beginning of Contract work and during the progress of work, see Section 02970 Planting Maintenance. B. The Owner will assume the responsibility of maintenance including watering, fertilizing, weeding, etc. upon written acceptance of Substantial Completion from the Owner. The Contractor shall periodically inspect the project during the two year guarantee period and immediately notify the Owner's Representative of any irregularities or deficiencies which will affect the guarantee, C. Round -Up herbicide may be used in mulched tree rings if grass seed has sprouted from seeding operations. D. The Contractor shall be responsible for resetting of any plants to an upright position or to proper grade and for the removal and replacement of any dead plant material. 3.04 Project Record (As -Built Drawing) A. Maintain one complete set of contract documents on site. Keep documents current. Record any changes in location, quantity and species of plant material. Submit corrected drawings to the Owner's Representative prior to final inspection. 3.05 Tree Stakes A. Remove all metal T-posts, wire and webbing at the end of the two season guarantee period. END OF SECTION City of Fort Collins Section 02912 — Landscape Trees, Shrubs and Perennials Park Planning & Devebpment Division Page 6 of 6 DIVISION 2 SECTION 02920 SEED CONSTRUCTION PART 1-GENERAL 1.01 Work Included A. The Contractor shall famish all labor, materials, tools, equipment and perform all work and services necessary for irrigated turf seed construction in the quantities required. Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a healthy, sound, and complete, craftsman -like installation. Work to include: 1. Application of herbicides. 2. Soil preparation. 3. Fine grading of all planting areas. 4. Seeding and mulch. 5. Maintenance during establishment. 1.02 Related Work A. Tree Protection: Section 02122 B. Irrigation Installation: Section 02810 C. Sod Construction: Section 02950 D. Planting Maintenance: Section 02970 1.03 Submittals & Quality Assurance A. Submit three copies of 1. Manufacturer's specifications and literature on all products; 2. Manufacturer's tests (within 6 months of application) on supplied products; 3. Complete materials list including quantities and description of materials. B. Summary of submittals from this section: _ 1. Seed mix content. 2. Soil amendment analysis. 3. Mulch. 4. Seed tags from bags. C. Provide at least one person who shall be present at all tines during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.04 Inspections A. Initial Inspection: Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that top soil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be revegetated are protected from concentrated runoff and sediment from adjacent areas. City of Fort Collins Pads Planning & Development Division Section 02920 - Turf Seed Construction Page 1 of 5 Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. B. Substantial and Final Acceptance: Contractor shall notify City Representative prior to start of work. City Representative will monitor the work. 2. Upon completion of the seeding operations, the contractor shall notify the City Representative to review the work. If all work is acceptable, the City Representative shall record the date and issue a "Conditional Acceptance" certificate which states that the Contractor shall begin maintenance of all seeded areas as specified. 3. Seeded areas shall receive "Final Acceptance" provided a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. Seeded areas shall meet the required coverage for seed establishment. 1.05 Guarantee A. Guarantee seeded areas against defects for a period of one growing season from the date of final acceptance. B. This guarantee will not be enforced should seeded area die due to vandalism, improper maintenance by Owner, lawn mower damage, or other circumstances beyond the control of the Contractor. C. Replace seeded turf when it is no longer in a satisfactory condition as determined by the Owner's Representative for the duration of the guarantee period. r D. Areas seeded in the spring shall be inspected for required coverage the following fall no later than October. Areas seeded in the fall will be inspected October of the following year. PART 2 - MATERIALS 2.01 Herbicide A. Round -Up 2.02 Soil Amendment A. Use compost or well rotted manure free from lumps, stones or other foreign matter. Do not use Colorado mountain peat, sphagnum peat is acceptable. Soil amendment must be free of mineral matter or chemical composition hannfiil to plant life and have the following properties: Organic Matter: 35-40% pH: 7.4 to 8.5 Salt: < 7 mmhos/cm Submit test results prior to application. 2.03 Seed A. Seed shall be of the latest crop available and shall be certified seed with a PLS (pure live seed) rate no lower than 92%. Seed shall meet the requirements of Colorado Department of Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet, moldy, or otherwise damaged in transit or in storage shall not be used. All seed shall be delivered in seated bags showing weight, analysis, and vendor's name. Cilyof Fort Collins Section 02920 - Turf Seed Construction Park Planning & Development Division Page 2 of 5 1. Irrigated and Non -Irrigated Seed Mix: Dwarf Type Tall Fescue The seed mixture shall be a blend of four to five dwarf type tall fescue cultivars to be approved by the City Representative and Parks & Public Places. The seeding rate shall be 9 lbs. Per 1,000 square feet. 2.04 Fertilizer COMMERCIAL FERTILIZER CONTENT & APPLICATION RATE Commercial fertilizer Percent available by weight (18-46-0) Nitrogen 18 Phosphorus 46 Potassium 0 — Application rate of 242 lbs. per acre. 2.05 Mulch A. Clean Graminae (grass family) straw supplied from local area. Free of weed seeds and other matter that has not been specified in this section. 2.06 Tackifier A. Non toxic organic tackifier. _ PART 3 - EXECUTION 3.01 Site Preparation A. Prepare areas as follows: , 1. Remove any existing vegetation not scheduled to remain. Apply Roundup herbicide to all weeds and undisturbed areas that shall be re -seeded. Allow herbicide to sit for 7 to 10 days before tilling or preparing soil for seed. Apply Roundup at manufacturer's recommended rate for vegetation type specified. 2. Rip existing topsoil to a minimum depth of eight inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. Areas adjacent to walks, structures, curbs, etc., where the use of large mechanical equipment is difficult, shall be worked with smaller equipment or by hand — 3. Place soil amendment at a rate of 6 cubic yards per 1,000 square feet in areas to be irrigated as indicated on plans. 4. Till all areas to be planted to a depth of 6". 5. In tree protection areas, the topsoil shall be worked by hand to a depth of 3 inches. 6. Remove all rubble, stones, plant material and extraneous material over 1 %: inches in diameter from the site. 7. Apply pre -planting fertilizer specified in Part 2 of this Section. _ 8. Restore fine grade with float drag to remove irregularities resulting from tilling operations. Float drag in two directions. Coordinate restoration of fine grade to establish the vegetation subgrade at one inch below adjacent paved surfaces. Match grade at property lines and work - limit lines. B. Remove any additional stones over I'h inches that have come to the surface. Perform drainage test by applying water with the irrigation system All grades shall provide for run-off of water without low spots or pockets. Do not plant until the finished grade is reviewed by the City Representative. City of Fort Collins Section 02920 - Turf Seed cwreUixAlon Park Planning & Development lrvision Page 3 of 5 This review does not reduce Contractor's responsibility to provide a finished product that drains properly. 3.02 Seed Application A. Seed areas indicated on drawings and areas disturbed by construction. B. Selection of the time of seeding shall be Contractor's responsibility, consistent with germination and erosion control requirements. Optimal seeding time for Tall Fescue is mid May through early September. C. Re -work previously prepared areas that have become compacted or damaged by rains or traffic. D. Apply by drilling, drill in a minimum of two directions at right angles to one another. Broadcast or hydro seed in areas that are inaccessible or too steep to drill or as indicated on plans. E. Do not drill or sow during windy weather or when ground is frozen or untillable. F. Cover seed to depth of 1/4 inch by raking or dragging.. G. Firm seeded areas with a roller weighing maximum of 1001bs. per foot of width. 3.03 Hydraulic Seeding and Mulching Option A. Where areas to be seeded are too steep or inaccessible for equipment, Contractor shall seed, fertilize and or mulch by hydraulic spray application. Seed is required at double the rate specified and wood cellulose fiber mulch is required to be applied at a rate of one ton per acre. If hydraulic seeding is used with drill seeding then use the specified application rate. B. Combine seed with water to provide a slurry. Perform hydraulic application in such a manner that the liquid carrier will uniformly distribute the material over the entire area to be seeded at rates not less than specified. Do not compact hydraulically seeded areas following application. If seed and mulch are applied in a single application the rate of seed application shall be doubled. 3.04 Maintenance A. Seed Establishment Period: 1. Water seeded areas as needed, minimum of two times per day, until grass is established. Water so that no erosion or movement of seed or mulch occurs. Hand water as necessary to prevent movement of seed. 2. Seed establishment period shall begin upon the notice of "Conditional Acceptance" given by the City Representative in writing and continue through the first mowing or until the turf is established. 3. Post "keep off the grass" signs until turf is established. 4. Maintain seeded areas until the grass is established and has been mowed at least once. Maintenance shall include watering, fertilizing and herbicide weed control as necessary. Do not apply herbicide before the first mowing, do not mow before the majority of seedlings have three leaf blades. 5. Required coverage for grass seed areas shall be twenty five (25) viable live seedlings of the species specified per square foot as measured from five (5) feet directly overhead. Determination of required coverage will be based on a random sampling of the entire project area, and shall consist of a minimum of five samples, each two square feet in area. Bare spots are defined as those areas larger than one square foot which do not meet the required coverage. After the inspection it is the Contractor's responsibility to perform the required maintenance within one week to insure a healthy established seeding condition. 6. The total area occupied by bare spots larger than 0.5 square feet must not exceed ten percent (10%) of the total seeded area. Maximum single bare spot size is one square foot. All seeded City of Fort Collins Section 02920 — Turf Seed Conshucfion Park Planning & Deveioganent Division Page 4 of 5 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 3 BID #5818 SOFT GOLD PARK SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5818 Soft Gold Park OPENING DATE: The Bid Opening date has been changed to November 19, 2003, 3:00 p.m. (Our Clock). To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Addendum #4 which includes 5 revised plan sheets will be mailed to each plan holder. Plan holders with multiple sets will receive the appropriate number of addendum plan sheet sets. GENERAL CLARIFICATION 1. Division 6, Section 06200 — There is no trim at the base, there is trim at the ceiling. 2. Division 7, Section 07530 — Page 1, paragraph 1.02 E. 4. Roofing subcontractor must be approved. 3. Division 9, Section 09310 —There is ceramic tile at the windowsills. DIVISION 1 — SECTION 01800 - DEFINITION OF BID ITEMS The following definitions have been revised, added or deleted: #25 - Domestic Backup Service for Irrigation (REVISED) Contractor shall provide all labor, equipment and materials to install the 2" domestic back up service including 2" Type K copper pipe, manhole, 2" meter assembly, curb stops and back flow assembly and all other components of what so ever nature in accordance with the Drawings and Specifications. #26 - Fire Hydrant Assembly & 6" D.I.P. (REVISED) Contractor shall provide all labor, equipment and materials to install the fire hydrant assembly, an 8" x 6" reducer and all 6" D.I.P. in accordance with the Drawings and Specifications. #30 - Sewage Grinder Pump System (ADDED) Contractor shall provide all labor, equipment and materials to install the sewage grinder pump system in accordance with the Drawings and Specifications. The unit price bid for this item shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the manhole and lid, pumps, 4" influent, 2" discharge piping, connecting the 2" pipe to the sewer mainline manhole, all electrical connections and all other related and necessary materials, work, and equipment required to construct the sewage grinder pump system in accordance with the Drawings and Specifications. 2" Type K copper is required from the pumps to 10' outside of the manhole. All remaining 2" discharge piping to be 2" PVC Schedule 80. #31 - Concrete Cutoff Wall (ADDED) Contractor shall provide all labor, equipment and materials to install the concrete cutoff wall in accordance with the Drawings and Specifications. #32 — DELETED Item was deleted. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 9 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 sealedenvelope 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 grass areas which do not met the satisfactory stand of growth qualification shall be reseeded and hydromulched. 7. Once the maintenance periods are completed and seed establishment is accepted, the City Representative shall issue a written notice of Final Acceptance. The guarantee period extends for one fill growing season after Final Acceptance. 3.05 Reseeding and Repair A. Reseed areas where there is not a satisfactory stand of grass at the end of establishment period. Scratch the surface to prepare geed bed and over -seed with drill seeder or hydromulch. B. Reseed areas that have been damaged or disturbed by the Contractor's operation according to these specifications. C. After one growing season, there shall be no'visual difference between seed and healthy sod in irrigated areas. END OF SECTION City of Fort Caltlns Section 02920 -Turf Seed ConsYuction Park Plaming & Development Division Page 5 of 5 DMSION 2 SECTION 02936 — PLANTING MAINTENANCE PART 1-GENERAL 1.01 Scope A. Furnish all supervision, labor, material equipment, and transportation, and perform all operations in connection with and reasonably incidental to maintaining all planting, including winter watering, called for under this contract. _Maintain landscape materials in an attractive, healthy, operable condition until seeded areas are established, landscape punch list items are complete, and all landscape work is accepted by Owner. 1.02 Quality Assurance A. Work Force: Contractor's representative shall be experienced in planting and irrigation maintenance. B. Maintenance Record: Submit to the Owner's Representative a monthly record of all maintenance operations performed, including a record of all herbicides, insecticides, and disease control chemicals used. 1.03 Environmental Conditions A. The requirements for winter treatment of plants will be applicable when the maintenance period extends past October 15. PART 2 - MATERIALS 2.01 Materials A. Replacement materials shall conform to the specifications for original installation. PART 3 - EXECUTION 3.01 Tree Care A. Watering: When hand watering, use a water wand to break the water force. All trees and shrubs shall be winter watered using a need type root feeder at least once per month between irrigation system winterization and spring start-up. Irrigation system may be used for winter watering, providing the system is re -winterized -after each use. B. Staking: Inspect stakes monthly to prevent girdling of trunks or branches, and to prevent rubbing that causes bark wounds. Remove stakes and guys after one year, or as determined by Owner's Representative. Stakes will remain the Contractor's property and shall be removed from the site. C. Weed Control: . Keep planting areas free of weeds. Use recommended legally approved herbicides. Avoid frequent soil cultivation that destroys shallow roots. Weed at least once per week. D. Insect and Disease Control: Maintain reasonable control with approved materials to prevent visual and structural damage to the plants. E. Wounds: All wounds or injuries should be traced out and disinfected with alcohol or equal. No tree wound compounds or paints shall be applied. F. Tree rings: Mulched tree rings shall be kept tidy and weed free. Cityof Fort Collins SECTION 02935 - Planting Maintuwm Park Plarming & Development Wsion Page 1 of 2 G. Replacement of Plants: Remove dead and dying plants and replace with plants of an equal size, condition, and variety or original planting plan. Replacements shall be made at no expense to Owner. -' H. Trash Removal: Remove trash, clipped grass, and blown dirt weekly from shrub beds, lawns, walks, and tree basins. Keep the entire area within the limits of planting free from trash and dirt (water or wind carried) at all times. Repair erosion damage for duration of maintenance period. 3.02 Turfgrass Care A. Mowing: Mow only the turf areas as needed to maintain a height between a minimum of 2 inches and a maximum of 3 %2 inches. Do not mow wildflowers or low maintenance grasses, except as specified below. B. Edging: Trim edges at least twice monthly or as needed for neat appearance. Catch clippings and ^ removed from lawn areas. Vacuum or blow off walks. C. Watering: Water turf areas at the frequency required to obtain proper turf establishment and to -- maintain a lush, green lawn. Apply water in such a way to encourage deep root growth. 3.03 Low Maintenance Grasses A. Mowing: Mow low maintenance grasses and wetlands grasses only after they have produced mature seeds and/or gone dormant for the winter or for weed control. B. Watering: Water as frequently as needed to obtain plant establishment (usually 6 to 8 weeks) and thereafter as needed to avoid dieback. Apply water slowly and deeply to prevent runoff and encourage deep root growth. C. Weed Control: The Owner will determine the need for weed control. END OF SECTION Mof FWCoIRM Park Planning & Development Division SEC7rk0W 02M - Planting Maintsro-m Page 2 of 2 r-^ SECTION 02950 - SOD CONSTRUCTION PART 1-GENERAL 1.01 Work Included A. The Contractor shall furnish all labor, materials, tools, equipment and perform all work and services necessary for sod construction in the quantities required. B. Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a healthy, sound, and complete, craftsman -like installation. Work to include: 1. Application of herbicides. 2. Soil preparation. 3. Fine grading of all planting areas. 4. Sod installation. 5. Maintenance during establishment. 1.02 Submittals & Quality Assurance A. Submit three copies of: 1. Manufacturer's specifications and literature on all products. 2. Manufacturer's tests (within 6 months of application) on supplied products. 3. Sod grower's letter certifying the sod's species composition. B. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 1.03 Inspection A. Initial Inspection: Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be sodded are protected from concentrated runoff and sediment from adjacent areas. Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating work. When the Contractor begins work under this section, it implies acceptance of existing conditions. B. Substantial and Final Acceptance: 1. Contractor shall notify City Representative prior to start of work. City Representative will be responsible to monitor the work. 2. Upon completion of the sodding operations, the contractor shall notify the City Representative to request a review of the work. If all work is acceptable, the City Representative shall record the date and issue a "Conditional Acceptance" certificate which states that the Contractor shall begin maintenance of all sodded areas as specified. City of Fort Collins Section 02950 - Sod Construction Park Planning & Development Division Page 1 of 4 3. Sodded areas shall receive "Final Acceptance" provided a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. 1.04 Guarantee A. Guarantee sod against defects for a period of one growing season from the date of final acceptance. B. This guarantee shall not be enforced should sod die due to vandalism, improper maintenance by Owner, lawn mower damage or other circumstances beyond the control of the Contractor. C. Replace sod when it is no longer in a satisfactory condition as determined by the Owner's — Representative for the duration of the guarantee period. D. Areas sodded in the spring shall be inspected for required coverage the following fall not later than October. Areas sodded in the fall will be inspected in October of the following year. - PART 2 - MATERIALS 2.01 Herbicide A. Round -Up 2.02 Soil Amendment A. Use compost or well rotted manure free from lumps, stones or other foreign matter. Soil amendment must be free of mineral matter or chemical composition harmful to plant life and have the following properties: Organic Matter: 35-405/6 PH: 7.4 to 8.5 Salt: <4 mmhos/cm . e 2.03 Fertilizer A. Commercial Fertilizer (20 - 20 -10) apply at manufacturers recommendation. 2.04 _ Sod A. Provide strongly rooted sod not less than 2 years old and free of weeds. B. Species composition shall be a mix of Kentucky Bluegrass and Perennial Rye. C. Furnish in rolls: 1. Uniformly mowed height when harvested. 2. Free of disease, nematodes, pests and pest larvae. 3. Thickness: Soil thickness of sod cuts shall not be less than 3/4 inch nor more than 1 inch. D. Weeds: -- 1. Free of Bermuda grass, Quack grass, Johnson grass, poison ivy, nut sedge, nimble will, Canada thistle, bindweed, bent grass, wild garlic, ground ivy, perennial sorrel. 2. Containing less than 10 Jimsonweed, mustard, lamb's quarter, chickweed, cress or crab grass plant per 100 sq. ft. 2.05 Water A. Free of substances harmful to plant growth. Contractor responsible for watering even if area sprinkler system is not operational. City of Fort Collins Park Planning & De"Iopment Division Section 02950 — Sod construction ,.. Page 2 of 4 2.06 Pegs A. Softwood, 3/4 inch diameter, 8 inch length. PART 3-EXECUTION 3.01 Site Preparation A. Prepare areas as follows: 1. Remove any existing vegetation not scheduled to remain. 2. Rip existing topsoil to a minimum depth of eight inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. Areas adjacent to walks, structures, curbs, etc., where the use of large mechanical equipment is difficult, shall be worked with smaller equipment or by hand. 3. Place soil amendment at a rate of six (6) cubic yards per 1,000 square feet. 4. Till all areas to be planted to a depth of 6". 5. In tree protection areas, the topsoil shall be worked by hand to a depth of 3 inches. 6. Remove all rubble, stones, plant material and extraneous material over 1 %: inches in diameter from the site. 7. Apply pre -planting fertilizer as specified in Part 2 of the Section. 8. Restore fine grade with float drag to remove irregularities resulting from tilling operations. Float drag in two directions. Coordinate. restoration of fine grade to establish the vegetation subgrade at one inch below adjacent paved surfaces. Match grade at property lines and work - limit lines. B. Remove any additional stones over 1 %z inches that have come to the surface. Perform drainage test by applying water with the irrigation system. Do not plant until the finished grade is reviewed by City Representative. This review does not reduce Contractor's responsibility to provide a finished product that drains properly. 3.02 Installation A. Sod areas indicated on drawings. B. Selection of the time of sodding shall be the Contractor's responsibility, consistent with weather limitations. Coordinate with Parks Maintenance if fall watering is required for establishment. C. Begin sodding from bottom of slopes. D. Lay first row of sod in a straight line with long dimension of pads parallel to slope contours. E. Butt side and end joints. F. Stagger end joints in adjacent rows. G. Do not stretch or overlap sod. H. Peg sod on slopes greater than 3 to I with a minimum of two pegs per sq. yd. I. Water sod immediately after transplanting. Roll sod, except on pegged areas, with roller weighing not more than 150 lbs. per foot of roller width. K. Water sod and soil to a depth of 4 to 6 inches within four hours after rolling. L. Provide sufficient barriers and signage notifying the public to keep off the newly sodded areas. City of Fat Collins Section 02950 - Sod Construction Park Planning & Devebpment Division Page 3 of 4 3.03 Maintenance — A. Sod establishment period: 1. Sod establishment period shall begin immediately after installation and continue through the — third mowing or until turf is established. Maintenance shall include watering, mowing, fertilizing and weed control as necessary. 2. Watering: Water sod areas as needed to keep wet to a depth of 4 to 6 inches for 2 to 3 weeks — until grass is established. Avoid standing water, surface wash or erosion from over -watering. Reduce water application after the first few weeks. 3. Mowing: Mow when the grass is 4inches long, sometime after 2 weeks. Mow at a height of 3 inches. If the turf reaches over 4 inches, mow off one third of the height even if two weeks has not passed. Do not cut shorter than 3 inches for the first few mowings. Reduce water prior to mowing so as not to damage sod. Mow with walk behind mower. — 4. Disease and Insect Control: A licensed applicator shall apply fungicides and insecticides as required to control disease and insects in accordance with state law requirements. 3.04 Resod and Repair A. Resod areas where there is not a satisfactory stand of grass at the end of establishment period. B. Sod shall be established at least 30 days prior to Final Acceptance. C. Re -sod spots larger than 1 sq. ft. not having a uniform stand of grass. END OF SECTION City of Fort CoMns Seatton 02950 - Sod ConsbvcUon Park Plarering & Development Division Page 4 of 4 SECTION 03100 CONCRETE FORMWORK PART GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials and equipment necessary for the complete construction of required formwork for cast -in -place concrete. B. Furnish and install prefabricated, premolded form materials. C. Furnish and install anchor bolts, connectors, embedded plates, dovetail slots and anchors and other accessories required to be cast into concrete work. D. Furnish materials and equipment necessary to strip and remove formwork. E. Install embedded items furnished by other Sections. F. Related work specified elsewhere: 1. Section 02220, Excavating, Filling and Grading. 2. Section 02225, Structural Excavation, Backfilling and Compacting for Buildings. 3. Section 03250, Concrete Accessories. 4. Section 03300, Cast -in -Place Concrete. 5. Section 07900, Sealants and Joint Fillers. 1.02 QUALITY ASSURANCE A. General: Conform to the requirements and recommendations of ACI 301, "Specifica- tion for Structural Concrete in Buildings", and ACI 347, "Recommended Practice for Concrete Formwork", unless otherwise shown. B. Contractor shall be responsible for the design and engineering, construction and maintenance of formwork, as well as its adequacy and safety. C. Contractor shall design formwork for all loads and lateral pressures before and during placement of concrete. Maintain position and shape of formwork at all times. Provide positive means of adjustment for shores and forms which rest on compressible material. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature, specifications and installation instructions for all form -coating materials, manufactured form systems, form ties and accessories. B. Samples: Submit pattern illustrations or samples for stamped pattern concrete forms for selection by the Architect. PART 2 PRODUCTS 2.01 FORMWORK FOR EXPOSED CONCRETE A. Construct all formwork for exposed concrete surfaces with metal-framed/plywood- faced, metal or plastic panel -type materials to provide continuous, straight, smooth, solid exposed surfaces. Furnish in largest practicable sizes to minimize number of joints. Do not use any forms having defects on contact surfaces. 03100 - 1 0237.09 1. Plywood forms will only be acceptable upon specific approval of the Architect, and then only after visual inspection on the job site. 2. Plywood shall be sufficiently thick to withstand pressure of wet concrete without bow or deflection but shall not be less than 5/8" thick, complying with — U.S. Product Standard PS-1, "B-B High Density Overlaid Concrete Form, Class 1 ", or "B-B Exterior Type DFPA Plyform, Class 1 ". B. Chamfer exposed external corners and edges, using chamfer strips accurately fabricated -' to produce uniform smooth lines and tight -edge joints. C. Refer to the Drawings for locations where special joints may be required. D. Arrangement for sheets or liner sheets shall be orderly and symmetrical. Form ties shall be spaced uniformly and aligned horizontally and vertically where locations are exposed to view in the completed project. 2.02 FORMWORK FOR UNEXPOSED CONCRETE A. Form concrete which will be unexposed in finished structure with plywood, boards, metal or other acceptable material. Provide lumber that is dressed on at least two (2) edges and one (1) side for a tight fit. B. Earthen or trenched forms shall not be used for vertical formwork. 2.03 ACCESSORY MATERIALS A. Premolded Joint Fillers: In joints caulked or sealed with silicone or thiokol-based compound, filler shall be non -bituminous, non -extruding, conforming to ASTM D1752. In all other joints, filler shall be bituminous type conforming to ASTM D1751. Filler — shall be 1 /2" thick, unless otherwise indicated. 1. Non -Bituminous Filler: Sonoflex F by Sonneborne or equal. B. Premolded Fiberboard Joint Fillers (Bituminous -Type): Preformed rigid cane fiberboard material, impregnated with a durable asphaltic compound, conforming to AASHTO- M213. Fillers shall be 1 /2" thick, unless otherwise indicated. 1. Bituminous Filler: Flexcell by Celotex or approved equal. C. Bond Breaker: Where shown on the Drawings or required by the work, provide minimum two (2) layers 15-lb. non -bituminous felt bond breaker. D. Column Isolation Joints: Joints around columns may be formed with minimum 30# — non -bituminous building felt left in place with neatly trimmed top edge or approved joint filler material. E. Keyways: Provide nominal 1-1/2" deep keyways in all construction joints in walls, slabs and joints between walls and slabs, unless otherwise shown. F. Form Ties: Provide factory -fabricated break -back, removable, or snap -type form ties designed to prevent spalling concrete surfaces on removal and which will leave no metal within 1 /2" of concrete surface. Use stainless steel, plastic -coated or hot -dipped galvanized at exposed concrete with cone -shaped tie heads, manufactured by Dayton, Gates, Heckman, Richmond or approved equal. G. Release Agent: Provide commercial formulated synthetic resin or oil -type form coating — compounds that will not bond with or adversely affect concrete surfaces and will not impair subsequent finish treatment of surfaces, manufactured by Protex Pro -Coat, Euclid Eucoslip, J & P Tex -Mastic or approved equal. _ 1. Contractor shall ensure that release agent is compatible with the finish requirements of concrete to be exposed to view. 03100 - 2 0237.09 µ H. Metal Inserts: Provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts, washers, 3/4" bolt size, unless otherwise shown, manufactured by Hohmann and Barnard, Gateway, Dayton or approved equal. I. Embedded Dovetail Anchor Slots and Anchors: Refer to Section 03250, Concrete Accessories. J. Embedded Connector Plates or Sleeves: Embedded plates, sleeves or other accessory items as shown on the Drawings and as coordinated with the approved precast concrete shop drawings. Plates connecting precast to cast -in -place concrete shall be furnished by the precast fabricator and installed by the Contractor. K. Embedded Plates, Sleeves and Anchor Bolts: Miscellaneous embedded items furnished by other Sections. Refer to the appropriate Section(s) in these Specifications. PART 3 EXECUTION - 3-.-01 PREPARATION — A. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of the Soils Investigation Report and Section.02225. If the foundation structure design shown on the Drawings and/or specified will not strictly conform to this requirement, advise Architect/Engineer before proceeding with work of this Section. B. Expansion, Construction and Other Joints: Properly lay out work and make necessary preparations for construction of specified joints in cast -in -place concrete work. 1 . Take special care to provide joints to allow for removal of sections of concrete foundations, walls or flatwork for future construction where shown on the Drawings. C. Ensure that connector plates, sleeves, dovetail anchor'slots and other concrete accessories embedded in concrete are properly located, aligned and secured prior to placing concrete. 3.02 FABRICATION A. Construct forms complying with ACI 347 to the exact sizes, shapes, lines and dimensions as shown on the Drawings and as required to obtain accurate alignment, location, grades, level and plumb work in finished structures. Use selected material to obtain the required finishes. Concrete tolerances shall be as specified in Section 03300. B. Construct formwork to be readily removable without impact, shock or damage to cast - in -place concrete surfaces and adjacent materials. C. Provide formwork sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt all joints and provide backup materials at joints as may be required to prevent leakage. Ensure that formwork is properly braced and tied. D. Provide openings in forms as required to accommodate other work. Accurately place and securely support all items required to be built into the forms. Size and locations of openings, recesses, chases and other built-in items shall be obtained from the Contractor or the trades involved. 03100 - 3 0237.09 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials Section 00100 Page 6 3.03 PREPARATION OF FORM SURFACES A. Prior to each use, coat contact surfaces of forms with release agent prior to placement of reinforcement, in accordance with the manufacturer's recommendations. Do not allow excess coating material to accumulate in forms or to come into contact with con- crete surfaces against which fresh concrete will be .placed. B. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. Refer to Section 03300 for required concrete finishes. C. Ensure that all debris and frost has been removed from forms before placing concrete. D. Clean, repair and recoat surfaces of forms that are to be reused. Split, frayed, delaminated or otherwise damaged form facing materials will not be acceptable. E. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and tighten forms to close all joints. Align and secure all joints to avoid offsets. F. Place void form material to create a continuous void space under all grade beams; omit directly above caissons or footings. 3.04 REMOVAL OF FORMWORK A. Formwork not supporting weight of concrete such as sides of grade beams, walls and similar parts of work may be removed 48 hours after placing concrete, providing concrete is sufficiently hard to not be damaged by removal operations and providing that curing and protection operations are maintained. Refer to specific requirements for hot- and cold -weather concreting in Section 03300. _ B. Formwork for beam soffits, slabs and other parts that support the weight of concrete shall remain in place at least 14 days and until concrete has reached its specified 28 day strength. C. Whenever formwork is removed during the curing period, cure exposed concrete as specified in Section 03300. D. Contractor shall verify required tolerances specified in Section 03300 immediately after _ removal of forms. E. Carefully remove fins or other minor surface defects from concrete to remain exposed - in the final construction, and leave surfaces prepared for sealers, paint, skim coats or _ other finishes. Repair minor imperfections as specified in Section 03300. END OF SECTION 03100 - 4 0237.09 SECTION 03150 EXPANSION AND FIXED JOINTS PART GENERAL 1.01 WORK INCLUDED A. Furnish and install open joints, control joints and isolation joints as shown on the Drawings. " B. Related work specified elsewhere: 1. Section 03100, Concrete Formwork. 2. Section 03300, Cast -in -Place Concrete. 3. Section 07900, Sealants and Joint Fillers. PART PRODUCTS 2.01 MATERIALS A. Premolded expansion joint filler strips shall conform to ASTM D1751 or ASTM D1752. B. Expanded rubber joint filler shall conform to ASTM D1056; Grades RE43 to RE45, SBE43 to SBE45, or SCE43 to SCE45; adhesives shall be as recommended by the manufacturer. C. PVC and polyethylene joint fillers shall conform to ASTM D1667; Grades VE-43BL to Ve-45BL; adhesives shall be as recommended by the manufacturer. D. Polysulfide sealer shall be a cold -applied, two -component, self -leveling compound conforming to Federal Specification TT-S-00227E. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1 . The joint materials shall be installed as indicated on the Drawings and shall be subject to the approval of the Engineer. 2. In no case shall the reinforcement, corner protection angles or other fixed metal items, embedded in or bonded into the concrete, be run continuously through an expansion joint, unless shown on the Drawings. B. Control Joints (Expansion Joints): 1. Control joints shall be constructed as shown on the Drawings. a. Expansion joints between slabs -on -grade and vertical surfaces shall be premolded expansion joint filler strips. b. Unless otherwise noted, expansion joint shall be 3/8" thick and the full depth of the slab. 2. Premolded keyed filler strips shall be used. 3. When expanded rubber, PVC or polyethylene filler is used, it shall be attached to the first -places side of the joint with an adhesive and the concrete on the other side then shall be placed against the filler. Other types of premolded filler shall not be attached by adhesives. 03150 - 1 0237.09 4. Care shall be taken not to cause displacement or compression of the filler. 5. A joint groove shall be formed 1 deep and 3/16" wide with a slightly tapered, dressed and oiled wood strip tacked on top of the joint filler. _ 6. After curing, the wood strip shall be removed and the groove shall be sealed. 7. Joints shall be free of cracked and spelled areas and their faces shall be free of all foreign matter, curing compound, oils, greases and dirt. 8. Cold -applied sealer shall be used in conjunction with PVC, polyethylene and expanded rubber fillers. Cold -applied sealer shall not be used in conjunction with bituminous or asphaltic fillers. 9. Cold -applied sealer shall not be placed directly on the filler, but shall be prevented from bonding to the filler by a carefully placed strip of suitable material placed over the filler. 10. Masking tape or other means shall be used to avoid spilling sealer onto adjacent _ concrete surfaces. 11. Any excess sealer on adjacent surfaces shall be carefully cleaned off before the material has set and without damaging the material in the joint. END OF SECTION 03150 - 2 0237.09 `" SECTION 03200 CONCRETE REINFORCING PART GENERAL 1.01 WORK INCLUDED A. Furnish, bend and install all reinforcing bars, welded wire fabric, ties and supports. B. Furnish and install fiber reinforcing materials. C. Related work specified elsewhere: 1. Section 02220, Excavating, Filling and Grading. 2. Section 02225, Structural Excavation, Backfilling and Compacting. 3. Section 03100, Concrete Formwork. 4. Section 03300, Cast -in -Place Concrete. 5. Section 03480, Precast Concrete Accessories. 6. Section 04220, Concrete Unit Masonry. 1.02 QUALITY ASSURANCE A. Fabricate and place reinforcing steel in accordance with the latest edition of ACI, 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures", and as detailed on the Drawings. B. Contractor Quality Assurance Program: Refer to Section 03300 for requirements. C. Reference Standards: Comply with requirements of the following codes and standards, except as otherwise shown or specified: 1 . ACI 318, "ACI Standard Building Code Requirements for Reinforced Concrete". 2. ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures". 3. ACI 301-72, "Specifications for Structural Concrete for Buildings". 4. CRSI "Manual of Standard Practice". 5. CRSI "Recommended Practice for Placing Reinforcing Bars". 6. CRSI "RecommendedPractice for Placing Bar Supports". 7. AWS D12.1, "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction". D. Contractor shall obtain specific approval from the Architect/Engineer for the following items: 1. Relocation of bars to an extent that causes placement tolerances to be violated. 2. Bar chairs and spacers. 3. Splices not shown on the Drawings and mechanical connectors. 4. Bending of reinforcement embedded in hardened concrete. 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings for all reinforcing steel larger than #3 bars, indicating bending and cutting, preformed corners and intersections. Comply with ACI 315 showing bar schedules, stirrup or tie spacing, diagrams of bent bars, arrangement and assemblies as required for the fabrication and placement of concrete reinforcement. Include all special reinforcement required and openings through concrete structures. Show wall reinforcement on elevations drawn at a scale of not less than 1 /4" = 1 '-0". 03200 - 1 0237.09 1. Shop drawing submittal may be waived for reinforcing bars small enough to be field bent, if requested by Contractor in writing and approved by Architect/Engineer. B. Certificates: Furnish, prior to fabrication, certified mill test reports covering physical and chemical tests of reinforcing steel and post -tensioning strands, if requested by the Structural Engineer. 1.04 INSPECTION AND TESTING A. Notify the Engineer at least 48 hours in advance of closing of forms and/or placing concrete so that inspection of reinforcement in place can be made. Do not cover any reinforcement with formwork or concrete until reinforcement has been checked and approval given to proceed with formwork and/or concreting operations. — B. Testing of reinforcing welds and splices will be as specified in Section 01410. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver reinforcement to site in strongly tied bundles with metal tags, corresponding to bar schedules and diagrams. Store on the site free of rust, scale, oil or other coating. Store bars off the ground and protect from moisture, dirt, oil or deleterious coatings. B. If concreting is. delayed for any considerable period of time after reinforcement is in place, it shall be protected by suitable covering. C. Protect exposed reinforcement intended for bonding with future extensions by suitable covering, if applicable. PART 2 PRODUCTS 2.01 REINFORCING MATERIALS A. Bars: ASTM A615-82, 60 KSI grade, deformed billet steel bars, plain finish, as ., indicated on the Drawings. Bars shall be free of scale or other bond -reducing coatings. 1. Ties, stirrups and field bent bars, #3 or smaller, may be ASTM A615, 40 KSI grade. _ B. Welded Wire Fabric: ASTM A185 or A497, plain type in flat sheets, plain finish, welded intersections, in sizes as indicated on the Drawings. C. .Steel Wire: Provide plain cold -drawn wire conforming to ASTM A82. D. Fiber Reinforcing: Collated, fibrillated polypropylene fiber, Fiber Mesh I, Fiber Mesh, Inc., Chattanooga, TN, or equal. 2.02 ACCESSORY MATERIALS A. Accessories shall be of suitable type conforming to ACI 315 and shall include spacers, _ chairs, tie bars, support bars and all other devices for properly assembling, placing and supporting reinforcement, weight of concrete and workmen without displacement of reinforcement. Wood, brick, block, concrete chips and other non-metallic devices are not acceptable. B. For concrete slab -on -grade use supports with sand plates or horizontal runners where wetted base materials will not support chair legs. Concrete briquettes for support of reinforcement for slabs -on -grade shall be at least 2" wide x 3" long and of proper height. 03200 - 2 0237.09 `" C. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs which are hot -dipped galvanized, plastic protected or stainless steel protected. D. Wire Ties: Wire for tying shall be annealed, cold -drawn wire of at least 16-gage. 2.03 FABRICATION A. Shop fabricate reinforcing bars to conform to the required shapes and dimensions with fabrication tolerance complying with ACI 315. Cold bend bars in a manner which will not injure material. B. Straightening or rebending at site will not be permitted for bars over 40 KSI yield strength. C. Where reinforcing bars are shown welded to structural steel, bars are to be furnished by rebar supplier and welded in place by structural steel erector. PART 3 EXECUTION 3.01 PREPARATION A. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of the Soils Investigation Report and Section 02225. If the foundation structure design shown on the. Drawings and/or specified will not strictly conform to this requirement, advise Architect/Engineer before proceeding with work of this Section. 3.02 SPLICES A. Splices not shown on the Drawings must be approved by the Architect/Engineer. B. Lapped splices shall be securely wired together. Minimum laps shall be in accordance with requirements of ACI 318 and ACI 301-72 and as shown on the Drawings. Offset vertical lap splices at least one bar diameter. C. Lapped splices for welded wire fabric shall be made so that overlap of outermost wires is not less than one full mesh. Lace splices together with 16-gage wire. 3.03'' PLACING REINFORCING STEEL A. Prior to placing into position, thoroughly clean reinforcement of mill and excessive rust, scale, dust, mud, oil, ice and all other deleterious coating which may destroy or reduce bond. B. All reinforcing shall be placed in accordance with the Drawings and the "Manual of Standard Practice for Detailing Reinforced Concrete Structures", ACI 315, ACI 301 and ACI 318. C. Accurately place and support reinforcing steel with chairs, bar supports, spacers or hangers as recommended by ACI detailing manual except in slab -on -grade work. Support bars in slabs -on -grade and footings with approved accessories. D. Place reinforcing bars to a tolerance of +/- 1/4", except that minimum spacings between bars shall be to a tolerance of +/- 1/4". Bars may be moved as necessary to avoid interference with other reinforcing steel, conduit or embedded items. The Archi- tect/Engineer's approval must be obtained prior to moving bars under these circumstances. 03200 - 3 0237.09 E. Securely anchor and tie reinforcing bars and dowels prior to placing concrete. F. Place reinforcement to obtain at least the minimum coverage. for concrete protection shown on the Drawings and specified. Do not place reinforcement with additional concrete cover unless expressly approved by the Structural Engineer. G. Install dowels before any concrete is placed. Locate column dowels accurately with aid of template before concrete starts to set. H. Steel reinforcing bars shall run continuous through cold joints. 3.04 PLACING WELDED WIRE FABRIC A. Welded wire fabric shall be placed 2" below slab surface or as indicated on the Drawings and shall not be permitted to be placed on subgrade prior to concrete placement and hooked into position. Reinforcement shall be fully supported at required elevation prior to concrete placement. Use continuous chairs or support bars in structural slabs to maintain proper locations as shown on the Drawings. B. Install welded wire fabric using full sheets as large as possible. Lap adjoining pieces as specified herein. Offset end laps in adjacent widths to prevent continuous laps in either direction. 1. If use of coiled rolls is approved, unroll and allow rolls of welded wire fabric to relax prior to placement. 3.05 PLACING FIBER REINFORCING — A. Place fiber reinforcing in accordance with manufacturer's written instructions and recommendations. 1. 1-1 /2 lbs. per cu. yd., unless otherwise recommended by manufacturer. PART 4 SCHEDULES 4.01 SCHEDULE OF REINFORCING MATERIALS A. Reinforcing materials shall be placed in quantities, sizes and spacing as shown on the Drawings and/or as scheduled herein: — 1. Reinforcing bars and welded wire fabric shall be installed where shown or scheduled on the Drawings. 2. Fiber reinforcing shall be placed in all poured -in -place concrete flatwork, including exterior concrete drives, apron pavements and curb and gutter sections, sidewalks, etc., regardless of whether these already are reinforced with steel or wire materials. 3. Fiber reinforcing is not required in footings, foundation walls, grade beams and piers. END OF SECTION 03200 - 4 0237.09 SECTION 03250 CONCRETE ACCESSORIES PART GENERAL 1.01 WORK INCLUDED A. Furnish cast -in and surface -mounted concrete accessories, including reglets, dovetail anchors and anchor slots and flashings. B. Installation of same, unless provided to others or arranged for otherwise. C. Related work specified elsewhere: 1. Section 03100, Concrete Formwork. 2. Section 03300, Cast -in -Place Concrete 3. Section 03450, Architectural Precast Concrete. 4. Section 04220, Concrete Unit Masonry. 5. Section 07900, Sealants and Joint Fillers. 6. Section 13122, Prefabricated Steel Structures. PART 2 PRODUCTS 2.01 CONCRETE ACCESSORIES A. Cast -in Reglets: 26-gage galvanized steel, Type CO -Concrete, by Fry Reglet, Alhambra, CA, or equal. Type shall be as recommended by manufacturer for application. B. Dovetail Embedded Anchors and Anchor Slots: Prefabricated, prefinished embedded metal anchor slot channels, 1 " x 1 " x 3/4" throat, minimum 22-gage hot -dipped galvanized, in continuous lengths unless otherwise approved. 1 . Provide with manufacturer's standard continuous polystyrene foam filler strip to keep slot channel clear of concrete and prevent collapse during pouring from hydraulic pressure. 2. Dovetail Anchors: 3-1/2" long x 1-1/2" wide flared end of 1 " wide shank, 16- gage hot -dipped galvanized steel. 3. Approved Manufacturers: a. Pro -Slot by BoMetals, Inc., Powder Springs, GA, (800) 862-4835, as the basis of design. b. Heckman Building Products, Chicago, IL, (773) 826-8564. G. Hohmann and Barnard Inc., Hauppauge, NY, (800) 645-0616. d. Manufacturers providing materials of same function and performance are acceptable. C. Keyed Cold and Construction Joints: Interlocking, horizontal, tongue -and -groove continuous keyways, 26-gage galvanized steel, depth(s) as required for slab thickness. Provide splice plates and other accessories by same manufacturer as required for complete installation. 1. Keyed Kold Joint component system by Burke Company, San Mateo, CA, (800) 423-9140, or approved equal. 2. Capping Material: Provide manufacturer's standard removable capping material to form voids to receive pourable sealants. Refer to Section 07900. D. Expansion Joints: Interior building expansion joint materials, including exposed durable 03250 - 1 elastomer seals, factory bonded to pretreated continuous 6063-T52 alloy aluminum retainers, providing omni-directional movement with a sealed monolithic surface at the joints. Materials shall be compatible with minimum 2" building joints. — 1. Concealed Floor -to -Wall Joints: Model ECFS-200 by Construction Specialties (C/S), Muncie, PA, (800) 521-2737, or approved .equal. 2. Exposed Floor -to -Wall Joints: Model EPSW-200 by C/S, or approved equal, to — receive carpeting. 3. Concealed Floor -to -Floor Joints: Model EFFS-200 by C/S or approved equal. 4. Exposed Floor -to -Floor Joints: Model EPS-200 by C/S or approved equal, to receive carpeting. 5. Concealed/Exposed Wall -to -Wall (vertical) Joints: Model SMC-2 by C/S or approved equal. _ 6. Finish: Factory -applied Kynar 500 finish, color as selected by the Architect from manufacturer's full line of standard colors. 7. Elastomer Color: Black. E. Flashings: Copper, copper/lead or PVC as manufactured by Phoenix Building Products — or equal, as recommended for application. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the lines and levels of all walls and floor slabs to receive the prefabricated joint materials specified in this Section, and notify the Contractor in — writing of any condition that will prevent the successful installation or performance of the joint systems. Do not commence work until such defects are corrected to the satisfaction of the Installer. Beginning work shall be considered acceptance of -- substrates. B. Ensure that cast -in concrete accessories are delivered to the site in a timely manner. C. Supply to appropriate Sections components required to be cast -in or embedded in — concrete or masonry, complete with necessary setting templates. D. Ensure that concrete accessory components cast -in or embedded by other Sections are properly located and installed. -- 3.02 INSTALLATION A. General: Install all concrete accessories in accordance with manufacturer's instructions and recommendations. B. Ensure concrete accessories are installed to provide required bond with concrete and/or masonry and prevent pullout or spalling of surfaces. C. Ensure expansion joints are installed toproviderequired tolerances for building movement, both vertically and horizontally. END OF SECTION 03250 - 2 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install cast -in -place concrete for footings, foundations, slabs -on -grade and any other concrete work required but not itemized. B. Furnish and install cast -in -place concrete for thrust restraint, encasement or other work. C. Furnish and place granular sub -base under slabs -on -grade. D. Furnish and install cast -in -place concrete curb and gutter sections, valley pans, catch basins, exterior concrete flatwork and other site concrete work, unless furnished and installed by other Sections. E. Finishing and application of integral surfacing as scheduled, curing and sealing of slabs. F. Furnishing and placing joint materials. G. Furnish and install cast -in concrete accessories, unless arranged for otherwise. H. Related work specified elsewhere: 1. Section 01400, Quality Control and Testing. 2. Section 02220, Excavating, Filling and Grading. 3. Section 02225, Structural Excavation, Backfilling and Compacting for Buildings. 4. Section 02870, Site Furnishings. 5. Section 03100, Concrete Formwork. 6. Section 03200, Concrete Reinforcement. 7. Section 05120, Structural Steel. 8. Section 06100, Rough Carpentry. 9. Section 07130, Waterproofing. 10. Section 07210, Building Insulation. 11. Section 07215, Foundation Insulation 12. Section 07900, Sealants and Joint Fillers. 13. Section 09310, Ceramic Tile. 14. Division 15, Mechanical. 15. Division 16, Electrical. 1.02 QUALITY ASSURANCE A. Reference Standards: Except as modified or supplemented in .these Specifications, structural concrete shall meet the requirements of the following standards. Refer to the standards for detailed requirements. 1. ACI 301, "Specification for Structural Concrete for Buildings". 2. ACI 347, "Recommended Practice for Concrete Formwork". 3. ACI 318, "Building Code Requirements for Reinforcing Concrete". 4. ACI 304, "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". 5. ACI 305, "Recommended Practice for Hot Weather Concreting". 6. ACI 306, "Recommended Practice for Cold Weather Concreting". 7. ASTM C94, "Standard Specification for Ready -Mixed Concrete". 8. ASTM C33, "Standard Specification for Concrete Aggregates". 9. ASTM C1501 "Standard Specification for Portland Cement". 03300 - 1 0237.09 10. ASTM C260, "Standard Specification for Air -Entraining Admixtures for Concrete". 11. ASTM C494, "Standard Specification for Chemical Admixtures for Concrete". 12. ASTM C618, "Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete". 13. Uniform Building Code, current edition. B. Contractor Quality Assurance Program: Contractor shall have in place a quality assurance program to monitor the composition of the ready -mixed concrete provided for this project. The quality assurance program shall detail: 1. Quality and types of aggregates, cement, mineral admixtures, chemical admixtures and water. 2. Batching of these materials, including properties of the batched mix(es)• 3. Delivery and placement requirements for the batched mix(es)• 4. Regular contractor monitoring and testing of batched materials. C. Contractor shall maintain a copy of ACI SP-15-72, "Field Reference Manual" in the field office at all times. D. Contractor shall employ an experienced and competent foreman for all concrete work. The foreman shall be thoroughly familiar with all phases of concrete construction, including formwork. Upon request submit records of qualifications and experience of the foreman to the Architect. E. All concrete work which does not conform to specified requirements, including strength, tolerances and finishes, shall be corrected or removed and replaced as directed by the Architect/Engineer, at the Contractor's expense. The Contractor shall also be responsible for the cost of corrections to any other work affected by or resulting from correction to concrete work and for any additional testing of work in place which may be required. 1.03 SUBMITTALS A. Mix Design: Submit proposed mix design(s) in accordance with ACI 304 for approval by the Owner. Submit written design mix reports for each class of concrete at least fifteen (15) days prior to start of work. Include the following in each report: 1. Project identification. 2. Concrete class. _ 3. Specified properties for concrete. 4. Source of concrete aggregate and cement. 5. Cement type and brand. _ 6. Manufacturer and brand name of admixtures. 7. Proportions of concrete mixed per cubic yard. 8. Test results for each property specified for design mix. 9. Unit weight. B. Product Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, color additives and _ concrete stains, sealers, hardener and finishing compounds. C. Contractor Quality Assurance Program: Submit for review by the Architect/Engineer in accordance with paragraph 1.02.13. _ D. Certificates: 1. Sieve analysis of fine and coarse aggregates. 2. Certification of appropriate use for hardening and sealing products, as specified in paragraph 2.05. 03300 - 2 0237.09 `" E. Contractor shall retain for Architect/Engineer's review, if requested, all delivery tickets for each load delivered to the site. Tickets shall show truck number, concrete strength, cement brand and type, cement content, water content (also expressed as water/cement ratio), amount of course aggregate and fine aggregate, name and amount of admixture, number of yards delivered., time of arrival at site and mixing time. 1.04 INSPECTION A. Provide free access for the Architect/Engineer to locations where concrete materials are stored, proportioned or mixed. Do not place concrete until forming and reinforcing for a given pour has been approved by the Architect/Engineer. B. Provide minimum 24 hours advance notice for inspection to the Architect/Engineer, but ensure that forming and reinforcing are substantially complete at the time of notification. 1.05 TESTING A. Inspection and testing of concrete mix will be performed by an independent testing agent approved by the Owner. Testing fees shall be paid as specified in the General and Supplementary Conditions. B. Provide free access to work and cooperate with the appointed firm. C. Submit proposed concrete mix design to the inspection and testing firm for review prior to commencement of work. D. Field Quality Control Testing: Perform sampling and testing for field quality control during the placement of concrete, as follows: 1. Sampling Fresh Concrete: ASTM C172, except modified for slump to comply with ASTM C94. 2. Slump: ASTM C143; one (1) test for each set of compressive strength test specimens. 3. Air Content: ASTM C231, pressure method, one (1) test each set of compres- sive test specimens, or when the indication of change requires. 4. Compression Test Specimens: ASTM C31; one (1) set of four (4) standard cylinders for each compressive strength test, unless otherwise directed. 5. Cast and store cylinders for laboratory cured test specimens and field -cured test specimens as specified in ASTM C31. E. Compressive Strength Tests: 1. ASTM C39: One (1) set for each 50 cu. yds. or fraction thereof of each mix design placed in any one day, or for each 5,000 sq. ft. of surface area placed; one (1) specimen tested at seven (7) days, two (2) specimens tested at 28 days, and one (1) specimen retained in reserve for later testing if required. 2. When the frequency of testing will provide less than three (3) strength tests for a given mix design, conduct testing from at least five (5) randomly selected batches or from each batch if fewer than three (3) are used. 3. Report test results in writing to the Owner, Architect, Structural Engineer, Contractor and ready -mix supplier on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, the name of contractor, name of the concrete supplier and truck number, name of the concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength and type of break for both 7-day tests and 28- 03300 - 3 0237.09 day tests. 4. The testing agency will make additional tests -of in -place concrete when test results indicate the specified concrete strengths and characteristics have not been attained in the structure, as directed by the Architect/Engineer. The testing agency shall conduct tests to determine the strength and other characteristics of the in -place concrete by compression tests on cored cylinders complying with ASTM C42, by load testing specified in ACI 318 or other acceptable non-destructive testing methods, as directed. The Contractor shall pay for this additional testing. F. Slump Test: One (1) slump test will be taken for each set of test cylinders taken. G. Air Entrainment Test: One (1) air entrainment test will be taken for each set of test cylinders taken. H. Test hourly when air temperature is 401 F and below, and when 80° F and above and each time a set of compression test specimens are made. 1.06 EVALUATION OF QUALITY CONTROL TESTING A. Do not use concrete delivered to the final point of placement which has slump or total air content outside the specified values. B. Compressive strength tests for laboratory -cured cylinders will be considered satisfactory if the averages of all sets of three (3) consecutive compressive strength tests results equal or exceed the 28-day design compressive strength of the type or class of concrete and no individual strength test falls below the required compressive strength by more than 500 psi. C. If the compressive strength tests fail to meet the minimum requirements specified, the concrete represented by such tests will be considered deficient in strength and subject to additional testing as herein specified or removal and replacement of the concrete which the test represents. 1.07 PRODUCT DELIVERY, STORAGE AND HANDLING A. Store cement in watertight enclosures and protect against dampness, contamination and warehouse set. B. Stockpile aggregates to prevent excessive segregation or contamination with other materials or other sizes of aggregates. Use only one (1) supply source for each aggregate stockpile. C. Store admixtures to prevent contamination, evaporation or damage. Protect liquid _ admixtures from freezing or harmful temperature ranges. D. Allow a maximum of 90 minutes between the time water is added and the time the concrete is completely placed. 1.08 ENVIRONMENTAL CONDITIONS A. Environmental Requirements: 1. Do not place concrete during rain, sleet or snow, unless adequate protection is provided. Do not allow rainwater to increase the mixing water or damage the surface finish. B. Cold Weather Concreting: 1. Refer to ACI 306, "Recommended Practice for Cold Weather Concreting". 03300 - 4 0237.09 ar 2. Temperature of concrete when placed shall not be less than the following: Minimum Concrete Temp. Degrees Air Temp. F Section with Least Dimension Degrees F Under 12" 12" and Over 30 to 45 60 50 0 to 30 65 55 Below 0 70 60 3. When placed, heated concrete shall not be warmer than 800 F. 4. Prior to placing concrete, all ice, snow, surface and subsurface frost shall be removed and the temperature of the surfaces to be in contact with the new concrete shall be raised above 35' F. 5. Protect the concrete from freezing during specified curing period. 6. Heated enclosures shall be strong and windproof to ensure adequate protection of corners, edges and thin sections. Do not permit heating units to locally heat or dry the concrete. Do not use combustion heaters during the first 24 hours, unless the concrete is protected from exposure to exhaust gases which contain carbon dioxide. C. Hot Weather Concreting: 1 . Refer to ACI 305, "Recommended Practice for Hot Weather Concreting". 2. Take precautions when the ambient air temperature is 90' F or above. Temperature of concrete when placed shall not exceed 85' F. 3. Cool forms and reinforcing to a maximum of 90° F by spraying with water prior to placing concrete. 4. Do not use cement that has reached a temperature of 2701 F or more. 5. Do not place concrete when the evaporation rate (actual or anticipated) equals or exceeds 0.20 pounds per sq. ft. per hour. 6. Approved set -retarding and water -reducing admixtures may be used with the Architect/Engineer's approval when ambient air temperature is 90' F or above to offset the accelerating effects of high temperatures. 1.09 WARRANTIES A. Provide Installer's written warranty covering defects in materials and workmanship, and subgrade failure for a period of one (1) year from final acceptance. Owner's Principal Representative shall determine needs for repairs or replacement, and his/her decision shall be final and obligatory upon the Contractor. PART 2 PRODUCTS 2.01 CONCRETE MATERIALS A. Portland Cement: ASTM C150, Type II. Use only one (1) brand of cement in any individual structure. B. Fine Aggregate: Clean, sharp, natural sand conforming to ASTM C33. C. Coarse Aggregate for Normal Weight Concrete: Clean, strong crushed gravel or stone conforming to ASTM C33. Gradation shall be as specified under concrete mixes. D. Water: Clean, fresh potable supply, free from oil, acid, alkali, organic materials or other deleterious substances. 03300 5 0237.09 E. Admixtures: Use only when specified or approved by the Architect/Engineer. 1. Air -Entraining Agent: ASTM C260, manufactured by Master Builders MBVR, Sika AER, Grace Darex AEA, Protex, or equal. _ 2. Non -Chloride Accelerator: ASTM C494, Type C or E. 3. Retarder: ASTM C494, Type B or D. 4. Water Reducer: ASTM C494, Type A, manufactured by Master Builders Pozzo- _ Lith, Grace WRDA, Protex PDA 25XL, Sika Plastocrete, or equal. 5. Fly Ash: ASTM C618, Class C or F. 6. Calcium chloride or admixtures containing calcium chloride are specifically prohibited. 7. Color Additive: To be selected by the Architect from manufacturer's full line of color(s), Davis Color or equal. Provide colored concrete where shown or scheduled on the Drawings. 8. Fiber Reinforcing: Refer to Section 03200 and paragraph 3.02 of this Section. 2.02 NON -SHRINK GROUT A. Provide premixed, factory -packaged non -shrink, non-metallic grouting compounds specified in Section 05120. 2.03 CONCRETE BONDING AGENTS A. Provide an aqueous phase, film forming, freeze -thaw resistant compound suitable for brush or spray application, complying with Military Specification MIL-B-19235. 1. Chem Master Polyweld, Grace Daraweld-PBA, Larson Weldcrete, Euclid Eucoweld, Protex Proweld-D, or equal. B. Provide a two -component all-purpose epoxy bonding agent for structural repair or corrections. 1. Protex Probond ET-150, Sika Colma-Dur, or equal. 2.04 CONCRETE ACCESSORIES A. Expansion and Isolation Joint Fillers: Refer to Section 03100. B. Fiber Reinforcing: Polypropylene fiber reinforcing, specified in. Section 03200. 2.0.5 CONCRETE CURING MATERIALS A. Provide membrane -forming curing compound conforming to ASTM C309, Type 1, specified below. Where used, curing compound must be compatible with applied finishes. 2.06 HARDENING, SEALING AND FINISH MATERIALS A. General: Apply all hardening, sealing and finishing treatments in accordance with manufacturer's recommendations. Refer to the schedule below for applications. - Supplier/Installer of slab finish materials shall certify that materials specified and/or furnished for this project are appropriate for use in the specified applications, for the following criteria: 1. Compatibility of finish material with concrete mix specified. 2. Compatibility of finish material with type and degree of weather exposure. 3. Compatibility of finish material with expected use of space. 03300 - 6 0237.09 �. 4. Compatibility of finish material with expected exposure to chemical, acid, oil, fat or other deleterious material. B. Liquid Water -Based Curing, Sealing and Dustproofing: Kure-N-Seal W by Sonneborne or equal. 1. Color: Clear. C. Non -Slip Abrasive Aggregate: Provide fused aluminum oxide grits or crushed emery as abrasive aggregate for non -slip finish, with emery aggregate containing not less than 40% aluminum oxide and not less than 25% ferric oxide. Use material that is factory - graded, packaged, rust -proof and non -glazing and that is unaffected by freezing, moisture and cleaning materials (Sonneborne Frictex, Toch Brothers Toxgrip, Grace Durafax, Sonneborne Frictex 176), Grip -it. D. Waterproofing Membrane: Refer to Section 07130. E. Approved Manufacturers: 1. Sonneborne Building Products, Minneapolis, MN, (612) 835-3434. 2. Thoro System Products, Miami, FL, and represented locally by The Rio Grande Co., Denver, CO, (303) 825-2211. 3. L.M. Scofield Company, Los Angeles, CA, (800) 800-9900, represented locally by Conrep West, Englewood, CO, (303) 740-7787. 4. Manufacturers providing materials of same function, quality, appearance and performance are acceptable, except as limited above. 2.07 UNDER -SLAB MATERIALS A. Granular Sub -Base: 3/8" to 3/4" gravel or crushed rock, extent and thickness as shown on the Drawings. B. Vapor Barrier: Not used. PART 3 EXECUTION 3.01 PREPARATION AND COORDINATION A. Notify any trades that may have items to be embedded in concrete, or that may require openings in concrete, of placing schedule. Coordinate work to avoid cutting of concrete and to avoid delays in the work. This work may include, but is not limited to: 1. Site furnishings specified in Section 02470. 2. Bicycle racks and lockers specified in Section 02842. 3. Concrete reinforcing specified in Section 03200. 4. Structural steel specified in Section 05120. 5. Mechanical work specified in Division 15. 6. Electrical work specified in Division 16. B. Surfaces shall be true to line and grade and free from loose earth, frost, ice, mud and standing or running water. Protect bottom of excavation against freezing. Do not deposit concrete against frozen ground. C. Make all preparations required for protection of concrete during placing and curing under detrimental weather conditions. D. Notify the Architect/Engineer at least 48 hours prior to placing of any concrete. Do not deposit any concrete before the Architect/Engineer has inspected reinforcement and other work in place and given permission to proceed. Such inspection and permission to proceed shall in no way relieve the Contractor of full responsibility for proper placement of reinforcement and placing of concrete and of responsibility for adherence 03300 - 7 0237.09 to other requirements of the Construction Documents. E. Form and install concrete work in accordance with AC1301, except as amended by this Section. Concrete formwork shall be as specified in Section 03100. F. Site preparation and compaction of existing and/or imported fill materials shall be in accordance with the requirements of the Soils Investigation Report and Section 02225. If the foundation structure design shown on the Drawings and/or specified will not strictly conform to this requirement, advise the Architect/Engineer before proceeding with work of this Section. G. Ensure that form inserts for all exposed edges and corners requiring chamfers are properly placed, as specified in Section 03100. H. Ensure that sleeves and other site items to be installed under concrete work are properly located and installed, as specified in other Sections. 3.02 DESIGN MIXES A. Concrete mixes shall be as itemized on the Drawings or specified herein for specific _ locations. B. Concrete which does not meet the minimum requirements for strength at 28 days shall be reviewed and is subject to removal at the option of the Architect/Engineer. C. Proportion normal weight concrete in accordance with ACI 211.1. Concrete for all parts of the work shall be of the specified quality, capable of being placed without excessive segregation and, when hardened, of developing all characteristics required by — these Specifications and the Contract Documents. Proportion ingredients to produce a mixture which will work readily into the corners and angles of the forms and around reinforcements by the methods of placing and consolidation employed on the work. — D. Design mixes shall be made and reported by an approved testing laboratory for each class of concrete, at the Contractor's expense. E. Design mixes shall contain all admixtures required by these specifications and/or — proposed by the Contractor to be used in concrete. F. Proportion concrete design mixes so that compressive strength of laboratory -cured cylinders will be at least 15% greater than minimum specified strength. Refer to paragraph 1.05 for testing requirements. G. Concrete Mixes: 1. Class II: For walls and grade beams, 3,000 psi (minimum), 5.5 sacks of Type I _ cement/cubic yard (minimum), maximum aggregate size 3/4", 2" to 4" slump, air entrained 5% to 7%. 2. Class III: For interior slabs, 4,000 psi (minimum), 5.5 sacks of Type I _ cement/cubic yard (minimum), 3" to 4" slump, air entrained 4% to 6%, fibermesh. 3. Class IV: For exterior flatwork, 4,000 psi (minimum), 6.0 sacks of Type II Portland cement/cubic yard, 3" to 4" slump, 5% to 7% air entrainment, fibermesh. Add selected color additive where shown on the Drawings. 4. Class VII: For exterior curbs, gutters, concrete pavements and sitework: _ Conform to City of Fort Collins engineering standards, unless otherwise directed by the Owner or Engineer. Refer to Section 02515. 5. Except as excluded, fly ash may be substituted for Portland cement to a maximum of 15% by weight. If used, no further cement reduction due to use of water -reducing agent will be allowed. H. In lieu of designing new mixes for this project, existing mix designs meeting all requirements specified for each concrete mix and used successfully on previous — projects under conditions similar to those anticipated on this project may be used, 03300 - 8 0237.09 providing the following are submitted for the Architect/Engineer's approval for each class of concrete: 1. Reports of concrete mix design and test results. 2. Reports of sufficient consecutive sets of 7- and 28-day concrete strength test made during the last six (6) months and the calculations of standard deviation for these tests. 3. Reports of compliance tests of fine and coarse aggregates made during the last six (6) months. 4. Mix submittals and required statistical strengths shall be in accordance with ACI 301. I. Concrete Reinforcing: Refer to Section 03200. 3.03 CONCRETE BATCHING AND MIXING A. Ready -mixed batch plant equipment and facilities must comply with the requirements of ACI 614 and ASTM C94. The plant must have sufficient capacity to produce and deliver concrete of specified qualities in quantities required to meet the construction schedule. B. Site -mixed concrete will not be permitted. Measure, mix and deliver concrete in accordance with ASTM C94, except as specified herein. C. All concrete not placed within 90 minutes of initial contact of cement and water shall be rejected. D. Indiscriminate addition of water to increase slump is prohibited. Obtain the Archi- tect/Engineer's approval for any addition of water. Do not exceed the maximum permissible water/cement ratio or maximum slump under any circumstances. 3.04 PREPARATION OF INSERTS, EMBEDDED ITEMS AND OPENINGS A. Provide formed openings where required for pipes, conduits, sleeves and other work to be embedded in and passing through concrete members. B. Coordinate work of other Sections and cooperate with trades involved in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. C. Accurately position and securely fasten all anchor bolts, castings, steel shapes, conduit, sleeves, masonry anchorages and other materials to be embedded in the concrete. D. Install conduits between reinforcing steel in walls or slabs with reinforcing in both faces and below reinforcing in slabs with only one (1) layer of reinforcing steel. E. Embedments shall be clean when installed. Remove concrete spatter from all surfaces not in contact with concrete. 3.05 PLACING UNDER -SLAB MATERIALS A. Granular Sub -Base: Place a minimum of 4" (200mm) of gravel over compacted sub- base, level and compact thoroughly, unless otherwise shown on the Drawings. B. Vapor Barrier: Not used. 3.06 PLACING CONCRETE A. Transit -mixed concrete shall be truck -mixed in accordance with "Specification for Ready -Mixed Concrete", ASTM C94-67. 03300 - 9 0237.09 B. Concrete shall have a temperature of 700 F ± 200 F at the time of placing, unless prior — permission has been granted in writing by the Architect/Engineer to exceed these tolerances. C. Transport the concrete from mixer to final position as rapidly as practical without segregation, contamination or loss of material. Maximum not -to -exceed from introduction of water to placement of concrete is 90 minutes. Place concrete in forms with drop chutes, baffles or other methods which will prevent segregation. Comply with the requirements of ACI 614. 1. Contractor shall assess the placement requirements of the site, construction _ staging and other factors, and provide concrete pumping equipment for concrete placement as may be necessary, at no additional cost to the Owner. D. Concrete foundation structures shall be placed on undisturbed, clean surfaces free from frost, ice, mud, standing or running water. E. Ensure that hardened concrete, wood chips, shavings and other debris have been removed from the interior of the forms and all hardened concrete and foreign materials have been removed from the inner surfaces of the mixing and conveying equipment. Forms shall be wetted, oiled or treated with an approved form -coating material prior to placing concrete. Reinforcement shall be cleaned, secured in position,inspected and approved by the Architect/Engineer before starting the pouring of concrete. F. Concrete shall be deposited in the forms as nearly as practical in its final position so as to avoid rehandling. Special care shall be exercised to prevent splashing the forms or reinforcement with concrete in advance of pouring. - G. Place concrete in horizontal layers not more than 24" thick, unless otherwise required by specific conditions of the work, i.e., round, tubular fiber -formed columns. Place successive layers at such speed so that the preceding layer is still plastic. H. Immediately after depositing, the concrete shall be compacted to force out all air pockets, working the mixture into corners, around reinforcement and inserts to prevent the formation of voids. Consolidate concrete by vibration, spading or rodding. Do not over -vibrate or use vibrators to transport concrete. Insert and withdraw vibrators vertically at uniformly spaced locations not farther apart than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun -, to set. 1. Mechanical vibrators need not be used for thrust restraints. 2. When vibrating is not practical, concrete shall be consolidated and all faces well spaced by continuous working with a suitable tool in a manner acceptable to the Architect/Engineer. 3.07 FINISHING FORMED SURFACES A. Complete finishing operation within 24 hours after stripping forms. Patch repairable defective areas immediately after form removal. B. Subgrade Surfaces: Rough form finish is acceptable on all subgrade surfaces, except as indicated otherwise. Patch all defective areas. C. Exposed. Surfaces: Provide smooth rubbed finish on any formed surfaces exposed to view, including but not limited to the following: 1. Foundation walls with 12" or more of exposed vertical surface shall receive _ rubbed finish. 2. Retaining walls. D. Strip forms while concrete is still green and steel trowel surfaces to a dense, hard finish _ with corners, intersections and terminations chamfered 1 /2" and smooth. 03300 - 10 0237.09 1. Repair and patch all tie holes and defects with mortar. Remove all fins and projections. 2. Tops of walls, horizontal offsets and similar unformed surfaces adjacent to formed surfaces shall be struck smooth after concrete is placed and floated to a texture consistent to that of formed surfaces. Final treatment of formed surfaces shall continue uniformly across unformed surfaces. 3. Strike chamfered edges and corners of exposed concrete clean, straight and true to line. E. Honeycombing or spillage through forms shall be repaired or replaced as specified below in this section. 3.08 INSTALLATION OF JOINTS A. Joint Materials: Refer to Section 03100, Concrete Formwork, and paragraph 2.04 of this Section. B. General: Locate and install construction joints which are not shown on the Drawings so as not to impair the strength and appearance of the structure. In general, locate near the middle of the span of slabs, beams and grade beams, unless a beam intersects a girder at this point. Obtain the Architect/Engineer's approval for joint locations. C. Pour floor slabs in pattern indicated on the Drawings. Form control joints and place expansion joints as indicated on the Drawings, but in no case exceed the following requirements: 1 . Control joints shall be spaced at 15'-0" maximum intervals each way so as not to encompass an area to exceed 225 sq. ft., or other spacing and pattern(s) as shown on the Drawings, or as required by the Soils Report. 2. Place control joints at internal corners, columns or other points of natural weakness. D. Before depositing new concrete, remove all laitance and loose aggregates immediately before placing fresh concrete. Dampen but do not saturate the joint surface. At slabs and beams, apply a neat cement grout. E. Expansion or Isolation Joints: Where expansion joints are indicated on the Drawings, place filler strips to within 1 /2" of finished surface. Joint recess shall be formed with a separate removable filler section to provide a clean, true recess to receive sealant as specified in Section 07900. F. Bond Breaker: Where shown on the Drawings, provide minimum two (2) layers 15# non -bituminous felt bond breaker between interior or exterior slabs -on -grade and vertical wall surfaces. G. Exterior Slab, Curb and Gutter Control Joints: Tool or saw joints to a depth of one- fourth (1/4) the thickness of the slab, where indicated on the plans. Refer to Section 02515 for joint spacing in concrete curb and gutter, sidewalk and exterior flatwork sections. 3.09 FINISHING FLATWORK A. General: Verify all flatwork finishes with the Architect in the field prior to proceeding with this work. B. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified. After screeding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats 03300 - 1 1 0237.09 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. 7/96 Section 00100 Page 7 or by hand -floating if area is small or inaccessible to power units. Check and level surface plane to required tolerance. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel Finish: Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint or other thin film finish coating system. After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. Consolidate the ^ concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, with a surface plane tolerance not exceeding 1 /8" in 10' when tested with a 10' straightedge. Grind smooth surface defects which would telegraph _ through applied floor coverings system. D. Non -Slip Broom Finish: After completion of floated finish, draw a broom or a burlap belt transversely across the surface perpendicular to the main traffic route. Use broom _ finish after floating for surfaces to receive topping or cementious finishes. Coordinate final texture with the Architect prior to application. E. Slab Finish Schedule: 1. Interior Floor Slabs: Troweled finish. 2. Exterior Sidewalks, Slabs and Ramps: Non -slip broom or sweat finish. F. .Finishing Slabs at Floor Drains: Hold elevation of concrete slabs -on -grade around floor drains level to within 16" around each drain location, then shape surface to elevation of — drains as shown on the Drawings. Refer to the Drawings for special sloped areas of concrete slabs -on -grade to floor or trench drains. 3.10 TOLERANCES A. Maintain the following tolerances for all cast -in -place concrete work. Defective work shall be removed and replaced at the Contractor's expense. 1. Variation from Plumb: a. 0-10': 1 /4" maximum. b. 20' or more: 3/8" maximum. 2. Variation in Thickness: 1 /4" to 1 /2" standard, 5% for footings. 3. Variation in Grade: a. 0-10% 1 /4" standard, 1 /8" for floor slabs. b. 10-20': 3/8" standard, 1 /4" for floor slabs. C. 40' or more: 3/4" standard, 3/8" for floor slabs. 4. Variation in Plan: a. 0-20% 1 /2". b. 40' or more: 3/4" standard, + 1 /2" for footings. 5. Variation in Eccentricity: 2% for footings. 6. Variation in Openings: a. Size: b. Location: 1 /4". B. Slab Tolerances: " 1. Interior Floor Slabs: 1 /8" in 10'. 2. Exterior Sidewalks, Slabs and Ramps: 1 /4" in 10'. 03300 - 12 0237.09 3.11 CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. B. Refer to Section 03100 for stripping and removal of formwork after curing. C. Refer to the manufacturer's written instructions and recommendations for curing of concrete slabs -on -grade to receive stains, sealers or other special finishes. D. Start curing immediately after finishing. Cure for at least seven (7) days, not necessarily consecutive, during which air temperature surrounding concrete is above 50' F. Wood forms shall be kept wet. If forms are removed during curing period, an approved curing method must be started immediately. E. Cure slabs by approved moisture -retaining coverings, lapped and sealed, and kept continuously wet. Approved curing compounds may be used if compatible with specified finishes. Specific approval is required from the Architect/Engineer. Curing compounds shall be applied,in accordance with manufacturer's recommendations. F. Contractor shall be responsible for protection of freshly placed concrete from vandalism, accidental damage by workmen or equipment, or damage resulting from subgrade settlement or subsequent construction traffic. Take adequate precautions to restrict traffic in the area of fresh concrete during the curing period. Damaged concrete shall be repaired or replaced by the Contractor at the Owner's discretion. G. Comply with the requirements of ACI 305 when hot weather conditions exist. Temperature of concrete when placed shall be less than 900 F. When necessary to prevent premature drying, arrangements for installation of windbreaks, shading, fog spraying, sprinkling, ponding or a wet covering of light color shall be made in advance of placement, and such protective measures shall be taken as quickly as concrete hardening and finishing operations will allow. H. Comply with the requirements of ACI 306 when cold weather conditions exist. When atmospheric temperature is 40' F and below, maintain concrete temperature at not less than 50' F for at least six (6) days. When necessary, make arrangements before concrete placing for heating, covering insulation or housing as required to maintain specified temperature and moisture conditions without injury due to concentration of heat. I. Maintain protective cover on concrete so that changes in temperatures of concrete shall be as uniform as possible and shall not exceed 5° F in any one (1) hour or 50' F in any 24-hour period. 3.12 SEALING AND FINISH APPLICATIONS A. General: Consult with the manufacturer's representative prior to application. Follow the manufacturer's printed instructions for applying materials. B. Schedule of Exterior Hardening and Sealing Materials: Furnish and apply concrete curing, sealing and hardening products for exterior concrete in accordance with the following schedule: 1. Concrete Sidewalks, Slabs, Aprons and Curb and Gutter Sections: Damp cure and Lapidolith, white pigment. 2. Exposed Surfaces of Retaining Walls: Kure-N-Seal. 3. Concrete not Scheduled for Other Finishes: Kure-N-Seal. C. Schedule of Interior Hardening and Sealing Materials: Furnish and apply concrete curing, sealing and hardening products for interior floor slabs in accordance with the following schedule. Refer to paragraph 2.06 for certification of appropriate use. 03300 - 13 0237.09 1. Slabs to Receive No Flooring: Kure-N-Seal. 2. Concrete Not Scheduled for Other Finishes: Kure-N-Seal. D. Application Process: Apply curing, hardening and sealing products in strict accordance with the manufacturer's written instructions and recommendations. E. Special Coatings: Acid etch surface of floor slab with a muriatic acid solution prior to applying sealer, as recommended by the manufacturer. Refer to Section 09800. _ F. Apply materials only after concrete surfaces are completely cured and dry. Follow the manufacturer's recommended application instructions, generally applying it in three (3) coats with ample drying time between coats. Remove surplus hardener after final _ application has dried. 3.13 MISCELLANEOUS CONCRETE APPLICATIONS A. Site Concrete Work: Provide miscellaneous site cast -in -place concrete items as detailed on the Drawings or specified herein, to include but not be limited to: 1. Portland Cement Concrete Paving: Specified in Section 02515. _ 2. Concrete retaining walls. 3. Base and/or pier foundations for site signage, fencing and gates, pipe bollards. and miscellaneous site furnishings. 4. Miscellaneous site precast concrete items, including downspout splashblocks. Refer to Section 03480, Precast Concrete Accessories. 3.14 DEFECTIVE CONCRETE A. Remove and replace defective concrete not conforming to required line, detail and — elevation as directed by the Architect/Engineer. B. Repair or replace concrete not properly placed resulting in excessive honeycombing and other defects. Do not patch, repair or replace exposed architectural concrete, except upon express direction of the Architect. C. Concrete damaged after placement shall be repaired or replaced by the Contractor at the Owner's discretion. — 3.15 PATCHING AND POINTING A. Patch and point all vertical and horizontal formed concrete surfaces where exposed to view, as defined in paragraph 3.07. B. Fill holes and openings left in concrete structures for passage of work by other trades, — unless otherwise shown or directed, after such work is in place. C. Mix, place and cure concrete to blend with in -place construction. D. Provide other miscellaneous concrete filling shown or required to complete the work. — 3.16 FIELD QUALITY CONTROL A. Exposed cast -in -place concrete work shall be subject to evaluation to the satisfaction of the Architect, including but not limited to, the following characteristics: 1. Slab finishes specified in paragraphs 3.09. 2. Tolerances specified in paragraph 3.10. 3. Wall and corner surfaces, including patching and pointing specified in paragraph 3.13. _ 4. Joint materials and placement. 03300 - 14 0237.09 B. Power wash, or clean by other acceptable means, all dampproofing or waterproofing overspray or other surface visual defect. END OF SECTION 03300 - 15 0237.09 No Text SECTION 04100 MORTAR AND MASONRY GROUT PART GENERAL 1.01 WORK INCLUDED A. Furnish and install mortar and grout materials for new concrete block masonry units. B. Furnish and install mortar and grout materials for new architectural precast concrete caps, copings and other units. C. Furnish and install mortar and grout materials for setting new precast concrete accessories, unless arranged for otherwise. D. Related work specified elsewhere: 1. Section 04220, Concrete Unit Masonry. 2. Section 05120, Structural Steel: Non -shrink Structural Grout. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to the current requirements and recommendations of applicable portions of standards listed. 1. ASTM, American Society of Testing and Materials. 2. ASTM C144, Aggregate for Masonry Mortar. 3. ASTM C150, Portland Cement. 4. ASTM C207, Hydrated Lime for Masonry Purposes. 5. ASTM C270, Mortar Mix. 6. ASTM C476, Mortar and Grout for Reinforced Masonry. 7. PCA,,current edition. 8. Uniform Building Code, current edition. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product data and specifications for each type of mortar specified, including certification that each type complies with the specifications. B. Samples: Submit samples of manufacturer's full range of mortar colors for selection by the Architect. C. Sample Panel: Refer to Section 04220 for sample panel requirements. Mortar color shall be reviewed for approval by the Architect. 1.04 TESTING A. Inspection and testing shall be performed by an independent testing laboratory, approved by the Architect, conforming to ASTM E149 and C270. Testing fees shall be paid as specified in the General and Supplementary Conditions. Test samples shall be taken at random to provide sampling over the course • of work. Materials not conforming to these specifications shall be removed from the job and replaced. 1. Refer to Section 04210 and/or 04220 for testing requirements. 04100 - 1 0237.09 1.05 ENVIRONMENTAL CONDITIONS A. Maintain temperature of mortar and grout between 70' F and 100' F. B. Contractor shall use only one (1) type mortar to ensure uniform color. Masonry cement is not permitted. PART 2 MATERIALS 2.01 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150, Type 1, white. _ B. Hydrated Lime: ASTM C207, Type S for new construction. C. Aggregate Sand: ASTM C144. D. Coarse Aggregate for Grout: ASTM C404, less than 3/8". E. Water: ASTM C270, clean and suitable for domestic consumption. F. Mortar Coloring: 1. Concrete Unit Masonry: Match color of concrete unit masonry, Section 04220. G. Admixtures: Pozzolan with approval; calcium chloride not permitted. 2.02 MORTAR AND GROUT MIXES A. Mortar Mixes: ASTM C270, Type S mortar with hydrated lime for all new masonry construction. Minimum compressive strength of 1,800 psi at 28 days: 1. 1 part Portland Cement, Type 1. 2. 1 /4 to 1 /2 part hydrated lime. 3. 2-1/4 to 3-1/2 parts damp, loose sand. B. Masonry Grout Mix: Minimum compressive strength of 3,000 psi at 28 days: 1. 1 part Portland Cement, Type 1. 2. 2-1/4 to 3 parts damp, loose sand. 3. 1 to 2 parts coarse aggregate. 4. Pozzolan as per manufacturer's recommendations. 5. Air entrainment shall be not more than 5% by volume. C. Mixtures may change as per manufacturer's recommendations to meet requirements. D. Non -Shrink Structural Grout: Refer to Section 05120. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Masonry installer shall examine the areas and conditions under which masonry is to be installed and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the masonry installer. - 3.02 BATCH CONTROL. A. Measure and batch materials either by volume or weight such that the required proportions for mortar can be accurately controlled and maintained. 04100 - 2 0237.09 B. Mix mortar ingredients for a minimum of five (5) minutes in a mechanical batch mixer. Do not use mortar which has begun to set or if more than 2-1/2 hours has elapsed since initial mixing. Retemper mortar during 2-1/2 hour period as required to restore workability. C. Use mortar within two (2) hours of mixing at temperatures over 800 F, and 2-1/2 hours at temperatures under 50' F. 3.03 JOINTS A. General: Lay coursed units with 3/8" joints, unless otherwise indicated, except for minor variations required to maintain bond alignment. B. Bond Pattern and Joint Type: Refer to Section 04210. and/or 04220. C. Rake out mortar in preparation for application of caulking or sealants where shown. D. Remove excess mortar and smears upon completion of work. E. Point out or replace defective mortar to match adjacent work. F. Clean soiled surfaces using a non -acidic solution which will not harm adjacent surfaces. Consult masonry manufacturer for acceptable cleaners. END OF SECTION 04100 - 3 0237.09 4 SECTION 04220 CONCRETE UNIT MASONRY PART GENERAL 1.01 WORK INCLUDED A. Furnish and install concrete unit masonry, including units and special shapes, mortar, ties, anchors and accessories. B. Furnish and install concrete unit masonry horizontal joint and vertical reinforcing. C. Install all bolts, nailing blocks, inserts, door frames, steel lintels, vents, conduits and other related work furnished by others to be built into concrete unit masonry. D. Install foam -in -place masonry cell insulation materials, furnished by others. E. Furnish and apply sealer, if specified. F. Related work specified elsewhere: 1. Section 04100, Mortar. 2. Section 04270, Glass Block Masonry. 3. Section 05120, Structural Steel. 4. Section 07180, Water Repellant Sealers: Masonry sealer. 5. Section 07210, Building Insulation. 6. Section 07621, Galvanized Metal Flashing and Trim. 7. Section 07900, Sealants and Joint Fillers. 8. Section 08110, Standard Steel Doors and Frames. 9. Section 08331, Steel Sectional Overhead Doors. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to the current requirements and recommendations of applicable portions of standards codes and specifications, except where more stringent requirements are shown or specified. 1. ASTM C90, Standard Specification for Hollow Load -Bearing Concrete Masonry Units. 2. ASTM C150, Portland Cement. 3. ANSI A-41.1, Building Code Requirements for Masonry. 4. ACI 530.1, Standard Specification for Tolerances. 5. Uniform Building Code, current edition. 6. National Concrete Masonry Association (NCMA) "Specification for the Design and Construction of Non -Load -Bearing Concrete Masonry". 1.03 TESTING A. Test reports for each type of concrete masonry unit shall be submitted to the Owner for approval. Testing is to be performed by an independent testing laboratory, in accordance with ASTM C140-63T. Reports shall include the following: 1 . Compressive strength. 2. Water absorption. 3. Complete identification of units, including size, grade and type. 04220 1 0237.09 21.0 RETAINAGE. Provisions concerning retainage.are set forth in the Agreement. , 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. -. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized _ signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION 7/96 Section 00100 Page 8 B. If results of test and/or inspections do not meet the requirements of the Contract Documents or are otherwise unsatisfactory, the Contractor shall proceed as directed by the Architect/Engineer. Additional costs resulting because of retesting, load testing, removal and replacement of masonry, damage to the work of other trades shall be borne by the Contractor. C. Engineer shall have the right to order tests of any material entering into the masonry — work or any other tests deemed necessary to determine whether materials and methods in use are such as to produce work of necessary quality, to order test under load of any portion of completed structure when conditions have been such as to leave doubt as to adequacy of the structure to serve purposes for which it is intended and to order ^' change in proportions or material at Contractor's expense, if work of required quality cannot be obtained with materials and/or proportions furnished by the Contractor. D. Materials or proportions of materials entering into masonry walls shall not be changed, — unless approved by the Engineer. Materials from any new source or changes in proportions shall be subject to all required tests, which shall be made at the Contractor's expense. E. Contractor's Responsibilities: 1. Cooperate and provide every assistance to facilitate inspection and testing. 2. Furnish mix designs for mortar and grout prior to commencement of work, submit to the Architect mix designs and test results for each type of grout, all with materials and in proportions proposed to be used in the actual construction. No work shall commence until the mix designs have been reviewed and approved by the Engineer. 3. Furnish materials and labor required to make and handle test specimens at the project site under proposed job conditions. 4. Furnish temporary facilities for field -cured specimens. 5. Advise testing agency sufficiently in advance of operation to allow for completion of quality tests. 1.04 CERTIFICATION A. Prior to delivery, furnish Architect with certificates or test reports attesting compliance with the applicable specifications for the following: 1. Masonry units. 2. Mortar and grout materials. 3. Reinforcing steel. 1.05 TESTING OF MORTAR AND GROUT A. Mortar: Make one (1) set of three (3) 2" x 4" cylinders for each type of mortar each — day that mortar is laid. Break one (1) cylinder at seven (7) days and two (2) at 28 days. 1. Spread mortar on masonry units between 1 /2" and 3/4" thick and allow to stand _ one (1) minute. 2. Remove mortar and place it in a 2" x 4" cylinder in two (2) layers, compressing mortar into cylinder using a flat -end stick or fingers. 3. Lightly tap mold on opposite sides, level off and immediately cover molds and keep them damp until taken to laboratory. 4. Contractor's Option: Contractor may substitute a prism test of in -place concrete unit masonry construction, in lieu of specified mortar testing, upon prior approval of the Architect/Engineer and Owner. 04220 - 2 0237.09 B. Grout: Make one (1) set of three (3) 3" x 3" x 6" high specimens for each type of grout and type of wall where used each day grout is poured. Break one (1) specimen at seven (7) days and two (2) at 28 days. 1. On a flat non -absorbent base, form a space 3" x 3" x 6" high, using masonry units having same moisture condition as those being laid. 2. Line the space with permeable paper or porous separator so that water may pass through the liner into masonry units. 3. Thoroughly mix the grout to obtain fully representative mix and place into molds in two (2) layers. Puddle each layer with 1 " x 2" stick to eliminate air bubbles. 4. Level off, and immediately cover molds and keep them damp until taken to the laboratory. C. After 48-hour set, remove molds, cap the specimens and place them in fog room until tested in damp condition, in accordance with ASTM C31. D. Test in accordance with ASTM C39. From each set of cylinders, break one (1) at seven (7) days and two (2) at 28 days. E. Reports shall include location and description of wall, dates, weather conditions, temperature of mortar and grout, description of mortar and grout mixes, description of masonry prisms, breaking stresses and nature of break. 1.06 SUBMITTALS A. Samples: Submit samples of each specified masonry unit for approval before delivery to the site, unless only standard, plain concrete unit masonry is used. Samples shall include shapes, sizes and kinds in sufficient number to show full range of color and texture of each type of masonry unit specified. Final approval shall be by the Architect. One (1) color and size for each different type of unit specified shall be used throughout the project. B. Sample Panel: Erect minimum 4'-0" x 4'-0" sample panel consisting of approved concrete unit masonry that satisfactorily shows proposed color range, texture, bond, mortar and workmanship. Sample panel of materials using split -face or other textured block shall be constructed showing a corner condition. 1. Contractor shall not continue work until Owner's representative has accepted sample panel. 2. Sample panel shall remain on site until work of this Section is complete and will be used as standard of comparison for balance of work. 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site on platforms or pallets. Keep masonry units completely covered and free from frost, ice and snow. Handle masonry units carefully to avoid chipping, breakage, contact with soil or contaminating materials. Protect steel materials from moisture and keep free from rust or scale. Store mortar materials in dry place. Damaged materials shall not be used. B. Maintain protective boards at exposed external corners which may be damaged by construction activities. Provide such protection without damaging completed work. C. Provide temporary bracing during erection of masonry work. Maintain in place until building structure provides permanent bracing. 04220 - 3 0237.09 1.08 ENVIRONMENTAL CONDITIONS A. Maintain materials and surrounding air temperature to minimum 50° F prior to, during ^ and 48 hours after completion of masonry work. B. During freezing or near -freezing weather, provide adequate equipment or cover to maintain a minimum temperature of 50° F and to protect masonry work completed or in progress. C. Protect partially completed masonry against weather when work is not in progress by. covering top of walls with strong, waterproof, non -staining membrane. Extend membrane at least 2' down both sides of walls and anchor securely in place. -' D. Walls which may be exposed to high winds during erection shall be adequately braced until permanent support is provided at floor or roof level immediately above the story under construction. E. Cold Weather Masonry Installation: 1. Do not use frozen materials or materials mixed or coated with ice or frost. 2. Do not use anti -freeze compounds, calcium chloride or substances containing calcium chloride in mortar or grout. 3. Do not build on frozen work. Remove and replace masonry work damaged by frost or freezing. 4. Protect masonry being placed from wind with enclosures or shields when air temperature is below 32' F. 5. Do not heat water above 106' F. 6. When mortar or grout materials have been combined, temperature of the mixture shall not be less than 50' F nor more than 100* F. 7. Masonry materials shall be preconditioned and: completed masonry protected as -- follows: a. When air temperature is below 40' F and above 320 F, heat mixing water. Protect masonry from rain or snow for 24 hours by means of waterproof covers. b. When air temperature is below 32° F and above 20' F, heat both sand and mixing water. Maintain a temperature of at least 400 F on both sides of walls by means of suitable covers or enclosures for 24 hours. C. When air temperature is 20' F and below, heat sand, mixing water and block and provide heated enclosures. A temperature of at least 40' F shall be maintained within enclosures for 48 hours. d. Periods required for protection and maintenance of specified tempera- tures may be reduced to 1 /2 of those specified herein before if Type III _ Portland cement is used with the Engineer's approval. F. Hot Weather Masonry Installation: 1. During very hot weather and drying wind, the Architect may order very light fog spray of mortar bedding areas several times during the first 24 hours to prevent premature drying of mortar. PART 2 PRODUCTS 2.01 CONCRETE MASONRY UNITS A. Plain Concrete Unit Masonry: ASTM C90, Grade N, Type 1, minimum 2,000 psi light- weight load -bearing units. 04220 - 4 0237.09 1. Size: Nominal 8" high x 16" long face dimension x 8" deep units, unless otherwise indicated. 2. Color: Natural. 3. Appearance: Units shall have smooth, dense, exposed surfaces free of cracks, chips or deleterious matter. Representative sample in sample panel subject to approval by Architect. 4. Special shapes as shown on the Drawings or as required: a. Knock -out bond beam units at bearing and top course of walls and in other locations shown on the Drawings. b. Bullnose units and caps for exterior corners and partial -height interior partition walls. C. Double-X ventilating block where shown on the Drawings. B. Bond Beam Units: All bond beam units shall have knock -out webs and open bottoms, except at masonry lintels over openings. Match unit sizes and appearances specified in paragraph 2.01. C. Cap and Coping Units: Provide the following special units for wall caps and copings: 1 . Provide solid cap unit for partial height walls. 2. Slope top surfaces of all cap and coping units minimum 1 /2" to drain, or as shown on the Drawings. 3. Precast concrete cap and coping units are acceptable as an alternate to the specified concrete unit masonry at the Contractor's option. D. Tolerances: No overall dimension of width, height or length shall vary by more than 1 /8" from the specified standard dimension. E. Approved Manufacturers: 1. Valley Block Co., Loveland, CO, (970) 667-4480. 2. Powers Masonry Supply, Fort Collins, CO, (970) 484-1292. 3. Manufacturers providing materials of same function, appearance, quality, performance and range of selection, including matching the selected product(s) specified above in the sole opinion of the Architect, are acceptable. 2.02 REINFORCING STEEL, ANCHORS AND TIES A. General: Corrosion -resistant metal meeting or exceeding applicable standards ASTM A153 and ASTM All 16. B. Reinforcing Steel: Refer to Section 03200. C. Veneer and Horizontal Reinforcing Types: 1 . Wire Mesh: Minimum 30-gage plain wire. Mesh shall be 1 /2" width, 1 " (25mm) less than width of masonry. 2. Truss Type for Single Wythe Masonry: Prefabricated welded wire units not less than 10'-0" long, with matching corner and tee units. Wire shall be 9-gage, with single pair of deformed side rods and continuous plain diagonal cross rods spaced not more than 16" o.c. D. Approved Manufacturers: 1. Dur-O-Wal, Inc., Arlington Heights, IL, and distributed locally at Denver, CO, (303) 321-1836. 2. Heckmann Building Products, Inc., Chicago, IL, (800) 621-4140. 3. Manufacturers providing products of same performance and function are acceptable. 04220 - 5 0237.09 2.03 MASONRY ACCESSORIES A. Flexible Masonry Flashings: Non -reinforced homogenous, waterproof elastomeric sheeting, 20 mil minimum thickness. 1. Tensile Strength: 2200 psi minimum, ASTM D412. 2. Elongation: 250% minimum, ASTM D412. 3. Puncture Resistance: 200 lbs. minimum. -' 4. Flashing shall retain flexibility to a temperature of -20OF minimum. 5. Materials and adhesive shall be as recommended by the manufacturer for the particular application. 6. Approved Manufacturer: Vi-Seal Plastic Flashing by AFCO Products, Inc., Somerville, MA, (800) 397-2687, or approved equal. B. Control Joints: Non -asphaltic -type foam backer rod by Celotex or equal. Thicknesses as shown on the Drawings. 2.04 INSULATION A. Foam Masonry Cell Insulation: Refer to Section 07210, Building Insulation. 2.05 SEALER A. Graffiti -Resistant Sealer: Refer to Section 07180, Water Repellant Sealers. PART 3 EXECUTION 3.01 PREPARATION, COORDINATION AND WORKMANSHIP A. Ensure items built-in by other trades for this work are properly located and sized. B. Establish all lines, levels and coursing. Protect from disturbance. Place concrete unit masonry in accordance with lines and levels indicated on the Drawings. C. Ensure masonry courses are of uniform height. Make vertical and horizontal joints equal and of uniform thickness. D. Chases and recesses shall be built-in and not cut -in. Provide not less than 16" of _ masonry between chase or recess and jamb of openings and between adjacent chases and recesses. E. Unfinished masonry walls shall be stepped back for joining with new work. Do not tooth. F. Cutting and fitting of masonry, including that required to accommodate the work of other Sections, shall be done by masonry mechanics with masonry saws. G. Bearing for horizontal load -carrying members shall be of grouted masonry as shown on the Drawings. If no detail is shown, bearing under beams shall consist of grouted masonry at least 8" x 16" in plan and 16" deep. _ H. Mask or otherwise protect doors and frames, louvers, mechanical and electrical equipment and other miscellaneous accessories not scheduled to receive masonry - sealers prior to application of spray- or brush -applied sealers. 3.02 INSTALLATION OF CONCRETE UNIT MASONRY A. Refer to Section 04100, Mortar, for installation and workmanship requirements for _ mortar and grout mixes. 04220 - 6 0237.09 B. Lay, level and align corner units first. Lay concrete unit masonry in running bond, unless otherwise shown on the Drawings or specified herein. Course one (1) block unit and mortar joint to equal 8" vertically. Lay external and internal courses as shown on the Drawings. C. Lay first course of concrete unit masonry in full bed of mortar, except at locations of filled cores. Lay subsequent courses in face -shell mortar bedding properly jointed with other work. Fully mortar webs around each core to be grouted. Fully bond external and internal corners and intersections. D. Align cells to be filled with grout to provide continuous, unobstructed vertical space. E. Perform job site cutting of masonry units with proper power tools to provide straight, true and unchipped edges. F. Do not shift or tap masonry units after mortar has taken initial set. Where adjustment must be made, remove mortar and replace. G. Where knock -out bond beams are specified, place wire mesh in joints below bond beam to stop flow of grout, except at reinforced vertical cells. H. Remove excess mortar and projections. Take care to prevent breaking block corners. Clean excess mortar from cores to be grouted. I. Tolerances: 1 . Maximum variation from masonry unit to adjacent_ masonry unit: 1 /8". J. Tooling and Joints: Refer to paragraph 3.05. 3.03 MORTAR BEDDING AND JOINTS A. Head joints shall be well buttered for thickness equal to face shell of unit and shall be shoved tightly so that mortar bonds well to both units. Do not slush head joints. B. Hollow Concrete Masonry Units: Lay with full mortar coverage over horizontal and vertical face shells. C. Starting Joint on Slabs: Provide full mortar coverage on bed, except that area where grout occurs shall be kept free from mortar. D. Mortar protrusions extending more than 3/8" into cells or cavities to be reinforced and/or filled, or into air space for veneer masonry, shall be removed. E. Joint width shall be 3/8", unless otherwise shown. F. Non -Bearing Walls: Provide masonry bond at all corners. Except at bonded corners, walls shall be tied together with strips of wire mesh placed not more than 16" o.c. vertically. G. Walls Supporting Fixtures: Non -bearing walls supporting wall -hung toilet fixtures or other equipment or accessories shall be fully grouted at cores containing anchorage devices. 3.04 TOOLING , A. Exposed Joints: Tool joints as scheduled. Rake out mortar in preparation for application of caulking or sealants where required. 1. Exterior Face of Exterior Walls: Flush joints where stucco finish is specified for all masonry unit types. 2. Interior Face of Exterior Walls: Tooled concave joints. 3. Both Faces of Interior Walls: Tooled concave joints. B. Concealed Joints: Cut joints flush, unless otherwise shown. C. Joints to be covered with paint shall be filled flush and then sacked to produce dense surface without sheen. 04220 - 7 0237.09 D. Joints which are not tight at the time of tooling shall be raked out, pointed and then tooled. 3.05 INSTALLATION OF HORIZONTAL JOINT REINFORCEMENT A. General: Reinforce all walls with continuous horizontal joint reinforcement, unless specifically shown otherwise. Provide special shapes where shown on the Drawings. Lap reinforcement minimum 6" at splices. B. At each level, place reinforcement in bed joint between first and second course and then at regular intervals not exceeding 16" o.c. vertically. C. Place reinforcement so that longitudinal wires are located over face -shell mortar beds and are fully embedded in mortar for their entire length with minimum mortar cover of 5/8" on exterior side of walls and 1 /2" at other locations. D. Composite Wall Reinforcing with Adjustable Tabs: Place truss reinforcing in structural concrete unit masonry wythe as specified above, and so that welded eyes project into _ wall cavity. Install double hook tabs in veneer wythe, interlocked in eyes. Ensure free vertical movement of tabs. E. Unless otherwise shown, provide reinforcement in first and second bed joints immediately above and below openings or recesses in walls. Reinforcement shall extend minimum 24" beyond end of sills or lintels or to end of panel if distance to end of panel is less than 24". F. Use only prefabricated "L" and "T" units at corners and intersections, respectively. G. Do not bridge control and expansion joints with reinforcement, unless shown on the Drawings. H. Stack Bond Masonry: Provide continuous prefabricated joint reinforcement, embedded in the horizontal mortar beds at vertical intervals not to exceed 16", unless otherwise shown. 3.06 INSTALLATION OF REINFORCING BARS A. Reinforcing bars shall be straight, except for bends around corners and where bends or -- hooks are detailed. Bars partially embedded in masonry shall not be field -bent, except as shown on the Drawings or specifically permitted by the Engineer. B. Bars shall be free of loose rust, mud, oil or other coatings that would destroy or reduce bond. C. Splices shall be made only at locations shown on the Drawings or where specifically permitted by the Engineer. Bars shall be lapped minimum 36 bar diameters where spliced and shall be separated by 1 bar diameter or wired together. D. Reinforcement shall be accurately placed into position indicated on the Drawings and secured rigidly against displacement within a tolerance of 1 /4". E. Vertical reinforcing shall have a minimum clearance of 1 /2" from masonry and not less than 1 bar diameter between bars. F. Vertical reinforcing shall be placed in masonry cores as shown or specified on the Drawings, including but not limited to the following locations: 1. Load -bearing masonry walls, reinforcing bars spaced as indicated on the Drawings. 2. Cores in jambs of all door and window openings in load -bearing walls. 3. Cores below bearing of structural members, as indicated on the Drawings and specified in paragraph 3.01 above. G. Horizontal bars shall be placed in continuous masonry courses, consisting of bond -beam or through -block units and shall be solidly grouted in place. 04220 - 8 0237.09 H. When foundation dowel does not line up with a vertical unit core, it shall not be sloped more than 1 horizontal in 6 vertical. Dowel shall be grouted into core in vertical alignment, even though it is in an adjacent cell to vertical wall reinforcing. 3.07 GROUTING OF MASONRY UNITS A. General: Grout cells of hollow concrete unit masonry where indicated on the Drawings or required by project conditions, including but not limited to the following locations: 1. All vertical cells to be reinforced as indicated on the Drawings or specified herein. 2. All horizontal cells of bond beam or lintel beam units as indicated on the Drawings or specified herein. B. When laying masonry units, extreme care shall be taken to prevent excess mortar from squeezing out and falling into air space or cells to be grouted or sand -filled. Mortar which projects more than 3/8" into grout space shall be removed. C. Grout shall be puddled or vibrated in place. D. To control area to be grouted, use metal lath or masonry dam. Do not use paper or wood. E. Pour grout into horizontal members at maximum 48" o.c. F. Grouting of beams over openings shall be done in one (1) continuous operation. G. Vertical cells containing reinforcement and cells of walls scheduled to be filled shall be grouted solidly. Pours shall be stopped 1-1/2" below top of course, except at top of wall, to form a key at pour joints. Provide clean -out openings at bottom of each pour for inspection. H. Grouting Masonry of Hollow Units: Walls shall be erected and grouted in lifts not higher than 8'. Vertical cells to be filled shall have vertical alignment and shall have clear unobstructed cell area of at least 2" x 3". I. Grout Spaces Less Than 2" in Width: Walls shall be grouted in. heights of less than 8" or six (6) times the grout joint thickness, whichever is less. Pour grout up to 1 " from top of lower wythe. One (1) wythe of wall shall be laid up higher than the other, but not more than 16". Grout joint shall be at least 1 " wide and shall be filled solidly with grout. J. Grout Spaces 2" or More in Width: Grout space must be cleaned and inspected before grouting. Wall shall be grouted in heights of 2' or less for spaces less than 4" wide and in heights of 4' or less for spaces 4" or wider. 3.08 :INSTALLATION OF LINTELS A. General: Install loose lintels where shown on the Drawings or required for a complete installation. B. Masonry Lintels: Provide where shown and whenever openings of more than 12" but less than 30" are shown without steel or other lintels. Temporarily support formed -in - place lintels. 1. Unless otherwise shown, provide one (1) #5 reinforcing bar for each 4" of wall thickness. Fill lintel units solidly with grout. 2. Refer to the Drawings for loose lintel schedule. C. Bearing: Unless otherwise shown, provide minimum bearing of 6" for openings less than 6'-0" wide and 8" for wider openings. D. Place control joint materials in accordance with manufacturer's written instructions, recessed in joint for caulking as specified in Section 07900. 04220 - 9 0237.09 3.09 INSTALLATION OF CONTROL AND EXPANSION JOINTS A. Locate vertical control, expansion and isolation joints in concrete unit masonry as shown on the Drawings. Joints shall be continuous through depth of the masonry work, unless otherwise detailed. B. Maintain control joint voids clear of mortar, grout and debris. Rake out mortar in preparation for application of caulking and sealants. . C. Control Joint Spacing: If location of control joints is not shown, place vertical joints maximum 32' o.c. for concrete masonry, except as specified herein: 11. Masonry Veneer: Locate vertical control joints in continuous runs of masonry veneer so ratio of horizontal run to vertical height of veneer does not exceed 4:1, or 20'-0", whichever is greater. 2. Masonry Veneer: Locate control joints within 16" maximum of all bonded -' external corners. 3. Masonry Veneer: Provide at least one (1) control joint in each wall plane. 4. Locate joints at points of natural weakness in supporting structure, at wall openings and at control joints located in the floor slab when walls are supported on the slab. D. Stone Veneer Control Joints: Refer to Section 04400. _ 3.10 BUILT-IN WORK A. As work progresses, build -in hollow metal frames, signage, electrical and mechanical accessories, anchor bolts, plates, specialties and other items supplied by others. Place items plumb and true to line. 3.11 CUTTING AND FITTING A. Cut and fit for chases, pipes, conduit sleeves and other items as required. Cooperate fully with other Sections to ensure correct size, shape and location. B. Obtain Architect's approval prior to cutting or fitting any area which is not indicated on - the Drawings or which may impair appearance or strength of masonry work. 3.12 INSTALLATION OF INSULATION AND OTHER FILL MATERIALS A. Foam -in -Place Masonry Cell Insulation: Install in accordance with the manufacturer's written instructions and recommendations. Refer to Section 07210. 3.13 CLEANING AND PROTECTION A. General: All new and/or existing concrete unit masonry, where exposed to view in the ^ completed work and not scheduled to be painted, shall be thoroughly cleaned upon completion of the work. _ B. Adhere to the following procedures for cleaning brick. Never clean brick before mortar has set, minimum 14 days. 1. Dry clean wall with wood paddles or scrapers, removing large particles of mortar. 2. Presoak wall with clean water, scrub with a solution of 1 /2 cup trisodium phosphate and 1 /3 cup household detergent to one gallon of water. Scrub with a stiff fiber brush only. 3. Thoroughly rinse with clean, low-pressure water immediately after scrubbing to remove all cleaning solution, dirt, and mortar crumbs. 04220 - 10 ' 0237.09 C. Clean soiled surfaces exposed to view using a non -acidic solution which will not harm masonry or adjacent materials. Consult masonry manufacturer for acceptable cleaners. Use non-metallic tools in cleaning operations. Leave surfaces prepared for further sealers or coatings, if specified. D. Remove and replace any chipped or broken concrete masonry units. Remove excess mortar and smears upon completion of masonry work. Point or replace defective mortar to match adjacent work. 3.14 FIELD QUALITY CONTROL A. General: Installation of masonry units, mortar and grout, special curing and workman- ship of joints shall be in accordance with the standards approved in the sample panel. B. All concrete unit masonry units shall be sound and free of cracks or other defects that may interfere with the proper placing of the unit or impair the strength or performance of the construction. C. Where masonry units are to be exposed in the completed construction, the face or faces that are exposed shall be free of chips, cracks or other imperfections to the satisfaction of the Architect, except that chips not larger than 1 /4" will be considered acceptable. D. Contractor shall promptly remove any rejected masonry units or portions of the work and replace to match the quality of the approved sample panel. END OF SECTION 04220 - 11 0237.09 SECTION 00300 BID FORM No Text SECTION 04270 GLASS BLOCK MASONRY PART GENERAL 1.01 WORK INCLUDED A. Furnish and install modular solid glass block masonry units and accessories. B. Furnish and install metal joint reinforcing, unless arranged for otherwise. C. Clean glass block masonry and remove surplus material and waste. D. Related work specified elsewhere: 1. Section 04100, Mortar. 2. Section 04220, Concrete Unit Masonry. 3. Section 07900, Sealants and Joint Fillers. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to the current requirements and recommendations of applicable portions of standards codes and specifications, except where more stringent requirements are shown or specified. 1. Uniform Building Code, current edition. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and specifications for each type of glass block specified. B. Samples: Submit minimum one (1) full size sample of each type of specified glass block for approval by the Owner. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver glass block units to the site in manufacturer's original, sealed cartons. 1.05 WARRANTIES A. Provide glass block unit manufacturer's written one-year warranty covering defects in materials and workmanship. PART 2 PRODUCTS 2.01 MODULAR GLASS BLOCK A. General: Prefabricated solid glass units, made of clear, colorless glass. B. Size: 8" x 8" nominal face dimension x 3" deep. C. Pattern: Stipple by PC Glass Block as basis of design. D. Color: Clear. E. Special Shape: None. F. Accessories: Provide prefabricated plastic spacers for aligning glass block units. 04270 - 0237.09 G. Mortar Mix: Type S, in accordance with ASTM C270. 1. Portland Cement: Type 1, in accordance with ASTM C150. 2. Lime: Type S, in accordance with ASTM C207. 3. Sand: Clean, white quartsite type, essentially free of iron compounds, for thin joints, in accordance with ASTM C144. 4. Integral Type Waterproofer (exterior installations): Stearate type, hydrocide powder by Sonneborne or equal. 5. Color: White. H. Approved Manufacturers: 1. Vistabrick, manufactured by Pittsburgh Corning Corp., Pittsburgh, PA, (800) 992-5769. 2. Manufacturers providing units. of same design, patterns, function and perfor- mance are acceptable. 2.02 REINFORCING AND ACCESSORIES A. Prefabricated Spacers: B. Veneer Ties: Standard 7/8" x 6-3/4" long, 18-gage rigid hot -dipped galvanized corrugated wall ties. C. Horizontal Joint Reinforcing: Prefabricated welded wire units not less than 10'-0" long, with matching corner and tee units. Wire shall be 9-gage, with single pair of deformed side rods and continuous plain diagonal cross.rods,spaced not more than 16" o.c. — 1. Approved Manufacturers: a. Dur-O-Wal, Inc., Arlington Heights, IL, and distributed locally at Denver, CO, (303) 321-1836. b. Heckmann Building Products, Inc., Chicago, IL, (800) 621-4140. C. Manufacturers providing products of same performance and function are acceptable. D. Structural Steel Reinforcing and/or Framing Systems: Refer to the Drawings and Section 05120 or 05400. E. Mortar: Refer to Section 04100. F. Control Joints: Non -asphaltic -type foam backer rod by Celotex or equal. Thickness as ^ shown on the Drawings. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the openings and framing systems into which the glass block masonry is to be installed and report any conditions to the Architect which may prevent the successful installation of the work. Do not begin the glazing installation until these conditions have been corrected in a manner acceptable to the Installer. 3.02 COORDINATION WITH OTHER TRADES A. Ensure that concrete surface treatments, including sand or water blasting, grouting and waterproofing, have been completed prior to installation of glass block masonry into openings in the structural precast concrete wall panels. 04270 - 2 0237.09 3.03 INSTALLATION OF GLASS BLOCK MASONRY UNITS i A. General: Install glass block units in accordance with the manufacturer's written instructions and recommendations. 1. Lay glass block units with directional pattern so that pattern is consistent throughout the field of work. B. Ensure that framing has been installed around and below the openings to receive glass block as detailed on the Drawings, capable of supporting the dead weight of the glass block and imposed wind loads. Consult with the Architect as necessary. C. Ensure that framed openings are properly sized and located. D. Accurately layout work to ensure consistent and svmmetrical ioints in alas hlnrk masonry. E. Use prefabricated plastic spacers as specified above to maintain spacing and alignment of joints. F. Reinforce horizontal courses with ladder -type reinforcing as shown on the Drawings or required by loading conditions. Consult with manufacturer as necessary. G. Grout joints as specified for concrete unit masonry, using white mortar, unless otherwise approved. H. Tool joints concave, and strike clean with straight, crisp lines. I. Remove excess mortar smears from glass block units and adjacent materials and finishes. J. Workmanship standards for installation and joints specified for concrete unit masonry shall also apply to the glass block masonry work. Refer to Section 04220. K. Tolerances: Maximum variation from glass unit to adjacent unit to be 1 /32". 3.04 CLEANING AND PROTECTION A. Clean all glass block units and protect as necessary during the balance of construction. B. Remove and replace any chipped, cracked or broken glass block units, or units that exhibit crazing, discoloration or other visual defects. Remove excess mortar and smears upon completion of the installation. Point or replace defective mortar to match adjacent work. END OF SECTION 04270 - 3 0237.09 No Text SECTION 05120 STRUCTURAL STEEL PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and fabricate items to be imbedded in concrete or masonry such as anchor bolts, angles or plates for attachment of structural steel and other steel work, except embedded items for attachment of precast concrete, which will be furnished by the precast manufacturer for installation by the General Contractor. B. Furnish, fabricate and install miscellaneous non-structural steel items, such as pipe bollards, trench grates and cover plates, unless arranged for otherwise. C. Related work specified elsewhere: 1. Applicable Sections of Division 1, General Requirements. 2. Section 03300, Cast -in -Place Concrete. 3. Section 05999, Miscellaneous Metals. 4. Section 06100, Rough Carpentry: Miscellaneous metal hangers, post caps, etc. 5. Section 09900, Painting. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the following codes and standards, except as otherwise shown or specified: 1. AISC: Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. - 2. AISC: Manual of Steel Construction. 3. AISC: Code of Standard Practice for Steel Buildings and Bridges. Make the following modifications to the AISC Code of Standard Practice. a. Delete Paragraph 3.3. Substitute the following: All things which, in the opinion of the Contractor, appear to be deficiencies, omissions, contradictions or ambiguities in the Contract Documents shall be brought to the attention of the Architect/Engineer. The Contract Documents will be corrected or a written interpretation of the alleged deficiency, omission, contradiction or ambiguity will be made by the Archi- tect/Engineer before the affected work proceeds. b. Delete Paragraph 4.2.1. Substitute the following: Approval by the Owner and/or Architect of Shop Drawings prepared by the Fabricator indicates that the Fabricator has correctly interpreted the contract requirements. Approval does not relieve the Fabricator of the responsibility for accuracy of dimensions on Shop Drawings, nor the general fit -up of parts to be assembled in the field. Approval does not relieve the Fabricator of design responsibility for any connections designed or modified as part of the preparation of shop drawings. „• 4. AISC: Specification for Structural Joints Using ASTM A325 or A490 Bolts Approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. 5. AWS: Code for Welding in Building Construction. 6. ASTM A36: Structural Steel 05120 - 1 0237.09 7. ASTM A307: Low -Carbon Steel Externally and Internally Threaded Fasteners. 8. ASTM A325: High -Strength Bolts for Structural Steel Joints. 9. ASTM A500-13: Cold -Formed Welded and Seamless Structural Steel. 10. ASTM A572-50: High -Strength, Low -Alloy Columbium Vanadium Structural ^ Steel. 11. FS TT-P-31: Iron Oxide, Ready Mix, red and brown. _ 12. ASTM A525: Sheet Steel, Zinc -Coated (Galvanized) by the Hot -Dipped Process. B. Fabricator Qualifications: Experienced in fabrication of structural steel for projects of similar size and complexity. _ C. Welding Qualifications: Welding shall be performed only by welders or welding operators currently certified in accordance with the AWS Code to perform the type of welding involved. 1. Ali welders shall have evidence of current certification. 1.03 SUBMITTALS A. Certified Test Reports: Furnish, prior to fabrication, certified mill test reports covering physical and chemical tests of structural steel and high -strength bolts, if requested by Structural Engineer. B. Specifications: Submit manufacturer's specifications and installation instructions. showing compliance with the specifications for filler metal for welding, shop paint and grout. — C. Shop Drawings: Submit shop drawings, including job standards for shop and field connections, anchor bolt and base plate plans, erection drawings for framing, and detail drawings of all structural members. — 1. Erection drawings shall show all necessary erection details, location, type and size of all bolts and welds, clearly distinguishing between shop and field bolts and welds. — 1.04 TESTING A. Testing and inspection of shop and field welding shall be as specified in Section 01410. 1.05 DELIVERY, STORAGE AND HANDLING A. Materials to be Installed by Others: Deliver anchor bolts and other anchorage devices which are embedded in cast -in -place concrete to the project site in time to be installed before the start of cast -in -place concrete operations. Provide setting drawings, templates and directions for installation of anchor bolts and other devices. B. Handle members in a manner to prevent damage, distortion or abrasion of shop paint. Repair or replace damaged materials, members or structures as directed by the Architect/Engineer. C. Storage of Structural Steel: Structural steel members stored at the project site shall be above ground on platforms, skids or other supports and stored upright to prevent twisting. Protect steel from corrosion. Store other materials in a weathertight and dry - place until ready for use. Store packaged materials in their original, unbroken package _ or container. 05120 - 2 0237.09 PART 2 PRODUCTS 2.01 STRUCTURAL STEEL SHAPES A. Rolled Steel Shapes: Comply with ASTM A572-50. B. Structural Tubular Steel: Comply with ASTM A500, Grade B. C. Structural Steel Pipe: Comply with ASTM A53, Grade B. D. Solid Steel Bars and Plates: Comply with ASTM A36-81 a. 2.02 FASTENERS AND ANCHORS A. Unfinished threaded fasteners shall be regular low -carbon steel bolts and nuts complying with ASTM A307, Grade A. B. Electrodes for manual shielded and metal arc welding shall be covered mild steel electrodes conforming to the AWS Code and ASTM A233, Series E-60 and E-70. C. Bare electrodes and granular flux for submerged arc welding shall conform to the AWS Code and ASTM A588, Series F-60 and F 70. 2.03 PRIMER AND PAINT A. Shop Paint: Provide paint conforming to FS TT-P-636, manufacturer's standard red. Field touch-up paint shall be the same as shop paint. B. Asphaltic Paint: Provide an asphaltic base paint for all surfaces below grade and for all members exposed in crawlspaces, and all exterior members to be in contact with concrete, or as shown on the Drawings. 1. Sonneborn Hydrocide Semi -Mastic. C. Primer: Conform to FS TT-P-31, red. 2.04 NON -SHRINK GROUT A. Provide factory -packaged non -shrink non-metallic flowable grout where shown on the Drawings, manufactured by Embeco, Five Star or equal. 1. One (1) day compressive strength of 5,000 psi minimum. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall check all lines and levels and verify existing conditions prior to commencing work of this Section. Notify the Architect/Engineer in writing of any discrepancies or conditions which may affect the successful installation of the structural steel work. Do not begin work until conditions are corrected in a manner acceptable to the Erector. 3.02 PREPARATION A. Contractor shall be responsible for checking all dimensions, elevations and assuring fit of structural steel members prior to commencing erection. B. Prior to start of erection of the steel, verify the location of embedded anchor bolts and report deviations from the anchor bolt setting plan to the General Contractor in writing. 05120 - 3 0237.09 C. Protect adjacent materials or areas below from damage due to weld splatter or sparks during field welding. D. Make provision for erection loads and for sufficient temporary bracing to maintain structure safe, plumb and in true alignment until completion of erection. 3.03 PREPARATION FOR STRUCTURAL MODIFICATIONS A. Contractor shall be responsible for checking all dimensions, elevations and assuring fit of structural steel members prior to commencing installation. B. Contractor shall ensure the structural stability of the roof and floor framing components -' during removal or modification of any existing connectors, and the installation of new connectors. 1. Shore or brace walls and framing members as necessary. — C. Field welding as a part of this work shall only be allowed where specifically shown on the Drawings or approved by the Architect/Engineer. 1. Contractor shall take all necessary precautions during welding in the vicinity of existing wood construction. 2. Contractor shall be responsible for the repair or replacement of any existing construction damaged or destroyed by this work at no additional cost to the Owner. 3. Protect adjacent materials or areas below from damage due to weld splatter or sparks during field welding. 3.04 FABRICATION OF STRUCTURAL STEEL A. General: Structural steel shall be detailed and fabricated in accordance with the referenced codes, AISC Specifications and standards and in compliance with the final approved shop drawings. Provide camber in structural members as shown. B. Shop -fabricate and assemble sections in largest practical components for delivery and erection on the site. Extent of shop assembly shall be as approved in the shop drawings. C. Properly mark and match mark all materials for field assembly. Coordinate fabrication and delivery sequence to expedite erection and minimize field handling of materials. Plates and anchor bolts to be built into concrete work shall be shipped loose. _ D. Type of connection most suitable to shop or field facilities shall be used, unless otherwise shown on the Drawings. E. Cutting and Fitting: Perform necessary cutting, fitting and drilling for the accommoda- tion of other trades. Secure correct information for same, both before and after steel is delivered. Cutting or drilling will not be permitted on the job without the approval of the Architect/Engineer. F. Steel to be Exposed in Finished Structure: All steel items to be exposed in the completed work shall be fabricated and cut square, true and uniform, with uneven, rough or abraided edges sanded smooth prior to shop painting. 3.05 SHOP AND FIELD CONNECTIONS A. Weld or bolt shop connections, unless otherwise shown. Bolt field connections, except where welded connections are shown or specified. Use bolts conforming to ASTM A325, unless otherwise shown. 1. All welds exposed to view are to be "Architectural Grade". — B. No one-sided connections shall be used, unless specifically shown on the Drawings. 05120 - 4 0237.09 C. Detailing and fabrication of high -strength bolted joints shall conform to "Specifications for Structural Joints Using ASTM A325 or A490 Bolts". Connections are designed as bearing connections. D. Finish work in accordance with the approved shop drawings. Work shall be true and free from twists, kinks, buckles, open joints and other defects. 3.06 SHOP PAINTING A. After fabrication, remove all loose scale, rust, weld slag or flux deposit, oil, grease, dirt or other foreign materials. B. Apply. one (1) coat of shop paint to all steel, except as specified herein. Dry film thickness shall not be less than 2 mils. C. Do not paint surfaces of steel in contact areas to be welded or contact surfaces of friction -type high -strength bolted connections. Protect machine -finished surfaces against` corrosion. Do not paint surfaces of steel embedded in concrete. D. Before painting, all steel shall be thoroughly cleaned of all heavy rust and mill scale, weld slag or flux deposit, dirt and other foreign matter. Oil and grease deposits shall be removed by solvent. 3.07 ERECTION OF STRUCTURAL STEEL A. General: Erect steel in accordance with AISC Specifications and Code of Standard Practice and other specified requirements, including special provision of CSHA and COSH. B. Erection equipment shall be of adequate capacity to perform all work safely. Do not use floor and roof systems of building to support erection equipment. C. Maintain work in safe and stable condition during erection. Provide temporary shoring and bracing as required. D. Set structural frames accurately to lines and elevations indicated within specified AISC erection tolerances. Align and adjust various members forming a part of complete frame or structure before permanently fastening. E. Field Modifications: Written approval of the Architect/Engineer must be obtained before using cutting torch for field modification or refabrication of structural steel. Contractor shall be responsible for errors in fabrication and for correct fit in the field. 3.08 FIELD PAINTING A. Paint only when ambient air temperature is above 400 F. Surfaces to be painted shall be free of rust, oil, dirt and mud. Immediately after erection, touch-up field welds, bolted connections and abrasions of the shop coat. B. Apply asphaltic paint to portions of columns, including base plate that will be below grade or top of slab -on -grade, and to all connections or other surfaces exposed in crawlspaces or to be in contact with concrete in exterior applications. C. Refer to Section 09900, Painting, for field finishing of exposed steel surfaces. 3.09 PLACEMENT OF NON -SHRINK GROUT A. Inspect surfaces prior to placement of grout. Check for cleanliness and proper placement and installation of steel work to be in general conformance with the Drawings. 05120 - 5 0237.09 SECTION 00300 BID FORM PROJECT: SOFT GOLD PARK; BID NO. 5818 Place 215 North Mason Date 11/13/03 1. In compliance with your Invitation to Bid dated , and subject to all conditions thereof, the undersigned Sinnett Builders. Inc. a **(Corporation, Lifnite Liability COmPanY, Paxt t W- t;= , or SolePrepr-letei) ** 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 5% of Total 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 Company, 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 unders'gned Bidder hereby acknowledges receipt of Addenda No. 1 through. 7/96 ) Section 00300 Page 1 B. Thoroughly mix grout ingredients in quantities needed for immediate use. Follow manufacturer's printed instructions. C. Place in accordance with manufacturer's written instructions. Pack grout solid taking care that there are no voids. Refrain from tightening anchor bolts until grout has set and cured. 3.10 CLEANING A. Clean all steel surfaces in preparation for field finishing. 3.11 FIELD QUALITY CONTROL A. Shop- and field -welding of exposed structural steel members shall be subject to evaluation to the satisfaction of the Architect, including but not limited to, the following characteristics: 1. Alignment of members. 2. Flushness and plumb of adjacent members. 3. Quality and appearance of finished welds. END OF SECTION 05120 - 6 0237.09 SECTION 05999 MISCELLANEOUS METALS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install miscellaneous fabricated items of ferrous and non-ferrous metals as shown on the Drawings, including but not limited to: 1. Pipe bollards. 2. Steel jamb and head frames for steel sectional overhead doors. 3. Steel plate toilet partition screens and toilet accessories. 4. Miscellaneous steel channels, angles, lintels, and straps, if not furnished by other Sections. B. Related work specified elsewhere: 1. Section 05120, Structural Steel 2. Section 09900, Painting. 1.02 WORK FURNISHED BUT INSTALLED BY OTHERS A. Section 02520, Portland Cement Paving: Metal fabrications cast in concrete. B. Section 03300, Cast -in -Place Concrete: Metal fabrications cast in concrete. C. Section 04220, Concrete Unit Masonry: Loose lintels and metal fabrications laid into concrete block masonry. 1.03 QUALITY ASSURANCE A. Reference Standards: Conform to requirements of the following standards and codes: 1. ASTM A36: Structural Steel. 2. ASTM A307: Low -Carbon Steel Externally and Internally Threaded Fasteners. 3. AWS D1.1: Structural Welding Code. 4. FS TT-P-86: Paint, Red -Lead Base, Ready Mixed. 5. FS TT-P-645: Primer, Paint, Zinc -Chromate, Alkyd Type. 6. Uniform Building Code, current edition. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's written product literature for any miscellaneous or specialty metal fabrications not submitted under separate Sections. B. Shop Drawings: Submit shop drawings of expanded metal mesh screen/steel angle frame panels, illustrating dimensions, components, spacing of predrilled holes for anchorage, finishes and shop welds or other attachments. C. Shop Drawings: Submit shop drawings of any miscellaneous or specialty metal fabrications not submitted under separate Sections. 0237.09 05999-1 PART 2 PRODUCTS 2.01 STEEL MATERIALS. A. Structural Steel: Conform to ASTM A36. 1. Bolts, Nuts and Washers: High -strength type recommended for structural steel _ joints, ASTM A307. 2. Plate for Toilet Partition Screens: 1 1-gage sheet steel. 3. Welding Materials: Applicable AWS D1.11 type required for materials being welded. _. 4. Primer: Zinc -chromate alkyd FS TT-P-645. B. Galvanized Wire Mesh Screens with Steel Angle Frames: 1. Wire Mesh: 1 /4" welded wire rod with standard galvanized finish, 3" x 3" spacing, detailed as shown on the Drawings. 2. Angle Frames: ASTM A36-81 a rolled steel, matching specifications of Section 05120, standard galvanized finish. 3. Flat Steel Bar: 1-1/2" x 1 /4" thick flat steel bar, standard galvanized finish. C. Expanded Metal Mesh Screens with Steel Angle Frames: 1. Wire Mesh: 3/8" expanded metal mesh with standard galvanized finish, detailed as shown on the Drawings. Mesh shall have 3/8" main V-ribs at 4-1/2" „ maximum spacing, plus inverted 3/16" intermediate ribs, in an expanded herringbone pattern. 2. Angle Frames: ASTM A36-81 a rolled steel, matching specifications of Section 05120, standard primed finish. 3. Approved Manufacturer: - a. Riblath by U.S. Gypsum Co., Chicago, IL, or equal. D. Structural Tubular Steel: Square, cold -rolled steel tubing, fully welded construction. Conform to ASTM A500, Grade B. E. Steel Trench Drain Grating: Pedestrian -type, slotted trench drain grating, suitable for wheelchair and bicycle access, cast iron or cast aluminum. { 1. Loading requirements: 1000 lbs. minimum. .. 2. Width: 8" unless otherwise shown on the Drawings. 3. Length: As required for specific site applications. 4. Thickness: 3/4". 5. Grating style: Slotted pedestrian. 6. Anchor frames: Manufacturer's standard, to be cast into concrete sidewalks, curbs or other site features. 7. Trench Channel: None. Trench to be field formed and cast -in -place. 8. Approved manufacturers: a. MultiDrain Corp., Atlanta, GA, (800) 433-1119. , b. Manufacturers providing materials of the same function, design and performance are acceptable. 2.02 FABRICATION A. Shop -fabricate and assemble items in largest practical components for delivery and installation on the site. Extent of shop assembly shall be as approved in the shop drawings. 1. Galvanized Wire Mesh Screens: Fabricate entire wire mesh screen, steel angle frames and flat bar assembly in the shop. Refer to the Drawings for fabrication details. 05999-2 .. 0237.09 B. Fabricate items with joints neatly fitted and properly secured. C. Grind exposed welds smooth and flush with adjacent finished surfaces. 1. All welds exposed to view to be "Architectural Grade." D. Supply components required for proper anchorage of metal fabrications. Fabricate anchorage and related components of same material and finish as metal fabrication, unless otherwise specified. E. Thoroughly clean surfaces of rust, scale, grease and foreign matter prior to prime painting. F. Prime paint items for field finishing as specified in Section 09900. Do not shop -prime surfaces in contact with concrete or requiring field welding. Shop -prime in one (1) coat. G. Hot -dipped galvanize all items to be installed in exterior locations or to be in contact with concrete. PART 3 EXECUTION 3.01 PREPARATION`' A. Contractor shall check all lines and levels and verify existing conditions prior to commencing work of this Section. Notify Architect/Engineer of any discrepancies or conditions which may affect the successful installation of the work. Do not begin work until such conditions are corrected in a manner acceptable to the Installer. B. Contractor shall field verify all dimensions affecting the work of this Section and coordinate fit and installation details with related trades prior to fabrication. C. Ensure that items required to be cast into concrete or embedded in masonry are supplied to the site prior to concrete or masonry work, complete with necessary setting templates. D. Ensure that ferrous metal surfaces have been properly painted wherein contact with aluminum or other dissimilar metals as required to prevent electrolysis. E. Pipe Bollards: Ensure that bollards have been properly located in relation to openings in concrete, masonry or other materials or equipment to be protected by the bollards. Unless otherwise shown on the Drawings or required by specific site requirements, locate bollards as follows: 1 . Jambs: Centerline of bollard aligned with centerline of jamb opening, and placed 12" out from face of wall. 2. Corners: Centerline of bollard placed 12" out from corner in both directions. 3. Equipment: Centerline of bollard placed 12" out from edge or corner of gas meters, electrical transformers, pad -mounted condensing units and other equipment. Coordinate clearance requirements with utility providers, as applicable. 3.02 INSTALLATION A. General: Install prefabricated items in accordance with manufacturer's written instructions and recommendations. Install items square and level, accurately fitted and free from distortion. B. Make provision for erection stresses by temporary bracing. Keep work in alignment. C. Replace items damaged in course of installation. D. Perform field welding in accordance with AWS D1 .1. 0237.09 05999-3 E. Pipe Bollards: Embed bollards minimum 24" deep into concrete piers with a minimum dimension of 12" diameter x 36" depth below grade, unless otherwise shown on the Drawings. 1. Fill bollards with concrete and form top surface smooth, dense, and flush or crowned to a maximum of 1 /4" allow proper drainage. PART 4 SCHEDULES 4.01 SCHEDULE OF MISCELLANEOUS METALS A. Pipe Bollards: 6" o.d. steel pipe x 6'-0" long (24" embedment), concrete filled, as detailed on the Drawings. B. Miscellaneous Steel Channels, Angles, Lintels and Straps: Furnish under this Section, unless arranged for otherwise. C. Steel Sectional Overhead Door Jamb and Head Frames: As.detailed on the Drawings. D. Steel Frame Trash Enclosure Gates: Fabricate and install tubular steel security gate, complete with anchorage and hardware as detailed on the Drawings. E. Steel Plate Toilet Partition Screens and Toilet Accessories: 1. Fabricate and install steel plate toilet partition screens with doors as detailed on the Drawings or attached hereto. END OF SECTION 05999-4 0237.09 SECTION 06100 ROUGH CARPENTRY PART GENERAL 1.01 WORK INCLUDED A. Furnish materials and labor for installation of rough carpentry, including but not limited to: 1. Studs, joists and plates for roof, ceiling and soffit framing. 2. Furring, stripping, blocking and sleepers. 3. Plywood ceiling and roof sheathing. 4. Roof crickets, curbs, blocking and plates. 5. Miscellaneous wall -mounted plywood backer boards for electrical, audio/visual, sound and related equipment. B. Furnish and install pressure -treated and/or fire -treated wood materials. C. Furnish and install pressure- and fire -treated hand-hewn logs, and/or repair cracks and checks in existing logs. D. Furnish nails, screws, bolts, fasteners, construction adhesives, and other related or accessory materials required for a complete installation. E. Furnish and install light -gage metal joist/truss connectors. F. Related work specified elsewhere: 1. Section 03100, Concrete Formwork. 2. Section 04200, Concrete Unit Masonry. 3. Section 06116, Exterior Gypsum Sheathing. 4. Section 06170, Prefabricated Structural Wood. 5. Section 06200, Finish Carpentry. 6. Section 07900, Sealants and Joint Fillers. 7. Division 15, Mechanical. 8. Division 16, Electrical. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to requirements of the following standards and codes: 1. PS 1: Construction and Industrial Plywood. 2. PS 20: American Softwood Lumber Standard. 3. NFPA National Forest Products Association National Design Specification for Wood Construction. 4. APA: American Plywood Association, Plywood Specification and Grade Guide. 5. AWPA: American Wood -Preservers' Association. a. AWPA Cl: All timber products — preservative treatment by pressure processes. b. AWPA C4: Poles — preservative treatment by pressure processes. C. AWPA C9: Plywood - preservative treatment by pressure processes. d. AWPA C17: Playground equipment treated with inorganic preservatives - preservative treatment by pressure processes. 6. WWPA: Western Wood Products Association. 7. California Redwood Association. 8. Uniform Building Code, current edition. 0237.09 06100-1 B. Rough Carpentry Lumber: Materials shall carry the visible grade stamp of agency certified by National Forest Products Association (NFPA). C. Plywood panels shall be identified with APA grade trademark of the American Plywood Association. D. Grading of lumber shall be in accordance with the current edition of the Western Wood - Products Association. _ E. Pressure -Treated Lumber: Pressure -treated lumber materials shall not contain chromated copper arsenate (CCA). 1.03 SUBMITTALS A. Shop Drawings and Product Data: Submit shop drawings and/or manufacturer's written product literature for prefabricated interior wood stair systems, indicating materials, fabrication, attachments and dimensions for each site condition required. B. Preservative Treatment Certification: Treating plant's certification of compliance with specified standards, process employed and preservative retention values. 1.04 DELIVERY, STORAGE AND HANDLING A. Protect lumber and plywood and keep under cover in transit and at job site. B. Do not deliver material unduly long before it is required to be installed in the work. C. Store on level racks and keep free of the ground to avoid warping. Stack to ensure — proper ventilation and drainage. D. Pressure -Treated Wood Materials: Protect wood products against moisture and dimensional changes, in accordance with instructions from treating plant. -- 1.05 COMPLIANCE A. Do not permit materials not complying with the provisions of this Section to be brought onto or to be stored at the job site. B. Promptly remove non -complying materials from the job site and replace with materials meeting the requirements of this Section. 1.06 WARRANTIES A. Provide manufacturer's written lifetime warranty for pressure -treated wood products covering defects in materials and workmanship. PART 2 PRODUCTS 2.01 . ROUGH CARPENTRY MATERIALS A. Framing Lumber: PS 20, grade in accordance with established WPA grading rules, maximum moisture content of 12% to 19% (S-Dry) S4S, of the following species and grades: 1. Structural Framing: Hem -Fir #2 or better, 1,200 psi fiber stress in bending (grades and stresses as indicated on the Structural Drawings). 2. Studs: Standard grade or better. 3. Non -Structural Light Framing: Douglas Fir or Hem -Fir, construction grade or better. - 06100-2 0237.09 2.02 PRESSURE -TREATED ROUGH CARPENTRY MATERIALS A. Beams and other Semi -Concealed Members: PS 20, grade in accordance with established WPA grading rules, maximum moisture content of 12% to 19% (S-Dry) S4S, with preservative treatment specified below, of the following species and grades: 1. Hand-hewn logs for decorative vigas. B. Approved Manufacturers: 1. ACQ Preserve by Chemical Specialties, Inc., Charlotte, NC, and distributed locally by ECO Products, Boulder, CO, (303) 449-1876, as basis of design. 2. Manufacturers providing materials of same function, performance and quality, and meeting the requirements of paragraph 2.07 below, are acceptable. 2.03 PLYWOOD MATERIALS A. General: APA-rated softwood plywood, meeting the grading requirements of PS-1. 1 . Sizes: Manufacturer's standard 4'-0" wide x 8'-0" long x thicknesses as shown on the Drawings. 2. Edges: a. Tongue -in -groove. B. Exterior/Interior Plywood Structural Sheathing: As specified on the Drawings. C. Exterior Concealed Plywood: CDX, Exterior APA. D. Interior Concealed Plywood: C/D plugged, Interior APA with exterior glue. E. Approved Manufacturers: 1. Weyerhaeuser Corp., Tacoma, WA. 2. Georgia Pacific Corp., Atlanta, GA, (404) 652-4000. 3. Manufacturers providing products of the same design, function, quality and performance are acceptable. 2.04 HAND-HEWN LOGS A. General: Logs shall be 8" in diameter, pressure- and fire -treated. Logs shall be fully dry, cut after standing dead for five (5) years, and seasoned. 2.05 ACCESSORY MATERIALS AND COMPONENTS A. Nails: Size and type to suit application. 1. Framing: 8d to 12d rosin -coated box. 2. Sheathing: 8d, 2 1 /2" long box nails, zinc -coated. B. Bolts, Nuts, Washers, Lags, Pins and Screws: Size and type to suit application or as indicated on the Drawings. 1. Medium Carbon Steel: Galvanized for exterior locations, high -humidity locations and treated wood; plain finish for other interior locations or when in contact with concrete. C. Construction Adhesives: Mastic -type, multi -purpose adhesive, formulated for field - gluing for interior or exterior use, meeting. the following specifications: 1 . Reference Standards: a. APA Spec. AFG-01. b. ASTM D3498-76. C. HUD/FHA requirements in Bulletin UM-60. 2. Type: Solvent dispersion. 0237.09 06100-3 3. Base: Synthetic elastomer. 4. Consistency: Approx. 200,000 cps, Brookfield viscometer. 5. Weight/Gallon: 8.8 lbs. minimum. 6. Solids content: 64%, +/- 2%. 7. Strength: 400 psi by ASTM D905-49 (wood to wood). 8. Aging: Retains flexibility after 500 hrs. at 300 psi and 158°F by ASTM D572- 61. 9. Water Resistance: Waterproof. 10. Application Method: Caulking gun or trowel. 11. Application Temperature: 25°-120°F. 12. Service Range: -250 to + 1500F. 13. Material Suitability: Bonds wood, gypsum wallboard, concrete, stone, brick, metals and polyurethane foam. Not suitable for polystyrene foam and most plastics. 14. Approved Product and Manufacturer: M-D 400 Construction Adhesive, manufactured by Macklanburg-Duncan, Oklahoma City, OK or equal. 2.06 LIGHT -GAGE METAL JOIST/TRUSS CONNECTORS A. General: Light -gage, galvanized metal hangers, clips, base and column caps, size and type as indicated on the Drawings, as required to suit job conditions or as recommend- ed by manufacturer for intended application. B. Approved Manufacturers: 1. Simpson Strong -Tie Co., Inc., Pleasanton, CA, (800) 999-5099. 2. Timber Engineering Co. 3. KC Metal Products Inc., San Jose, CA, (408) 436-8754. 4. Semco, Jacksonville, FL, (800) 874-0335. 5. Manufacturers providing framing connectors and accessories of same design, function, performance and structural capabilities are acceptable. 2.07 WOOD TREATMENTS A. Preservative Treatment: Where lumber or plywood is indicated on the drawings or specified herein to be pressure -treated, comply with applicable requirements of AWPA standards C2, C9, C14, C15, C16, C17 or ICBO ER4981, as applicable. Pressure -treat items with waterborne preservatives complying with WPA LP-2, except that in no case shall chromated copper arsenate (CCA) be used. After treatment, kiln dry to a maximum moisture content of 19% for lumber and 18% for plywood. Mark each treated item with the WPA quality mark requirements. 1. Application Rates: Apply specified preservative treatment as follows, or as recommended by approved manufacturers: a. Preservative treatment for above ground use: 0.25 Ib./cu.ft. minimum. 2. Treated wood products shall be used in the following locations, unless otherwise shown on the Drawings: (edit as necessary) a. In contact with roofing, flashing or waterproofing. b. In contact with masonry or concrete. C. In contact, or within 6" of grade. d. Exposed to weather. e. Other locations indicated. 06100-4 0237.09 B. Fire -Retardant Treatment: Where fire -retardant or treated lumber or plywood is indicated or required by applicable building codes, comply with AWPA C20 for lumber and C27 for plywood, using types required for interior and exterior use. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. General: For new construction, the Contractor shall inspect the concrete or masonry walls and foundation structures and/or concrete flatwork that will support the rough carpentry structures associated with the work of this project, and notify the Architect/Engineer of any condition that may affect the structural integrity, quality or appearance of the completed project. Do not commence work until such defects have been corrected to the satisfaction of the Contractor. B. Ensure that prefabricated roof joists are properly sized and marked upon delivery to the site. Check connector plate sizes for compliance with specification requirements. C. Selection of Lumber Pieces: 1. Carefully select the members. Select individual pieces so that knots and obvious defects will not interfere with placing bolts or proper nailing and will allow for proper connections. 2. Cut out and discard defects which render a piece unable to serve its intended function. 3. Lumber may be rejected by the Architect/Engineer, whether or not it has been installed, for excessive warp, twist, bow, crook, mildew, fungus or mold, as well as for improper cutting and fitting, provided such defects exceed the criteria allowed by referenced standards for the lumber grade specified. The Contractor shall replace rejected material at no additional cost to the Owner. 4. Do not shim any framing component. 3.02 INSTALLATION OF ROUGH CARPENTRY A. General: 1. Erect wood framing, furring, stripping and nailing members true to lines and levels; do not deviate from true alignment more than 1 /4". 2. Space members as indicated on the Drawings or scheduled herein. 3. Construct members of continuous pieces of longest possible lengths. 4. Construct and erect required built-up beams and headers. 5. Produce joints which are tight, true and well nailed, with members assembled in accordance with the Drawings and with applicable codes and regulations. 6. Set horizontal and sloped members with the crown up. Crowns to be set in the same direction for vertical or horizontal application. 7. Make bearings full and uniform for solid support. 8. On framing members to receive a finished surface, align the finish subsurface to vary not more than 1 /8" from the plane of surfaces of adjacent furring and framing members. 9. Where scheduled, leave wood surfaces prepared for finishing specified in Section 09900, Painting. B. Fastening: 1 . Nailing shall be in accordance with the requirements of applicable sections of the building code, current edition, unless indicated otherwise. 0237.09 06100-5 Sinnett Builders, Inc. CONTRACTOR ADDRESS: Fort Collins. CO 80522 8. BID SCHEDULE (Base Bid) Please use the attached Bid Schedule when submitting your bid.. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: November 13, 2003 Signature Jo Sinn t Date Vice Pr ent Title Unlimited Contractor A-10 - City of Fort Collins License Number (If Applicable) (Seal - if Bid is by corporation) Attestr O Address p_n_ Rnx 19f9; 4557 DenroGe �nnrt Telephone 4970) 493-1770 7/96 . Section 00300 Page 2 a. Nail without splitting wood. b. Prebore as required. C. Remove split members and replace with members complying with the — specified requirements. 2. Bolting: a. Drill holes 1 /16" larger in diameter than the bolts being used. — b. Drill straight and true.from one side only. C. Do not bear bolt heads on wood, but use washers under head and nut where both bear on wood, and use washers under all nuts. 3. Screws: For lag screws and wood screws, prebore holes same diameter as root of threads, enlarging holes to shank diameter for length of shank. C. Roof Framing: Conform to the framing requirements of the jurisdiction with authority over this project, unless more stringent requirements are shown on the Structural — Drawings or specified herein. 1. Rafter Framing: Dimensional framing at 24" o.c., lumber sizes as indicated on the Drawings. — 2. Overframing: Provide 2x6 overframing at 24" o.c., where indicated on the Drawings or required by project conditions. 3. Miscellaneous: Provide ridge boards, valley rafters and other roof framing 1 components as required, one (1) size larger than rafter members unless otherwise approved by the jurisdiction with authority over the. project. D. Firestops and Blocking: As shown on the Drawings or required for code compliance. E. Lowered Ceiling and Soffit Framing: 2x4 stud framing at 24" o.c., unless otherwise indicated. Support from floor or roof trusses above at intermediate points as required by applicable codes. 1. Frame with framing members laid flat where required for ductwork clearances, etc. Coordinate as necessary with the Contractor. 3.03 -INSTALLATION OF PREFABRICATED STRUCTURAL WOOD A. Plywood Web Roof Joists: -- 1. Install in accordance with manufacturer's written instructions and recommenda- tions. 2. Do not install damaged or broken wood joists. 3. Adequately support and brace work until tied into building structure to ensure against collapse due to wind or other forces. 4. Attach or hang joists using specified light -gage metal hangers and other — attachments. Comply with all applicable building codes and regulations for 3. 3.04 INSTALLATION OF HEWN LOGS A. General: Anchor logs as shown on the Drawings. B. Treat exterior surfaces of logs with two (2) coats of approved wood preservative, and cure as recommended by the manufacturer. 3.05 INSTALLATION OF SHEATHING A. Roof Sheathing: 1. Place sheathing with face grain perpendicular to framing members, except where plywood diaphragm must be continuous to shear walls. 2. Place sheathing with end joints staggered. 06100-6 .+ 0237.09 3. Protect sheathing from moisture until roofings are installed. 4. Install prefabricated continuous roof vents in accordance with manufacturer's written instructions and recommendations, unless arranged for otherwise. a. Refer to the Drawings for extent of work. 3.06 INSTALLATION OF PLYWOOD SIDING, SOFFITS AND CEILINGS A. General: Installation of plywood siding, soffits, ceiling panels, etc. shall be work of this Section, unless arranged for otherwise. B. Refer to Section 07466 for installation specifications. 3.07 PROTECTION A. Protect plywood sheathing from exposure to excessive moisture and accumulations of snow. Broom snow off of uncovered floor sheathing within 4 hours of snowfall. B. Replace sheathing panels that exhibit delamination, swelling or other deterioration from exposure to moisture, or as directed by the Architect. . 3.08 COORDINATION A. Contractor shall be responsible for the coordination required by all other Sections of the Specifications as a part of the work of this Section.. Coordination shall be provided to ensure the proper, timely and complete installation of all materials, equipment and systems of the project. END OF SECTION 0237.09 06100-7 No Text SECTION 06170 PREFABRICATED STRUCTURAL WOOD PART GENERAL 1.01 WORK INCLUDED A. Furnish prefabricated plywood web joists and components. B. Furnish steel hardware and connector plates, saddles, beam seats, post caps, etc., unless furnished by Division 5, Metals. C. Related work specified elsewhere: 1. Section 05120, Structural Steel: Steel connector plates and beam seats. 2. Section 06100, Rough Carpentry: Hangers and clips, and installation of prefabricated wood items. 1.02 SUBMITTALS A. Shop Drawings and Product Data: Submit manufacturer's product literature and specifications showing compliance with requirements of this Section. 1 . Include drawings, specifications and product data for all components and parts of structural system, spacing and layout of members and connectors. Clearly mark all components and parts. Show critical dimensions for determining fit and placement in building, as well as the loads that members are designed to support. 2. Indicate compliance with specified design criteria. 3. Include erection drawings for identification and assembly of parts. 4. Indicate loads for all joist hangers and other connectors. 5. Drawings: Stamp and signature of registered Colorado Professional Engineer responsible for preparation of shop drawings. B. Quality Control Submittals: 1. Truss Design Calculations: Submit in accordance with Division 1. Calculations shall be signed and sealed by a registered Colorado Professional Engineer. C. Building Permit: Prepare and submit drawings, calculations, specifications and other information as may be required to secure building permit by local building authority. D. Refer to paragraph 2.01.C. for submittals required prior to bidding for approval of equals. 1.03 QUALITY ASSURANCE A. Source Quality Control: Conform to applicable requirements of the following standards: 1 . Fabricator shall be licensed by American or Canadian Institute of Timber Con- struction. 2. Fabricate in accordance with Voluntary Product Standard PS 56-73 and bear AITC or CITC quality mark. 3. Parallel Strand Lumber Beams: Design and fabricate in accordance.with National Evaluation Service Inc., NER-481, or Canadian Construction Materials Centre, CCMC-1 1 161-R. 06170 - 1 0237.09 B. Design Criteria: 1. Prefabricated structural wood members and components shall be designed under the supervision of a registered Colorado Professional Engineer. Designs shall be in accordance with allowable values assigned by the local building official. 2. Design and fabricate in compliance with latest edition of the applicable building code. _ 3. Only connections and webs currently approved by Research Committee of ICBO are acceptable for use. 4. Structural Requirements: Design and construct structural system to comply ^ with (criteria indicated on the Structural Drawings): a. Dead. Loads: Actual materials, including partitions. b. Roof Snow Load: 30 psf. C. Horizontal Wind Load: 100 mph wind loading, exposure as determined by the Uniform Building Code, current edition: 1. Exposure C. 5. Deflection Criteria: Roof systems shall be designed for maximum deflection of _ L/480 for live load, L/360 for total loads, unless more stringent criteria are indicated on the Drawings. 1.04 DELIVERY, STORAGE AND HANDLING A. Store and handle to ensure maintenance of appearance and to prevent damage. B. Store joists in vertical position, on racks to prevent contact with the ground and cover until ready for installation. 1.05 WARRANTIES A. Provide manufacturer's written lifetime warranty for all prefabricated wood products -- covering manufacturing errors, and defects in materials and workmanship. PART 2 PRODUCTS 2.01 PLYWOOD WEB JOISTS A. Top and Bottom Flange: 1-3/4" wide x 1-1/2" thick #1 Southern Pine, Douglas Fir or Microlam lumber. B. Web: 1 /2" CDX plywood with face veneer installed running in vertical direction of joist and butt -jointed to form continuous web member, or 1 /2" oriented strand board (OSB). C. Approved Manufacturers: _ 1. TJI Series as manufactured by Trus Joist Corp., Boise, ID, as basis of design. Distributed from Fort Collins, CO, (303) 226-2171. 2. TMI Series Timjoist as manufactured by Lam -Wood GBS Inc., Denver, CO, (800) — 826-8488. 3. BCI Series as manufactured by Boise Cascade Corp., White City, OR, (800) 232- 0788. 4. LPI Series as manufactured by Louisiana Pacific, Portland, OR, (800) 999-9105. 5. GPI-25 or WI-33 Series as manufactured by Georgia-Pacific Corp., Atlanta, GA, (800) 284-5347. _ 6. JSI Series as manufactured by Jager, Calgary, Alberta, Canada, (800) 427- 6212. 06170 - 2 0237.09 7. Manufacturers providing materials of same function and performance are acceptable as approved by Architect prior to bid opening. Request for approval shall be accompanied by the following required documentation: a. Manufacturer's product literature and specifications. b. Proposed modifications to spacing and layout of members. C. Data indicating compliance with design criteria for loading, deflection, fire and sound control assemblies. D. Rim Joists, Web Stiffeners, Bridging and Blocking: As recommended by manufacturer or required for complete installation. E. Provide factory cutouts where indicated on the Drawings. 2.02 LIGHT -GAGE METAL TRUSS/JOIST CONNECTORS A. Joist Hangers, Connectors, Column Bases and Caps: Refer to Section 06100, Rough Carpentry. B. Approved Manufacturers: 1 . Gang -Nail Systems, Inc., Miami, FL. 2. Manufacturers providing materials of same function, design and performance are acceptable. 2.03 ACCESSORY MATERIALS A. Glue: Exterior type with mold inhibitor. B. Hardware: Refer to Section 05999, Miscellaneous Metals. C. Steel Connector Plates and Beam Seats: Refer to Section 05120, Structural Steel PART 3 EXECUTION 3.01 PREPARATION A. Do not proceed with fabrication and/or cutting until shop drawings and design calculations (when required) have been reviewed and approved by the Architect/Engineer. 3.02 INSTALLATION OF PREFABRICATED STRUCTURAL WOOD A. Refer to Section 06100, Rough Carpentry. B. Bracing of roof trusses shall be in accordance with the requirements and recommenda- tions of the Truss Plate Institute, "Bracing Wood Trusses: Commentary and Recommendations". END OF SECTION 06170 - 3 0237.09 No Text SECTION 06200 FINISH CARPENTRY PART GENERAL 1.01 WORK INCLUDED A. Furnish and install all softwood finish carpentry, running and standing trim. B. Installation of the following items, unless arranged for otherwise: 1. Architectural woodwork. 2. Hollow metal doors and frames. 3. Window sills. 4. Finish hardware specified in Division 8. 5. Building specialties specified in Division 10. 6. Miscellaneous equipment and accessories as specified elsewhere. I. Related work specified elsewhere: 1. Section 05999, Miscellaneous Metals: Mounting Brackets. 2. Section 06100, Rough Carpentry: Hewn Logs. 3. Section 06170, Prefabricated Structural Wood. 4. Section 09900, Painting. 1.02 QUALITY ASSURANCE A. Fabricate finish carpentry items in accordance with recommendations and quality standards of Architectural Woodwork Institute (AWI). B. Reference Standards: Conform to quality requirements of current editions of the following standards: 1. PS 51: Hardwood and Decorative Plywood. 2. PS 58: Basic Hardwood. 3. NFPA (National Forest Products Association) National Design Specification for Wood Construction. 4. WWPA: Western Wood Products Association 5. California Redwood Association. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's written product literature illustrating all items of specified shelving hardware. B. Product Data: Submit manufacturer's written product literature for all prefabricated millwork components. 1.04 DELIVERY, STORAGE AND HANDLING A. Do not deliver materials and fabricated carpentry items until site conditions are prepared to receive the work. Protect items from weather while in transit. B. Store indoors in ventilated areas with a constant, minimum temperature of 600 F, maximum relative humidity of 25-55%. 06200 - 1 0237.09 1.05 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in materials and workmanship for all hardware and shelving components. PART 2 PRODUCTS 2.01 FINISH CARPENTRY MATERIALS AND COMPONENTS A. Softwood: Graded in accordance with AWI requirements. 1. Finger -Jointed Hem -Fir or Pine, Paint Grade, S4S: a. Running and standing wood trim for opaque finish. B Nails: Size and type to suit application. C Bolts, Nuts, Washers, Lags, Pins and Screws: Size and type to suit application; non - rust finish in concealed location and finish to match material in exposed locations. D Exterior Wood Trims: Refer to Section 07466, Wood Siding. 2.02 FABRICATION A. General: Fabricate finish carpentry items in accordance with recommendations of AWI and in accordance with site -determined measurements. B. Fabricate running and standing trim, as detailed on the Drawings. C. Shop -fabricate finish carpentry items to greatest extent practicable. Shop -assemble finish carpentry items for delivery to site in sizes easily handled and to ensure passage through building openings. D. Field -fabricated running and standing trim and other finish carpentry items shall be fabricated in accordance with the workmanship standards specified in paragraph 3.02 below. E. Attachments: Fabricate all finish carpentry items for countersunk attachment to substrates. Provide wood plugs, same species as surrounding wood. PART 3 EXECUTION 3.01 PREPARATION A. Contractor shall field measure conditions as required for the successful installation of all finish carpentry items. B. Installer shall examine the rough framing, wall blocking, gypsum wallboard and other substrates and finishes under which the finish carpentry work is to be performed and notify the Contractor in writing of any condition that will prevent the successful installation of the work of this Section. Do not proceed with the installation until the _ unsatisfactory conditions have been corrected in a manner acceptable to the Installer. Proceeding with the work shall be considered acceptance of substrates and site conditions. C. Installer shall be responsible for inspecting all finish carpentry materials and culling any material not meeting the quality standards of these Specifications, or that exhibit defects such as knots, checks, splits, warping, bowing or excessive variation in color or grain. All materials installed in the finished construction shall be subject to the approval of the Architect. - 06200 - 2 0237.09 3.02 WORKMANSHIP FOR SITE -FABRICATED FINISH CARPENTRY A. General: Site fabricate running and standing trim, casings, base and other finish carpentry items in accordance with recommendations of AWI and in accordance with site -determined measurements. B. Scribe, miter and join running and standing trim accurately and neatly to conform to details. C. Layout running and standing trim and other site -fabricated finish carpentry work to balance lengths of material at each end of runs. Use longest possible lengths of material; joints will not be allowed where single -length pieces can be used, in accordance with the following: 1 . Running and standing trim, where grain is parallel to the length of the piece: 8'-0" long minimum. 2. Running and standing trim, where grain is perpendicular to the length of the piece: 4'-0" long minimum. 3. No lengths less than 24" long will be allowed. D. All vertical end joints of finished carpentry along the run of running or standing trim shall have scarf -type joints. E. Tolerances: Conform to applicable AWI Standards for custom grade finish carpentry. 3.03 INSTALLATION OF FINISH CARPENTRY MATERIALS A. General: Set and secure finish carpentry items in place rigid, plumb and square in a manner consistent with AWI requirements and recommendations. B. Materials shall be installed in accordance with site -determined measurements. When necessary to cut and fit on site, make material with ample allowance for cutting. Provide trim for scribing and site cutting. Ensure tolerances of not more than 1 /8" in 101. C. Tolerances: Conform to applicable AWI Standards for custom grade finish carpentry. D. Countersink semi -concealed anchorage devices used for wall -mount components and conceal with solid plugs of species to match surrounding wood. Place flush and ensure that direction of grain matches surrounding wood where scheduled for transparent finish. 3.04 INSTALLATION OF ITEMS SUPPLIED BY OTHER SECTIONS A. Install doors and frames, windows, finish hardware, fixtures, accessories, specialties and equipment supplied under other Sections for installation. Install items in accordance with manufacturer's instructions and recommendations. 3.05 PREPARATION OF FINISH CARPENTRY FOR FINISHING A. Sand work smooth and set exposed nails and screws. B. Apply wood filler in exposed nail and screw indentations. 1. Items to receive opaque finishes, caulk all joints in running and standing trim. C. Refer to Sections 09900, Painting for field finishing. 06200 - 3 0237.09 Project: SOFT GOLD PARK ADDENDUM #3 BID SCHEDULE Bid Estimated Item Description Quantity Unit Unit Price Total GENERAL REQUIREMENTS 1 Mobilization 1 lump sum $ 4 _$ A'-.'Z a 2 Surveying i lump sum $ r'j q $ i7 tj� 3 Traffic Control i lump sum $ Q f) 00 $ RECORD DRAWINGS/DRAINAGE CERTIFICATION 4 Record Drawings, Grading & Drainage Cert. 1 lump sum $ j 51,n 75 $ / C�G n'—' DEMOLITION 5 Tree and Stump Removal 1 lump sum $ ' AOA 1 q 4 $ 6 Remove Curb & Gutter 20 if $ 1,490 $ ,� 7 7 Remove Drain Pan 30 sf $ / p / eTjTn $ 8 Remove Irrigation Head Wall 1 ea $ 4 $ la q� 9 Remove 27" ADS Pipe 55 if $ 1 34%2 $ 71 3a 40 10 Remove and Replace PVC Fence 1 Is $ l ! $ 11 Remove Entrance Gates & Fencing 1 is $ j o L� $X 12 Remove Sidewalk 80 sf $R $ EARTHWORK 13 Erosion Control 1 lump sum $ -4 3. tin. 4 P $ d 7 t:zn _ t3 9 14 Topsoil 8,174 cv $ J.. (7 k $ //_ Q Q % _ W 15 Earthwork - Cut 16 Earthwork -Haul &Dispose 983 cy $ $ HICKORY STEET IMPROVEMENTS 17 Vertical Curb and Gutter 56 if $ % -4, 9 $ 5 rj i '71 UTILITIES: WATER, SANITARY, STORM, ELECTRIC 20 Connect to exist 8" Water Main 1 ea $ -7SL-C3.y 2 :3 $ '-3Q ?r g g 21 8" D.I.P. 160 if $ Lf '9r a! $ 7a r ,s7 22 8" Gate Valve 1 ea $ r] 7144 $ 2 ? Or 23 Misc 8" Fittings with Tluust Restraint 1 lump sum $ 51 L 57 2. $ rj 1i� 24 3/4" Domestic Water Service 1 lump sum $ �rj 9� Q � $ 'C;�95 Page 1 of 4 3.06 MOUNTING HEIGHTS A. Install finish carpentry items at mounting heights shown on the Drawings or specified herein. All items in handicapped accessible areas shall comply with American National Standards Institute, Inc. (ANSI) publication A117.1-1992 and the Americans with Disabilities Act (ADA) 1990. _ B. Consult with Architect for mounting heights of items not specifically listed. END OF SECTION 06200 - 4 0237.09 SECTION 06650 SOLID POLYMER FABRICATIONS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish solid plastic lavatory vanities, aprons and backsplashes. B. Installation of same, unless arranged for otherwise. C. Related work specified elsewhere: 1 . Section 05999, Miscellaneous Metals 2. Section 06200, Finish Carpentry. 3. Section 07900,' Sealants and Joint Fillers. 4. Division 15, Mechanical: Under -lavatory countertop mounted sinks. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to current requirements and recommendations of applicable sections of standards listed: 1. ANSI A117.1-1986, Handicapped Accessibility. 2. ASTM D638: Standard Test Method for Tensile Properties. 3. Uniform Building Code, current edition. B. Certification: Furnish Certificate of Compliance attesting that all materials meet the requirements of this Section. C. All components and assemblies shall meet the requirements of the Americans with Disabilities Act, 1990, for handicapped accessibility. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's written product literature and installation instructions. B. Shop Drawings: Submit shop drawings indicating anchorage and mounting details, coordination of work specified in other Sections, finishes and all relevant dimensions. C. Samples: Submit samples of manufacturer's full line of colors for selection by the Architect. D. Maintenance Instructions: Submit manufacturer's written maintenance instructions. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver all solid plastic components in manufacturer's original packaging with protective covers intact. Marred, scratched or stained surfaces will not be acceptable. B. Store in a manner in accordance with the manufacturer's requirements and recommen- dations. 1.05 WARRANTIES A. Provide manufacturer's standard 10-year warranty covering defects in materials and workmanship, including breakage, corrosion and delamination. 06650 - 1 0237.09 PART 2 PRODUCTS 2.01 SOLID PLASTIC LAVATORY VANITIES A. Construction: Countertops to be solid plastic sheets, fabricated from polymer resins _ under high pressure, forming single component sections that are waterproof, corrosion - proof, impact -resistant and non -absorbent. 1. Material Thickness: 3/4". B. Support Panels: Furnish intermediate support panels, wall -hung type, where shown on the Drawings, but not exceeding 3'-0" o.c. C. Color: Solid plastic components shall be fabricated with color homogenous throughout the material. 1. Color(s) to be selected by the Architect from manufacturer's full line of standard colors. D. Attachments, Screws and Bolts: Stainless steel, tamperproof type, 304 satin finish where exposed. E. Approved Styles and Manufacturers: 1 Corian surfaces manufactured by Dupont Co., Scranton, PA, (800) 368-5002. 2. Class I Gramites by Avonite, Inc., Belen, NM. 3. Manufacturers providing materials of same design, function, performance and appearance are acceptable only as approved by the Architect prior to bidding. 2.02 FABRICATION A. General: Fabricator/installer shall be approved by solid polymer manufacturer. B. Dimensions: Fabricate units in manufacturer's standard sizes, unless otherwise shown on the Drawings or specified herein: -- 1. Vanities, Apron and Splashes: 24" wide x full length of vanity, one-piece construction for each component of vanity, apron and backsplash. C. Provide factory cutouts in lavatory vanities for sinks,.faucets and other accessories. _ Refer to Division 15. D. Rout and finish component edges to a smooth, uniform finish. Rout all cutouts and sand edges smooth. Repair or reject defective or inaccurate work. _ E. Finish: All surfaces shall have uniform finish. 1. Matte, gloss rating 5-20. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall inspect the rooms, substrates and conditions under which the vanities are _ to be installed prior to commencing work of this Section. Notify the Contractor of any discrepancies in dimensions, tolerances or conditions which may affect the successful installation of the work. Do not begin work until such conditions have been corrected in a manner acceptable to the Installer. B. Installer shall field verify site dimensions affecting this work prior to fabrication. - C. Obtain cutout requirements for sinks and faucets from the Contractor. 1. Ensure correct spacing of plumbing fixtures. 06650 - 2 0237.09 2. Ensure correct location of built-in framing, anchorage and bracing, where required. 3. Ensure locations of cutouts for accessories and plumbing fixtures. 3.02 INSTALLATION A. General: Install vanities in accordance with manufacturer's written instructions and recommendations. B. Install units plumb, level and square with manufacturer's standard brackets and tamperproof bolts, nuts and washers. C. Mount accessories and plumbing fixtures using manufacturer's recommended adhesives and hardware. 3.03 CLEANING A. Damaged, scratched, stained or marred materials will not be acceptable and shall be replaced with new materials at no additional cost to the Owner. B. Remove protective coverings and thoroughly clean solid plastic surfaces and hardware in accordance with the manufacturer's recommendations. END OF SECTION 06650 - 3 0237.09 No Text SECTION 07150 DAMPPROOFING PART GENERAL 1.01 WORK INCLUDED A. Prepare and prime surfaces to receive dampproofing. B. Furnish and apply bituminous dampproofing to all below -grade concrete or concrete unit masonry wall surfaces adjacent to earthen backfill. C. Seal joints and protrusions through dampproofing. D. Furnish and install protection material over applied dampproofing. E. Related work specified elsewhere: 1. Section 03300, Cast -in -Place Concrete. 2. Section 04220, Concrete Unit Masonry: Masonry sealer. 3. Section 07180, Water Repellant Sealers. 4. Section 07210, Building Insulation. 5. Section 07215, Foundation Insulation. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to the current requirements and recommendations of applicable portions of standards, codes and specifications, except where more stringent requirements are shown or specified. 1. Mastic: FS SS-C-00153C Type 1, Class B; ASTM D2822-75, Type 1. 2. Semi -Mastic: FS SS-A-694D; ASTM D2823-75. 3. Liquid or Spray -Applied: FS SS-A-694D; ASTM D2823, Type 1. 4. Fiber -Free: FS SS-A-701 B. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's written product literature and instructions for proper application. 1.04 ENVIRONMENTAL CONDITIONS A. Weather Conditions: Comply with manufacturer's requirements and recommendations for the application and curing of the dampproofing materials. B. Do not apply bituminous dampproofing materials unless ambient air temperature is above 40' F. 1.05 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in material performance. 07150 - 1 0237.09 PART 2 PRODUCTS 2.01 BITUMINOUS DAMPPROOFING MATERIALS A. General: Provide types and product selections indicated for bituminous dampproofing or, where not otherwise indicated, provide type recommended specifically by _ manufacturer for application indicated. 1. Spray -on, liquid form where substrate is smooth. 2. Semi -mastic form where substrate is textured or porous. 3. Heavy -mastic form where substrate is coarse, very porous or with deep joints or cracks. 4. Other special-purpose form as indicated. B. Dampproofing: ASTM D1227 Type 1 and FS-R-1981 Type 1 multi -purpose cold -applied — dampproofing, solvent -base, clay emulsion with fibers. Provide brush -on or trowel type, 1 /8" thick minimum. 1. Approved Product and Manufacturer: Hydrocide Series by Sonneborn Building — Products, Minneapolis, MN, (612) 835-3434. 2. Manufacturers providing materials of same function and performance are acceptable. C. Protective Fabric: Roll roofing type, minimum 30 lbs. per square or polyethylene film type, minimum 6 mil thickness. D. Protection Material: Rigid foundation insulation, specified in Section 07215. — PART 3 EXECUTION — 3.01 SURFACE PREPARATION A. Ensure that surfaces to receive dampproofing materials are fully cured, dry and free from frost, oil, grease, form release agents, curing compounds, laitance and loose materials detrimental to adhesion and monolithic application of dampproofing. B. Remove loose materials and foreign matter with scraper, wire brush or other recommended method. Remove grease or oil with solvent, effective alkaline cleaner or detergent. If solvents are used, follow with an application of alkaline cleaner or — detergent and scrub surfaces clean with water. 3.02 APPLICATION OF DAMPPROOFING MATERIALS A. General: Apply dampproofing in accordance with the manufacturer's written instruc- tions and recommendations. Apply in one (1) continuous and uniform coat. B. Application Rate: 1. Liquid Form: 1.0 gal. per 30-35 sq. ft. of surface. 2. Semi -Mastic Form: 1 /8" wet film; 8-9 gal. per 100 sq. ft. of surface. C. Coverage: Apply from 2" below finished grade, down to one of the following, as — required for the particular application or as shown on the Drawings. 1. Bottom of grade beam or footing for slab -on -grade or retaining wall applications. D. Seal construction joints occurring below grade, including joints between concrete walls, footings and floor slabs. Ensure that coating is continuous and free from breaks and pinholes. Form cover at junctions of horizontal and vertical surfaces for drainage away from the structure. 07150 - 2 0237.09 E. Seal around items and services projecting through dampproofing surfaces. Apply in accordance with manufacturer's recommendations and ensure that sealed areas are moisture -tight. 3.03 INSTALLATION OF PROTECTION MATERIAL A. Protect dampproofing from damage during backfill operations by adhering protective fabric over treated surfaces. Use of dampproofing materials as an adhesive is not acceptable. B. Backfill within seven (7) days of application, but not before allowing 24-48 hours for curing of the dampproofing, or as recommended by the manufacturer. Ensure that back fill is placed so as not to dislodge the protective fabric, rupture or damage the dampproofing membrane or dislodge the dampproofing from the coated substrate. C. Reapply dampproofing where damaged by backfilling or compaction processes to provide continuous, moisture -tight membrane. END OF SECTION 07150 - 3 0237.09 No Text SECTION 07180 WATER REPELLANT SEALERS PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install clear silicone graffiti -resistant sealer for stucco. B. Related work specified elsewhere: 1. Section 04220, Concrete Unit Masonry. 2. Section 07150, Dampproofing. 3. Section 07245, Exterior Portland Cement Stucco System. 1.02 QUALITY ASSURANCE A. Application of water repellant sealer shall be by skilled workers who are thoroughly trained and experienced in the necessary crafts, and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Applicator shall be certified by the manufacturer of the specified water repellant system as an approved applicator. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's written product literature indicating compliance with the requirements of this Section, including installation instructions. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver the materials to the job site in the manufacturer's unopened containers with all labels intact and legible at the time of use. B. Maintain the products in a dry condition during delivery, storage, handling, and installation. 1, 1.05 WARRANTIES A. Provide manufacturer's written 5-year warranty covering defects in materials and workmanship. B. Provide installer's written 5-year warranty covering application. C. Should water penetrate through the work of this Section within warranty period following the date of Substantial Completion of the work, and promptly upon receipt of notice from the Owner to that affect, the materials supplier will provide such additional water repellant materials as are required, and the applicator will provide such equipment, labor and other materials as are required and will properly repair the area through which water penetrated, at no additional cost to the Owner. D. Should the water penetration not be due to faulty original workmanship or labor of this Section, the equipment, labor and materials will be paid for promptly by the Owner at the current rates of the Contractor, material supplier and applicator. 07180 - 1 0237.09 Project: SOFT GOLD PARK ADDENDUM #3 BID SCHEDULE Bid Item Description Estimated Quantity Unit Unit Price Total 25 Domestic Backup Service for Irrigation 1 lump sum $ $ 26 Fire Hydrant Assembly & 6" D.I.P. 1 ea $ Cl i 27 Connect to exist. 12" Sanitary Sewer Main I ea $ 6 t1© $ 40i 28 12" Sanitary Sewer Main 355 If $ ��2, 54, $ "qj f% So 30 29 Manholes 1 ea $ J 5-6 0,f 7), $ f, �j �d�72 30 Sewage Grinder Pump System 1 lump sum $ Jb5 J �? � $ 15751 R R 31 Concrete Cutoff Wall 1 ea $ f 76 9, $ 7 f y4 32 DELETED 33 27" RCP Class IV (CIP) 56 if $ 5,50,91 $ gsoc? o a J 34 8" SDR 35 - Culverts 460 if $ 0., $ :4 g07 i 9a 35 Class 6 Rip Rap - Buried 2 ton $ � Q i �j $ 43!1 l41 2 36 Water Quality Spillway Structure 1 ea $ 3963, 12 $ 3 & 1 .2, 37 Electrical Service & Distribution 1 lump sum $ 13 Ue $ / Hr ,3d 0 38 Pedestrian light I ea. $ L-22431, $ aot3%i 91 ACCESS DRIVE AND PARKING LOT 39 Vertical Curb and Gutter 89 if $ %, �� $ 40 Outfall Curb and Gutter 516 If $ $ h F, al . , 14 41 Concrete Flatwork - 5" Fiber 1517 sf $ as 1A $ !10 ,�'j �9 e g b 42 ABC Class 6 - (5 in.) 361 ton $ ,� F 1 $ S3720 •� L 43 HBP Grading S - (4 in) 406 ton $ 16,211 $ 44 A.D.A. Access 45 Striping 1 lump sum $ ILD OF $ -46? q CORE AREA 46 Restroom 1 lump sum $ �!� ��`�e��$ 11-4,y �j3� 2 49 Concrete Flatwork - 5" Fiber 6161 sf $ $ / Yj290,011. 50 Colored Concrete Flatwork - 5" Fiber 1796 sf $ $ L;39 �3 i 51 Granite boulders 20 ton $ u ,30, 3 A $ Z240o X 52 River rock boulders 14 ton $ldl �7,12, $ 17g0,9 53 Cobble 5 ton $ 1460,16 $.900,20_ 54 SiteFurnishinzs 1 lumpsum $ Page 2 of 4 1.06 MAINTENANCE MATERIALS A. Contractor shall furnish Owner additional maintenance stock of not less than five (5) _ gallons each of graffiti -resistant sealer and graffiti remover. B. Containers are to be tightly sealed and clearly labeled for identification. PART PRODUCTS 2.01 CLEAR GRAFFITI -RESISTANT SEALER/REMOVER A. Type: Clear, penetrating solvent -based elastomer, breathable to allow moisture vapor transmission, specifically formulated for graffiti control on precast concrete, brick, stucco, and other dense surfaces without altering the natural appearance. B. Performance Criteria: Provide the following minimum performance standards: 1. Water permeance: Greater than 94% when tested in accordance with ASTM E- — 514. 2. Moisture vapor transmission rate: 95% minimum when tested in accordance with ASTM E-96 and D-1653. -- 3. Accelerated weathering: No change at 1500 hours. C. Approved Manufacturers: 1. OPP Tech Graffiti Proofer by OPP Tech Solutions, Alberta, Canada, distributed — locally by Dalco Industries, (303) 371-3950, as the basis of design. 2. OPP Tech Graffiti Remover by OPP Tech Solutions, Alberta, Canada, distributed locally by Dalco Industries, (303) 371-3950, as the basis of design. — PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Applicator shall examine the wall surfaces to receive the specified water repellant sealer and notify the Contractor in writing of any conditions detrimental to the successful application or performance of the product. Do not proceed with application until — unacceptable conditions have been corrected to the satisfaction of the Applicator. B. Prior to beginning application, the Applicator shall attend a job -site meeting with the Contractor, Architect, and Owner to discuss the application procedure and any _ necessary safeguards or precautions that need to be taken by the Contractor. C. Ensure that windows, doors, glazing, metal flashings, louvers, and other materials installed in the walls or wall panels to receive water repellant sealers are properly 1 masked and protected prior to beginning application. D. Remove loose materials, debris, and other items which might adversely affect integrity of the water repellant. — E. Ensure that all precast concrete and masonry to receive the specified water repellant sealer has been thoroughly cleaned as specified in their respective Sections. F. Take all necessary precautions to prevent contamination of stormwater run-off areas or other drainageways. G. Coordinate scheduling of the work of this Section with other trades as necessary for the timely completion of the work. 07180 - 2 0237.09 3.02 INSTALLATION OF GRAFFITI -RESISTANT SEALER A. General: Apply specified graffiti -resistant, water repellant sealer in strict accordance with the manufacturer's instructions and recommendations, and with any applicable requirements of governmental agencies having jurisdiction over this project. B. Apply two (2) coats of the specified clear sealer, at the application rate required by the manufacturer's instructions. C. Upon completion, any further soiling or damage to the precast concrete or masonry surfaces shall be the responsibility of the General Contractor. PART 4 SCHEDULE 4.0.1 APPLICATION SCHEDULE A. General: Apply the specified clear sealer to the.following areas: 1 . Architectural precast concrete wall caps and copings. 2. Concrete unit masonry walls and pilasters. END OF SECTION 07180 - 3 0237.09 No Text SECTION 07210 BUILDING INSULATION PART GENERAL 1.01 WORK INCLUDED A. Furnish and install building insulation materials to provide thermal and vapor barrier for building elements and spaces, including: 1. Kraft -faced batt insulation in roof construction where protected by gypsum wallboard. 2. Foamed -in masonry cell insulation for hollow core masonry construction. B. Installation of insulation materials furnished as part of the prefabricated steel building systems, unless arranged for otherwise. C. Related work specified elsewhere: 1. Section 04220, Concrete Unit Masonry: Installation of foamed -in -place insulation. 2. Section 07150, Dampproofing. 3. Section 07215, Foundation Insulation 4. Section 07220, Roof Insulation: Rigid board insulation. 5. Section 07221, Tapered Rigid Insulation: Tapered and coordinating flat, rigid board roof insulation materials. 6. Section 07250, Firestopping. 7. Section 07530, Elastomeric Sheet Roofing — Loose Laid/Ballasted. 8. Section 07900, Sealants and Joint Fillers. 9. Division 15, Mechanical: Ductwork and piping insulations. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable requirements of the following standards: 1. FS HH-1-524: Insulation Board, Thermal (Polystyrene). 2. FS L-P-375C (2): Plastic Film, Flexible, Vinyl -Chloride. 3. FS HH-1-521: Insulation Blankets, Thermal. Fiber, for ambient temperatures. 4. FS HH-1-10313: Insulation, Blown -in Fiberglass. 5. ASTM E 84: Surface Burning Characteristics of Building Materials. 6. ASTM C665: Faced Insulation Materials. B. Certification: Manufacturers shall certify that insulation materials are free of asbestos and urea formaldehyde and are non -toxic. C. Certification: Installer shall install an insulation certification card upon completion of the insulation work as specified in paragraph 3.04. D. Recycled Materials Content: Fiberglass batt insulation materials furnished for this Project shall contain a minimum 25% recycled glass content. 1.03 SUBMITTALS A. Product Data: Provide manufacturer's product literature and specifications indicating compliance with the requirements of this Section for each type of insulation material specified. Clearly mark each submittal for R-value of insulation material being furnished. 07210 - 1 0237.09 1.04 DELIVERY, STORAGE AND HANDLING A. Furnish materials in manufacturer's original packaging, complete with installation ^ instructions. B. Store materials away from sources of intense heat such as open flames•or welder's torches. C. Protect materials from exposure to moisture and sunlight with an opaque light-colored tarp or equal. 1.06 WARRANTIES A. Provide the manufacturer's written warranty covering materials, workmanship and retention of R-value of insulation materials for the following terms: 1. Faced Blanket Insulation: One (1) year. 2. Foamed -in Insulation: One (1) year. PART 2 PRODUCTS 2.01 EXTRUDED POLYSTYRENE BOARD INSULATION A. General: Comply with FS HH-1-524C, Type IV, high -density, extruded polystyrene rigid board insulation, square edges. Compressive strength of 25 psi. R-value of 5.0 minimum per inch at 750 F K-value of 0.20. 1. Apply at foundation walls as indicated on the Drawings. B. Approved Manufacturers: 1. Styrofoam SM, Dow Chemical Co., Midland, MI, (800) 232-2436. — 2. Foamular 250, UC Industries, Chicago, IL. 3. Amofoam CM or RCY, Amoco Foam Products Co., Atlanta, GA, (800) 241-4402. 3. Manufacturers providing materials of same function and performance are — acceptable. 2.02 BATT INSULATION, KRAFT-FACED A. General: FS HH-1-521 F, Type L Paper -faced glass or other inorganic fibers and resinous binders formed into flexible blankets. Density not less than 1.5 lbs. per cu. ft. K-value of �0.27 at 75° F. R-value as indicated on the Drawings. 1. Apply in roof construction where materials are covered or protected by gypsum wallboard or other approved materials, or as indicated on the Drawings. _ B. Sizes: Provide manufacturers' standard rolls, roll width as follows: 1. Wood Framing at 16" o.c.: 15" wide. 2. Wood Framing at 24" o.c.: 23" wide. C. Approved Manufacturers: 1. Thermal -Shield Kraft -Faced by Johns Manville International, Inc., Denver, CO, (800) 654-3103, as basis of design. — 2. Certainteed, Valley Forge, PA, and distributed from Arlington, TX, (817) 461- 5535. 3. Owens-Corning Fiberglass Corp., Toledo, OH, and represented locally in Denver, CO, (303) 757-6121. ^' 07210 - 2 0237.09 4. Manufacturers providing materials of same function and performance are acceptable. 2.03 FOAMED -IN MASONRY CELL INSULATION A. General: Two -component foamed -in -place insulation system, consisting of amino-plast . resin and a catalyst foaming agent surfactant, Class A fire rating when tested in accordance with ESTM E-84. R-value of 9.1 when installed in 8 thick concrete unit masonry walls. 1. Apply in all non -grouted cells of hollow concrete unit masonry walls where shown on the Drawings. C. Approved Manufacturers: 1. Core -Fill 500 by Tailored Chemical Products, Inc., Hickory, NC, (800) 627-1687. 2. Manufacturers providing materials of same function and performance are acceptable. 2.04 INSULATION ATTACHMENTS AND ACCESSORIES A. Adhesive or Attachments: Type recommended by insulation manufacturer, capable of securely adhering insulation to applicable surfaces. B. Tape: 2" wide self -adhering type, polyethylene -faced. C. Air Infiltration Wrap: None. D. Suspension Wire: Type and gage as recommended by insulation manufacturer, as required to hang anticipated weight of insulation blankets. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the surfaces, substrates; wall and ceiling cavities and conditions under which the insulation work is to be performed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the insulation work until the unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Ensure that insulation baffles have been properly installed in attic spaces. C. Ensure that all electrical lighting fixtures, mechanical equipment and other devices protruding into rafter, attic or soffit cavities are properly rated to be in contact with insulation. ° If they are not, Contractor shall build enclosures around such fixtures to hold insulation materials away as required by the fixture manufacturer's warranty and installation requirements. Maintain tops of enclosures open to allow adequate ventilation of fixtures and devices. D. Ensure that all existing and/or new electrical wiring and .other devices protruding into wall cavities are properly rated to be in contact with foamed -in insulation materials. E. Installer shall discuss specific site conditions with the Architect concerning the proper selection of appropriate materials for ceiling/attic installations, as referenced in Paragraph'3.03. 3.02 WORKMANSHIP A. General: Cut and trim insulation neatly to fit spaces. Butt edges and ends tight. B. Install insulation to fit tightly between framing members and fill all voids. 07210 - 3 0237.09 C. Fit insulation tight against mechanical, electrical and other items which protrude through plane of insulation; fit insulation to outside of plumbing in exterior walls. 3.03 INSTALLATION OF EXTRUDED POLYSTYRENE BOARD INSULATION A. General: Install rigid board insulation materials in accordance with the manufacturer's written instructions and recommendations. If instructions do not apply to project conditions, consult with manufacturer's technical representative before proceeding with the work. B. Ensure that surfaces which are to receive board insulation are clean, free of deleterious matter and are sufficiently level to allow proper installation of insulation. C. Install rigid insulation to maintain continuous and complete thermal protection for building spaces and elements. Use board insulation free of broken or chipped edges. " D. Secure rigid insulation on perimeter foundation walls and underside of slabs with specified adhesive or other attachment using spot or bead method in accordance with insulation manufacturer's recommendations. Place insulation horizontally and stagger vertical joints. 3.04 INSTALLATION OF BLANKET -TYPE BATT INSULATION A. General: Install batt insulation materials in accordance with the manufacturer's written instructions and recommendations. Use unfaced, paper -faced or foil -faced insulation materials as scheduled herein, or required by the provisions of applicable building codes. B. Use batt insulation free of ripped back or edges, with vapor barrier intact. C. Install batt insulation in wall cavities without visible gaps or separations. Use roll widths as required for type and spacing of framing members, as scheduled above. Fit insulation tight within spaces and tight to and behind mechanical and electrical services. D. Install batt insulation and vapor barrier in accordance with manufacturer's recommendations. Install after mechanical and electrical services within walls have been installed. Provide R-value as indicated on the Drawings or specified herein. E. Install insulation with vapor barrier membrane facing warm side of building spaces. Lap ends and side flanges of membranes over framing members. Tape in place. Tape seal butt ends and lapped side flanges and ends. Do not tear or cut membranes. _ F. Place vapor barrier on interior face of insulation by taping to framing members. Tape seal areas where wires penetrate vapor barrier. G. Extend vapor barrier tight to full perimeter of adjacent items interrupting the plane of membrane. Tape seal in place. H. Suspended Roof/Attic Areas: Hang insulation along lines of roof/attic cavities where shown on the Drawings using specified hanger wire strung between framing members. 3.05 INSTALLATION OF FOAMED -IN MASONRY CELL INSULATION +i A. General: Install foamed -in -place insulation in all non -grouted areas of 8" hollow concrete unit masonry, in accordance with the manufacturer's written instructions and recommendations. B. Drill holes in mortar joints in increments recommended by the manufacturer, unless insulation is to be installed from the top of uncapped walls. - C. Install insulation to completely fill all cavities and voids. _ D. Patch holes in mortar joints upon completion of installation. 07210 - 4 0237.09 3.06 INSULATION CERTIFICATION A. Upon completion, the Installer shall install an insulation certification card in the space of each unit or applicable portion of building, stating the following information: 1 . Name of installer. 2. Date of installation. 3. Manufacturer(s) of insulation materials installed. 4. Types of insulation materials installed. 5. R-values of insulation materials installed. END OF SECTION 07210 - 5 0237.09 No Text SECTION 07215 FOUNDATION INSULATION PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install foundation insulation materials to provide thermal and vapor barrier for building elements, including: 1. Unfaced rigid board insulation at exterior perimeter foundation walls. B. Related work specified elsewhere: 1. Section 03300, Cast -In -Place Concrete. 2. Section 07150, Dampproofing: Rigid board insulation as protection board. 3. Section 07210, Building Insulation. 4. Section 07220, Roof Insulation: Rigid board insulation. 5. Section 07221, Tapered Rigid Insulation: Tapered and coordinating flat, rigid board roof insulation. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable requirements of the following standards: 1. FS HH-1-524: Insulation Board, Thermal (Polystyrene). 2. FS L-P-375C(2): Plastic Film, Flexible, Vinyl -Chloride. 3. FS HH-1-521: Insulation Blankets, Thermal Fiber, for ambient temperatures. 4. ASTM E84: Surface Burning Characteristics of Building Materials. B. Certification: Manufacturers shall certify that insulation materials are free of asbestos and urea formaldehyde and are non -toxic. 1.03 SUBMITTALS A. Product Data: Provide manufacturer's product literature and specifications indicating compliance with the requirements of Section for each type of insulation material specified. Clearly mark each submittal for R-value of insulation material being furnished. 1.04 DELIVERY, STORAGE AND HANDLING A. Furnish materials in manufacturer's original packaging, complete with installation instructions. B. Store materials away from sources of intense heat such as open flames or welder's torches. C. Protect materials from exposure to moisture and sunlight with an opaque light-colored tarp or equal. 1.05 WARRANTIES A. Provide the manufacturer's written warranty covering materials, workmanship and retention of R-value of insulation materials for the following terms: 1. Extruded Polystyrene Rigid Board Insulation: One (1) year. 07215-1 0237.09 DIVISION 2, SECTION 02831 — Ballfield Metal Fencing 2.02 Framework E. Backstop rails: 1 5/8 inch O.D. pipe. F. All backstop corner rails to be coped and welded. 2.03 Hardware A. Connectors: Securely fasten fabric to terminal posts using galvanized ''V" x'/" tension bars with 6 gauge, 1-inch wide galvanized tension bands spaced vertically as indicated. Fasten bands with 5/16-inch diameter galvanized carriage bolts and nuts. Fasten fabric to line posts with 121/2gauge wire ties and to the top rail with 12'/2 gauge wire ties spaced as indicated. DIVISION 2, SECTION 02870 — Site Furnishings 2.06 Dugout Benches Two (2) Miracle Recreation Model 1261-1; 15', aluminum, permanent mount.. Factory Representative: Churchich Recreation, 303-53-4414 or 1-800-729-PLAY. 2.07 Bleachers Two (2) Miracle Recreation Model 9893-1 three -row bleachers, aluminum seat board, dimpled steel foot board, galvanized steel frame, 15' long. Factory Representative: Churchich Recreation, 1-303-530-4414 or 1-800-729-PLAY 2.08 Basketball Equipment Gared Sports Basketball Equipment 1 pair model # GN 45 gooseneck posts 1 pair model # 1850 backboards 1 pair model # 7555 Titan goals with SCN nets DIVISION 3, SECTION 03300 — Cast In Place Concrete (replace the following paragraphs) 2.06 HARDENING, SEALING AND FINISH MATERIALS A. General: Apply all hardening, sealing and finishing treatments in accordance with manufacturer's recommendations. Refer to the schedule below for applications. Supplier/Installer of slab finish materials shall certify that materials specified and/or furnished for this project are appropriate for use in the specified applications, for the following criteria: 1. Compatibility of finish material with concrete mix specified. 2. Compatibility of finish material with type and degree of weather exposure. 3. Compatibility of finish material with expected use of space. 4. Compatibility of finish material with expected exposure to chemical, acid, oil, fat or other deleterious material. B. Liquid Acrylic -Based Curing, Sealing and Dustproofing: Kure-N-Seal by Sonneborne or equal. C. Liquid Water -Based Curing, Sealing and Dustproofing: Kure-N-Seal W by Sonneborne or equal. 1. Color: Clear. D. Non -Slip Abrasive Aggregate: Provide fused aluminum oxide grits or crushed emery as abrasive aggregate for non -slip finish, with emery aggregate containing not less Project: SOFT GOLD PARK ADDENDUM #3 BID SCHEDULE Bid Estimated Item Description Quantity Unit Unit Price Total PLAYGROUND AREAS 55 Retaining Walls 160 if $ 5,7, a,o $ 56 Playground Curb 309 if $ 1', -L 3 $ 57 Extruded Cone. Edging (6" x 4") - Shrub Beds 390 if $ c $ a 0 3 20 58 Playground Ramps .(3) 90 sf $ `� $ 1 o a oac 59 Subdrains 1 lump sum $ $2 3u 1 $ 60 Granite Boulders 19 ton $ $ 2,15:3s 34 61 Flagstone in Shrub Beds 20 ea $ '` A 7 $ 5-4 62 Engineered Wood Safety Surfacing 225 cy $ -/ (= 4 69 $ g25 f `j * 5-2. 63 Sand 64 Crusher Fines 1,364 sf $ 1, ci L, $ 412 SIDEWALKS AND PATHS 65 Concrete Sidewalks 7,586 sf $ 9, L,) $ iv` rm., 4 ,-( 66 Crusher Fines Path 6,612 sf $ i R3 $ BICYCLE COURSE 67 Grading and shaping 1 lump sum $ �f l2)qy 60 $ -4 'M 0 DOG PARK 68 Dog Park 1 lump sum $ ��� �9 $ 11,56 1� BASEBALL FIELD 69 BaseballField 1 lump sum $ al 1021 174 $ a 1110:21 GA 70 Infield Mix 465 ton $ 7�i�� $ q 6 d-A IRRIGATION 71 Irrigation System 1 lump sum $ 3 6-4 -274-1 $ ,42 7 01 LANDSCAPING 72 Fine Grading 10.8 ac $ ;M% 12 $ 31,Zzr `c�-o_ 73 Shade Trees 32 ea $$ 74 Evergreen Trees 32 ea $q„ 6 $ 75 Ornamental Trees 12 ea $ ,9v r 2 $ -2 9h r 7 76 Shrubs #5 44 ea $ ��� J $ 132- 7 Q 1 Page 3 of 4 PART 2 PRODUCTS 2.01 EXTRUDED POLYSTYRENE BOARD INSULATION A. General: Comply with FS HH-1-524C, Type IV, high -density, extruded polystyrene rigid board insulation, square edges. Compressive strength of 25 psi. R-value of 5.0 minimum per inch at 75 F. K-value of 0.20. 1. Apply at perimeter foundation walls of new construction as indicated on the _ Drawings. 2. Apply at perimeter grade beams of new construction as indicated on the Drawings. B. Approved Manufacturers: 1. Styrofoam SM, Dow Chemical Co., Midland, MI, (800) 232-2436. 2. Foamular 250, UC Industries, Chicago, IL. 3. Amofoam CM or RCY, Amoco Foam Products Co., Atlanta, GA, (800) 241- 4402. 4. Manufacturers providing materials of same function and performance are acceptable. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the foundation and/or grade beam surfaces and crawlspace conditions under which the foundation insulation work is to be performed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the insulation work until the unsatisfactory conditions have been corrected in a manner acceptable to the Installer. 3.02 WORKMANSHIP A. General: Cut and trim insulation neatly to fit spaces. Butt edges and ends tight. Fit - insulation tight against mechanical, electrical and other items which protrude through plane of insulation; fit insulation to outside of plumbing along exterior walls or grade beams. 3.03 INSTALLATION OF EXTRUDED POLYSTYRENE INSULATION A. General: Install rigid board insulation materials in accordance with the manufacturer's written instructions and recommendations. If instructions do not apply to project conditions, consult with manufacturer's technical representative before proceeding with the work. B. Ensure that surfaces which are to receive board insulation are clean, free of deleterious " matter and are sufficiently level to allow proper installation of insulation. C. Install rigid insulation to maintain continuous and complete thermal protection for building spaces and elements. Use board insulation free of broken or chipped edges. D. Secure rigid insulation on perimeter foundation walls with specified adhesive or other attachment using spot or bead method in accordance with insulation manufacturer's recommendations. Place insulation horizontally and stagger vertical joints. 07215-2 0237.09 E. For conditions where rigid board insulation is installed to the exterior face of foundation walls, extend insulation to within 2" of finished grade elevation, and protect top edge with flexible fabric -type flashing membrane approved by insulation manufacturer. Attach flashing to foundation wall and extend down face of rigid board insulation 12" minimum. Where concrete sidewalks or aprons abut the exterior foundation, extend insulation up through thickness of sidewalk of apron to within 1 " of finished surface, unless otherwise shown on the Drawings. Protect top edge with flashing as described above and seal joint with specified sealant. F. As Dampproofing Protection Board: Refer to Section 07150. END OF SECTION 07215-3 0237.09 No Text SECTION 07220 ROOF INSULATION PART GENERAL 1.01 WORK INCLUDED A. Furnish and install rigid board -type roof insulation to provide thermal and vapor barrier for building elements and spaces. B. Furnish and install fire -rated glass -faced gypsum or cementitious fiber cover board over rigid roof insulation. C. Furnish and install built-up roof drainage crickets. D. Related work specified elsewhere: 2. Section 06100, Rough Carpentry. 3. Section 07210, Building Insulation. 4. Section 07215, Foundation Insulation. 5. Section 07221, Tapered Rigid Insulation. 6. Section 07530, Elastomeric Sheet Roofing — Loose-Laid/Ballasted. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable requirements of the following standards. 1 . Applicable standards of the American Society for Testing and Materials (ASTM). 2. Applicable Federal Specifications (FS) for materials as specified herein. 3. PIMA, Polyisocyanurate Insulation Manufacturers Association: Technical Bulletin 101. 4. ASTM E84: Surface Burning Characteristics of Building Materials. 5. CAN/ULC 5770: Long -Term Thermal Resistance of Materials. B. Certification: Manufacturer shall certify that insulation materials supplied are compatible with sheet roofing membrane specified. C. Certification: Manufacturers shall certify that insulation materials supplied are free from asbestos and urea formaldehyde and are non -toxic. 1.03 SUBMITTALS A. Product Data: Submit manufacturers product literature and specifications indicating that materials supplied meet the requirements of this Section. Clearly mark each submittal for R-value of material being furnished. 1.04 DELIVERY, STORAGE AND HANDLING A. Furnish material in manufacturer's original packaging, complete with installation instructions. B. Store materials away from sources of intense heat such as open flames or welder's torches. C. Protect materials from exposure to moisture and sunlight with an opaque light-colored tarp or.equal. 07220 - 1 0237.09 1.05 WARRANTIES A. Provide manufacturer's written warranty covering materials, workmanship and retention of R-value of insulation materials in conjunction with the warranty specified for the membrane roofing specified in Section 07530. 1. Rigid Board Insulation: Fifteen (15) years. PART 2 PRODUCTS ^ 2.01 ROOF SYSTEM DESCRIPTION A. Single -ply membrane roof system supplier and installer shall ensure that roof insulation materials provided are compatible with the roofing system specified and approved by the roof membrane manufacturer for use in this system. 2.02 EXTRUDED POLYISOCYANURATE BOARD INSULATION A. General: ASTM D1621, closed -cell polyisocyanurate foam insulation board, L1.L. Class -' A, FM 1-90. 1. R-Value: 20 minimum, aged per ASTM C518. 2. K-Value: 3. Thickness: 3.3" or as required to meet thermal requirements specified above. In no case shall thickness be less than that required to meet Factory Mutual 1-90 criteria. 4. Properties: a. Compressive Strength: 20 psi minimum, ASTM D1621. b. Water Absorption: Less than 1, ASTM C209. C. Moisture Vapor Transmission: 2 perm. inches, ASTM C355-64. d. Dimensional Stability: Less than 2% linear change, ASTM D2126. e. Service Temperature: -100' F to 250' F. f. Product Density: 2, ASTM D1622. g. Flame Spread: Less than 25 (Class A), ASTM E84. 5. Board Size: 48" wide x 96" long or manufacturer's standard. 6. Deck Flute Span: 2-1/2" minimum. 7. Facings: Manufacturer's standard organic/inorganic facers. B. Fiber Cants: Provide fiber cants, complying with the sheet roofing manufacturer's requirements and compatible with the insulation materials specified, if required by the manufacturer for the roofing system specified. C. Accessories: Provide other products as required by manufacturer for a complete and thermally sealed system. D. Wood Blocking and Stripping: Refer to Section 06100. E. Plywood for Crickets: CDX plywood, 5/8" thick, unless otherwise approved. F. Fasteners: Screws, type and length as recommended by the manufacturer for mechanical attachment to roof sheathing. 1. Sure -Seal fasteners and insulation plates by Carlisle or equal. - G. Approved Manufacturers: 1. Apache Building Products, Co., Belvedere, IL, (800) 435-5493. 2. Carpenter Insulation Co., Richmond, VA, (800) 722-2272. , 3. Manville Corporation, Denver, CO, (303) 978-2850. 4. NRG Barriers, Inc., Sanford, ME, (800) 343-1285. - 01220 - 2 0237.09 5. Rmax, Inc., Dallas, TX, (800) 527-0890. 6. Temple-EasTex, Inc., Diboll, TX, (800) 231-6060. 7. Thermal Systems, Inc., Huntington Beach, CA, (714) 895-7117. 8. Manufacturers providing materials of same function and performance are acceptable. H. Contractor may substitute expanded or extruded polystyrene insulation as specified for the tapered roof insulation below, or in Section 07221, for the polyisocyanurate specified above at his option, provided all minimum R-values and other design criteria are met. 2.03 FIRE -RATED COVER OR RECOVER BOARD A. General: Furnish manufacturer's standard 1/2" thick, 1-hour fire -rated, glass -faced gypsum or cementitious fiber board sheathing, 48" wide x 96" long or manufacturer's standard, if required by applicable building codes or project conditions. 1. Sure -Seal HP Board by Carlisle Tire and Rubber Co., Carlisle, PA, (800) 433- 5326. 2. Dens -Deck Roof Board by G-P Gypsum Corp., (800) 225-61 19. 3. Manufacturers providing materials of same function and performance are acceptable, if approved by roof insulation and/or roofing manufacturer as part of the specified roof assembly. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the roof substrate and conditions under which the insulation work is to be performed and notify the Contractor in writing of unsatisfactory conditions. Do not proceed with the insulation work until the unsatisfactory conditions have been corrected in a manner acceptable to the Installer. Beginning work shall be considered acceptance of substrate. B. Thoroughly clean the new steel deck substrate prior to installation of rigid board insulation systems. C. Ensure that surfaces which are to receive roof insulation are clean, dry, free of deleterious matter and are sufficiently level to allow proper installation of insulation. D. Ensure that plywood crickets, if shown on the Drawings or required by project conditions,are properly located, constructed and anchored in place. E. Nothing in this Section shall be construed to relieve the Contractor of ultimate responsibility for the satisfactory completion of the work. 3.02 INSTALLATION OF ROOF CRICKETS A. General: Install built-up roof crickets, minimum 114" per foot slope, whether specifically shown on the Drawings or not, as required for adequate roof drainage, including but not limited to the following locations: 1. Roof parapets, as required to direct water to roof drains or scuppers. 2. Mechanical equipment curbs. 3. Roof hatch curbs. 4. Other equipment curbs or other items projecting through the roof surface. 07220 - 3 0237.09 B. Crickets shall be constructed or plywood or other specified roof sheathing material, or tapered rigid insulation, at the Contractor's option, unless otherwise specifically called for on the Drawings. 1. Insulated Roof Decks: Where crickets are a part of an insulated roof deck assembly, construction shall maintain the minimum R-value specified for the assembly. 3.03 INSTALLATION OF ROOF INSULATION A. General: Install rigid board insulation systems in accordance with manufacturer's written instructions and recommendations. Installation shall be consistent with local building codes and insurance requirements and meet the requirements of the sheet roofing manufacturer. 1. Installation: Loose -laid, ballasted. B. Install roof insulation to maintain continuous and complete thermal protection for _ building spaces and elements. Boards shall be installed with long joints continuous and end joints staggered. Cut and trim insulation neatly to fit spaces. Butt edges and ends tight. C. Apply wood blocking at perimeter parapet, same thickness as insulation, to provide starter strip, if recommended by the manufacturer. D. Take necessary precautions to prevent breakage of rigid insulation materials laid directly over fluted metal roof deck. Limit foot traffic on completed sections. Remove and replace any broken panels. E. Cut around rooftop equipment curbs, skylights, pipe vents and exhaust fans to provide tight -fitting joints. Cut into roof drains as required for proper drainage. 3.04 INSTALLATION OF COVER BOARD A. General: Install fire -rated cover board in accordance with manufacturer's written instructions and recommendations.. Installation shall be consistent with local building codes, insurance requirements and meet the fire rating requirements of the sheet roofing manufacturer. , 1. Installation: Mechanically attached. Fasteners shall extend through the rigid board roof insulation and be securely attached to the wood roof deck. 3.05 PROTECTION A. Continually protect the roof insulation from moisture by installing only as much insulation as can be properly covered by the sheet roofing each day. Provide temporary water seals, temporary ballast and end -of -workday water cut-offs. Protect insulation from wind blow -off during all phases of construction. B. Clean and protect exposed surfaces of insulation and leave prepared for roofing application. Refer to Section 07530. C. Protect finished roof areas from foot traffic with adequate protection devices until ballast is installed. END OF SECTION 07220 - 4 0237.09 SECTION 07245 EXTERIOR PORTLAND CEMENT STUCCO SYSTEM PART GENERAL 1.01 WORK INCLUDED A. Furnish and install building paper over concrete unit masonry wall substrates. B. Furnish and install metal furring and lathing. C. Furnish and install two -coat Portland Cement elastomeric stucco system. D. Related work specified elsewhere: 1. Section 06100, Rough Carpentry: Plywood sheathing and rough framing. 1.02 QUALITY ASSURANCE A. Requirements of Regulatory Agencies: Install stucco basecoat system to comply with all applicable codes and standards and with requirements of local agencies having jurisdiction. B. Applicator Qualifications: Applicators specializing in the installation of exterior stucco systems with a minimum of 5 years experience in work similar to that required by this Section. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product specifications and installation instructions for each material, including other data as may be required to show compliance with these specifications. B. Samples: Submit samples of manufacturer's full line of standard colors and finishes for selection by the Architect. C. Sample Panel: Provide minimum 4'-0" x 4'-0" sample panel of finished stucco system, including at least one (1) example of a typical control joint and external corner condition. Sample panel maybe free-standing or built into the work at the Applicator's option. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver manufactured materials in original unopened packages or containers, with manufacturer's labels intact and legible. B. Keep materials dry, stored off ground, under cover and away from damp surfaces. C. Remove wet or deteriorated materials from site. 1.05 ENVIRONMENTAL CONDITIONS A. Environmental Requirements (Cold Weather): 1. Do not use frozen materials in cement plaster mixes. 2. Do not apply cement plaster to frozen surfaces containing frost. 3. Do not apply cement plaster when ambient temperature is forecast to be less than 40°F within a 24-hour period following application. 07245 - 1 0237.09 B. Environmental Requirements (Hot Weather): 1. Protect cement plaster from uneven and excessive evaporation during hot, dry weather. 2. Do not apply cement plaster when the ambient temperature is above 100°F. 1.06 MAINTENANCE MATERIALS A. Provide maintenance materials in sufficient quantities to repair a minimum of 100 sq. ft. of surface area. Containers of maintenance materials shall be delivered to the Owner unopened, with labels intact. PART 2 PRODUCTS 2.01 TWO -COAT EXTERIOR PORTLAND CEMENT STUCCO SYSTEM A. Generak ..Two -coat, fiber -reinforced acrylic -based thin coat stucco system, consisting - of one (1) base coat, applied over building felt protection barrier and expanded metal lathing, and one (1) tinted elastomeric finish coat. B. Materials: 1. Sand: Comply with all requirements of ASTM C897 or ASTM C14. a. Gradation: U.S. standard sieve weight retained. No.4 0% _ No. 8 10% No. 16 10 - 40% No. 30 30 - 65% No. 50 70 - 90% No. 100 95 - 100% 2. Water: Potable. C. Stucco System: 1. Fiber -Reinforced Base Coat: Manufacturer's standard pre -mixed, pre -sanded thin -coat stucco base coat consisting of Portland Cement, lime, properly -graded aggregate, alkali resistant fiberglass and acrylic fibers. 2. Primer: Manufacturer's standard primer, consisting of acrylic polymers and proprietary ingredients. 3. Elastomeric Synthetic Plaster Finish Coat: Manufacturer's standard acrylic - based elastomeric plaster finish coat consisting of acrylic polymers, properly - graded aggregate, color additive and proprietary ingredients. Color and texture to be selected from manufacturer's full line of standard colors and finishes. D. Accessory Materials: 1. Weather -Resistant Protection Barrier: Grade D 15-lb. building felt over existing and/or new wall substrates, number of layers as specified below. E. Metal Accessories: Manufacturer's standard steel products unless otherwise indicated as Zinc Alloy. 1. Exterior Components: Hot dip galvanized finish, minimum of a 17-gage self - furred stucco netting. .. 2. Corner Beads: J-Metal or plaster stop, general purpose type with expanded or perforated flanges (Exterior Corners). 3. Cornerite/Corneraid: Manufacturer's standard pre -formed interior corner ^ reinforcement made from 2.5 lbs. per square yard of diamond mesh lath. 07245 - 2 0237.09 .4 4. Control Joints: No. XJ15-3 control joint with 1 /4" .slot, and 1 " grounds, or equal. Control joints must be wire tied to the lath and not nailed or screwed to substrate. 5. Expansion Joints: No. 40 adjustable expansion joint, free floating with adjustments from 1 /4" to 5/8 6. Weep Screeds: No. 7 Foundation Sill Screed, with holes for drainage. 7. Expanded Metal Strip -Lath: 3.4 lb. density, for use around all windows, doorways, or openings. 8. Expanded Metal Lath: 3.4 lb. density, for use on all soffits and overhangs as shown on the Drawings. F. Secondary Mesh Reinforcement: Manufacturer's standard woven fiberglass mesh, consisting of alkali resistive treated fiberglass mesh. G. Approved System and Manufacturers: 1. Fastwall FRS System by El Ray Stucco, Colorado Springs, CO, (800) 621-1801, as the basis of design. 2. Manufacturers providing materials and exterior Portland Cement -based stucco systems of same type, function, design, quality, appearance and performance are acceptable as approved by the Architect prior to bidding. 2.02 STUCCO MIXES A. General: 1. Accurately proportion materials for each plaster batch with measuring devices of known volume. 2. Size batches for complete use within maximum of one hour after mixing. 3. Retemper plaster stiffened from evaporation, but do not use or retemper partially hydrated cement plaster. 4. Do not use frozen, caked or lumpy materials, and remove such materials from jobsite immediately. 5. Mix factory prepared cement plaster in accordance with manufacturer's written instructions and recommendations. 6. Concentrate Mixes: Use moist, loose sand in proportions recommended by basecoat concentrate manufacturer. Withhold 10% of mixing water until mixing is nearly complete, then add as needed to produce desired working consistency. B. Mechanical Mixing: 1. Clean mixer of set or hardened materials before loading new batch. 2. Maintain mixer in continuous operation while adding materials. 3. Conform to mixing sequence, cycle of operations, and time recommended by the manufacturer of the basecoat/finish coat mix materials. C. Hand Mixing: 1. Do not hand mix stucco basecoat/finish coat system materials unless authorized by the Architect. 2. Acrylic -Based Finish Coat: Slight hand mixing with small amounts of water, not to exceed 8 oz., may be added to improve workability of the acrylic -based finish coat. No other admixtures are allowed. 07245 - 3 0237.09 Project: SOFT GOLD PARK ADDENDUM #3 BID SCHEDULE Bid Item Description Estimated Quantity Unit Unit Price Total 77 Vines, Grasses, Perennials #1 36 ea $ J $3 $ L53o� I 78 Perennials 2 1/4" 38 ea $ $ 21 79 Irrigated Seed 4.8 ac $ h I tr7 2Q $ 294021 S-Z 80 Non -Irrigated Seed 6 ac $ 2 2r3 1 a 24 IS 3 11 it 04 TOTAL $ (Q 2,QJz?)4, 3 5 —J Figure Alternate Bid Items Alternate Bid Item # 1 Multi -Use Court (add) 1 lump sum $ ;2.Sn:6o $ P-R Q90 Alternate Bid Item #2 Lean-to Shelter at Dog Park (add) I lump sum $ Alternate Bid Item #3 Fescue Sod (add sod and deduct seed) 9,818 sf $ �'� �j $ 71:1 y011�ro Page 4 of 4 PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Applicator shall inspect the substrates scheduled to receive the exterior stucco systems and notify the Contractor in writing of any conditions which will prevent the proper and successful installation of stucco basecoats. Do not proceed with installation until unsatisfactory conditions have been corrected in a manner satisfactory to the Applicator. B. Verify that surfaces to be plastered are free of dust, loose particles, oil and other deleterious materials which would affect bond or proper hydration of cement plaster. C. Verify that lath is tight, properly secured and overlapped, and that all accessories are properly set and secured. D. Verify that masonry and concrete surfaces to receive direct -bond application of plaster base -coats are rough, free from form -release agents or otherwise properly prepared to provide adequate bond. E. Isolation:Where lath and metal support system abuts building structure horizontally, and where the partition wall work abuts the overhead structure, isolate work from structure movements. Install expansion or control joints to absorb deflections but maintain lateral support. Frame both sides of expansion or control joints separately and do not bridge joints with furring or lath. F. Examine substrates, grounds and accessories to insure that finished plaster work will be true to line, plane, level and plumb. G. Protection: 1. Protect finish surfaces installed prior to plastering. 2. Maintain protection in place until completion of work. 3. Protect finished work when stopping for the day or when completing an area. 4. Protect contiguous work from soiling, spattering and other harmful effects which may result from plastering. 3.02 INSTALLATION OF BUILDING FELTS AND METAL LATHING JOINTS AND TRIM MATERIALS A. General:. Install weather -resistant building paper, metal lathing, control and expansion joints and miscellaneous trims in accordance with the manufacturer's instructions and recommendations. B. Install building paper as follows: 1. One (1) layer over masonry substrates. —. C. Install edge, reveal and control joint trims where shown on the' Drawings or required by job conditions. D. Install metal lathing over building felts and attach to substrate as required by the system manufacturer. 1. All metal control joints, expansion joints and other specified trims shall be wire - attached to the metal lathing, not screw -attached directly into the substrate. 2. Each piece of two-piece expansion joints or reveal assemblies shall be wired separately to the metal lathing. " 3. For applications over concrete unit masonry or other solid substrates where metal lathing is not installed over the entire surface, cut and install minimum 6" wide strips of lathing at control joints, expansion joints, reveal mountings, etc. for wire attachment of these trims. 07245 - 4 0237.09 E. Architect shall inspect locations, placement, spacing, alignment and special patterns of metal lathing, control and expansion joints and trims, as shown on the Drawings, prior to application of any exterior stucco base coat materials. 3.03 APPLICATION OF TWO -COAT STUCCO SYSTEM A. General: Apply stucco base and finish coat systems in accordance with manufacturer's instructions and recommendations, and in compliance with requirements of applicable codes, regulations and agencies having jurisdiction. 1. Interrupt or delay plaster application only at junctions of plaster planes, at openings, or at control joints. B. Base Coat: 1. Apply base coat to a minimum thickness of 3/8", using sufficient trowel pressure to key plaster into lath or to create bond to substrates as applicable. 2. Rod surface to true plane. 3. Tool base coat to provide a V-joint at intersection of plaster with frames or other items of metal, wood, or plastic which act as plaster grounds. C. Tinted Acrylic -Based Finish Coat: 1. Apply primer/conditioner/finish as recommended by manufacturer, at a rate recommended by manufacturer to obtain complete coverage of substrates. Allow to dry until tacky. 2. Apply exterior wall finish coat to thickness recommended by manufacturer to achieve texture indicated, using sufficient trowel pressure or spray velocity to bond finish coat to basecoat. 3. Apply exterior wall finish in number of coats and consistency required to achieve texture to match approved sample. 3.04 CURING A. Moist cure each coat of stucco basecoat system with fine fog spray of clear water, with sufficiently frequent applications to maintain plaster uniformly moist for a minimum of 48 hours following application. Air cure an additional 7-28 days before application of any finish coat materials. B. Wet cure cement -based finish coat by misting with water as recommended by system manufacturer. 3.05 TOLERANCES A. Allowable Tolerances: Maximum deviation from true plane of 1 /8" in 5'-0" in any direction, as measured by straight edge placed at any location on surface. 3.06 REPAIR AND CLEANING A. Patching: 1. Upon completion, point up exterior wall finish coat around trims and other locations where finish coat terminates or meets dissimilar materials. 2. Cut out and replace defective or damaged exterior wall finish coat. 3. Match pointing and patching to surrounding finish coat in form, texture, color. B. Cleaning: Remove exterior wall finish and protective materials from perimeter trim and adjacent surfaces. Remove all excess materials from the project site. END OF SECTION 07245 - 5 0237.09 M SECTION 07250 FIRESTOPPING PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install fibrous firesafing at junctions of fire -rated partitions and roof deck. B. Furnish and install fibrous firesafing at penetrations through fire -rated partitions and floor systems. C. Related work specified elsewhere: 1 . Section 01060, Regulatory Requirements. 2. Section 07210, Building Insulation. 3. Section 07900, Sealants and Joint Fillers. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: 1. Fire Stop System: UL-tested and approved for minimum fire separations of wall/wall, floor/ceiling and roof/ceiling assemblies specified or required by project conditions. 1.03 SUBMITTALS A. Product Data: Submit Manufacturer's written product literature and specifications for firesafing and fire assembly sealants. 1.04 DELIVERY, STORAGE AND HANDLING A. General: Store materials under cover to prevent weather damage. PART 2 PRODUCTS 2.01 FIRESTOPPING SYSTEM A. System: Compressible, fibrous blanket firestopping. 1. Size: As required for fire rating and conditions. 2. Accessories: Provide USG Thermafiber safing clips as required. B. Approved Manufacturers: 1 . USG Thermafiber safing insulation manufactured by United States Gypsum Co., Chicago, IL, and represented locally in Denver, CO, (303) 721-9394. 2. 3M Fire Protection Products, St. Paul, MN, (612) 733-3300. 3. Dow Corning Corp., Midland, MI, and represented locally in Englewood, Co, (303) 930-2231. 4. Manufacturers providing materials of same function and performance are acceptable. C. Ensure that firestopping materials supplied are compatible with sealants specified in Section 07900. 07250 - 1 0237.09 PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the areas and conditions under which work of this Section shall be performed. Correct conditions detrimental to the timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected to the satisfaction of the Installer. B. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. 3.02 INSTALLATION A. General: Install in strict accordance with manufacturer's instructions and recommenda- tions to achieve required fire resistivity. All work shall be performed to the approval of the governmental agencies and insurance rating bureaus having jurisdiction. Areas to receive firestopping shall include but not be limited to: 1. Junctions of Partitions and Roof Assemblies: Compress and install in junctions to completely seal joints. 2. Penetrations: Compress and install in openings to seal completely around penetrations and openings. END OF SECTION 07250 - 2 0237.09 SECTION 07530 ELASTOMERIC SHEET ROOFING — LOOSE-LAID/BALLASTED PART GENERAL 1.01WORK INCLUDED A. Cleaning of substrate in preparation for roofing and insulation installation. B. Installation of all insulation and protection boards, unless arranged for otherwise. C. Furnish and install loose -laid sheet roofing system with ballast. D. Furnish and install miscellaneous roofing specialties as noted, including parapet flashings, edge flashings and terminations and counter flashings, unless arranged for otherwise. E. Furnish and install built-up roof drainage crickets, unless provided by roof insulation or decking contractor. F. Furnish and install ballast pavers and/or walkway protection membrane or pavers. G. Related work specified elsewhere: 1. Section 07210, Building Insulation. 2. Section 07220, Roof Insulation. 3. Section 07221, Tapered Rigid Insulation. 4. Section 07621, Galvanized Metal Flashing and Trim. 5. Section 07710, Prefabricated Roof Specialties. 6. Division 15, Mechanical. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. Applicable tests as specified herein of the American Society for Testing and Materials (ASTM). 2. Applicable Federal Specifications (FS) for materials as specified herein. 3. Uniform Building Code, current edition: Wind exposure classification. 4. SMACNA, Sheet Metal and Air Conditioning Contractors National Association, Inc. Architectural Sheet Metal Manual, current edition. B. Materials and installation shall comply with applicable standards and recommendations of the Rubber Manufacturers Association and the Single -Ply Roofing Institute (SPRI). C. Materials shall be supplied and installed by a roofing contractor licensed by the manufacturer or certified by the manufacturer as a qualified installer of the specified products. D. All work of this Section shall be performed by a single installer, who shall have minimum five (5) years of successful experience with projects of similar size and complexity. E. Approved Subcontractors: 1. Douglas Roofing Company, Greeley, CO, (970) 482-1218. 2. Front Range Roofing Systems, Inc., Greeley, CO, (970) 224-5052. 3. Colorado Moisture Control, Loveland, CO, (970) 667-7700.' 4. Equals as approved by the Architect meeting requirements specified above. Submit qualifications statement listing similar experience with request. F. Installer shall certify that all roof system materials provided are compatible with the roof system assembly specified and approved by the roof membrane manufacturer for use in 07530 - 1 0237.09 this system. G. Design Criteria: Roof design shall meet the minimum requirements of the Single Ply Roofing Institute for the specified roofing system type, unless more stringent requirements are required by the jurisdiction with authority over the project. 1. External Fire Resistance: UL Class A. 2. Wind Resistance: 75 mph, Exposure C (UBC) for loose -laid systems. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and installation instructions for sheet roofing installation, surface conditioner compatibility, elastic flashings, joint cover sheet and joint and crack sealants, with temperature range for application of roofing ^ membrane. B. Shop Drawings: Submit shop drawings indicating sheet layout and installation pattern for approval. C. Samples: Submit sample of proposed paver ballast for approval. D. Warranties: Submit sample warranties, in accordance with the requirements of Section 01740. E. Design and Specification Approval: Prior to starting roofing, Contractor shall submit a letter certifying that the roofing design and specifications are proper for this particular project. 1.04 ENVIRONMENTAL REQUIREMENTS A. Weather Conditions: Proceed with elastomeric sheet roofing work only when weather conditions comply with manufacturer's recommendations and will permit materials to be applied and cured in accordance with those recommendations. Do not exceed temperature limitations recommended by roofing manufacturer. 1. Do not apply sheet roofing during inclement weather or when air temperature is below 40' F. 2. Do not expose membrane and accessories to a constant temperature in excess of 180' F. 3. Do not apply sheet roofing to damp, frozen, dirty, dusty or deck surfaces unacceptable to manufacturer. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver roofing materials, insulation and accessories in manufacturer's protective containers with labels intact and legible, and comply with manufacturer's instructions for storage and handling. ., B. Handle rolled goods as required to prevent damage. Store all materials on clean, raised platforms with weather -protective coverings. 1.06 WARRANTIES A. Provide manufacturer's written 15-year system warranty covering defects in materials and workmanship, and covering all specified design criteria. B. Provide manufacturer's written extended 20-year warranty covering defects in materials. 07530 - 2 0237.09 PART 2 PRODUCTS 2.01 ROOF SYSTEM DESCRIPTION A. Loose -laid Membrane Roofing System: Single -ply elastomeric sheet roofing laid loose over rigid board roof insulation, held in place with precast concrete paver ballast. 2.02 ROOF INSULATION A. Membrane roof system supplier and installer shall ensure that roof insulation materials provided are compatible with the roofing system specified and approved by the roof membrane manufacturer for use in this system. 1. Rigid Board Roof Insulation: Refer to Section 07220. 2. Tapered Rigid Roof Insulation: Refer to Section 07221. 2.03 SHEET ROOFING MATERIALS A. Membrane: Loose -laid 45 mil thick reinforced EPDM or 60 mil thick non -reinforced EPDM at Contractor's option, conforming to the following minimum criteria: 1 . Roll Width: Minimum 10'-0" wide rolls for reinforced membrane; minimum 20'- 0" wide rolls for non -reinforced membrane, or as recommended by the manufacturer for the specific application. 2. Color: Black. 3. Properties: a. Tensile Strength: 1,650 psi minimum, ASTM D412. b. Elongation: 450% minimum, ASTM D412. C. Specific Gravity: 1.15 ± .05, ASTM D297. d. Hardness: 60 ±10, ASTM D2240. e. Tear Strength: 275 Ibs/in. minimum, ASTM D624. f. Factory Seam Strength: Membrane rupture, ASTM D816 modified. g. Water Vapor Perm: 2.0 perm -mils, ASTM E96. h. Ozone Resistance: No cracks, ASTM D1149. i. Heat Aging (28 days at 240' F): Tensile minimum 1,300 psi and elongation minimum 295%, ASTM D573; tear minimum 125 Ibs/in., ASTM D624. j. Brittleness Temperature: -751 F, ASTM D476. k. Resistance to Water: Less than 2%, ASTM D471. I. Tolerance on Nominal Thickness: ±10, ASTM D412. M. Density: .28 psf, minimum for .045 sheet. n. Sheet Composition: 100% weight of polymer that is EPDM, ASTM D297; 30% weight of sheet that is EPDM polymer. o. Design Criteria: Refer to paragraph 1.02.F. above. B. Batten Strips: Manufacturer's standard 1 " x 18-gage aluminized steel strapping. C. Fasteners: Manufacturer's standard corrosion -resistant type, compatible with materials being attached. D. Fasteners: Manufacturer's standard concrete fastener for mechanically -attached insulation into existing concrete deck. 1 . Sure Seal Concrete Fasteners by Carlisle or approved equal. E. Flashing: 1 /16" thick uncured EPDM forming flashing as furnished by membrane manufacturer. 07530 - 3 0237.09 F. Bonding Adhesive: Furnished by membrane manufacturer, compatible with all materials to which the membrane is to be bonded. G. Splicing Cement and Lap Sealant: For sealing the exposed edge of the splices, shall be , trowel or gun consistency as furnished by membrane manufacturer. H. Lap Sealant: Compatible with materials with which it is used, shall be trowel or gun consistency, furnished by membrane manufacturer. I. Water Cut -Off Mastic: Compatible with materials with which it is used, furnished by membrane manufacturer. J. Molded Pipe Flashing: Compatible with materials with which it is used, furnished by _ membrane manufacturer. K. Nite Seal: Compatible with materials with which it is used, furnished by membrane manufacturer. L. Pourable Sealer: Compatible with materials with which it is used, furnished by membrane manufacturer.. M. Rubber Nailing Strips and Fasteners: Extruded nailing strips and fasteners furnished by membrane manufacturer. N. Primer: None required. 0. Approved Manufacturers: 1. Sure -Seal Elastomeric Membrane by Carlisle SynTec Systems, Carlisle, PA, (800) 233-0551. 2. Firestone Building Products Co., Carmel, IN, (800) 428-4442. 3. Versico, Inc., Akron, OH, (800) 992-7663. 4. Manufacturers providing materials of same function, design and performance are acceptable, only as approved by the Architect prior to bidding. 2.04 ACCESSORY MATERIALS A. Ballast and Walkway Pavers: Precast concrete interlocking ballast block pavers, extent as shown on the Drawings: 1. Size: Nominal 12" x 16" x 1-1 /2" thick. Sizes varying from these standards shall conform to layout shown on the Drawings. -- 2. Profile: Interlocking type, bi-directional drainage. 3. Compressive Strength: 5,000.psi minimum. 4. Weight: 10 Ibs/sq. ft. minimum to 13 Ibs/sq. ft. maximum. 5. Density: 145 Ibs/cu. ft. 6. Water Absorption: 5% maximum. 7. Performance: Meets or exceeds criteria established by ICBO, UL, and Factory _ Mutual for intended use. S. Approved Manufacturers: a. Interlocking Ballast Pavers by Westile, Inc., Littleton, CO, (800) 433- _ 8453, or approved equal. B. Walkway Protection Panels: Provide one (1) of the following systems, extent as shown on the Drawings: 1 . EPDM fibers bonded into a walkway protection panel. a. Size: Nominal 30" x 30" panels, 1 /2" thick. b. Weight: Approximately .8 Ibs/sq. ft. C. Color: Black. d. Walkway Pad by Carlisle Tire and Rubber Co., Carlisle, PA, (800) 433- 5326. 07530 - 4 0237.09 2. Heat and pressure bonded non -woven pad of spaghetti -like strands of flexible plastic. a. Size: Nominal 3'-0" x 4'-0" long panels, 5/16" thick. b. Weight: Approximately .7 Ibs/sq. ft. C. Color: Bright Yellow. d. Yellow Spaghetti by Greenstreak Plastic Products Inc., St. Louis, MO., (800) 727-1559. C. Manufacturers of walkway protection system shall certify that use of their materials will not affect warranty for the sheet roofing system. PART 3 EXECUTION 3.01 INSPECTION A. Installer shall thoroughly examine surfaces and substrates to receive loose-laid/ballasted sheet roofing materials prior to commencing work. Report in writing to the Contractor any condition that may potentially affect proper application or warranty. Do not commence work until such defects have been corrected to the satisfaction of the Roofing Subcontractor. Beginning work shall be considered acceptance of surfaces. B. Ensure that drains, sleeves and curbs which pass through surfaces to receive roofing are rigidly installed. C. Ensure flatness and tightness of joints in deck sheathing. 1. Test pullout capacity of mechanical fasteners in the presence of the roofing manufacturer's technical representative if required by the manufacturer as a condition of the warranty. D. Ensure that surfaces are free of cracks, depressions, waves or projections which may be detrimental to the successful installation of sheet roofing. Remove foreign materials. 3.02 PREPARATION A. Protection: 1. Protect pavements and building walls adjacent to hoist prior to starting work. Lap suitable protective materials at least 6". Secure protective coverings against wind. Leave protective covering in place for duration of roofing work. 2. Protect parapets and adjacent surfaces not designated to receive roofing. B. Deck Surfaces: Dry and broom clean surfaces of foreign matter detrimental to installation of roofing. C. Joints in Deck: Seal cracks and joints with recommended material and sealant. Use proper depth -to -width ratio as recommended by the sealant manufacturer in accordance with Section 07900. D. Start the installation only in the presence of the manufacturer's technical representa- tive, if required as a condition of the warranty. E. Ensure that self -flashing roof hatch units are properly located and installed. 3.03 INSTALLATION OF ROOF CRICKETS A. General: Install built-up roof crickets, minimum 1 /4" per foot slope, whether specifically shown on the Drawings or not, as required for adequate roof drainage, including but not limited to the following locations: 1. Roof parapets, as required to direct water to roof drains or scuppers. 07530 - 5 0237.09 AMENDED BID SCHEDULE Project: SOFT GOLD PARK SINNETT BUILDERS BID SCHEDULE Bid Item Description Estimated Quantity Unit Sinnett Unit Price Sinnett I Total 1 GENERAL REQUIREMENTS 1 Mobilization 1 lump sum $ 63,255.92 $ 63,255.92 1 2 Surveying 1 lump sum $ 7,259.20 $ 7,259.201 3 Traffic Control 1 lump sum $ 2,080.00 $ 2,080.00 1 RECORD DRAWINGSIDRAINAGE CERTIFICATION Subtotal $ 72,595.121 t 4 Record Drawings, Grading & Drainage Cert. 1 lump sum $ 1,560.00 $ 1,560.00 1 DEMOLITION Subtotal $ 1,560.00I I 5 Tree and Stump Removal 1 lump sum $ 5,406.96 $ 5,406.961 6 Remove Curb & Gutter 20 if $ 12.90 $ 258.00 1 7 Remove Drain Pan 30 sf $ 6.86 $ 205.80 1 8 Remove Irrigation Head Wall I ea $ 413.92 $ 413.92 1 9 Remove 27" ADS Pipe 55 if $ 13.52 $ 743.60 I 10 Remove and Replace PVC Fence 1 is $ - $ - 11 Remove Entrance Gates & Fencing 1 is $ 165.36 $ 165.36 12 Remove Sidewalk 80 sf $ 3.38 $ 270.40 1 EARTHWORK Subtotal $ 7,464.041 I 13 Erosion Control 1 lump sum $ 4,250.48 $ 4,250.48 14 Topsoil 8,174 cy $ 2.06 $ 16,838.441 15 Earthwork - Cut 12,860 cy $ 1.48 $ 19,032.801 16 Earthwork - Haul & Dispose 983 cy $ 4.00 $ 3,932.00 HICKORY STEET IMPROVEMENTS Subtotal $ 44,053.721 I 17 Vertical Curb and Gutter 56 if $ 14.92 $ 835.52 1 18 5' Sidewalk Culvert - 4' opening 1 ea $ 2,122.64 $ 2,122.641 19 Asphalt Patching - [8" deep] 1,727 sf $ 5.57 $ 9,619.39 Subtotal $ 12,577.551 Page 1 of 4 2. Mechanical equipment curbs. 3. Roof hatch curbs. 4. Other equipment curbs or other items projecting through the roof surface. B. Crickets shall be constructed or plywood or other specified roof sheathing material, or tapered rigid insulation, at the Contractor's option, unless otherwise specifically called for on the Drawings. 1. Insulated Roof Decks: Where crickets are a part of an insulated roof deck assembly, construction shall maintain the minimum R-value specified for the assembly. 3.04 INSTALLATION OF SHEET ROOFING A. Install rigid or tapered rigid insulation in accordance with roofing manufacturer's written instructions and recommendations and as specified in Section 07220 and 07221. B. Install fire -rated cover board over rigid board roof insulation in accordance with roofing manufacturer's written instructions and recommendations, if specified. Refer to Section 07220. C. Install loose-laid/ballasted single -ply sheet roofing in accordance with the manufacturer's specifications, written instructions and the following requirements: 1. Loosely lay sheet membrane over roof insulation. Allow membrane to relax minimum thirty (30) minutes before splicing. 2. Membrane: Apply, lap and splice using methods and materials recommended by the manufacturer. Laps shall run parallel to slope of the roof, unless approved otherwise. Apply adjoining sheets by lapping the edges and splicing. Attach membrane to perimeter edges, nailers and penetrations in accordance with manufacturer's requirements. 3. Flashing: Apply, lap and splice using methods and materials recommended by the manufacturer. Flash around penetrations using factory prefabricated pipe seals where possible. Field fabricated seals may be used where necessary using manufacturer's standard details. D. Installation shall be performed by a roofing contractor licensed by the manufacturer. E. Adhesive apply sheet roofing to perimeter edges, lay seam edges 3" and seal. Seal sheet roofing with 3" lap where metal collars or flanges are required. F. Apply isolating sections for roof control/expansion joints.. -• G. Apply sealant in accordance with manufacturer's instructions. Seal ends and edges to each other and to adjoining surfaces with uniform fillet bead of sealant. H. Flash and seal watertight any items projecting through membrane with counterf lashing membrane material. 1. Provide and install prefabricated sheet metal boots at all pipe vents and other roof penetrations. Solder joints as specified in Section 07621. _. I. Apply precut disks of sheet roofing material to cover and protect fasteners in the field. J. The following details are included by reference, based upon standard details for the Sure -Seal System by Carlisle. These details are referenced for design intent and are subject to actual field conditions. Contractor shall receive approval from the Architect for deviation from any of these details prior to proceeding with the work. (edit as necessary) 1. Parapet Termination: U-9-1) termination bar to be located under the existing counterf lashing. 2. Gravel Stop Flashing: U-1-A or U-1-D. Reinstall existing flashings as noted on the Drawings. 3. Fastener Splice: BR-2. " 07530 - 6 0237.09 4. Roof Drain: BR-6. 5. Vent Pipe: BR-8 or U-14-A. Contractor shall have the option of reusing existing sheet metal boots or providing new. 6. Membrane Splice: U-2. 7. Cured Curb Flashing: U-5-F. K. Install interlocking precast concrete ballast pavers over entire surface of roof. L. Exercise all required care not to damage the elastic sheet roofing or the completed single -ply membrane roof assembly. 3.05 INSTALLATION OF WALKWAY PROTECTION A. General: Install walkway protection panels or ballast pavers in locations and patterns indicated on the Drawings in accordance with the manufacturer's instructions. 1. Apply additional layer of single -ply roof membrane below precast concrete pavers, if required by the manufacturer. B. Make terminations and cuts according to manufacturer's standard details and recom- mendations. 1. Units shall be cut around existing rooftop equipment and projections, unless otherwise indicated. C. Adhere panels to sheet roofing membrane in accordance with manufacturer's specifications. 3.06 TESTING A. Contractor shall perform a flood test for the watertightness of the roof membrane, using temporary ballast, prior to the installation of the permanent rock ballast. The test shall be conducted in the presence of the Owner's principal representative and the Architect. 3.07 FIELD QUALITY CONTROL A. Inspection: A representative of the manufacturer shall make an inspection upon completion to ascertain that the entire system has been installed according to the manufacturer's specifications and details. Written letters of acceptance shall be sent to the Owner's principal representative and the Architect. 3.08 CLEANING AND PROTECTION A. Upon completion, remove surplus materials and debris from the site. B. Remove excess adhesives or other materials from adjacent surfaces, including metal surfaces of flashings and rooftop equipment. C. Adjacent Materials: Do not use oil -based or plastic roof cement. Do not allow waste products (petroleum, grease, oil, solvents, vegetable or mineral oil, animal fat) or direct steam venting to come in contact with membrane roofing system. END OF SECTION 07530 - 7 0237.09 No Text SECTION 07900 SEALANTS AND JOINT FILLERS PART GENERAL 1.01 WORK INCLUDED A. Clean and prepare joint surfaces. B. Furnish and install joint backing materials. C. Furnish and install joint caulking and sealants. D. Furnish and install sealants for firestopping systems. E. Related work specified elsewhere: 1. Section 02520, Portland Cement Concrete Paving. 2. Section 03100, Concrete Formwork: Joint fillers for cast -in -place concrete work. 3. Section 03300, Cast -in -Place Concrete. 4. Section 04220, Concrete Unit Masonry. 5. Section 07250, Firestopping: Firestop Insulation. 6. Section 07621, Galvanized Metal Flashings and Trim. 7. Section 07720, Roof Accessories: Prefabricated roof hatches. 8. Division 8, Doors and Windows. 9. Section 09310, Ceramic Tile. 10. Section 09900, Painting: Joints of walls and/or ceilings of dissimilar colors. 11. Section 10800, Toilet and Bath Accessories. 12. Division 15, Mechanical. 13. Division 16, Electrical. 1.02 QUALITY ASSURANCE A. Installer of sealants and caulking shall have minimum five (5) years of successful experience with projects of similar size and complexity. B. Installer shall be continuously employed in work of this type. C. Certification: Manufacturer/Supplier of sealant and accessory materials shall certify that materials supplied are acceptable and appropriate for the materials, substrates and conditions under which sealants are to be installed. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's specifications, recommendations and installation instructions for each type of sealant, caulking compound and associated miscellaneous material required. B. Samples: Submit samples of manufacturer's standard color line for each type of sealant specified for exposed locations for selection by the Architect. C. Sample Installation: Select a test area on the exterior and install caulking. Notify the Architect for approval and acceptance prior to proceeding with caulking. The test area will become the standard for quality control of remaining caulking. 07900 - 1 0237.09 1.04 ENVIRONMENTAL CONDITIONS A. Do not proceed with installation of sealants under adverse weather conditions or when temperatures are below 40' F or above 1001 F. Proceed with the work only when forecasted weather conditions are favorable for proper curing and development of high early bond strength. Where joint width is affected by ambient temperature variations, install elastomeric sealants only when temperatures are in lower third of the manufacturer's recommended installation temperature range so that sealant will not be subjected to excessive elongation and bond stress by subsequent low temperatures. Coordinate time schedule with Contractor to avoid delay of project. 1.05 WARRANTIES A. Provide manufacturer's written 5-year warranty covering defects in materials when such materials are properly applied and fully cured as described in the manufacturer's product data sheets. The Contractor further agrees to replace sealants which fail because of loss of cohesion or adhesion, or that do not cure properly due to improper application or curing, or when the materials installed are not appropriate for that ^ application, joint type or other factor beyond the manufacturer's control, for a period of five (5) years. PART 2 PRODUCTS 2.01 SEALANT MATERIALS A. General: Supplier/Installer of work of this Section shall certify that materials specified and/or furnished for this project are appropriate for use in the specified applications for the following criteria: 1. Compatibility of sealant material with adjacent materials. 2. Compatibility of sealant material with type and degree of weather exposure. 3. Compatibility of sealant material with expected use of space. 4. Compatibility.of sealant material with joint type, width and depth. B. Exterior: One- or two-part polyurethane -based elastomeric sealants complying with FS -- TT-S-00230, Class A, Type 1 (self -leveling) or Type If (non -sag). 1. One -Part Sealant: Sonolastic NP-1 by Sonneborne as basis of design or as recommended by manufacturer for type of application. — 2. Two -Part Sealant: Sonolastic NP-2 by Sonneborne as basis of design or as recommended by manufacturer for type of application. C. Interior: One -part silicone -based non -sag, elastomeric sealant, resistant to mildew _ complying with FS TT-S-01543, Class A, and FF TT-S-00230, Class A. 1. Sonolastic Omniseal and OmniPlus by Sonneborne as basis of design or as recommended by manufacturer for type of application. D. Interior Paintable: One -part non -sag mildew -resistant acrylic emulsion sealant complying with ASTM C834, paintable. 1. Sonolac by Sonneborne as basis of design or as recommended by the manufacturer for type of application. E. Concrete Slab Joints: One -part non -priming urethane -based self -leveling pourable sealant complying with FS TT-S-00230C, Class A, Type 1 (horizontal use). 1. Sonolastic SL-1 by Sonneborne as basis of design or as recommended by manufacturer for type of application. 07900 - 2 0237.09 ..A F. Color(s): 1 . Colors are to be selected by Architect from manufacturer's full line of standard colors. 2. Design intent is to match sealant color to color of adjacent material, unless indicated otherwise. The Architect shall have final authority for color selection, including variations from this policy. 3. Clear silicone sealant shall be installed at the following locations, including but not'limited to: a. Perimeter of stainless steel toilet and bath fixtures, urinals and lavatories. b. Perimeter edges of stainless steel countertops and backsplashes to walls. H. Approved Manufacturers: 1. Sonneborne Building Products, Minneapolis, MN, (612) 835-3434. 2. Tremco Sealants, Cleveland, OH, (800) 321-7906. 3. Schnee -Morehead Inc., Irving, TX, (800) 255-9427. 4. Manufacturers providing materials of same design, function and performance are acceptable. 2.02 SEALANTS FOR FIRESTOPPING SYSTEMS A. General: UL-classified elastomeric sealants, capable of providing the fire ratings as indicated on the Drawings, flame spread of 25 or less, ASTM E84. B. Approved Manufacturers: 1. Plusil 100/200 Series firestop sealants by GE Silicones, Waterford, NY, (800) 255-8886. 2. 3M Fire Protection Products, St. Paul, MN, (612) 733-3300. 3. Fire Stop Sealant 2000 by Dow Corning Corp., Midland, MI, and represented locally in Englewood, CO, (303) 930-2231. 4. Fyre Putty by the Carborundum Co., Niagara Falls, NY, (716) 278-6221. 5. Flame Stop V by Flame Stop, Inc., Roanoke, TX, (817) 431-3747. 6. Manufacturers providing materials of the same function and performance are acceptable. C. Ensure that sealants for firestopping systems supplied are compatible with firestop insulation specified in Section 07250. 2.03 ACCESSORY MATERIALS A. Primer: Non -staining type for joints as recommended by sealant manufacturer. B. Joint Cleaner: Non -corrosive and non -staining type recommended by sealant manu- facturer, compatible with joint forming materials. C. Joint Filler: ASTM D1056, round polyethylene foam rod, over -sized 30-50%, as recommended by manufacturer of sealant used. 1 . Provide closed cell or open cell foam rod materials, as recommended by the Installer for specific applications. D. Bond Breaker: Pressure -sensitive tape recommended by sealant manufacturer to suit application. E. Joint Fillers for Cast -in -Place Concrete Work: Refer to Section 03100. 07900 - 3 0237.09 PART 3 EXECUTION 3.01 PREPARATION A. Installer shall examine joint surfaces, backing and anchorage of units forming sealing rabbet and conditions under which sealant work is to be performed and notify ^ Contractor of conditions detrimental to proper completion of the work, performance and curing of sealants. Do not proceed with sealant work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. — B. Clean, prepare and size joints in accordance with manufacturer's instructions. Remove any loose materials and other foreign matter which might impair adhesion of sealant. C. Ensure that horizontal and vertical surfaces are of sufficient dimension for required bonding of sealant materials as recommended by the manufacturer. D. Ensure that sealants are compatible with the substrates to which they are to adhere. E. Verify that joint shaping materials and release tapes are compatible with sealant. F. Examine joint dimensions and size materials to achieve required width/depth ratios. -' G. Install joint filler to achieve required joint depths to allow sealants to perform properly. H. Install bond breaker where required. I. Mask or otherwise protect adjacent surfaces which may be marred or damaged by sealant materials. 3.02 INSTALLATION OF SEALANTS A. General: Install sealant in accordance with manufacturer's instructions. Apply sealant within recommended temperature ranges. Consult manufacturer when sealant cannot be applied within recommended temperature ranges. B. Tool joints slightly concave in vertical surfaces and flush in horizontal surfaces. C. Maintain joints free of air pockets, foreign embedded matter, ridges or sags. D. Ensure that sealant is applied leaving crisp, clean lines with adjacent materials. Do not y allow sealant to bleed onto adjacent surfaces. Immediately wipe excess sealant materials off adjacent surfaces. E. Remove and replace any sealants improperly applied, to the satisfaction of the Architect. F. Repair and replace any adjacent materials that have been damaged, marred or discolored by work of this Section, to the satisfaction of the Architect. PART 4 SCHEDULES 4.01 SCHEDULE OF SEALANT WORK A. Install sealants as indicated on the Drawings or scheduled herein, including but not limited to: .. 1. Expansion joints in exterior concrete flatwork adjacent to buildings and retaining walls. 2. Expansion joints in exterior concrete pavements, aprons, sidewalks, ramps and curb and gutter sections. 3. Expansion joints and control joints in interior concrete slabs where surfaces are scheduled to be sealed and/or exposed to view. 4. Vertical expansion and control joints in concrete unit masonry walls. 5. Vertical joints in painted wall surfaces at interior junctions of different colors. 07900 - 4 0237.09 C. 6. Perimeter of window and door frames. 7. Perimeter of countertops and backsplashes. 8. Perimeter of materials and equipment passing through building walls and roofs. 9. Horizontal and vertical joints between walls, ceilings, soffits and running and standing trims. 10. Perimeter joints of metal flashings and accessories. 11. Miscellaneous vertical and horizontal joints between dissimilar materials, where required for contraction and expansion of joints, or where required to maintain the weathertightness of the project. 12. Other joints as indicated, as required for neat appearance, or as directed by the Architect. Install sealants for firestopping systems in the following locations: 1 . Duct, cable, conduit and pipe penetrations through fire -rated partition walls. 2. Openings between walls and roof/ceilings of fire -rated assemblies. 3. Openings between walls and soffits of fire -rated assemblies. 4. Other locations indicated or required for types of fire separations specified. Refer to other Division 2 sections for sealants required for site concrete work and other materials. END OF SECTION 0237.09 07900 - 5 No Text SECTION 08110 STANDARD STEEL DOORS AND FRAMES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish standard hollow metal doors and frames. B. Related work specified elsewhere: 1. Section 04220, Concrete Unit Masonry: Anchorages. 2. Section 06200, Finish Carpentry: Installation of doors and frames. 3. Section 08700, Finish Hardware. 4. Section 09900, Painting. 1.02 QUALITY ASSURANCE A. Manufacturer: Member of Steel Door Institute (SDI). B. Reference Standards: Conform to applicable portions of the following standards: 1 . SDI-100: Recommended Specifications of Standard Steel Doors and Frames of Steel Door Institute (SDI). 2. ASTM A366: Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. 3. NFPA 80: Fire -rated door assemblies. 4. NFPA 65: Smoke -control door assemblies. C. Manufacturer shall comply with all requirements of Underwriters Laboratories where labeled doors and frames are required. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and installation schedules. B. Door Schedules: Submit schedule of doors and frames, using same reference marks or numbers for doors and details as that shown on the Drawings. C. Shop Drawings: Submit shop drawings indicating general construction, configurations, jointing methods, reinforcement and location of cutouts for louvers or glazing. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all hollow metal doors and frames in a manner to prevent damage and deterioration. B. Provide packaging, including corner guards, separators, spreaders, banding and, if prefinished, plastic or vinyl wrappings as required to protect all metal doors and frames during transportation and storage. C. Store doors upright, in a protected area, off the ground, with air space between individual pieces. Protect all finished surfaces. 081 10 - 1 0237.09 UTILITIES: WATER, SANITARY, STORM, ELECTRIC 20 Connect to exist 8" Water Main 1 ea $ 308.88 $ 308.88 1 21 8" D.I.P. 160 if $ 44.25 $ 7,080.001 22 8" Gate Valve 1 ea $ 770.64 $ 770.64 23 Misc 8" Fittings with Tbrust Restraint 1 lump sum $ 585.52 $ 585.52 24 3/4" Domestic Water Service 1 lump sum $ 5,928.00 $ 5,928.00 1 25 Domestic Backup Service for Irrigation 1 lump sum $ 6,964.88 $ 6,964.88 26 Fire Hydrant Assembly & 6" D.I.P. 1 ea $ 3,024.32 $ 3,024.32 27 Connect to exist. 12" Sanitary Sewer Main 1 ea $ 660.40 $ 660.4011 28 12" Sanitary Sewer Main 355 if $ 27.56 $ 9,783.80 1 29 Manholes 1 ea $ 1,500.72 $ 1,500.721 30 Sewage Grinder Pump System 1 lump sum $ 15,154.88 $ 15,154.88 j 31 Concrete Cutoff Wall 1 ea $ 1,768.00 $ 1,768.001 32 DELETED $ 1 33 27" RCP Class IV (CIP) 56 if $ 58.97 $ 3,302.32 34 8" SDR 35 - Culverts 460 if $ 10.45 $ 4,807.00 35 Class 6 Rip Rap - Buried 2 ton $ 170.56 $ 341.12 1 36 Water Quality Spillway Structure 1 ea $ 3,903.12 $ 3,903.12 1 37 Electrical Service & Distribution I lump sum $ 1,393.60 $ 1,393.60 38 Pedestrian light 1 ea. $ 2,231.84 $ 2,231.84 1 ACCESS DRIVE AND PARKING LOT Subtotal $ 69,509.041 I 39 Vertical Curb and Gutter 89 if $ 13.25 $ 1,179.25 40 Outfall Curb and Gutter 516 If $ 12.83 $ 6,620.28 41 Concrete Flatwork - 5" Fiber 1517 sf $ 2.66 $ 4,035.22 42 ABC Class 6 - (5 in.) 361 ton $ 23.19 $ 8,371.59 43 HBP Grading S - (4 in) 406 ton $ 46.21 $ 18,761.26 1 44 A.D.A. Access Ramps 2 ea $ 925.60 $ 1,851.20 j 45 Striping 1 lump sum $ 468.00 $ 468.00 1 Subtotal $ 41,286.801 Page 2 of 4 PART 2 PRODUCTS 2.01 STANDARD HOLLOW METAL DOORS A. Hollow Metal Doors: Doors shall be cold -rolled, pickled and oiled, stretcher -leveled, all bonderized steel sheets with clean smooth surfaces, complying with Steel Door Institute SDI-100, except as amended in this Section. 1. Type: Composite construction with flush faces and seamless with hemmed edges. Provide insulated doors where scheduled. _ a. Interior Doors: Grade I, standard -duty, Model 1, full flush design. b. Exterior Doors: Grade II, heavy-duty, Model 1, full flush design. 2. Construction: Steel face sheets bonded to 1-3/4" honeycomb or unitized steel core, 14-gage top and bottom channels and 7-gage hinge reinforcement. Provide full urethane core on exterior doors or where scheduled to be insulated door. Furnish the following minimum face sheets: _ a. Exterior Doors: 16-gage. b. Interior Doors over 36" Wide or 72" High: 16=gage. C. All Other Interior Doors: 18-gage. 3. Sizes: As scheduled on the Drawings, 1-3/4" thick, unless otherwise indicated. 4. Style: a. "Regent Door" by Ceco as basis of design for honeycomb core. b. "Imperial Door" by Coco as basis of design for insulated core. C. "Medallion Door" by Ceco as basis of design for unitized steel core. 5. Finish: Shop -prime as specified below. B. Approved Manufacturers: 1. Ceco Corp., Brentwood, TN, distributed locally by Architectural Doors, Denver, CO, (303) 322-1410. 2. Curries, Mason City, IA, (515) 423-1334. 3. Kewanee Corp., Kewanee, IL, (800) 447-5687. 4. Republic Doors, distributed by Hahl-Kern Inc., Denver, CO, (303) 733-5909. 5. Manufacturers providing products of same design, performance and function are -- acceptable as approved by the Architect prior to bidding. 2.02 STANDARD HOLLOW METAL FRAMES A. Hollow Metal Frames: Frames shall be cold -rolled or hot -rolled, pickled and oiled steel, all bonderized sheets, complying with Steel Door Institute SDI-100, except as amended by this Section. Except where other gages are indicated or specified, fabricate frames from steel not lighter than the following: a. Exterior Doors: 14-gage. — b. Single Interior Doors over 36" Wide: 14-gage. C. All Other Frames: 16-gage. 1. Type: Mitered corners, fully welded frames. Knockdown -type frames are not permitted, unless approved for use in interior fire -rated assemblies. 2. Sizes: As shown and scheduled on the Drawings. 3. Finish: Shop -primed as specified below. 4. Silencers: Manufacturer's standard resilient type, minimum three (3) per jamb, equally spaced. 5. Jamb Anchors: a. Masonry Construction: Corrugated or other deformed type, adjustable anchors, four (4) per jamb. - 08110-2 0237.09 6. Floor Anchors: 16-gage, one (1) per jamb. B. Approved Manufacturers: 1. Ceco Corp., Oak Brook, IL, distributed locally by Ceco Door Division, Fountain, CO, (303) 382-7930. 2. Curries, Mason City, IA, (515) 423-1334. 3. Kewanee Corp., Kewanee, IL, (800) 447-5687. 4. Republic Doors, distributed by Hahl-Kern Inc., Denver, CO, (303) 733-5909. 5. Manufacturers shall be the same as those for hollow metal doors. 2.03 FIRE -RATED HOLLOW METAL DOORS AND FRAMES A. Doors and Frames: Manufacturer's standard door and frame construction for fire -rated assemblies. Refer to the Drawings for UL label requirements. 2.04 ` PROFILES A. Hollow Metal Frames for Doors: Jamb sections shall be standard 2" wide x 5-3/4" deep, double -rabbeted, with 7/16" returns, or as shown on the Drawings or required by specified wall construction, except as noted below. Supplier to verify profile specified with wall construction and furnish jamb sections with the required depth. 1. Head Sections: Provide 4" head sections for frames where shown or scheduled on the Drawings. 2. Sill Sections of Transoms: As shown on the Drawings. B. Miscellaneous Filler and Closure Shapes: Fully weld to standard profiles and grind smooth as detailed on the Drawings. 2.05 FABRICATION A. Hollow Metal Doors: Fabricate doors in accordance with Steel Door Institute requirements and recommendations. 1 . Fabricate doors of type, sizes and designs indicated. Provide door clearance of 1 /8" at jambs and heads and 5/8" at bottoms. Doors shall have lock edges beveled 1 /8" in 2". 2. Finished work shall be rigid, neat in appearance and free from defects. Form moulded members straight and true, with joints coped or mitered, well formed and in true alignment. All welded joints on exposed surfaces shall be dressed smooth so they are invisible after finishing. 3. Mechanically interlock longitudinal seams. Leave seams invisible or weld, fill and grind smooth. Close top and bottom edges of all hollow metal exterior doors to provide a weather seal, provided as part of door construction. 4. Fabricate exterior doors with face sheets welded to perimeter stiles and inner frame members. Form perimeter frame with continuous one-piece channel at hinge edge, continuous one-piece channel at lock edge and channels at top and bottom. Inner frame members shall be continuous one-piece vertical steel rib stiffeners spaced not to exceed 6" o.c. Face sheets are to be continuously arc welded to perimeter channels. Weld face sheets to interior frame members in manner to provide a door with smooth surfaces. Spaces between stiffeners shall be sound -deadened and insulated full height of door where scheduled. 5. Fabricate interior doors with honeycomb core and steel face sheets welded to perimeter stiles and inner frame members, same as specified above. 08110-3 0237.09 6. Reinforce and prepare doors to receive hardware. Refer to Section 08700 for hardware requirements. Mortise, reinforce, drill and tap doors at factory to receive all mortise -type hardware. Provide reinforcing only for doors to receive surface -applied hardware as required. Gages of metal for reinforcing plates shall comply with manufacturer's recommendations for type of hardware used and size and thickness of doors. 7. Fill surface depressions with metallic paste filler and grind to smooth uniform finish. 8. Prepare cutouts for louvers or glazing where scheduled on the Drawings and factory install louvers where possible. 9. Chemically treat surfaces and apply one (1) coat of primer. B. Hollow Metal Frames: Fabricate frames in accordance with Steel Door Institute re- quirements and recommendations. 1. Form frames of steel to sizes and shapes as detailed. Frames shall be combination -type with integral trim and fabricated with full -welded type construction at joints. 2. Form frames with full mitered corners and stops, butt T-joints of frames and continuously weld all joints for full depth and width of frame and trim. Close all contact edges tight and dress all welds on exposed surfaces smooth and flush. 3. Finished work shall be strong and rigid, neat in appearance and free from defects. Fabricate moulded members straight and true with corner joints well formed, in true alignment and fastenings concealed. 4. Reinforce and prepare frames to receive hardware. Refer to Section 08700 for hardware requirements. a. Prepare frames at factory by templates for installation of specified type hardware. Welding of hinges to frames is not acceptable. Provide frames to receive surface -applied hardware with reinforcing plates only. Provide cover boxes in back of all hardware cutouts. 5. Provide jamb anchors per Steel Door Institute recommendations for type of wall substrate. a. Fabricate jambs of frames with dimples for machine bolt anchorage specified in paragraph 2.02 above. 6. Provide floor anchors per Steel Door Institute recommendations for anchoring frame to type of floor construction. Clips shall be adjustable and drilled for two (2) 3/8" anchor bolts. 7. Provide predrilled holes or other attachment or anchorage devices supplied by or required by other Sections. a. Aluminum sliding service windows, specified in Section 08520. 8. Place minimum of three (3) silencers on each interior single door frame. Space equally along jamb strike. Set out and adjust lock strikes to provide clearance _ for silencers. Delete silencers where door jamb gaskets or continuous weatherstripping are specified in Section 08700. 9. Fill surface depressions of hollow metal frames with metallic paste filler and grind to smooth finish. 10. Chemically treat surfaces and apply one (1) coat of primer as specified below. 2.06 FINISHES A. Shop -prime by manufacturer using a phosphatized treatment followed by a prime coat paint finish to all surfaces. Clean and chemically treat surfaces to ensure complete paint adherence. Follow with a baked -on coat of rust -inhibitive metallic oxide, zinc- . .. 081 10 - 4 0237.09 chromate or synthetic resin primer on all surfaces. Air -drying is acceptable when metal is electro-galvanized. Field finishing is specified in Section 09900. B. Shop -prime by manufacturer using a hot -dipped galvanized process in accordance with ASTM A525, with A60 or G60 coating designation, mill phosphatized. Field finishing is specified in Section 09900. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the substrates, wall openings and conditions under which the hollow metal door and frames are to be installed and notify the Contractor of conditions detrimental to the proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Contractor shall field verify dimensions and conditions governing the work of this Section prior to beginning fabrication. C. Contractor shall verify depth of all frames with specified wall constructions prior to fabrication. Notify Architect of any discrepancies or propose required modificationsin the shop drawings, noted as deviations as specified in Section 01340. D. For welded frames, provide temporary steel shipping spreaders fastened across bottom of frames. Where construction will permit concealment, leave spreaders in place after installation; otherwise remove spreaders when frames are set and anchored. In place of spreaders, frames may be strapped together in pairs with heads inverted for bracing during shipment. Before shipping, label each frame with metal or plastic tags to show their location, size, door swing and other pertinent information. Number frames to correspond to opening numbers on construction drawings. E. For doors and frames to be installed in prefabricated steel structures erected by others, Contractor shall ensure that framed opening structurals are properly sized and erected, with clearances provided as required by the hollow metal fabricator. Furnish welded frames to the site in a timely manner so as not to interfere with the erection schedule of the buildings. 3.02 INSTALLATION A. General: Installation of hollow metal doors and frames is specified in Section 06200, Finish Carpentry. B. Install frames and doors in accordance with SDI-100, except as amended in this Section. Remove shipping spreaders, set frames in position, plumb, align and brace securely until permanent anchors are set. Anchor bottom of frames to floors with expansion bolts or with power fasteners. Provide wood spreaders to maintain jamb alignment. Build wall anchors into walls, or secure to adjoining construction as indicated or specified. Where frames require ceiling struts or other overhead bracing, they shall be anchored securely to ceilings or structural framing above, as indicated or as required by site conditions. C. Frames: Install hollow metal frames plumb and square with maximum diagonal distortion of 1 /16". Ensure frames are accurately and rigidly anchored to adjacent construction. D. Grout all exterior hollow metal frames full with masonry mortar after installation in masonry or concrete construction; foam in insulation in frames scheduled for insulated doors in other construction, and frames in fire -rated assemblies where required by the 08110-5 0237.09 applicable assembly. E. Doors: Install hollow metal doors plumb and square with maximum diagonal distortion of 1 /16". Install hardware in accordance with requirements of Section 08700 and _ adjust as necessary for proper operation. F. After installation, touch-up scratched or damaged surfaces. Use type of primer identical to that used for shop coat. _ G. Coordinate installation of glass and glazing in doors, sidelites, and transoms, where scheduled. H. Coordinate installation of mechanical units or louvers, furnished by Division 15, into hollow metal doors and/or frames, if applicable. Ensure the compatibility of sizes, materials, finishes and anchorages. I. Doors are to be finished without hardware. Coordinate with painting trades. Masking of hardware is unacceptable. _ 3.03 PROTECTION AND CLEANING A. Protect doors and frames from damage during transportation and at site. After installation, protect doors and frames from damage during subsequent construction activities. Damaged work will be rejected and shall be replaced at no additional cost to -' the Owner. B. Clean all surfaces of hollow metal doors and frames, and leave prepared for field finishing. Refer to Section 09900, Painting. END OF SECTION 08110 - 6 0237.09 SECTION 08331 STEEL SECTIONAL OVERHEAD DOORS PART GENERAL 1.01 WORK INCLUDED A. Furnish and install insulated steel sectional overhead doors, manually operated, as scheduled on the Drawings for exterior locations. B. Furnish and install miscellaneous door accessories. C. Related work specified elsewhere: 1. Section 05999, Miscellaneous Metals: Steel jamb and head frame. 2. Section 09900, Painting. 1.02 QUALITY ASSURANCE A. FS QQ-S-775: Steel sheets, carbon, zinc -coated (galvanized) by the hot -dip process. B. Design Criteria: Doors shall be designed to withstand horizontal wind load of 20 psf minimum. Deflection of door in horizontal position shall be 1 /120 of door width maximum. C. Certification: Manufacturer shall certify that steel sectional overhead door systems furnished are appropriate for the opening sizes scheduled, the type of structural support provided and the track configuration and all materials specified. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and shop drawings indicating unit sizes, configurations, accessories and assembly details. 1. Manufacturer/Supplier shall review all aspects of the doors, operators and installation specified herein or shown on the Drawings prior to fabrication and notify the Architect of any discrepancies. B. Shop Drawings: Submit shop drawings indicating. pertinent dimensioning, general construction, component connections and details, accessories, anchorage methods, hardware locations and installation details. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver doors and hardware in manufacturer's packaging complete with installation instructions. 1.05 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in material, workmanship and installation by the distributor. 08331 -1 0237.09 PART 2 PRODUCTS 2.01 INSULATED STEEL SECTIONAL OVERHEAD DOORS A. General: Heavy-duty 3" insulated and thermally broken steel sectional overhead doors, with interior and exterior skin material mechanically interlocked and pressure bonded to an expanded polystyrene core. B. Door Sections: 3" thick 26-gage roll -formed from commercial quality hot -dipped galvanized steel per ASTM A525 and A526. Each door section to have two (2) deep ribs and four (4) pencil grooves nominal for added strength; tongue -and -groove joint between sections for weathertight closure. C. Core Material: 2-7/8" thick elementally stable expanded polystyrene. D. Stiles: End stiles to be 14-gage hot -dipped center stiles to be galvanized steel with r' thermal break. E. Thermal Performance: Section .set shall have overall U-value of 0.0738 minimum (R=13.55), as tested in accordance with ASTM C236. 1. Maximum air infiltration at door perimeter: 0.81 cfm per foot at 25 mph wind velocity. 2. No air leakage shall be detected between section joints when tested in accordance with ASTM E283. F. Thermal Break Seals/Weatherstripping: Provide perimeter seals for jambs, header and floor as follows: _ 1. Thermal Break/Section Joint Seals: Interior and exterior skins shall be separated along their length by integral dual durometer vinyl section joint seal, attached with mechanical interlock. 2. Floor Seals: Bottom seal shall be flexible U-type vinyl encased in an extruded aluminum retainer. 3. Jamb Seals: EPDM rubber blade attached to a rigid vinyl snap -on extrusion, mounted to the track angle. 4. Header Seals: EPDM rubber sealing strip, attached by a galvanized steel retainer. G. Tracks: Galvanized track, manufacturer's standard size for particular door size. Tracks to be bracket- or continuous -angle mounted and fully adjustable for sealing door to jamb. Horizontal track to be adequately reinforced with continuous angle. H. Track Configuration: Normal headroom, single incline, or type recommended by manufacturer for installation. I. Spring Counterbalance: Heavy-duty oil tempered wire torsion springs on continuous _ ball bearing cross header steel shaft. Galvanized aircraft -type lifting cables with minimum safety factor of 5 to 1. J. Hardware: Hinges and brackets to be galvanized steel. Track rollers shall be ten 0 0) 1/4" diameter hardened steel balls per roller (2") and ten (10) 5/16" diameter hardened steel balls per roller (W). K. Locks: _ 1. Exterior Lock: Schlage cylinder with night latch and steel bar engaging track. 2. Interior Lock: Provide interior deadbolt with hole for padlock. Padlock supplied by Owner. L. Frames: Door openings are in structural concrete block masonry. Structural steel plate jambs and head are specified in Section 05999. - 08331 -2 0237.09 M. Finish: 1 . Field finishing of exterior surfaces specified in Section 09900. Interior surfaces to remain as primed by manufacturer. N. Accessories: Provide manufacturer's standard door panel accessories, complete with all anchorages, trims and weatherseals as required for a complete installation. 0. Operation: Manual. P. Approved Models and Manufacturers: 1. Tri-Core, manufactured by Raynor Manufacturing Co., Dixon, IL, (815) 288- 1431, as basis of design. 2. Alpine Overhead Doors, Inc., Brooklyn, NY, (800) 257-4634. 3. Delden Manufacturing Co., Inc., Kansas City, MO, (816) 221-2844. 4. Kinnear, Columbus, OH, (614) 294-5509. 5. McKee Door, Aurora, IL, (312) 897-9600. 6. Overhead Door Corp., Dallas, TX, (214) 233-661 1. 7. Atlas Roll-Lite, Edison, NJ. 8. Northwest Door Inc. 9. Manufacturers providing materials of same design, function and performance are acceptable only as approved by the Architect prior to bidding. PART 3 EXECUTION 3.01 PREPARATION A. Manufacturer/Supplier shall review all aspects of the doors, operators and installation specified herein or shown on the Drawings prior to fabrication and notify the Architect of any discrepancies. B. Ensure that track configuration specified is compatible with headroom prior to fabrication. C. Ensure that pre-engineered steel overhead door structurals have been properly installed by the .prefabricated steel structures erector. D. Ensure that adequate clearances have been provided for air curtain or other mechanical equipment. 3.02 INSTALLATION A. General: Install sectional overhead doors and tracks in accordance with manufacturer's instructions and recommendations. B. Fit, align and adjust complete door assemblies level and plumb, to provide smooth operation. C. Install operating hardware and lubricate as necessary for smooth operation. 3.03 TESTING AND CLEANING A. Test sectional overhead door operation and electric operator functions in the presence of the Owner's principal representative. B. Clean all sectional door panels, tracks, hardware and accessories, and leave exterior surfaces prepared for field finishing specified in Section 09900. END OF SECTION 08331 -3 0237.09 No Text SECTION 08700 FINISH HARDWARE PART GENERAL 1.01 WORK INCLUDED A. Furnish finish hardware for interior and exterior doors, other than specified in specific door Sections. B. Furnish specialty finish hardware items, including electronic, timer -controlled magnetic locks. C. Furnish keys in keyed groups as indicated, and deliver keys to Owner as specified. D. Related work specified elsewhere: 1. Section 01600, Material and Equipment. 2. Section 06200, Finish Carpentry: Installation. 3. Section 08110, Standard Steel Doors and Frames. 4. Section 08331, Steel Sectional Overhead Doors. 5. Division 16, Electrical: Timer -controlled Magnetic Locks. 1.02 QUALITY ASSURANCE A. Reference Standards: Conform to the current requirements and recommendations of applicable portions of standards, codes and specifications, except where more stringent requirements are shown or specified. 1. ANSI Al 15.2: Door and Frame Preparation for Bored or Cylindrical Locks for 1- 3/4" Doors. 2. ANSI Al 15.4: Door and Frame Preparation for Lever Extension Flush Bolts. 3. ANSI All5.9: Door and Frame Preparation for Closer, Offset Hung, Single - Acting. 4. ANSI Al56.1: Butts and Hinges. 5. ANSI Al56.2: Locks and Lock Trim. 6. ANSI Al56.4: Door Controls (Closers). 7. ANSI Al 56.6: Architectural Door Trim. 8. ANSI Al 17.1-1992: Specifications for Handicapped Accessibility. 9. Americans with Disabilities Act, 1996: Specifications for Handicapped Accessibility. 1.03 SUBMITTALS A. Hardware Schedule: Submit schedule of each type of hardware required for job in accordance with Section 01340, indicating door location, type, quantity required, style, finish and keying group. B. Templates: Supply hardware templates to Section 06200, Finish Carpentry, and respective Sections of Divisions 8 and 13 prior to hardware installation. C. Provide manufacturer's parts list and maintenance instructions for each type of hardware supplied and necessary tools required for proper maintenance of hardware. 08700 - 1 0237.09 CORE AREA 46 Restroom 1 lump sum $ 114,563.28 $ 114,563.28 1 47 Prefabricated Picnic Shelter 1 lump sum $ 17,431.44 $ 17,431.441 48 Seat Wall; retaining wall w/ stucco finish 25 if $ 81.12 $ 2,028.00 1 49 Concrete Flatwork - 5" Fiber 6161 sf $ 2.58 $ 15,895.38 1 50 Colored Concrete Flatwork - 5" Fiber 1796 sf $ 3.55 $ 6,375.80 1 51 Granite boulders 20 ton $ 113.36 $ 2,267.20 1 52 River rock boulders 14 ton $ 127.92 $ 1,790.88 53 Cobble 5 ton $ 160.16 $ 800.801 54 Site Furnishings 1 lump sum $ 6,273.28 $ 6,273.28 1 PLAYGROUND AREAS Subtotal $ 167,426.061 I 55 Retaining Walls 160 if $ 57.20 $ 9,152.00 56 Playground Curb 309 if $ 16.98 $ 5,246.82 57 Extruded Conc. Edging (6" x 4") - Shrub Beds 390 if $ 7.28 $ 2,839.20 58 Playground Ramps (3) 90 sf $ 11.12 $ 1,000.801 59 Subdrains 1 lump sum $ 1,823.12 $ 1,823.12 1 60 Granite Boulders 19 ton $ 113.36 $ 2,153.84 61 Flagstone in Shrub Beds 20 ea $ 26.47 $ 529.40 1 62 Engineered Wood Safety Surfacing 225 cy $ 36.69 $ 8,255.25 1 63 Sand Surfacing 6 cy $ 107.12 $ 642.72 64 Crusher Fines 1,364 sf $ 1.46 $ 1,991.44 SIDEWALKS AND PATHS Subtotal $ 33,634.591 I 65 Concrete Sidewalks 7,586 sf $ 2.61 $ 19,799.461 66 Crusher Fines Path 6,612 sf $ 0.83 $ 5,487.96 1 BICYCLE COURSE Subtotal $ 25,287.421 I 67 Grading and shaping 1 lump sum $ 4,019.60 $ 4,019.601 DOG PARK Subtotal $ 4,019.601 I 68 Dog Park 1 lump sum $ 145.84 $ 145.84 BASEBALL FIELD Subtotal $ 145.841 1 69 Baseball Field 1 lump sum $ 21,102.64 $ 21,102.641 70 Infield Mix 465 ton $ 20.70 $ 9,625.50 1 Subtotal $ 30,728.14 Page 3 of 4 1.04 KEYING A. Provide two (2) change keys for each lock. B. Provide two (2) master keys for each master keyed group. C. Provide two (2) grand master keys, if required. D. Provide one (1) master key for installation in the key access box, specified in Section ; 10520, for fire department use. E. Master Key Groups (review with Owner and Architect): 1. Key entire building to Owner's existing Master key system. 2. Key all building entry doors together. 3. Key all maintenance service rooms, janitor's equipment rooms and mechanical/electrical equipment rooms together. F. Stamp or engrave each key with appropriate keying designation (MASTER, 1 AA, 2AA, etc.). When keys are turned over to Owner at completion of the project, secure keys with same keying designation on same ring, one (1) ring for each keying designation. G. Key Blanks: Provide Owner with specified quantity of blanks for keying separate from this contract. 1. Quantity: 5. H. Deliver keys to the Owner as specified in paragraph 1.06.13. below. 1.05 HARDWARE FUNCTIONS — CYLINDER LOCKS (BHMA) A. F-75 (410) Passage Latch: Latchbolt operated by knob from either side at all times. B. F-76 (420) Privacy Lock: Latchbolt operated by knob from either side. Outside knob locked by push button inside and unlocked by emergency key from outside or rotating knob from inside. C. F-81 (451) Office or Entry Lock: Deadlocking latchbolt operated by knob from either side, except when outside knob is locked by turn button in inside knob. When outside - knob is locked, latchbolt is operated by key in outside knob or by rotating inside knob. Turn button must be manually rotated to unlock outside knob. D. F-84 (455) Classroom Lock: Deadlocking latchbolt operated by knob from either side, except when outside knob is locked, latchbolt is operated by key in outside knob or by rotating inside knob. E. F-86 (457) Storeroom/Utility Space Door Lock: Deadlocking latchbolt operated by key in outside knob or by rotating inside knob. Outside knob is always fixed. F. F-91 Door Locks: Deadlocking latchbolt operated by key from both sides. G. Deadlocks: 1. E-2141: Deadbolt operated by key from either side. Bolt automatically deadlocks when fully thrown. 2. E-2151: Deadbolt operated by key from outside and turn button from inside. _ Bolt automatically deadlocks when fully thrown. 1.06 DELIVERY, STORAGE AND HANDLING A. Neatly and securely package hardware items and identify for individual location and use. B. Keys shall be delivered directly to the Owner by certified mail, unless arranged otherwise at the Pre -Construction Conference or by subsequent written direction from the Owner. 08700 - 2 0237.09 1.07 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in materials and workmanship. PART PRODUCTS 2.01 FINISH HARDWARE A. General: Furnish hardware items of the type, function, quality and quantity to meet the requirements of this Section and for a complete and operational installation. Products listed are indicative of the design, grade, construction, size and type to be used by the listed manufacturer. Alternate products of same quality, function, performance and design are acceptable in conformance with Section 01600, unless limited by the specific requirements of Section 01 600 or this Section. 1. Hinges: Stanley, Bommer, Hager, Mont -Hard or McKinney. 2. Closers: LCN, Norton or Dorma. 3. Locksets and Latchsets: a. Commercial Line: Schlage only. 4. Deadbolts: Schlage only. 5. Thresholds and Weatherstripping: Pemko, Reese, Zero, Master Manufacturers or Barrier Systems by Hager. 6. Trim, Stop and Holders: Hager, Trimco, Rockwood, Quality or Master Manufacturers. 7. Panic Sets: Corbin, Sargent, Dorma or Von Duprin. 8. Door Gaskets and Sweeps: Pemko, Reese, Zero, National Guard Products Inc. or Barrier Systems by Hager. 9. Electric Power Supply: Securitron, BPS-24-1 with battery. 10. Panic Set: Securitron, TSB-3CL touch bar. 11. Electronic Timer: Access Support, DT-7. 12. Electromagnetic Lock: Magnalock Model 62, with bracket as required by location. 13. Manufacturers furnishing finish hardware items of the same function, design, appearance, quality and performance are acceptable as approved by the Architect prior to bidding except where restricted in Section 01600 or elsewhere in this Section. B. Consistency: Hardware lines shall be coordinated and by the same manufacturer, at a minimum to the extent scheduled: 1. All closers shall be by the same manufacturer throughout the project. 2. All cylinders, locksets and passage sets shall be by the same manufacturer and of the same finish, unless otherwise indicated. Coordination of keying shall be the responsibility of the hardware supplier for these items. 3. Deviations from consistency of one manufacturer are only acceptable when available designs are not satisfactory. C. Handing: Handing shall be the responsibility of the hardware supplier, to be reviewed by the Architect as a part of the Hardware Schedule submittal. D. Special Requirements: 1. All hinges shall be ball -bearing type, unless otherwise indicated. Provide non - removable pins in all hinges of exterior outswinging doors. 08700 - 3 0237.09 2. All cores of cylinder locksets shall be interchangeable, unless otherwise specified. 3. Provide concave -shaped wall stops where scheduled with privacy -type push button locksets. Use convex -shaped wall stops elsewhere. 4. Where kickplates are specified for only one side of each door leaf, install on active side, or as recommended by the supplier. 5. Closers shall be provided with hold -open capability, except where part of a fire - rated door assembly. 6. Closers shall be parallel arm type for push side applications, and mounted on the _ room side of all doors where possible. Regular arm -type closers are acceptable for pull side applications. E. Accessibility: Door hardware shall conform to the requirements of ANSI A117.1, current edition, the Americans with Disabilities Act (ADA) for handicapped accessibility, and the Uniform Federal Accessibility Standards. - 1. All doors shall have lever trim as scheduled in this Section. F. Approved Manufacturers: 1. Refer to paragraph 2.01.A. above for approved manufacturers for specific types of finish hardware. 2. Corbin Russwin Architectural Hardware, Charlotte, NC, (800) 543-3658. 3. Dorma Architectural Hardware, Reamstown, PA, (800) 523-8483. 4. Emtek Products, Inc., Industry, CA, (800) 356-2741. 5. Glynn -Johnson, Indianapolis, IN, (317) 613-8940. 6. Hager Companies, St. Louis, MO, (800) 325-9995. 7. Ilco Unican, Winston Salem, NC, (800) 849-8324. 8. LCN, Princeton, IL, (800) 526-2400. - 9. Pemko, Ventura, CA, (800) 283-9988. 10. Schlage Lock Co., Colorado Springs, CO, (719) 264-5300. 11. The Stanley Works, New Britain, CT, (800) 337-4393. }-- 12. Trimco, Los Angeles, CA, (323) 262-4191. 13. Weiser Lock, Tuscon, AZ, (800) 677-5625. 14. Manufacturers providing products of same quality, function, performance, design and finishes are acceptable in conformance with Section 01600, unless limited by the specific requirements of Section 01600 or this Section. 2.02 COMMERCIAL HARDWARE DESIGNS AND FINISHES A. General: Design of finish hardware shall comply with the requirements specified in paragraph 2.01 above. B. Commercial Line: Heavy-duty, commercial grade hardware. 1. Sargent 10 Line key -in -lever handle as basis of design. _ C. Commercial Grade Trims: 1. Lever trim: LL by Sargent or equal. D. Commercial Line Finish: 1. US26D, Satin Chromium. E. Threshold Finish: Mill finish cast or extruded bronze. 2.03 SCHEDULE OF HARDWARE ITEMS A. Approved models and manufacturers, as basis of design: 08700 - 4 0237.09 1. Locksets and Latchsets: a. Commercial Line: Sargent Line 10 with lever handle as scheduled, 2- 3/4" backset. 2. Hinges: McKinney TA2714, Stanley or Hager BB1279, steel, full -mortised, 5- knuckle ball bearing, 4-1/2" x 4-1/2", NRP. 3. Deadbolts: a. Commercial Line: Schlage B-600 Series, Heavy Duty. 4. Closers: LCN 4000 Series, with full molded cover. Provide delayed -action option where scheduled. 5. Push Plates/Pull Bars: Master Manufacturing M-604 x M-163, 8". 6. Kickplates: Trimco, 10" x length recommended for door width, 16-gage, (.050" aluminum) (polished brass), beveled edges. 7. Saddle Thresholds: Pemko 271 A-5, flat, or Reese S483AV-5" with integral vinyl stop. All thresholds shall be handicapped accessible. 8. Sweep: Pemko 307AV. 9. Weatherstripping: Pemko 316AV for hollow metal doors/frames. 10. Wall Stop: Ives 407. Use wall -type, unless door position requires otherwise. 11. Floor Stop: Ives 438. 12. Wall Stop/Holder: Ives 449 holder and stop. 13. Floor Stop/Holder: Ives 450 holder and stop. 14. Door Bottom: Pemko 317AN. Mount with neoprene bulb under door if conditions permit. B. Furnish hardware items as listed in Schedule at the end of this Section, complete to the function intended. C. Furnish all accessory hardware items as required for a complete installation, including strikes and anchorage devices. 2.04 SPECIALTY FINISH HARDWARE A. Electronic, Timer -Controlled Magnetic Lock: Low -voltage electronic magnetic lock with a holding force of at least 1,200 lbs. for standard 1-3/4" hollow metal door applications. 1. Operating Voltage: 24VDC. 2. Current Draw: 0.50 amp at 24 volts. 3. Door/Frame Mounting Position: Manufacturer's standard head mounting. 4. Options: Provide manufacturer's standard adjustable time delay to allow automatic delay relocking signal from 4 to 30 seconds. 5. Power Supply: UL-listed modular power unit with plug-in dual control modules and field -selectable 24V output .voltage, BPS-24-1 Series by Securitron or approved equal. Provide the following power supply options: a. Dual Control Module: Plug-in PC card providing separate sections for control of two (2) individual doors. b. Time Delay Module: Plug-in PC card providing an adjustable (0-30 seconds) delay on relock. 6. Accessories and Hardware: Provide all required accessories, strikes, hardware, trims and other items necessary for a complete and operational locking system. a. All wiring shall be concealed and vandal resistant. b. All exposed fasteners shall be tamper resistant. 7. Finish: Manufacturer's standard finish, to match finishes specified in paragraph 2.02 above. 08700 - 5 0237.09 8. Approved Manufacturers: a. BPS Series by Securitron, Sparks, NV, as basis of design. b. Manufacturers providing products of same design, function, performance and quality are acceptable as approved by Architect prior to bidding. B. Electronic Magnetic Controller: Manufacturer's standard, general-purpose 24-hour digital timer, to be compatible with the electronic magnetic lock specified in paragraph A. above. 1. Controller shall provide accurate, dependable, fully automatic control on a daily repeating cycle for a 7-day period. _ 2. Time of Day Clock: Manufacturer's standard 60-minute vernier time digital clock. 3. Housing: NEMA-1 type indoor cabinet of heavy gage sheet steel with permanently hinged, lockable cover. Provide manufacturer's standard knockouts for conduit/wire connections. 4. Manual Control: Provide manufacturer's standard manual operation by means of an "ON/OFF" switch. Such manual override will not interfere with subsequent automatic operations or require reprogramming of the timer. 5. Finish: Housing shall be manufacturer's standard gray enamel finish. 6. Approved Manufacturers: a. DT-7 Automatic Time Switch by Securitron, Sparks, NV, as basis of design. b. Manufacturer providing products of same design, function, performance and quality are acceptable as approved by the Architect prior to bidding, provided controller is by the same manufacturer as the specified electronic lockset. C. Control Stations: Manufacturer's standard manual override/emergency exit touch bar, to allow the electronic magnet to be released from the inside of the room. 1. Touch bar: Manufacturer's standard 36" long touch bar, handicapped accessible, clear finish. 2. Status Indicator Lights: None. 3. Provide one (1) manual touch bar in each restroom equipped with the specified electronic magnetic lock. 4. Approved Manufacturer's: - a. TSB Series by Securitron, Sparks, NV, as basis of design. -� b. Manufacturer providing products of same design, function, performance and quality are acceptable as approved by the Architect prior to bidding, provided manual control station is by the same manufacturer as the specified electronic lockset. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the doors, frames and other substrates that are to receive finish hardware and notify the Contractor of any existing condition that will be detrimental to the successful installation and performance of the hardware. Do not install hardware until such conditions have been corrected to the satisfaction of the Installer. B. Ensure that door cutouts or bores for hardware and frame cutouts for strike plates are properly aligned. 08700 - 6 0237.09 C. Do not install finish hardware until doors, frames and other substrates have been painted, stained or otherwise finished as specified in other Sections. 3.02 INSTALLATION OF HARDWARE A. General: Install hardware in accordance with manufacturer's recommendations, using proper templates. B. Mounting Heights: Maintain following mounting heights for doors, from finished floor to center line of hardware item: 1. Locksets and Latchsets: 40", unless special height requirements are specified elsewhere. 2. Pulls and Push Plates: 39". 3. Deadlocks: 48". C. Verify compliance of mounting heights with ANSI A117.1-1992 and ADA-1990 requirements. D. Ensure proper operation of all finish hardware items. Adjust alignments as necessary for smooth operation. 3.03 HARDWARE FURNISHED TO OTHER SECTIONS A. Section 08330, Steel Sectional Overhead Doors: 1. Hardware supplier to furnish Schlage core for overhead door. 3.04 HARDWARE SCHEDULE A. General: While the following Hardware Schedule is intended to cover all doors and other movable parts of the project and establish a type and standard of quality, it shall be the specific responsibility of the finish hardware supplier to examine the Drawings and Specifications and furnish proper hardware for all openings, whether listed or not. If there are any omissions in the hardware groups, the hardware supplier shall notify the Architect prior to bid opening for instructions; otherwise, the list will be considered complete. No extras will be allowed by the Owner or the Architect. B. It is intended that the following groups be complete in the coverage of required items, but it is the responsibility of the hardware supplier to furnish finish hardware necessary for a complete installation, particularly in regard to fire -rated doors. Where items are referred to in the singular, they shall be furnished in numbers sufficient for a complete installation. C. Every attempt has been made to coordinate the finish hardware items between each other and with doors, etc. to which they are to be installed. It is the responsibility of the hardware supplier to ensure the compatibility of the finish hardware supplied with both related hardware items and the doors, etc. to which they are to be used. D. Hardware Notes: 1. Ea. refers to each leaf. 2. LH refers to left-hand leaf only. 3. RH refers to right-hand leaf only. 4. All other handing shall be the responsibility of the hardware supplier. 08700 - 7 0237.09 PART 4 SCHEDULE 4.01 HARDWARE GROUPS Group A" 1 ea. Cylinder, Schlage to fit overhead door Remainder of hardware by manufacturer. Group B 1 ea. Panic set 1 ea. Magnetic lock 1 1/2 pr. Hinges 1 ea. Closer 1 ea. Threshold 2 ea. Kickplate 1 ea. Push/pull 1 ea. Door stop 1 ea. Door bottom 1 set Weatherstripping 1 Power supply 1 Battery 1 Timer Group C 1 ea. Lockset F-86 1 ea. Deadlock 1 1/2 pr. Hinges 1 ea. Closer 1 ea. Kickplate 1 ea. Door stop with holder 1 ea. Door bottom 1 set Weatherstripping Group D 1 ea. Lockset F-86 1 1/2 pr. Hinges 1 ea. Closer 1 ea. Kickplate 1 ea. Door stop with holder 1 ea. Door bottom 1 set Weatherstripping Group E 1 ea. Heavy duty safety hasp 1 1/2 pr. Hinges END OF SECTION 08700 - 8 0237.09 SECTION 09260 GYPSUM WALLBOARD PART GENERAL 1.01 WORK INCLUDED A. Furnish and install interior gypsum wallboard, adhesives, accessories and trim. B. Furnish and install exterior gypsum wallboard, adhesives, accessories and trim, except exterior gypsum sheathing specified elsewhere. C. Furnish and install interior gypsum wallboard, adhesives and accessories for required draft stops and fire ratings. D. Texture and finish gypsum wallboard surfaces as specified. E. Related work specified elsewhere: 1. Section 06100, Rough Carpentry. 2. Section 06200, Finish Carpentry. 3. Section 08110, Standard Steel Doors and Frames. 4. Section 09900, Painting. 1.02 QUALITY ASSURANCE A. Conform to the current requirements and recommendations of applicable portions of standards, codes and specifications, except where more stringent requirements are shown or specified. B. Fire -Rated Partitions: Listed and labeled by Underwriters Laboratories (UL), 1-hour or as indicated on the Drawings. C. Reference Standards: Install gypsum wallboard in accordance with applicable Gypsum Association (GA) publications, including but not limited to: 1. Gypsum Board Finishes: GA-214-89. 2. Application and Finishing of Gypsum Board: GA-216-89. 3. Weather Protection: GA-220. 4. Application of Gypsum Sheathing: GA-253. 5. Application of Gypsum Board as a Roofing Substrate: GA-275. 6. Fire -Resistive Construction: GA-600-92. D. Reference Standards: Install gypsum wallboard in accordance with applicable sections of the following codes and standards: 1. Uniform Building Code, current edition: Blocking and draft stops. 1.03 SUBMITTALS A. Samples: Texturing subcontractor shall prepare a series of minimum 24" x 24" samples of each type of texture specified for approval of the Architect. B. Sample Area: Contractor shall prepare a wall/ceiling area within one room for approval of general quality and workmanship by the Owner and Architect, to include gypsum wallboard installation, taping, joint preparation, sanding and texturing. Sample area, when approved, shall be used for the standard of comparison for the balance of work. 09260 - 1 0237.09 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site in original unopened packages, containers or bundles with labels intact bearing type, sizes and thicknesses, brand name and name of manufacturer. B. Handle wallboard carefully to avoid abrading surfaces or edges. C. Store materials flat, under cover, on level platforms, with edges, ends and surfaces properly protected from weather, undue sagging and damage. 1.05 ENVIRONMENTAL CONDITIONS A. Maintain ambient temperatures at not less than 55° F for the period of 24 hours before drywall finishing, during installation and until compounds are dry. ^ PART 2 PRODUCTS 2.01 GYPSUM WALLBOARD A. General: Provide gypsum wallboard materials in 48" widths complying with FS SS-L- 30D. B. Fire -Rated Gypsum Wallboard: UL-rated, 5/8" thick, maximum permissible lengths, tapered edges. C. Fire -rated, Exterior Gypsum Soffit Board: UL-rated, 5/8" thick, maximum permissible lengths, tapered edges, exterior -grade facings. D. Approved Manufacturers: 1. United States Gypsum Co. Chicago, IL, and represented locally in Denver, CO, . (303) 721-9394. 2. Gold Bond Building Products, Charlotte, NC, and .represented locally in Lakewood, CO, (303) 988-5005. - 3. American Gypsum, Albuquerque, NM, (800) 545-6302. .- 4. Manufacturers providing materials of same function and performance are acceptable. 2.02 GYPSUM WALLBOARD ACCESSORIES A. General: Provide gypsum wallboard accessories in accordance with GA 216. B. Corner Beads and Edge Trim: Manufacturer's standard galvanized steel beaded units with flanges for concealment in joint compound. C. Radius Corners, Coves and Special Mouldings: Aluminum or galvanized steel units with flanges for concealment in joint compound. Refer to the Drawings for specific conditions or details. 1. Beadex Drywall Accessories, Renton, WA, (800) 726-2397, or equal. D. Shims: 2" wide cardboard or paper drywall shims, for shimming wood frame construction. E. Joint Tape: Perforated or nylon mesh type, as recommended by the manufacturer. F. Joint Compound and Finishing Systems: ASTM C474 and C475, Type I and Type II, ready -mixed vinyl type for interior use. Use two (2) separate grades: one specifically - for bedding tapes and filling depressions, and one for topping and sanding. 1 . Beadex Drywall Accessories, Renton, WA, (800) 726-2397. 2. Hamilton Materials, Orange, CA, (714) 637-2770. 09260 - 2 0237.09 3. Manufacturers providing materials of same function and performance are acceptable. G. Fasteners: Screws: 1. Type W bugle head, lengths as recommended by manufacturer of gypsum wallboard material for installation in wood construction. H. Control Joints: E-Z strip vinyl expansion joint or as recommended by manufacturer of gypsum wallboard. I. Primer: Products as recommended by the manufacturer, compatible with both the gypsum wallboard and texturing materials furnished. J. Texturing: 1. Spray -Applied Texture: Light orange peel texture, USG Spray Texture Finish, or equal. K. Adhesive: Manufacturer -approved drywall adhesive, oil -based. 1. Formula 38 Drywall and Construction Adhesive, Ohio Sealants, Inc. or equal. L. Provide auxiliary materials and accessories for gypsum drywall work of the type and grade recommended by the gypsum wallboard manufacturer. 2.03 INSTALLATION SCHEDULE A. Install 5/8" fire -rated gypsum wallboard in the following locations: 1. All interior ceilings of storage rooms. B. Install 5/8" fire -rated, exterior gypsum soffit wallboard in the following locations: 1. All exterior soffits. 2. All ceilings of toilet rooms. C. Moisture -resistant gypsum wallboard panels shall not be installed on ceilings or horizontal soffits. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine the wall, ceiling and soffit rough framing, and other substrates to receive gypsum drywall and the conditions under which gypsum drywall is to be installed and notify Contractor of conditions detrimental to the proper and timely completion of the work. Do not proceed with the installation until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. B. Ensure that wood framing has been properly installed, providing substrates that will permit the gypsum wallboard systems to be installed creating level, smooth and flush surfaces, sharp and straight edges and corners, and plumb and even returns. 1. Install gypsum wallboard shims where necessary to remove minor variations in framing and to provide finished surfaces of specified levelness and flushness. 2. Advise Contractor to remove and replace sections of ceiling or soffit framing that cannot adequately be corrected by the installation of shims. C. Ensure that plywood underlayment has been properly, installed over framing for exterior gypsum wallboard applications. 3.02 GYPSUM WALLBOARD INSTALLATION A. General: Install gypsum wallboard in accordance with applicable Gypsum Association (GA) publications, including but not limited to: 09260 - 3 0237.09 IRRIGATION 71 Irrigation System - 9,000/ac 1 lump sum $ 36,427.04 $ 36,427.041 Subtotal $ 36,427.041 LANDSCAPING I 72 Fine Grading 10.8 ac $ 289.12 $ 3,122.501 73 Shade Trees 32 ea $ 250.64 $ 8,020.48 j 74 Evergreen Trees 32 ea $ 269.36 $ 8,619.52 1 75 Ornamental Trees 12 ea $ 195.52 $ 2,346.24 76 Shrubs #5 44 ea $ 30.16 $ 1,327.04 j 77 Vines, Grasses, Perennials #1 36 ea $ 9.83 $ 353.88 78 Perennials 2 1/4" 38 ea $ 5.72 $ 217.36 1 79 Irrigated Seed 4.8 ac $ 6,167.20 $ 29,602.561 80 Non -Irrigated Seed 6 ac $ 2,231.84 $ 13,391.04 t Subtotal $ 67,000.621 I BASE BID Subtotal $613,716.58 j Alternate Bid Items Alternate Bid Item # 1 j Multi -Use Court (add) 1 lump sum $ 28,080.00 $ 28,080.001 1 1 1 Alternate Bid Item #3 1 Fescue Sod (add sod -and deduct seod9 9,818 sf $ 0.73 $ 7.167.14 I / / / R[ConstruoKon Total $648.962.721 re Seal - If Bid is by Corporation Attest: a3 Page 4 of 4 1. Gypsum Board Finishes: GA-214-89. 2. Application and Finishing of Gypsum Board: GA-216-89. 3. Fire -Rated Door Frames in Fire -Rated Partitions: GA-219. 4. Weather Protection: GA-220. 5. Gypsum Board Applied to Curved Surfaces: GA-226. 6. Application of Gypsum Sheathing: GA-253. 7. Application of Gypsum Board as a Roofing Substrate: GA-275. 8. Fire -Resistive Construction: GA-600-92. " B. Installation Method: 1. Gypsum Wallboard for Interior Soffits and Ceilings: Screw only. 2. Gypsum Wallboard for Exterior Soffits: Screw only. C. Wood Frame Construction: Install specified cardboard or paper shims as necessary to correct minor defects and alignment in wood framing members. D. Refer to paragraph 3.04 for installation of expansion joints, corner and edge trims, and other miscellaneous trims. E. Tape, fill and sand exposed joints, edges, corners, openings and fixtures to produce surface ready to receive surface finishes. Feather coats onto adjoining surfaces so that camber is maximum 1 /32". Taping, filling and sanding is required at all locations. _ Apply primer coat prior to texturing. F. Tolerances: Install, tape and finish all gypsum wallboard surfaces to maintain tolerances required by the referenced standards. G. Remove and reinstall defective work. 3.03 INSTALLATION OF BLOCKING AND DRAFT STOPS A. General: The Installer shall furnish and install gypsum wallboard for miscellaneous blocking and draft stops, whether specifically indicated on the Drawings or not, including but not limited to: 1. Draft stops in attic spaces. 2. Draft stops in soffit or other concealed spaces. 3. Blocking in wall cavities where required to isolate electrical outlet boxes, switch boxes, or other penetrations in fire -rated partitions or party walls. 4. Other areas as may be required by applicable building codes, or by state or local building officials or inspectors. 3.04 INSTALLATION OF MISCELLANEOUS TRIMS A. General: Install specified metal corner, edge and joint trims as specified herein or shown on the Drawings, or where required by field conditions to provide a complete " and finished installation. _ 1. Install radius corner, bullnose, cove or other special trims as specified herein or shown on the Drawings. B. Expansion Joints: Place expansion/control joints at locations as indicated in accordance with the manufacturer's recommendations. Joints shall not be placed at intervals greater than that recommended by gypsum wallboard manufacturer. Coordinate locations where joints are not specifically shown with the Architect in the field prior to layout. 1. Install control/expansion joints at wall or ceilings of dissimilar materials straight and flush with surfaces. 2. Install control/expansion joints at vertical intersections where interior partition walls abut exterior walls. 09260 - 4 0237.09 C. Corner Beads: Place corner beads at all external corners using longest practical lengths, in accordance with the manufacturer's recommendations. D. Edge and Miscellaneous Trims: Place edge trim where gypsum wallboard abuts .dissimilar materials and at reveals, in accordance with the manufacturer's recommenda- tions. Wrap all exposed edges of gypsum wallboard with specified edge or reveal trim, unless conditions allow the use of full-size corner bead trims. 1 . Install trims at walls or ceilings of dissimilar materials straight and flush with surfaces. 2. Install trims at columns, beams or other materials protruding from the plane of the gypsum wallboard straight and accurate, with consistent tolerance of 1 /4" maximum joint width, unless otherwise shown. 3.05 PRIMING OF GYPSUM WALLBOARD A. General: Prime all gypsum wallboard surfaces to receive texturing and further finishing in accordance with the manufacturer's instructions and recommendations. Use only priming materials that are compatible with the drywall and texturing materials to which they are applied. B. Application of primer coat shall occur prior to texturing, unless otherwise approved. C. Additional priming after texturing, if any, shall be provided by the painting subcontrac- tor as specified in Section 09900. 3.06 FINISHING OF GYPSUM WALLBOARD A. General: Apply texturing in accordance with manufacturer's written instructions and referenced standards. Ensure uniform coverage and appearance, using specified equipment. Do not texture walls to receive ceramic tile, vinyl wall coverings or adhered acoustical tile ceilings. B. Spray -Applied Texture: Spray -applied texturing shall be applied with commercial truck - mounted spray equipment. Use of hopper -type equipment will be permitted only with the specific approval of the Architect and Owner. 3.07 CLEANING AND PROTECTION A. Remove soil, stains and extraneous materials from adjacent surfaces caused by installation of drywall materials. Remove and replace materials that cannot be satisfactorily cleaned. B. Leave gypsum wallboard surfaces clean and prepared for further finish work specified in other Sections. C. Installer shall advise Contractor of required procedures for protection of the gypsum wallboard work from damage and deterioration during the remainder of the construction period. 3.08 FIELD QUALITY CONTROL A. Texturing shall be subject to evaluation to the satisfaction of the Architect, including but not limited to, the following characteristics: 1. Consistency. 2. Coverage. 3. Uniformity. 4. Compliance with approved sample(s). 09260 - 5 0237.09 B. Texturing which exhibits bubbles after drying shall be removed and reapplied. END OF SECTION 09260 - 6 0237.09 SECTION 09310 CERAMIC TILE PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install ceramic tile sills with bullnose edges at glass block unit windows. B. Related work specified elsewhere: 1. Section 07900, Sealants and Joint Fillers. 1.02 QUALITY ASSURANCE A. Reference Standards: 1. Materials and workmanship shall conform to the requirements and recommen- dations of applicable portions of the Tile Council of America, Inc. (TCA) "Handbook for Ceramic Tile Installation", current edition. 2. ANSI A108.4, Ceramic Tile Installed with Water -Resistant Organic Adhesives. 3. ANSI A118.4, Latex -Portland Cement Mortar. 4. ANSI A136.1, Organic Adhesives for Installation of Ceramic Tile. 5. TCA 137.1, Recommended Standard Specifications for Ceramic Tile. B. Quality Control: All materials used for work in this Section shall be made in one (1) batch or consecutive batches to give the greatest assurance in consistency of color, texture and size. Sufficient quantities, plus replacement of material damaged due to shipping or handling, shall be produced with reserve retained by the manufacturer for no less than 90 days from date of order. C. All materials shall be shipped with clear labeling or stamping to identify batch numbers, dates of manufacture and other pertinent information. D. Installer shall employ only tile setters who are thoroughly trained and experienced in tile work for projects of similar size and complexity. Installer shall certify that the setters are completely familiar with the requirements and recommendations of the referenced standards. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and installation instructions and recommendations, illustrating pertinent details for each type of ceramic tile and accessory specified. B. Samples: Submit samples of manufacturer's full range of colors and/or patterns of the ceramic tile materials, within the pricing categories specified, for selection by the Architect. Include all internal and external corners, bullnose and other specialty trim units. 1.04 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original sealed cartons, with labels legible and intact identifying brand name and contents. Tile cartons shall be grade -sealed by manufacturer in accordance with ANSI A137.1, Section 9, with grade seals unbroken. 09310 - 1 0237.09 1.05 ENVIRONMENTAL CONDITIONS A. Provide sufficient heat and ventilation in areas where work of this Section is to be performed to allow ceramic the to properly set. Take precautionary measures necessary to ensure that excessive temperature changes do not occur. B. Make necessary provisions for dust control. Use dustless operations wherever possible. C. Vent temporary heating devices directly to the outside to avoid carbon dioxide damage to new tile work. 1.06 MAINTENANCE STOCK A. Contractor shall furnish Owner at least one-half (1/2) carton of replacement tiles in each color, size, and type used on the project. Refer to Section 01600. 1.07 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in materials and workmanship. PART 2 MATERIALS 2.01 CERAMIC TILE A. General: Glazed ceramic tile, mounted -type, conforming to ANSI A137.1, Section 5, standard grade. Ceramic tile work is covered by an Allowance. Refer to Section 01020. B. Material: Standard buff body. C. Face Finish: As scheduled below. D. Edges: Cushioned, with spacer lugs on edges. E. Thickness: 5/16" minimum. F. Styles and Sizes: 1. Wall Tile: 4-1 /4" x 4-1 /4", Semi -Gloss by Dal -Tile, glazed, non -vitreous. 2. Miscellaneous trims and shapes as required for a complete installation, including .. bullnose outside and inside corners. G. Tile Pricing Categories: Dal -Tile pricing categories as basis of design, or other " manufacturer's comparable selections: 1. Wall Tile: Categories 1 - 2. H. Approved Manufacturers: " 1. Dal -Tile, Dallas, TX, distributed from Denver, CO, (303) 744-1743. 2. American Olean, Lansdale, PA, distributed from Denver, CO, (303) 371-9596. 3. Buchtal Ceramics, Roswell, GA, (404) 442-5500. 4. Crossville Ceramics, Crossville, TN, (615) 484-8418. 5. Florida Tile, Lakeland, FL, distributed from Denver, CO, (303) 744-2433. 6. Mannington Ceramic Tile, Lexington, NC, (704) 249-3931. - 7. Monarch Tile, Florence, AL, distributed from Denver, CO, (303) 777-6651. 8. Summitville Tile, Summitville, OH, distributed from Denver, CO, (303) 744- 1743. d 9. U.S. Ceramic Tile Co., East Sparta, OH, distributed from Denver, CO, (303) 373- _ 9090. 09310 - 2 0237.09 10. Impo Glaztile, Inc., Fiorano, Italy, and distributed from Denver, CO, (303) 722- 4627. 11. Manufacturers providing materials of same design, function, performance and color range specified are acceptable. 2.02 ACCESSORY MATERIALS A. Mastic: Water-resistant latex solvent -based mastic CMC-52, as manufactured by Chicago Mastic Corp. or equal. B. Grout: Commercial dry -set Portland acrylic cement grout. Follow manufacturer's printed instructions for mixing and application. C. Sealant for Expansion Joints: GE Silicone Sealant, white, or equal as specified in Section 07900, Sealants and Joint Fillers. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall examine surfaces that are to receive ceramic wall, floor and base tile and report unsatisfactory conditions to Contractor. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. Proceeding with installation of materials will be construed as evidence of acceptance of conditions. B. Ensure that surfaces are level, with maximum surface variation of 1 /4" in 10'. Level as necessary prior to beginning work. C. Lay out work prior to installation to center and balance the to greatest extent possible. Refer to Drawings for stripes, patterns or other special layouts required. Consult with Architect on the site as necessary during layout of all ceramic tile work. D. Coordinate installation of plumbing rough -ins, prefabricated roll -in shower stalls, shower floor receptors, and other work to be built into the ceramic tile. E. Whenever possible, Contractor shall schedule installation of ceramic the work prior to installation of plumbing fixtures, countertops, toilet partitions or accessories. F. Backsplashes: Ensure that casework and plastic laminate countertops are properly installed and approved prior to beginning installation. 3.02 PROTECTION A. Protect adjacent surfaces from damage, soiling, adhesives and extraneous materials. Take precautions to protect plumbing fixtures in the vicinity of the ceramic tile work by covering with cardboard or other protective coverings. Protect ceramic tile work from damage by weather and moisture. B. Close spaces to traffic that are to receive work of this Section and keep closed until tile is firmly set. 3.03 INSTALLATION OF CERAMIC TILE A. General: Set ceramic tile in place with mastic in accordance with manufacturer's written instructions and recommendations. Lay out the work so that wherever possible no tiles less than half full-size will occur. B. Use a neat bead of silicone sealant applied in all corners and .at junction with ceiling. 09310 - 3 0237.09 C. Thoroughly grout all joints so they are completely filled with grout material. Ensure tile joints are uniform in width, subject to normal variance in tolerance allowed in the size. Ensure joints are watertight, without voids, cracks, excess mortar or grout. Pinholes in grout are not acceptable. Grout over sealant. D. Finished the work shall be clean and free of pitted, chipped, cracked or scratched tiles. Replace broken the or materials with marred surfaces to the satisfaction of the Architect. 3.04 CLEANING AND PROTECTION A. Clean ceramic tile work in accordance with TCA instructions and recommendations. B. Clean all mastic and grout from face of tile. All joints shall be clearly struck and polished after grouting. C. Clean all grout from adjacent materials or equipment installed prior to ceramic tile work. END OF SECTION 09310 - 4 0237.09 SECTION 09900 PAINTING PART GENERAL 1.01 WORK INCLUDED A. Prepare surfaces to receive opaque painted finishes as specified. B. Finish surfaces as indicated in the schedule at the end of this Section. Generally, the scope of work shall include painting all exposed surfaces, whether specifically noted or not, and certain concealed surfaces, except where materials are prefinished or where intended to remain unfinished as described in paragraph 1.02 below. C. Related work specified elsewhere: 1. Section 01600, Material and Equipment. 2. Section 02580, Pavement Markings. 3. Section 07180, Water Repellant Sealers. 4. Section 09260, Gypsum Wallboard: Priming. 5. Division 15, Mechanical. 6. Division 16, Electrical. 1.02 WORK NOT INCLUDED A. Unless otherwise indicated, painting is not required on surfaces in concealed areas and inaccessible areas such as furred spaces, foundation spaces, utility tunnels, pipe spaces and duct shafts. B. Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials will not require painting under this Section, except as may be so specified. C. Materials, fixtures and equipment specified or supplied by the manufacturer as prefinished shall not be painted, unless otherwise indicated in the Schedule at the end of this Section. Materials supplied with factory -applied primer coats shall be field finished by this Section, unless otherwise indicated. D. Do not paint moving parts of operating units, mechanical or electrical parts such as valve operators, linkages, sensing devices and motor shafts, unless otherwise indicated. E. Priming or finishing of certain surfaces may be specified to be factory -applied or installer -performed under other Sections. F. Restoration of painted murals and other historical restoration or reconstruction of painted plaster surfaces shall be by separate contract. 1.03 QUALITY ASSURANCE A. Finish work shall be performed only by qualified personnel employed by firms specializing in work of this type, with a minimum of five.(5) years successful experience in projects of similar size and complexity. B. Materials shall be applied with appropriate equipment and tools as specified herein, or as required to provide the specified quality. C. Coordination of Paint Finishes, Primers and Substrates: 1. Provide finish coats which are compatible with the prime coats actually used. 2. Review other Sections of these Specifications as required, verifying the prime 09900 - 1 0237.09 coats to be used and assuring compatibility of the total coating system for the various substrates. 3. Upon request, furnish information on the characteristics of the specific finish materials to assure that compatible prime coats are used. 4. Provide barrier coats over non -compatible primers or remove the primer and reprime as required. 5. Notify the Architect in writing of anticipated problems in using the specified coating systems over prime coatings or substrates supplied under other Sections. D. Certification: Supplier shall certify that all paint materials supplied contain no lead or other toxic substances. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product literature and specifications to show compliance with the specified requirements. B. Materials List: Submit materials list of all items proposed to be provided under this Section. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver paint materials in original, sealed and labeled containers bearing manufacturer's name, type of paint, brand name, color, designation and instructions for mixing and/or reducing. B. Provide adequate storage facilities to store materials at minimum ambient temperature of 45° F in a well -ventilated area. C. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.06 ENVIRONMENTAL CONDITIONS A. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes, unless moisture contents of surfaces are below the following maximums: 1. Plaster and Gypsum Wallboard: 12%. 2. Interior Wood: 6%. .. 3. Exterior Wood: 15%. B. Ensure that surface temperature or the surrounding air temperature is above 40' F - before applying finishes. Minimum application temperatures for latex paints for interior work is 450 F; 50° F for exterior work. C. Provide adequate continuous ventilation and sufficient heating facilities to maintain temperatures above 45° F for 24 hours before, during and 48 hours after application of finishes. D. Provide minimum 15 footcandles of lighting on surfaces to be finished. 1.07 PROTECTION A. Adequately protect other surfaces from paint and damage. Repair damage as a result _ of inadequate or unsuitable protection. B. Furnish sufficient dropcloths, shields and protective equipment to prevent spray or droppings from soiling surfaces not being painted and, in particular, surfaces within storage and preparation area. C. Place cotton cloths and any material which may constitute a fire hazard in closed, metal C�1!:kTdi)d: 0237.09 C. Place cotton cloths and any material which may constitute a fire hazard in closed, metal containers and remove daily from the site. D. Remove electrical plates, surface hardware, fittings and fastenings prior to painting operations. These items are to be carefully stored, cleaned and replaced on completion of work in each area. Do not use solvents to clean hardware that may remove permanent lacquer finish. 1.08 MAINTENANCE MATERIALS A. Contractor shall furnish Owner additional maintenance stock of not less than five (5) gallons of each color of finish coating, except that one (1) gallon shall be adequate for all accent and trim colors. B. Containers are to be tightly sealed and clearly labeled for identification. PART 2 PRODUCTS 2.01 FINISH MATERIALS A. Paints, Enamels and Fillers: Type and brand scheduled herein, ready -mixed, except field -catalyzed coatings. Pigments fully ground maintaining a soft paste consistency, capable of readily and uniformly being dispersed to a complete homogeneous mixture. Paints shall have good flowing and brushing properties and be capable of drying or curing free of streaks or sags. 1. Paint materials shall contain no lead or other toxic substances. Refer to paragraph 1.03.c. B. Paint- Accessory Materials: Linseed oil, shellac, turpentine and other materials not specifically indicated herein but required to achieve the finishes specified, of high quality and approved manufacturer. C. Color(s) as selected by the Architect from manufacturer's full color selection, unless otherwise indicated. Painter shall prepare samples for the Architect's approval of each paint color selected. Remake samples until approved, at no additional cost to the Owner. D. Approved Manufacturers: Use the same brand throughout the project for each type of paint material specified: 1. Sherwin-Williams ProMar 200, as basis of design. 2. Paint: Kelly Moore only. 2.02 APPLICATION EQUIPMENT A. For application of the specified paint, use only such equipment as is recommended for application of the particular paint by the manufacturer and approved by the Architect, except as limited by paragraph 2.02.C. B. Prior to use of application equipment, verify that the proposed equipment is actually compatible with the material to be applied and that integrity of the finish will not be jeopardized by use of this equipment. C. Contractor shall use the following application equipment for the specific condition listed, unless otherwise approved: 1 . Hollow Metal Doors and Frames: Spray application only. Brushing or rolling is not permitted. 09900 - 3 0237.09 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 2. Insulated Metal Doors and Frames: Spray application only. Brushing or rolling is ^ not permitted. 3. Other areas indicated in paragraph 3.03. 2.03 COLOR SCHEDULES A. The Architect will prepare marked -up elevations or a color schedule with samples for guidance in painting. Contractor shall furnish samples of all other related finish materials for coordination in preparation of the color schedule. B. The Architect may select, allocate and vary colors on different surfaces throughout the w work, subject to the following: 1. Exterior Work: A maximum of three (3) different colors will be used, plus variations for trim, doors, miscellaneous work and metal work. 2. Interior Work: A maximum of three (3) different pigmented colors will be used, plus variations for trim and wall surfaces and wainscots. 3. Dark Tones: A maximum of two (2) dark tones will be used as accent colors for interior. „ PART 3 EXECUTION 3.01 INSPECTION A. Subcontractor shall thoroughly examine surfaces scheduled to be painted or finished prior to commencing work. Notify the Architect of any condition that may potentially affect proper application and final appearance. Do not commence work until such defects have been corrected to the satisfaction of the painting subcontractor. Beginning work shall be considered acceptance of surfaces. 3.02 PREPARATION OF SURFACES A. General: All preparatory work shall be subject to evaluation and acceptance by the Architect. Painting subcontractor will accept responsibility for the preparation of all surfaces, as specified herein, prior to finishing. B. Ensure that the Contractor has corrected defects in all surfaces which may adversely affect work of this Section, including but not limited to: 1. Ceramic the and porcelain tile. ., 2. Hollow metal doors and frames. 3. Wood trim. 4. Insulated metal doors and frames. 5. Finish carpentry items. 6. Gypsum wallboard surfaces and texturing. 7. Stucco surfaces and finishing. C. New Wood Surfaces: Wipe dust and grit from hardwood and softwood items and millwork prior to priming. Spot coat knots, pitch streaks and sappy sections with sealer. Fill knots, imperfections, nail holes and cracks after primer has dried and sand _ smooth. Back -prime interior and exterior woodwork. 1: Back -prime interior woodwork which is to receive paint of enamel finish with -, enamel undercoat paint. 2. Back -prime exterior wood with manufacturer's recommended primer. 09900 - 4 0237.09 D. Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse well with clean water and allow the surface to dry completely. E. Remove surface contamination and oils from galvanized surfaces and wash with solvent. Apply a coat of etching -type primer. F. Remove grease, rust, scale, dirt and dust from steel, ferrous metal and iron surfaces. Where heavy coatings of scale are evident, remove by wire brushing, sandblasting or any other necessary method. 1. Clean unprimed surfaces by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring that weld joints, bolts and nuts are similarly cleaned. Prime surfaces as required. 2. Sand and scrape shop -primed surfaces to remove loose primer and rust. Feather out edges to make touch-up patches inconspicuous. Clean surfaces with solvent and prime surfaces as required. 3. Back -prime structural steel and ferrous metal surfaces to be in contact with concrete, unless furnished by other Sections. 4. Ensure that excess weld slag or flux deposits are removed, and that all exposed welds are ground or sanded to specified appearance. G. Priming of gypsum wallboard prior to application of texturing is specified in Section 09260, Gypsum Wallboard. No further priming is required for the drywall surfaces by this Section, unless otherwise indicated on the Drawings or specified herein. H. Prime top and bottom edges of metal doors with enamel undercoat when they are to be painted. I. Prime edges of hardboard siding and trims where exposed in the completed construc- tion to match factory -primed surfaces. J. Remove all hardware from doors before painting. Masking of hardware is unacceptable. K. Schedule painting prior to installation of prefinished materials, specialties, furnishings and fixtures to the extent possible, including but not limited to: 1. Toilet and bath accessories. 2. Finish hardware. 3. Casework. 4. Surface -mounted mechanical and electrical devices such as thermostats, prefinished grilles and diffusers, switchplates and outlet cover plates, etc. 3.03 APPLICATION A: General: Apply finish materials in accordance with the manufacturer's instructions and recommendations. Ensure that surfaces have been properly prepared and primed prior to application of finish coats. B. Apply each coat at the proper consistency. Allow each coat of finish to dry before the following coat is applied, unless directed otherwise by manufacturer. Sand lightly between coats to achieve the required finish. C. Brush Applications: 1. Brush out and work the brush coats onto the surface in an even film. 2. Finish coats shall be finished by roping the paint, moving from dry to wet areas. 3. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness and other surface imperfections will not be acceptable. D. Spray Applications: 1. Except as specifically otherwise approved by the Architect, confine spray application to metal framework and similar surfaces where hand brush work would be inferior. 09900 - 5 0237.09 2. Gypsum wallboard walls, ceilings and soffits shall be finished by spray application, then back -rolled with roller equipment to result in specified mil thickness, moving from dry to wet areas. 3. Where spray application is used, apply each coat to provide the hiding equivalent of brush coats. 4. Do not double back with spray equipment to build up film thickness of two (2) coats in one (1) pass. E. For completed work, match the approved samples as to texture, color and coverage. Remove, refinish or repaint work not in compliance with the specified requirements. 3.04 PAINTING MECHANICAL AND ELECTRICAL EQUIPMENT A. General: Painting of exposed equipment, louvers, ductwork, piping, conduits, etc. shall be work of this Section, unless otherwise indicated. 1. Paint all ductwork, piping, conduit and devices to be exposed to view in the completed project, unless prefinished or in concealed areas as defined in ` paragraph 1.02. 2. Coordinate extent of field finishing of mechanical and electrical equipment with the Architect as necessary. 3. Architect retains the right to require prefinished diffusers, grilles and other mechanical or electrical devices to be field finished, whether or not specifically called for. 4. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars and supports in exposed locations, except where items are plated or covered with a prefinished coating, or where located in mechanical chase spaces. Finish paint primed equipment to color selected. B. Color Coding: Refer to Mechanical and Electrical Sections for requirements concerning color coding, identification branding of equipment, ducting, piping and conduit, if -• required. 1. Color code equipment, piping, conduit and exposed ductwork in accordance with requirements indicated. .� 2. Color banding and identification (flow arrows, naming,,numbering, etc.). C. Remove grilles, covers and access panels for mechanical -and electrical systems from location and paint separately. D. Paint face(s) and edges of plywood backboards for electrical equipment before installing backboards and mounting equipment on them. 1. Replace identification markings on mechanical or electrical equipment when painted over or spattered. E. Do not paint gas meters, electric meters and similar exterior equipment provided by outside utility providers, if not permitted by those agencies. Coordinate requirements with the appropriate Subcontractor prior to painting. 1. Exposed gas piping leading to the gas meters shall be painted. 2. Exterior surface -mounted meter centers, disconnects, CT cabinets and similar equipment shall be painted, where not specifically excluded above. 3. Interior panelboard cabinet frames and doors shall not be painted, unless specified elsewhere. 3.05 PAINTING ROOFTOP ACCESSORIES A. Paint exposed roof penetrations, flues, roof vents, exhaust vent caps, pipe vents, etc., where located on sloped roofs or otherwise exposed to view, unless prefinished or V 0237.09 otherwise indicated. B. Paint housings of rooftop mechanical equipment when not prefinished, as directed by the Architect. 1. Rooftop mechanical equipment, exhaust fan hoods, roof access and smoke hatches, pipe vents and other roof penetrations need not be painted where concealed from view by parapet walls at least 2'-0" high or other obstructions, as determined by the Architect. The Architect retains the right to require these items to be painted, if in his sole opinion, they are exposed to view. 3.06 CLEANING A. Promptly remove paint from adjacent materials or surfaces as work proceeds where spilled, splashed or splattered. B. During progress of work, keep premises free from any unnecessary accumulation of tools, equipment, surplus materials and debris. C. Place cotton cloths and material which may constitute a fire hazard in closed metal containers and remove daily from the site. D. Upon completion of work, leave premises neat and clean, to the satisfaction of the Architect. 3.07 QUALITY CONTROL A. Painted finishes shall be subject to evaluation and approval to the satisfaction of the Architect, including but not limited to, the following characteristics: 1. Consistency and smoothness of surface. 2. Coverage and mil thickness. 3. Color match between adjacent areas. 4. Compliance with approved sample(s). PART 4 SCHEDULES 4.01 EXTERIOR PAINTING AND FINISHING SCHEDULE NOTE: MWF indicates minimum wet film thickness which is a per coat measurement in mils thickness. Systems are based on Sherwin-Williams (S-W) or as noted. A. Exterior Hollow Metal or Ferrous Metal Surfaces: 1. Location: Hollow metal doors and frames, insulated steel doors, pipe bollards, site signage poles, ornamental fencing, handrails and guardrails. 2. Primer: One (1) coat shop prime or inhibitive metal primer, MWF 3.6 mils. 3. Finish: Two (2) coats alkyd enamel, semi -gloss, MWF 4.4 mils. 4. Product: S-W Industrial Enamel 5. Color(s): To be selected. B. Exterior Wood Surfaces (Latex): 1. Location: Exterior wood trim. 2. Primer: Preprimed by manufacturer. 3. Finish: Two (2) coats acrylic latex, satin, MWF 4.0 mils. 4. Product: S-W A-100 Satin Latex House and Trim. 5. Color(s): To be selected. 09900 - 7 0237.09 C. Exterior Gypsum Wallboard Surfaces: 1. Location: Exterior gypsum wallboard soffits. 2. Primer: One (1) coat exterior vinyl emulsion sealer, flat, MWF 3.6 mils. 3. Finish: Two (2) coats acrylic latex, satin, MWF 3.6 mils per coat. 4. Product: S-W A-100 Satin Latex House and Trim. 5. Color(s): To be selected. D. Metal Boxes, Conduits and Mechanical Equipment: 1. Location: As shown on the Drawings. 2. Primer: One (1) coat, factory primed. 3. Finish: Two (2) coats acrylic latex, MWF 3.6 mils where not factory finished. 4. Product: S-W A-100 Satin Latex House and Trim. 5. Color: To match adjacent surfaces. E. Exterior Stucco Systems: Color added integrally by manufacturer/installer. F. Exterior Signage: Prefinished by manufacturer. G. Steel Sectional Overhead Doors: Primed by manufacturer. Field finished by painting subcontractor. H. Gutter and Downspouts: Prefinished coil stock by manufacturer for seamless installation. 4.02 INTERIOR PAINTING AND FINISHING SCHEDULE A. Interior Wood Surfaces, Opaque Finish (Latex): 1. Location: Miscellaneous standing and running trim. 2. Primer: PrepRite Classic Latex Primer, MWF 1.6 mils. 3. Finish: Two (2) coats acrylic latex, satin, MWF 1.6 mils per coat. 4. Product: S-W ProMar 200 Interior Latex Eg-Shel. 5. Color(s): To be selected. ^^ B. Interior Hollow Metal or Ferrous Metal Surfaces: 1. Location: Hollow metal doors and frames, insulated steel doors and miscella- neous metals. --� 2. Primer: One (1) coat shop prime or inhibitive metal primer, MWF 3.6 mils. 3. Finish: Two (2) coats alkyd enamel, semi -gloss, MWF 4.4 mils. 4. Product: S-W ProMar 200 Alkyd Semi -Gloss Enamel. -. 5. Color(s): To be selected. C. Interior Concrete Unit Masonry Surfaces: 1. Location: Exposed concrete block, unless scheduled for integral coloration or epoxy finish. 2. Primer: One (1) coat vinyl emulsion block filler, MWF. 3. Finish: Two (2) coats acrylic latex, MWF 3.6 mils. 4. Product: S-W ProMar 200 Latex Eg-Shel Enamel. 5. Color(s): To be selected. D. Interior Concrete Unit Masonry Surfaces Scheduled for Epoxy Finish: 1. Location: Walls of restrooms. 2. Primer: One (1) coat vinyl -acrylic emulsion block filler, MWF 3.6 mils. 3. Finish: Two (2) coats two-part acrylic epoxy, semi -gloss, MWF 3.0 mils. _ 4. Product: S-W Water -Based Catalyzed Epoxy. 6. Color: To be selected. E. Interior Gypsum Wallboard Surfaces Scheduled for Epoxy Finish: 1. Location: Walls, ceilings and soffits as scheduled on the Drawings. 2. Primer: Latex emulsion sealer, flat, MWF 3.6 mils. 0237.09 3. Finish: Two (2) coats two-part acrylic epoxy, semi -gloss satin, MWF 6 mils. 4. Product: S-W Water -Based Catalyzed Epoxy. 5. Color: To be selected. F. Steel Sectional Overhead Doors: Primed by manufacturer, no field finishing required for interior surfaces. G. Toilet Partitions: Finished by Subcontractor. H. Toilet and Bath Accessories: Prefinished by manufacturer. I. Door Hardware: Prefinished by manufacturer. END OF SECTION 09900 - 9 0237.09 No Text SECTION 10210 METAL WALL LOUVERS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install prefinished architectural metal wall louvers, including but not limited to: 1 . Exterior wall louvers for attic ventilation. 2. Exterior wall louvers for exhaust fan discharge. B. Related work specified elsewhere: 1. Division 15, Mechanical. 1.02 QUALITY ASSURANCE A. Materials shall be certified by the Air Movement and Control Association, Inc. (AMCA) for air performance and water penetration. B. ASTM B221: Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product specifications and . installation instructions for all components or products, including certified test reports of required testing. B. Shop Drawings: Submit plans and elevations of each section of metal wall louvers specified, including installation details. C. Samples: Submit samples of manufacturer's standard finishes for selection by the Architect. 1.04 DELIVERY, STORAGE AND HANDLING A. Do not deliver metal wall louvers to the site until wall panels are fully prepared to accept installation. B. Maintain protective coverings on all components and finishes until louvers are permanently installed. C. Protect louvers and finishes from damage during installation and protect adjacent surfaces, finishes and materials from damage during installation of louvers. 1.05 WARRANTIES A. Provide manufacturer's written one-year warranty covering defects in materials and workmanship. 10210 - 1 0237.09 PART 2 PRODUCTS 2.01 WALL LOUVERS A. Prefinished stationary (fixed) blade extruded aluminum louvers in locations shown on the Drawings. B. Sizes: 1. Exterior: As shown on the Drawings. 2. Thickness: 4". C. Blade Style: Stationary (fixed), mounted at 45' slope to the "outside" face. Blades shall be spaced at 4" o.c. or manufacturer's standard spacing as required for cut-off of sight lines. 1. Exterior outside air intake louver blades shall have vertical offset "hook" in blades for moisture elimination. D. Bird/Insect Screens: 1 8x1 4 aluminum mesh, .0123" diameter, 5056 clad. E. Free Air Space: 1. Exterior: Minimum 6.15 sq. ft. per 4'x4' unit. F. Construction: Fabricate frame and blades from minimum 14-gage (0.081 ") extruded aluminum 6063-T52 alloy with reinforcing bosses. G. Frames: Provide manufacturer's standard integral head, sill, jamb frames and interlocking vertical mullions at multiple panelized sections. 1. Head sections to have exterior drip lip. 2. Sill sections to have integral water stop. 3. Jamb sections to have returns, acting as a water bar. 4. Heads, sills and jambs to be one-piece structural members with integral caulking slot and retaining bead. 5. Slideable interlocking mullion sections to have provision for expansion and contraction. H. Anchorage Devices: Manufacturer's standard concealed or countersunk aluminum or stainless steel fasteners. 1. Finish: Kynar 500 coating with color to be selected by the Architect from manufac- turer's full line of standard colors. J. Approved Models and Manufacturers: 1. Exterior: Model 4110 by Construction Specialties (C/S), Cranford, NJ, (800) .. 631-7379. 2. Interior: Model 4100 by Construction Specialties (C/S). 3. Manufacturers providing materials of same design, function, performance, quality, and appearance are acceptable. PART 3 EXECUTION 3.01 INSPECTION AND PREPARATION A. Installer shall inspect the conditions under which work is to installed and notify Contractor in writing of unsatisfactory dimensions or conditions. Do not proceed with ^ installation until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. Beginning work shall be considered acceptance of conditions. B. Field verify dimensions affecting work of this Section prior to fabrication. _. C. Ensure that openings have been properly sized, framed and prepared for installation of louvers and frames. - 10210 - 2 0237.09 D. Ensure that flashings have been properly installed to divert moisture to the exterior of the building. 3.02 INSTALLATION A. General: Install wall louvers and accessories in accordance with manufacturer's written instructions and recommendations. B. Install louvers in openings properly aligned and level. C. Install louvers rigid and square with specified fasteners of non -corrosive metals. D. Maintain required clearances and allow for expansion and contraction of materials. E. Leave installation of metal wall louvers prepared to receive sealants, specified in Section 07900. F. Coordinate installation of wall louvers with Division 15, Mechanical, for mechanical equipment behind louvers. END OF SECTION 10210 - 3 0237.09 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned SINNE11 BIJILDERS.iNc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto the City of Fort_ Collins,. Colorado as OWNER, in the sum of $ 5Z of SID for the payment'of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and. assigns. THE CONbITION 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, SOFT GOLD PARK; BID NO. 5818. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) Xf 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 No Text SECTION 10440 SIGNAGE PART GENERAL 1.01 WORK INCLUDED A. Furnish surface -mounted raised -letter fiberglass signage as scheduled herein or on the Drawings. B. Installation of same, unless arranged for otherwise. 1.02 QUALITY ASSURANCE A. Manufacturer Qualifications: Signage system(s) shall be fabricated by a manufacturer with minimum five (5) years successful experience in projects of similar size and complexity. B. Signage systems shall comply with all applicable requirements of the Americans with Disabilities Act, 1990, including signage size, lettering style, symbols, raised Braille and signage location, placement and mounting heights. C. Manufacturer/Installer shall certify that signage components to be installed in exterior locations (i.e., handicapped accessible entry signage) are of materials and tamper -proof attachments consistent with the anticipated weather exposure. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's product literature and schedule of required signage, indicating type, size, style and method of installation. 1. Schedule shall illustrate each required sign for size, style and copy, and indicate quantity required for each. B. Samples: Submit samples of manufacturer's full line of standard colors and finishes for selection by the Architect. Submit one (1) full-size sample of representative signage system. Sample will be returned upon approval. 1.04 DELIVERY, STORAGE AND HANDLING A. Package separately or in like groups of names, labeled as to the names enclosed. Include installation template, hardware or adhesives and installation instructions. 1.05 WARRANTIES A. Provide manufacturer's standard one-year warranty covering defects in materials and workmanship. 10440 - 1 0237.09 PART 2 PRODUCTS 2.01 ENGRAVED FIBERGLASS SIGNAGE SYSTEMS A. Type: 1 /4" fiberglass for signage systems, color core contrasting to exterior face color, " with engraving through face layer to expose core layer and 1 /32" raised characters. All signage shall include raised Grade 2 Braille symbols. B. Approved Signage Fabricators: 1. HC200 ADA System by Best Manufacturing Sign Systems, Montrose, CO, (800) 235-2378, as basis for design. 2. ABC Sign Works Inc., Fort Collins, CO, (970) 223-9211. 3. Adcon Signs, Fort Collins, CO, (970) 484-3637. 4. Shaw Signs, Fort Collins, CO, (970) 493-6244. 5. Custom signage companies offering design services and fabrication capabilities meeting the design intent of this Section are acceptable upon approval.by the Architect. C. Mounting: Screw or other tamper -proof mounting system recommended by the supplier/installer. D. Size: 8" high x 8" long for restroom name and symbol signage. Supplier to verify that " sizes specified will adequately accept specified messages and notify Owner of any discrepancy. E. Letter Size: 5/8". F. Copy Position: Center/Center. G. Letter Spacing: Normal H. Capitalization: All caps. ^ I. Letter Style: Caslon. J. Copy: As scheduled in Part 4 below. Men's and women's restrooms shall have "MEN" and "WOMEN" names as well as symbols. K. Symbols: As required by standards of the Americans with Disabilities Act. 1. All accessible restrooms shall have handicapped accessibility symbol. L. Edges: Beveled. M. Frames: None. N. Colors: As selected by the Architect from manufacturer's standard color selection. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install signage after doors or walls are painted and finished, in locations scheduled on the Drawings or specified herein, using tamperproof attachments as scheduled. B. Install centered, level and in line, in accordance with the manufacturer's instructions. C. Install signage in locations and mounting heights as required by the Americans with Disabilities Act, 1990. Consult with the Architect as required for exact placement. 1. Signage shall be mounted at 54" above finished floor to the center of the sign. 2. Signage shall be mounted on wall surfaces adjacent to the latch side of single doors, unless otherwise indicated. 3. Consult with Architect for mounting location for double doors. _ 10440 - 2 0237.09 4. Exterior locations shall be installed with tamperproof screws or other approved fasteners. D. Clean, polish and remove excess adhesive. PART 4 SCHEDULES 4.01 SCHEDULE OF SIGNAGE A. Modular component signage shall be installed at the following doors/rooms, mounted in locations and at heights described in paragraph 3.01: 1. All handicapped accessible restrooms to read: "MEN", "WOMEN", or "REST - ROOM" (for unisex facilities), with handicapped accessibility symbol. END OF SECTION 10440 - 3 0237.09 No Text SECTION 10800 TOILET AND BATH ACCESSORIES PART GENERAL 1.01 WORK INCLUDED A. Furnish toilet, bath and janitorial accessories and associated hardware. B. Furnish rough -in frames supplied to other Sections. C. Furnish electric hand dryers. D. Installation of Owner -furnished toilet and bath accessories. E. Installation of same, unless arranged for otherwise. F. Related work specified elsewhere: 1. Section 04220, Concrete Unit Masonry. 2. Section 05999, Miscellaneous Metals: Sheet steel toilet partitions. 3. Section 09310, Ceramic Tile. 1.02 RELATED WORK FURNISHED BY OTHERS A. Certain toilet accessories shall be furnished by the Owner for installation by the Contractor as scheduled in this Section. 1.03 QUALITY ASSURANCE A. Reference Standards: Conform to current requirements and recommendations of applicable sections of the standards listed. 1 . ASTM A167: Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. 2. ASTM A366: Cold -Rolled Carbon Steel Sheets, Commercial Quality. B. Accessory lines shall be coordinated and by the same manufacturer throughout the project. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product list and data sheets indicating materials, components, finishes and method of installation. B. Samples: Provide one (1) sample of representative accessory specified herein, upon request by the Architect. Sample will be returned upon approval. 1.05 DELIVERY, STORAGE AND HANDLING A. Do not deliver accessories to site until rooms in which they are to be installed are ready to receive them. B. Pack accessories individually in a manner to protect accessory and its finish. C. Protect adjacent or adjoining finished surfaces and work from damage during installation of the work of this Section. 0237.09 10800-1 1.06 WARRANTIES A. Provide manufacturer's standard one-year warranty for all accessories covering defects in materials and workmanship. PART PRODUCTS 2.01 TOILET AND BATH ACCESSORIES A. Type: Surface -mounted or semi -recessed construction, as scheduled in paragraph 2.02. B. Materials: 1. Sheet Steel: ASTM A366, cold -rolled stretcher leveled, 1.25 oz./sq. ft. galvanized coating. 2. Stainless Steel Sheet: ASTM A167, commercial grade, 22-gage. 3. Stainless Steel Tubing: ASTM A269, commercial grade, seamless welded. ^ 4. Brass: Solid brass alloy. C. Anchorage and Attachment Devices: 1. Adhesive: Epoxy -type contact cement. 2. Fasteners, Screws and Bolts: Hot -dip galvanized or stainless steel. 3. Expansion Shields: Fiber, lead or rubber as recommended by manufacturer for component and substrate. 4. Anchor Plates: Steel anchor plates as recommended by manufacturer for secure installation. D. Fabrication: ^ 1. Weld and grind smooth all joints of fabricated components. 2. Form exposed surfaces from one (1) sheet of stock, free of joints. 3. Provide steel anchor plates and anchor components for installation on building -- finishes. 4. Form surfaces flat and without distortion. Maintain flat surfaces without scratches or dents. 5. Back -prime components where accessories will be in contact with dissimilar building finishes to prevent electrolysis. 6. Hot -dip galvanize ferrous metal anchors and fastening devices. 7. Shop assemble components and package complete with anchors and fittings. E. Keying: Keyed accessories scheduled for installation in new expansion shall be keyed to match balance of existing building. (Key all new accessories together.) ... F. Finishes: 1. Chrome/Nickel Plating: Satin finish. 2. Stainless Steel: No. 4 satin finish. ._ G. Mounting: Concealed -screw mounting, unless otherwise indicated. Surface -mounted type, unless scheduled as semi -recessed. H. Approved Manufacturers: 1. General: Accessory lines shall be coordinated and by the same manufacturer throughout the project, at least to the extent scheduled. Deviations from consistency of one manufacturer are only acceptable when available designs are ^ not satisfactory. 2. Bobrick Washroom Equipment, Inc., N. Hollywood, CA, and represented locally by Architectural Hardware Sales Co., Englewood, CO, (303) 790-8240. ^ 3. Bradley Corporation, Menomonee Falls, WI, (414) 354-0100. 4. American Specialties, Inc., Yonkers, NY, (914) 476-9000. - 5. A&J Washroom Accessories, New Windsor, NY, (914) 562-3332. 10800-2 0237.09 6. General Accessory Manufacturing (Gamco). 7. Manufacturers providing materials of same function, performance, design and appearance are acceptable only as approved by the Architect prior to bidding. 2.02 ELECTRIC HAND DRYERS A. General: Fully -recessed type, porcelain enameled steel housing, U.L.-listed, 1 15V, 20 amp, 2300 watts, 50/60 Hz. B. Operation: Manual push-button. C. Drying Cycle: 30 seconds. D. Features: 1. Fixed nozzle. 2. Provide ground fault interrupter type (GFI) where required by mounting location and governing codes. E. Finish: Manufacturer's standard porcelain enamel, with stainless steel nozzle, push button and trims. F. Color: To be selected by Architect from manufacturer's full line of standard colors. G. Approved Manufacturers: 1. Model RA-5, manual operation, by World Dryer, Berkeley, IL, (800) 449-6950. 2.03 SCHEDULE OF ACCESSORIES A. Approved Models, as basis of design: 1. Grab Bars, Two -Piece Horizontal at HC Accessible Toilet Compartments: Bobrick B-6206 x 36" and 48" lengths with peened gripping surfaces, concealed mounting. 2. Multi -Roll Toilet Paper Dispensers: Furnished by Owner; installed by Contractor. 3. Mop and Broom Holders: Furnished by Owner; installed by Contractor. PART 3 EXECUTION 3.01 PREPARATION A. Deliver inserts and rough -in frames to the job site at appropriate time for building into the work. Provide templates and rough -in measurements to the Contractor as required. B. Before starting work, notify the Contractor in writing of any conflicts detrimental to the installation or operation of the accessories. C. Ensure that proper blocking has been provided in walls as required for installation of recessed and surface -mounted accessories and grab bars, including accessories for handicapped adaptable units that will not be installed at this time. D. Ensure that cut-outs in specified toilet partitions for thru-partition mounted accessories have been properly located and sized. Provide templates and rough -in dimensions to the toilet partition manufacturer. E. Coordinate exact location of accessories with the Architect as necessary. F. Ensure that electrical conduit has been properly located and installed to location(s) of electric hand dryers. 3.02 INSTALLATION OF ACCESSORIES A. General: Install fixtures, accessories and items in accordance with the manufacturer's written instructions and recommendations. 0237.09 10800-3 B. Install true, plumb and level, securely and rigidly anchored to substrate. 3.03 MOUNTING HEIGHTS A. Install accessories in public restrooms at mounting heights to comply with American National Standards Institute, Inc. (ANSI) publication A117.1-1992 and the Americans with Disabilities Act (ADA), 1990, for handicapped accessible accessories: 1. Mounting Heights (above finished floor): a. Grab Bars, Toilet Compartments: 33"-36". b. Toilet Paper Dispensers: 20" to centerline of roller. Verify clearances with grab bars. C. Electric Hand Dryers: 48" maximum to operating device. B. Balance of accessories not located in handicapped accessible areas to be mounted at manufacturer's recommended height. Comply with all governing regulations. PART 4 SCHEDULES 4.01 INSTALLATION SCHEDULE A. Quantities are the responsibility of the Contractor. Refer to the Drawings for locations. B. Women's Restroom #02: 1. Grab bars, two-piece, as shown on the Drawings. 2. Toilet Paper Holders: One (1) multi -roll holder per toilet compartment. 3. Electric Hand Dryer. C. Men's Restroom #04: 1. Grab bars, two-piece, as shown on the Drawings. 2. Toilet Paper Holders: One (1) multi -roll holder per toilet compartment. 3. Electric Hand Dryer. D. Chase Room #03: 1. Mop and Broom_ Holder: One (1). END OF SECTION 10800-4 0237.09 SECTION 15010 - BASIC MECHANICAL REQUIREMENTS 1.00 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 GENERAL A. Provisions of the General Conditions, Supplementary Conditions, and Division 1 - General Requirements, and applicable provisions elsewhere in the Contract Documents apply to the work of Division 15 Mechanical. 1.02 SUMMARY OF WORK A. Work Included: unless specified otherwise, provide all labor, materials and equipment necessary for completely finished and operational mechanical systems. Provide all minor incidental items such as offsets, fittings, etc., required as part of the work even though not specified or indicated. B. Description of Systems: The work of Division 15 includes but is not limited to: 1. Heating and Ventilating System 2. Plumbing System C. Related Requirements: 1. Mechanical and Electrical Coordination: Section 15020 2. Basic Mechanical Materials and Methods: Section 15050 3. Mechanical: Division 15 - All Sections 4. General Requirements: Division 1 - All Sections D. Inspection: Inspect work preceding or interfacing with work of Division 15 sections and report any known or observed defects that affect the work to the General Contractor. Do not proceed with the work until defects are corrected. E. Existing Utilities: Are indicated as accurately as possible on the Drawings. Work on utilities encountered and not indicated on Drawings will be directed by change order after being brought to the attention of the Architect. Close openings and repair damage in acceptable manner to utilities encountered. AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 13th day of November , 20 03, and such of them as are corporations have caused their corporate seals to be hereto affixes] and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name:Sinnett Builders Inc. Address:. P.O. Box 1969 Fort Collins CO 80522 By: Title: ATTEST: 7/96 SURETY Travelers Casualty and Surety Company of America Hartford, CT 06183 (SEAL) < rN B 1 By: Title: Attorney -in -Fact ,,. OW" Apr. 29, 2WO t (SEAL) Section 00410 Page 3 F. Definitions: 1. "Provide" means Contractor is responsible for the furnishing and installation of 1.03 COORDINATION A. General: Coordinate and order the progress of mechanical work to conform to the progress of the work of the other trades. Complete the entire installation as soon as the condition of the building will permit. B. Coordination with Electrical Work: Section 15020. C. Utility Interruptions: Coordinate mechanical utility interruptions with the Owner and the Utility Company. Plan work so that duration of the interruption is kept to a minimum. D. Cutting and Patching: Section 15050. E. Drawings and Specifications: The mechanical Drawings indicate the general design and arrangement of lines, equipment, systems, etc. Information shown is diagrammatic in character and does not necessarily indicate every required offset, fitting, etc. Do not scale the Drawings for dimensions. Take dimensions, measurements, locations, levels, etc., from the Architectural Drawings and equipment to be furnished, and from the building. F. Discrepancies: Examine Drawings and Specifications for other parts of the work, and If any discrepancies occur between the plans for the work of this Division and the plans for the work of others, report such discrepancies to the General Contractor and obtain written instructions for any changes necessary. G. Order of Precedence: The precedence of mechanical construction documents is as follows: 1. Addenda and modifications for the Drawings and Specifications take precedence over the original Drawings and Specifications. 2. Should there be conflict within the Specifications or within Drawings of the same scale, the more stringent or higher quality requirements shall apply. 3. In the Drawings, the precedence ,shall be Drawings of larger scale over those of smaller scale, figured dimensions over scaled dimensions, and noted materials over graphic indications. AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 2 4. Should a conflict arise between the Drawings and the Specifications for products indicated on the Drawings, the Specifications shall have precedence. 1.04 ABBREVIATIONS AND SYMBOLS A. Specification Language Explanation: These Specifications are of abbreviated, simplified or streamlined type and include incomplete sentences. Omissions of words or phrases such as "the Contractor shall," "a," "the," are intentional. Supply omitted words or phrases by inference in same manner as they are when "NOTE" occurs on Drawings. Supply words "shall be" or "shall' by inference when colon is used with sentences or phrases. Supply words "on the Drawings" by inference when "as indicated" is used with sentences or phrases. B. Schedule of Drawing Codes (Abbreviations) (* = Codes Referenced in Text) AD Area Drain* CO Cleanout Plug* CUH Cabinet Unit Heater* CW Domestic Cold Water* DF Drinking Fountain* EF Exhaust Fan* EUH Electric Unit Heater* FCO Floor Cleanout* FD Floor Drain* FWH Frostproof Wall Hydrant GCO Grade Cleanout* G Grille* JF Jug Filler* L Louver* LAV Lavatory* SA Shock Absorber* TSTAT Thermostat* UR Urinal* V Sanitary Vent* VTR Vent Through Roof W Waste WC Water Closet* WCO Wall Cleanout* AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 3 1.05 REFERENCE STANDARDS A. References: 1. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. 2. The date of the standard is that in effect as the bid date, or date of Owner/Contractor Agreement when there are no bids, except when a specific date is specified or when the standard is part of an applicable code which includes an edition date. 3. When required by individual Specifications section, obtain copy of standard. Maintain copy at job site during work until Substantial Completion. B. Schedule of Referenced Organizations: The following is a list of the acronyms of organizations referenced in these Specifications: ADC Air Diffusion Council 435 North Michigan Ave. Chicago, IL 60611 AMCA Air Movement and Control Association 30 West University Dr. Arlington Heights, IL 60004 ANSI American National Standards Institute 1430 Broadway New York, N.Y. 10018 ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers 345 East 47th Street New York, N.Y. 10017 ASME American Society of Mechanical Engineers 345 East 45th Street New York, N.Y. 10017 ASPE American Society of Plumbing Engineers 15233 Ventura Blvd., Suite 811 Sherman Oaks, CA 91403 AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 4 ASSE American Society of Sanitary Engineers 960 Illuminating Building Cleveland, OH 44113 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWWA American Water Works Association 6666 W. Quincy Ave. Denver, CO 80235 CISPI Cast Iron Soil Pipe Institute 1499 Chain Bridge Road McLean, VA 22101 NEMA National Electrical Manufacturer's Association 2101 L St., NW Washington, DC 20037 NSF National Sanitation Foundation Box 1468 Ann Arbor, MI 48106 NSWMA National Solid Wastes Management Association 1120 Connecticut Ave., NW Washington, DC 20036 PDI Plumbing and Drainage Institute 5342 Boulevard Place Indianapolis, IN 46208 SMACNA Sheet Metal and Air Conditioning Contractor's National Association 8224 Old Courthouse Rd. Vienna, VA 22180 UL Underwriter Laboratories, Inc. 333 Pfingston Rd. Northbrook, IL 60062 AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 5 1.06 SUBMITTALS A. Submit Samples, Shop Drawings, and Product Data as required by various sections of Division 15 in accordance with Division 1. Contractor is to make Submittals to Architect, plus one copy to Owner. Do not make submittals directly to Engineer. Include one additional copy above the requirements of Division 1. 1.07 QUALITY ASSURANCE A. Preparation: Base final installation of materials and equipment on actual dimensions and conditions at the project site. Field measure for materials or equipment requiring exact fit. B. Workmanship: Perform work in accordance with good commercial practice. The good appearance of the finished work shall be of equal importance with its mechanical efficiency. C. Supervision: Be responsible for and coordinate the work of all subcontractors working under Division 15. D. Installation Procedures: Confer and cooperate with other trades and coordinate the work in proper relation with theirs. Coordinate ceiling cavity space carefully with other trades. E. Properly locate anchors, chases, recesses, and openings required for the proper installation of the work. Arrange with the proper contractors for the building of anchors, etc., and for the leaving of the required chases, recesses, and openings. F. Install equipment and materials in accordance with manufacturers' recommendations unless specifically indicated otherwise, or where local codes or regulations take precedence. G. Testing: See other Division 15 sections for testing of mechanical work. H. Protection: Close ends of pipe and ductwork during construction to prevent entry of foreign material. Protect insulation against dirt, water, chemical or mechanical damage before, during, and after installation. Protect fixtures and equipment against damage during mechanical work. 1.08 REGULATORY REQUIREMENTS A. Permits and fees. Refer to General Conditions, Special Conditions, and Division 1. AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 6 B. Comply with state and local code requirements and ordinances. Comply with requirements of the Utility Companies. Call for inspections required by local building inspection authority. C. Applicable Building Codes and Ordinances: Including but not limited to the following: (See Section 01060) Uniform Building Code, 1997 Edition Uniform Mechanical Code, 1991 Edition Uniform Plumbing Code, 2000 Edition Governing Fire Department Requirements State of Colorado Energy Standards State Department of Labor Requirements State Department of Health Requirements National Fire Protection Association Standards State and Federal Safety and Health Laws NFPA 70 1981 Edition --National Electrical Code NFPA 90A 1976 Edition --Fire Detection in Mechanical Systems 1.09 DELIVERY, STORAGE AND HANDLING A. General: Comply with Division 1. B. General: Deliver and store materials and equipment in manufacturer's unopened containers fully identified with manufacturer's name, trade name, type, class, grade, size, and color. C. Protection: Store materials and equipment off the ground and under cover, protected from damage. D. Acceptance: Check and sign for materials to be furnished by others for installation under Division 15 upon delivery. Assume responsibility for the storage and safekeeping of such materials from time of delivery until final acceptance. 1.10 PRODUCT OPTIONS AND SUBSTITUTIONS A. Substitutions: Comply with Division 1 B. Some materials and equipment are specified by manufacturer and catalog numbers. The manufacturer and catalog numbers are used to establish a degree of quality and type for such equipment and material. C. When alternate or substitute materials and equipment are used, be responsible for space requirements, configurations, performance, changes in bases, supports, structural members and openings in structure, and other apparatus and trades that may be affected by their use. AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 7 1.11 CLEANING A. General: Comply with Division 1. B. Clean exposed surfaces of piping, hangers, ducts, and other exposed items _ of grease, dirt or other foreign materials. At the completion of the work, remove rubbish and debris resulting from the operations and leave equipment spaces clean and ready for use. - 1.12 PROJECT RECORD DOCUMENTS A. General: Comply with Division 1. B. Job Site Documents: Maintain at the job site, one record copy of the _ following: 1. Drawings 2. Specifications 3. Addenda 4. Reviewed Shop Drawings _ 5. Field Test Records C. Do not use record documents for construction purposes. Maintain documents in clean, dry, legible condition, apart from documents used for construction. - D. Record Information: ' Label each document 'Record Document." Mark information with contrasting color using ink. Keep each record current. Do not permanently conceal any work until required information is recorded. E. Record following information on Drawings: 1. Field changes of dimension and detail. 2. Changes by change order or field order. 3. Details not on original contract drawings. F. Record following information on Specifications: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes by change order or field order. 3. Other matters not originally specified. AE 0320 BASIC MECHANICAL REQUIREMENTS . Soft Gold Park 15010 - 8 J G. Shop Drawings: Maintain Shop Drawings as record documents recording changes made after review as specified for drawings above. H. Submittal: At completion of project, deliver Project Record Documents to General Contractor. 1.13 OPERATING AND MAINTENANCE DATA A. General: Comply with Division 1. B. Submission: Submit three typed and bound copies of Operating and Maintenance Manual, 8 and 1/2 inches by 11 inches in size to the Architect for approval prior to scheduling any systems demonstration for the Owner. C. Requirement Contents: Manuals shall have index with tab dividers for each major equipment section to facilitate locating information on specific piece of equipment. Identify data within each section with drawing code numbers as they appear on Drawings and Specifications. Include as a minimum the following data: 1. Alphabetical list of system components, with the name, address, and 24-hour telephone number of the company responsible for servicing each item during the first year of operation. 2. Operating instructions for complete system including: a. Emergency procedures for fire or failure of major equipment. b. Major start, operation, and shutdown procedures. 3. Maintenance instructions, including: a. Valve tags and other identified equipment lists. b. Proper lubricants and lubricating instructions for each piece of equipment. C. Necessary cleaning, replacement, and/or adjustment schedule. 4. Product data on each piece of equipment, including: a. Installation instructions. b. Drawings and Specifications. C. Parts lists. AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 9 d. Complete wiring and temperature control diagrams (as built). e. Marked or changed prints locating concealed parts and variation from the original system design. 5. Warranty information as listed below. 1.14 WARRANTIES A. Warranty: In accordance with Division 1, provide a written warranty to the Owner covering the entire mechanical work to be free from defective materials, equipment and workmanship for a period of one year after Date of Acceptance. During this period provide labor and materials as required to repair or replace defects at no additional cost to the Owner. Provide certificates for such items of equipment, which have warranties in excess of one year. Submit to the General Contractor. B. This warranty will be superseded by the terms of any specific equipment warranties which are in excess of one year. Provide certificates for such items of equipment which have warranties in excess of one year. C. This warranty may be voided by improper Owner maintenance. 1.15 CERTIFICATES A. General: Comply with requirements of Division 1. B. Certificates: Upon completion of the work, deliver to the General Contractor one copy of Certificate of Final hvspection. END OF SECTION AE 0320 BASIC MECHANICAL REQUIREMENTS Soft Gold Park 15010 - 10 SECTION 15020 - MECHANICAL AND ELECTRICAL COORDINATION 1.00 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Responsibility: Unless otherwise indicated, all motors and controls shall be furnished, set in place and wired in accordance with the following schedule: (MD is Mechanical Division; ED is Electrical Division). FURNISHED SET IN PLACE WIRED AND UNDER OR MOUNTED CONNECTED ITEM UNDER UNDER 1. Equipment Motors MD MD ED 2. Magnetic Motor Starters: (a) Automatically controlled, with or without HOA switches MD MD ED (b) Automatically controlled with or without HOA switches and furnished as part of factory wired equipment MD MD ED (c) Manually con- trolled ED ED ED (d) Manually con- trolled and furnished as part of factory wired equipment MD MD ED AE 0320 MECHANICAL AND ELECTRICAL COORDINATION Soft Gold Park 15020 - 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMWGTON 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 Hanford, County of Harlfordy State of Cotmecticut, (hereinafter the "Companies") bath made, constituted and appointed, and do„by these Presents make, constitute and appoint: Connie X Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings9 William C. Bensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Momfa, Mary M. Powell, Diane F. Clementson, of Greeley, Colorado, their true and lawful Attorney(s)-in-Fact, with frill 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)-m-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 signents 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 with the Company's 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 Duectors 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 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 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., FURNISHED SET IN PLACE WIRED AND UNDER OR MOUNTED CONNECTED ITEM UNDER UNDER 3. Line voltage therm- ostats, time clocks, etc., not connected to control panel Systems MD ED ED 4. Electric thermostats, —" time clocks, remote bulb thermostats motor valves, float _ controls, etc., which are an integral part or _ directly attached to ducts pipes, etc. which do not carry full load current or line voltage MD MD MD 5. Temperature control Panels and time switches mounted on _ temperature control panels MD MD MD 6. Motor valves, damper motor, solenoid valves, EP and PE switches, _ etc. MD MD MD 7. Alarm bells MD MD MD 8. Control circuit feeders ED ED ED 9. Low voltage controls, thermostats and -- valves, dampers, etc. MD MD MD 10. Fire protection controls MD MD ED AE 0320 MECHANICAL AND ELECTRICAL COORDINATION _ Soft Gold Park 15020 - 2 .J FURNISHED SET IN PLACE WIRED AND UNDER OR MOUNTED CONNECTED ITEM UNDER UNDER 11. Fire and smoke detectors ED ED ED (1) 12. Boiler and water heater controls, boiler burner control panels, internally wired MD MD MD 13. Pushbutton stations, pilot lights, line voltage or carrying full load current ED ED ED 14. Heat tape ED ED ED 15. Disconnect switches, thermal overload switches, manual operating switches ED ED ED 16. Multi -speed switches MD ED ED 17. Contactors ED ED ED 18. Control relays, transformers, MD MD MD 19. Refrigeration cycle, cooling tower and controls MD MD MD Notes: (1) Wiring from alarm contacts to alarm system by ED; control function wiring by MD. C. Connections: Make connections to controls directly attached to ducts, piping and mechanical equipment with flexible connections. END OF SECTION AE 0320 MECHANICAL AND ELECTRICAL COORDINATION Soft Gold Park 15020 - 3 No Text SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS PART 1 - GENERAL 1.00 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Work Included in This Section: 1. Pipe Supports, Anchors and Seals 2. Motors 3. Valves 4. Access Panels Provided by Mechanical for Installation by Others 5. Mechanical Excavation and Backfill 6. Pipe Installation 7. Electrical Requirements 8. Supporting Steel B. Related_ Requirements: 1. Mechanical and electrical Coordination: Section 15020 2. Cutting and patching: Division 1 3. Excavation and Backfill: Division 2 4. Basic Mechanical Requirements: Section 15010 1.02 REFERENCES A. Comply with applicable requirements of the following standards: 1. American Water Works Association 2. ANSI B31 Code for Pressure Piping 3. Underwriters Laboratories (UL) 4. National Fire Protection Association (NFPA) 5. National Electrical Manufacturers' Association (NEMA) 6. National Electric Code (NEC) AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 1 1.03 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010. 1. Pipe Hangers and Supports 2. Valves 3. Items Shown With an Asterisk in These Specifications PART 2-PRODUCTS 2.01 PIPE HANGERS AND SUPPORTS* A. General: Use adjustable pipe hangers on suspended pipe. Chain or perforated strap hangers will not be permitted. Isolate hangers coming in contact with bare copper pipe with dielectric hanger connectors. Provide supports between piping and building structure where necessary to prevent _ swaying. B. Concrete Inserts: Steel case and expander plug for threaded connection _ with lateral adjustment, top slot for reinforcing rods and lugs for attaching to forms; or machine bolt expansion anchors. Size inserts to match size of threaded hanger rods. _ C. Hanger Rods: Continuous threaded steel, sizes as specified. D. Hangers: 1. Cold Pipes: _ a. 1/2" through 1-1/2": Adjustable Wrought Steel Ring b. 2" and Over: Adjustable Wrought Steel Clevis 2. Multiple or Trapeze: Steel channels with welded spacers and hanger rods one size larger than for largest pipe in trapeze. Where trapeze length exceeds three feet, install additional hanger rod at mid span. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS _ Soft Gold Park 15050 - 2 ..I 3. Hanger Sizes and Spacing: Provide hangers with maximum spacing and hanger rods with minimum sizes as follows: Maximum Pipe Type Pipe Size Spacing Copper Pipe 1/2" through 1" 8'-0" 1-1/4" through 2" 10'-0" Cast Iron 2" 1 Each Joint 3" 1 Each Joint 4" and 5" 1 Each Joint E. Wall Supports: 1. 1/2" through 3": Cast iron hook 2.02 SLEEVES Minimum Hanger Rod Size 3/8" 3/8" 3/8" 1/2" 5/8" A. Steel pipe sized large enough to allow for movement and for insulation. 2.03 MOTORS A. Motors: 1. General: Minimum motor horsepower ratings are specified or scheduled on the Drawings. Minimum requirements for motors are: a. Constructed for operation at worksite altitude b. Dustproof/leak-proof bearing rings C. Built to NEMA standards d. Factory balanced e. Open drip -proof f. Thermal overload protection g. Motors shall have 1.15 S.F. at altitude. h. Additional requirements for motors and starting equipment appear throughout 'Specifications as , they pertain to specified equipment. 2. Voltage Ratings: a. All motors 1/2 HP and smaller shall be 120V, single phase. b. All motors larger than 1/2 HP shall be 240V, single phase. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 3 B. Electrical Requirements for Mechanical Equipment: 1. General: Provide motors, starters, and all necessary control devices such as pushbutton stations, speed controls, transformers and relays as required for proper operation of all equipment famished under this Division. 2. Remote Switches and Pushbutton Stations: Provide remote switches and pushbutton stations required for manually operated equipment complete with pilot lights of an approved type lighted by current from load side of starter. 3. Control Voltage: Maximum allowable control voltage 120V. Fully protect control circuit conductors in accordance with NEC. 2.04 VALVES* A. General: All valves of a given type shall be of one manufacturer and shall be listed with the Manufacturers Standardization Society of the Valve and Fittings Industry. B. Valve Connections: 1. Provide valves suitable to connect to adjoining piping as specified for pipe joints. 2. Thread pipe sizes two inches and smaller. 3. Solder or screw to solder adapters for copper tubing. C. Ball Valves (Drawing Code BV): 1. Acceptable Manufacturers: a. American b. Apollo 2. Description: Bronze, swing -away design, full port, chrome plated bronze ball with Teflon seats, 150 WSP, 400 WOG, screwed or soldered ends. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 4 D. Drain Valves (Drawing Code DV): Acceptable Manufacturers: a. American b. Crane C. Nibco d. Stockham 2. Description: Bronze, compression stop with nipple and cap or hose thread. E. Pressure Ratings: Unless otherwise indicated, use valves suitable for minimum 125 psig and 450 degrees F. and 200 psig and 250 degrees F. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect preceding work in accordance with Section 15010 Basic Mechanical Requirements. 3.02 PREPARATION A. Field Measurements: Base final installation of materials and equipment on job site dimensions and conditions. Job site dimensions shall take precedence over drawing dimensions. Field measures critical dimensions and do not fabricate or cut materials to length until such measurements are made. Be responsible for accurate location of rough -ins as required for equipment being serviced. B. Cleaning: Ream pipes and tubes. Clean off scale and dirt, inside and outside before joining, leaving ready for painting or identification as required. 3.03 EXCAVATION AND BACKFILL A. General: Be responsible for excavation, trenching and backfiring required or work under Division 15. Comply with requirements of Division 2. B. Utilities: Verify locations of existing and new underground utilities prior to trenching and, if damaged by this contractor, replace immediately in an approved manner at no expense to the Owner. C. Trenches: For pipe laid in trenches below slabs on grade, compact bottom of trenches in accordance with Division 2 and the Geotechnical Report. Remove rock and stones from bottom of trench. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 5 D. Backfilling: Remove rocks and stones from backfill material. Backfill by hand tamping earth under the haunch of the pipe to specified compaction. -- Backfill and compaction in thin layers until tip of pipe is covered. Complete backfill and compaction in accordance with Division 2 and the Geotechnical Report. E. Do not places backfill over pipelines until lines are properly tested and approved. 3.04 SLEEVES A. Where pipes or ducts pass through concrete construction, install sleeves accurately set in place. 3.05 CUTTING AND PATCHING A. Be responsible for the costs of cutting and patching for work under Division 15 caused by improper coordination or notification. Comply with the requirements of Division 1. B. Cutting: Coordinate and supervise cutting required. Notify Architect before any cutting, channeling, chasing, or drilling. Use rotary type drill or other method as approved by the Architect. Holes cut with pneumatic hammer will not be accepted. C. Patching: Seal openings and repair and refinish any damage to building elements using skilled mechanics of trades involved in manner acceptable to Architect. 3.06 PIPE AND DUCTWORK PENETRATIONS A. Where horizontal ducts and pipe pass through walls, and vertical ducts and ^ pipes pass through floors, seal off void between opening and duct, or pipe and sleeve. B. Wherever any pipe, duct, conduit, steel member, bracket, equipment or other material penetrates or passes through fire- resistant wall, ceiling or floor, completely seal voids in Construction with cement grout, plaster or other fire-resistant material, embedding sealing material full thickness of material is penetrated. 3.07 FLASHING A. Provide pitch pockets at piping penetrations through the roof. Be responsible for the exact locations of penetrations and coordinate location and sizes with General Contractor. B. Vents and Drains: See Section 15410 Plumbing Piping. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 6 3.08 PIPE INSTALLATION A. Installation: Install piping without springing or forcing, and clear windows, doors, and other openings. Excessive cutting or other weakening of the building structure to facilitate piping installation not permitted. B. Provide sufficient swing joints necessary to permit free expansion and contraction without causing undue stresses. Make changes in direction with fittings. Support piping independently at equipment so its weight will not be supported by the equipment. C. Install vertical risers plumb and straight, horizontal lines parallel with walls and partitions. Conceal piping above ceilings and within furring and walls unless otherwise indicated. D. Shut -Off Valves: Where indicated, provide shut-off valves and unions suitably located, to isolate each item of equipment, branch circuit or section of piping. E. Provide dielectric unions at junctions of dissimilar metals in fresh water systems. F. Clearance: Provide clearance for proper installation of insulation and for access to valves, air vents, drains and unions. Provide minimum 1/2-inch clearance between pipes after insulation. G. Install below grade piping material specified for building interior to a point five feet outside the building foundation. H. Routes and Grades: Route piping in general locations indicated, in an orderly manner and to maintain required grades. Coordinate with other piping, conduits, ducts and equipment making necessary offsets to accommodate the same. Install piping to conserve headroom and interfere as little as possible with use of available space. Group piping wherever possible at common elevations. Install concealed pipes close to the building structure to keep furring to a minimum. 1. Slope water piping one inch in forty feet and arrange to drain at low points. 2. Grade horizontal drainage and vent piping in accordance with applicable code. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 7 than 40% aluminum oxide and not less than 25% ferric oxide. Use material that is factory -graded, packaged, rust -proof and non -glazing and that is unaffected by freezing, moisture and cleaning materials (Sonneborne Frictex, Toch Brothers Toxgrip, Grace Durafax, Sonneborne Frictex 176), Grip -it. E. Approved Manufacturers: 1. Sonneborne Building Products, Minneapolis, MN, (612) 835-3434. 1. Thoro System Products, Miami, FL, and represented locally by The Rio Grande Co., Denver, CO, (303) 825-2211. 3. L.M. Scofield Company, Los Angeles, CA, (800) 800-9900, represented locally by Conrep West, Englewood, CO, (303) 740-7787. 4. Manufacturers providing materials of same function, quality, appearance and performance are acceptable, except as limited above. 3.12 SEALING AND FINISH APPLICATIONS A. General: Consult with the manufacturer's representative prior to application. Follow the manufacturer's printed instructions for applying materials. B. Schedule of Interior Hardening and Sealing Materials: Furnish and apply concrete curing, sealing and hardening products for interior floor slabs in accordance with the following schedule. Refer to paragraph 2.06 for certification of appropriate use. 1. Slabs to Receive No Flooring: Kure-N-Seal. D. Application Process: Apply curing, hardening and sealing products in strict accordance with the manufacturer's written instructions and recommendations. E. Apply materials only after concrete surfaces are completely cured and dry. Follow the manufacturer's recommended application instructions, generally applying it in three (3) coats with ample drying time between coats. Remove surplus hardener after final application has dried. DIVISION 15, SECTION 15050 — Basic Mechanical Materials and Methods Substitutions shall match or exceed all specified requirements, in accordance with Section 01600. Section 15050, Basic Mechanical Materials and Methods. Add Paragraph 2.04.17 as follows: F. "Check Valves (Drawing Code CV): 1. "Acceptable Manufacturers: a. 'American b. "Crane C. "Nibco d. "Stockham 2. "Description: Bronze, swing check valve." 2. Add Paragraph 2.04.G as follows: G. "Gate Valves (Drawing Code GV): 1. "Acceptable Manufacturers: a. "American b. "Crane C. "Nibco d. "Stockham 2. "Description: Bronze, gate valve with rising stem." lrav �� L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 3.09 CONCRETE INSERTS A. Use inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams wherever practicable. Set inserts in position in advance of concrete work. Where concrete slabs form finished — ceiling, finish inserts flush with slab surface. B. Where allowed by Architect, drill through concrete slab from below and provide rod with recessed square steel plate and nut above slab. 3.10 INSTALLATION OF PIPE HANGERS — A. Adequately supports piping from the building structure with adjustable hangers to maintain uniform grading where required and to prevent sagging and pocketing. Provide supports between piping and building structure where necessary to prevent swaying. B. Install hangers to provide minimum 1/2 inch clear space between finished covering and adjacent work. Place a hanger within one foot of each horizontal elbow. Space hangers generally as called for in Table in Part 2, — Products. C. Use hangers who are vertically adjustable 1-1/2 inches minimum after _ piping is erected. D. Support horizontal soil pipe near each hub with five feet maximum _ between hangers. E. Support vertical soil pipe at each floor. Where practical, support riser — piping independently of connected horizontal piping. 3.11 VALVES _ A. Install valves with stems upright or horizontal, not inverted. B. Install ball valves for shut-off and isolating service to isolate equipment, part of systems or vertical risers. C. Provide drains valves at main shut-off valves, low points of piping and apparatus. 3.12 ACCESS PANELS A. Deliver access panels to General Contractor for installation by trade responsible for surface in which installed. Provide instructions for location. AE 0320 BASIC MECHANICAL MATERIALS AND METHODS _ Soft Gold Park 15050 - 8 3.13 EQUIPMENT BASES AND SUPPORTS A. Supporting Steel: Provide supporting steel not indicated on the Structural Drawings for equipment requiring it. Fabricate supports in accordance with AISC Specifications for the Design, Fabrication and Erection of Structural Steel for Building. Brace and fasten with flanges bolted to structure. 3.14 PAINTING A. Supporting steel shall receive one coat of primer paint in the shop after fabrication welding is complete. Paint field joints with one coat of matching primer. Finish painting under Division 9. 3.15 ELECTRICAL A. Install speed controls, transformers, relays, alarm switches, interlock and control wiring that does not handle full load motor or heating equipment current. Wiring shall not be less than No. 14 gauge insulated, color coded, and installed in conduit. See Section 15020. 3.16 ESCUTCHEONS A. Install nickel -plated floor, wall and ceiling escutcheons of adjustable type on pipes passing through walls, floor or ceiling in finished areas after painting is completed. END OF SECTION AE 0320 BASIC MECHANICAL MATERIALS AND METHODS Soft Gold Park 15050 - 9 No Text SECTION 15410 - PLUMBING PIPING PART 1 - GENERAL 1.00 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Furnish and Install: 1. Domestic Cold Water Piping 2. Sanitary Drainage and Vent Piping 3. Floor Drainage Piping and Drains 4. Valves and Specialties 5. Cleanouts 6. Anti -Siphon Equipment 7. Rough -In for Equipment and Fixtures B. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Basic Mechanical Materials and Methods: Section 15050 3. Hangers and Supports and Valves: Section 15050 1.02 RELATED WORK A. Sanitary Sewage System: Division 2 B. Site Utilities: Division 2 C. Plumbing Fixtures and Connection: Section 15440 1.03 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010. Include manufacturer's installation instructions. 1. Plumbing Specialties 2. Floor and Area Drains 3. Cleanouts 4. Pressure Reducing Valves 5. Reduced Pressure Backflow Preventors AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 1 PART 2 - PRODUCTS 2.01 PIPE AND PIPE FITTINGS — A. Domestic Cold Water - Inside Buildings: — 1. Above Grade a. Smaller than 3": Type L hard copper with wrought copper, ^ bronze or cast brass fittings and 95-5 solder joints. 2. Below Grade: a. 3" and Smaller: Type K soft copper and flared tube joints or Type K hard drawn copper with wrought copper fittings and 95-5 solder joints. 3. Drawing Codes: a. Domestic Cold Water: CW B. Water Service - Outside Building: 1. 3" and Smaller: Type K hard drawn copper with wrought copper — fittings and 95-5 solder. C. Sanitary Drainage and Vents - Inside Building: — 1. Above Grade: Service weight cast iron no -hub with gasket and clamp fittings or PVC rigid plastic with PVC fittings and solvent weld, elastomeric seal, threaded or mechanical clamp joints, where allowed by Code. 2. Below Grade: Service weight cast iron with bell and spigot fittings and elastomeric joints. Service weight cast iron no hub with gasket and clamp fittings. 3. Drawing Codes: a. Sanitary Drainage: W — b. Sanitary Vent: V — AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 2 2.02 UNIONS AND COUPLINGS A. 3" and Under: 1. For Copper Piping: Bronze or Wrought B. Dielectric Unions: Use dielectric unions at connections between steel and copper pipe. 2.03 PLUMBING SPECIALTIES A. Shock Absorbers (Water Hammer Arrestors) (Drawing Code SA): 1. General: Provide Plumbing and Drainage Institute (PDI) approved types and sizes as scheduled or required. 2. Acceptable Manufacturers: a. J.R. Smith b. Josam C. Wade d. Zurn e. Approved Substitute B. Wall Hydrants - Frostproof (Drawing Code FWH): 1. General: Provide bronze locking box frostproof wall hydrant as indicated. 2. Acceptable Manufacturers: a. J.R. Smith b. Josam C. Wade d. Zurn C. Approved Substitute C. Plumbing Specialties Schedule: See Schedule on plans. 2.04 PIPE HANGERS AND SUPPORTS A. Provide in accordance with Section 15050 Basic Mechanical Materials and Methods. 2.05 VALVES A. Provide in accordance with Section 15050 Basic Mechanical Materials and Methods. AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 3 2.06 FLOOR DRAINS AND AREA DRAINS. (DRAWING CODE FD OR AD) A. General: Provide types, finishes, materials and accessories as scheduled. B. Acceptable Manufacturers: 1. J.R. Smith 2. 7osam 3. Wade 4. Zurn 5. Approved Substitute C. Floor Drain Schedule: See Schedule on plans. D. Area Drain Schedule: See Schedule on plans. 2.07 CLEANOUTS AND CLEANOUT COVERS (DRAWING CODES FCO, WCO CO AND GCO) A. General: Provide types as specified for finishes or areas in which installed. Provide cleanouts full size of pipe for lines up to 4". Connections shall be lead caulk or no hub or spigot type with caulk or spigot type with elastomeric gasket. B. Acceptable Manufacturers: 1. J.R. Smith 2. Josam 3. Wade 4. Zurn 5. Approved Substitute C. Cleanout Schedule: See Schedule on plans. 2.08 PRESSURE REDUCING VALVE (DRAWING CODE PRV) A. General: Provide where indicated, a domestic water pressure reducing valve. Valve shall be installed with specialties as indicated including pressure gauge, stainless steel strainer, and isolation valves. Valve shall be of bronze body construction with removable stainless steel seat, adjustable outlet pressure, and suitable for inlet pressures up to 150 psig. Valve shall be initially set for 80 psig discharge pressure. B. Acceptable Manufacturers: 1. 2. 3. Fisher Watts Approved Substitute AE 0320 Soft Gold Park PLUMBING PIPING 15410 - 4 C. Pressure Reducing Valve Schedule: Watts Model S-HP-223. 2.09 REDUCED PRESSURE BACKFLOW PREVENTOR (DRAWING CODE RPBP) A. General: Provide where indicated a domestic water reduced pressure backflow preventor with atmospheric vent and air gap fitting. Valve shall be installed with specialties as indicated, including test cocks, bronze strainer, and %a turn ball isolation valves on inlet and outlet with flanges adapter ends or unions. Valve shall be of bronze body construction with replaceable stainless steel seats. B. Acceptable Manufacturers: 1. Watts 2. Approved Substitute C. Pressure Reducing Valve Schedule: Watts Model QT-S-FAE-909-AG-F. PART 3-EXECUTION 3.01 INSPECTION A. Inspect preceding work in conformance with Section 15010 Basic Mechanical Requirements. 3.02 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. 3.03 BASIC METHODS A. Excavate and backfill, cut and patch, sleeve and flash in accordance with Section 15050 Basic Mechanical Materials and Methods. 3.04 WATER DISTRIBUTION SYSTEM A. Service: Furnish and install domestic water service required valves, etc. as required by jurisdictional water company. B. Installation: 1. Run piping as direct as possible to required connections, and slope to drain valves at low points for complete system blow out and drain down. Locate drain valves at accessible points within the system. AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 5 2. Sleeve and caulk wall or floor penetrations of water services with non -hardening adhesive sealant compound. Provide gate valves on shock absorbers, stop and drain valves for exterior sillcocks. 3. Provide unions at connections to fixtures and equipment including valves when union trim is not furnished as a standard part of the equipment trim or where items cannot be removed from line without unions. 4. Provide ball valves for branch lines off main, sub -main take -offs and main take -offs as indicated. 5. Provide building shutoff and separate hose end drain valve with vacuum breaker at main service entry. 6. Provide adequate allowance for expansion, contraction and vibration in the piping system by isolation, looping and anchoring means. Provide hangers of the same material as the piping system, or line with isolating material where hangers and piping are of dissimilar materials. 7. Provide dielectric unions at connections between dissimilar piping materials, i.e., iron valves and copper pipes, etc. 3.05 ROUGH -IN A. Furnish and install cold water, waste and vent rough -ins for fixtures and equipment as indicated and required. Provide sizes as indicated and scheduled in Section 15440 Plumbing Fixtures. 3.06 SANITARY DRAINAGE SYSTEM A. Service: Make connections to public sanitary sewer as applicable and in accordance with rules and regulation of jurisdictional utility company. B. Installation: 1. Run soil and waste piping at a grade of not less than 2.08 percent for piping up to four inches in diameter. Run soil and waste piping at a grade of not less than 1.04 percent for larger piping. 2. Bushings in soil waste piping will not be permitted. 3. Provide waste connections between fixtures and the waste and vent system of galvanized steel nipples. AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 6 4. Provide vents through roofs of at least the minimum size and height as required flashed with four lb. sheet lead (24 inches x 24 inches x 4 lb. minimum). Extend lead five inches above the vent and turned down into vent pipe. Vents may also be flashed as recommended by the roofing material manufacturer. 5. Do not install vents within two feet of roof edge, parapet or wall line of an "on -the -roof structure". 3.07 FLOOR DRAINS, AREA DRAINS AND CLEANOUTS A. Coordination: Coordinate placement with other trades and building structure for elimination of interference. B. Provide test plugs in floor drains at the time of installation. Leave test plugs in place for the duration of construction. Install strainers as required immediately after completion of finish floor installation. C. Install floor drains with P traps and vent as required. 3.08 PLUMBING SPECIALITIES A. Shock Absorbers (SA): Install each shock absorber in an accessible location. B. Wall Hydrants - Frostproof (FWH): Install each wall hydrant with accessible stop and drain valve in branch line ahead of wall hydrant. 3.09 VALVES A. General: Install valves in accordance with Section 15050 Basic Materials and Methods. B. Install ball valves for shut-off and isolating service, to isolate equipment, part of systems or vertical risers. C. Provide drains valves at main shut-off valves, low points of piping and apparatus. D. See Section 15440 for additional valve requirements. 3.10 PRESSURE REDUCING VALVE (DRAWING CODE PRV) A. General: Install valves in accordance with Section 15050 Basic Materials and Methods. B. Install pressure reducing valves for all water services where water pressure may exceed 80 psi. AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 7 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of .the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 C. Install so device may easily be tested and serviced. Devices shall be mounted no higher than 48" AFF. -- 3.11 REDUCED PRESSURE BACKFLOW PREVENTOR (DRAWING CODE RPBP A. General: Install valves in accordance with Section 15050 Basic Materials and Methods. B. Install pressure reducing valves for all water services where required by applicable codes or local water provider. C. Install so device may easily be tested and serviced. Devices shall be mounted no higher than 48" AFF. —, 3.12 EXPANSION COMPENSATION A. Furnish and install in accordance with Section 15050 Basic Mechanical Materials and Methods. 3.13 PRESSURE TESTING A. General: Be responsible for pressure testing of piping systems. Such tests _ shall be observed by the Architect and Owner. Maintain required records of tests made and provide instruments required for testing. Leave a copy of the field report with the General Contractor before leaving the site. — Follow up with a typed and signed report within one week of the test. B. Testing: — 1. General: Test piping systems prior to concealment. Insure that the test pressure which might damage fixtures or equipment do not reach such units by valving them off or otherwise isolating them — during the test. Keep field records and submit to Architect in 4 copies. 2. Test Procedures: a. Drainage Systems including Sanitary Sewers and Sanitary Vents: Plug low points of system and fill with water to uppermost outlet or to 12 feet high, whichever is lower. Let system stand full of water with no indication of leaks. Test system prior to installing air admittance valves. b. Domestic Cold Water: 100 psi hydrostatic test. Hold hydrostatic tests for a minimum of twenty four hours - without loss of pressure. AE 0320 PLUMBING PIPING — Soft Gold Park 15410 - 8 C. Retesting: Retest piping failing initial tests following correction of defective work. Requirements of initial tests shall apply. 3.14 ADJUSTING AND CLEANING A. Domestic Water System: Clean piping of dirt, debris, slag and solder by flushing with water to remove or dissolve foreign particles that may be within the piping system. B. Sterilize potable water piping with a chlorine solution containing not less than 50 parts per million of the pipe volume. Chlorine shall consist of either liquid chlorine or sodium hypochlorite solution. Gas chlorine will not be permitted. C. Maintain chlorine solution in the system for a period of not less than six hours, during which time open and close all valves and faucets at least three times. D. After the sterilization period is completed, flush the entire system with potable water until the residual chlorine content is not greater than 0.2 parts per million. END OF SECTION AE 0320 PLUMBING PIPING Soft Gold Park 15410 - 9 No Text SECTION 15440 - PLUMBING FIXTURES PART 1 - GENERAL 1.00 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Furnish and Install: 1. Plumbing Fixtures 2. Carriers, Trim and Accessory Items B. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Basic Mechanical Materials and Methods: Section 15050 1.02 RELATED WORK A. Piping and Fixture Rough hi: Section 15410 Plumbing Piping 1.03 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010 and for items shown with an asterisk herein. 1. Plumbing Fixtures 2. Carriers 1.04 DELIVERY, STORAGE AND HANDLING A. General: Comply with Section 15010. B. Delivery of Materials: Deliver all materials in manufacturer unopened containers fully identified with manufacturer's name, trade name, type, class, grade, model, size and color. C. Storage of Materials: Store all materials, and fixtures in unopened containers. Store off ground, under cover, and protected against damage from elements and physical hazards. D. Handling of Materials: Handle materials in a manner to avoid damage. Use appropriate material handling means to protect materials from damage. AE 0320 PLUMBING FIXTURES Soft Gold Park 15440 - 1 1.05 WARRANTY A. General: All plumbing fixtures, trim, accessories and components shall be warranted against defects in materials and workmanship for a period of one year from date set by Notice of Substantial Completion. Submit -- warranty to the Owner immediately upon occupancy of any portion of the building in accordance with Section 15010. B. Remedial Work: Upon notification of defects, or malfunction within the warranty period, make necessary corrections or replacement at the convenience of the Owner. Repairs and replacements shall include - resultant damage to adjacent or remote materials, systems, equipment and furnishing without charge to the Owner. PART 2-PRODUCTS 2.01 FIXTURES A. Acceptable Manufacturers: 1. Acorn stainless steel fixtures 2. Bradley stainless steel fixtures 3. Willoughby stainless steel fixtures _ 4. Elkay stainless steel lavatories 5. Haws 6. Chicago faucets _ 7. Zurn faucets 8. Approved Substitutes B. Fixture Schedule: See Schedule on plans. ^ PART 3 - EXECUTION 3.01 INSPECTION A. Inspect preceding work in accordance with Section 15010 Basic Mechanical Requirements. - 3.02 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. — 3.03 INSTALLATION A. General: Install each fixture with trap, easily removable for servicing and cleaning. AE 0320 PLUMBING FIXTURES _ Soft Gold Park 15440 - 2 B. Provide chrome plated rigid supplies to fixtures with loose key stops, reducers and escutcheons. C. Install urinals and water closets with wall carriers. D. Install wall hydrants with vacuum breakers as indicated or specified. E. Finish wall and floor penetrations when exposed to view in finished areas with set screw type chrome plated escutcheons. F. Securely anchor flush valves behind or within walls to be rigid and not subject to movement due to push or pull action on the valve. G. Set plumbing fixtures level and plumb, spaced in accordance with dimensioned Drawings, and securely install to be rigid. H. Fixture Mounting Height: Mount fixtures to the following heights above finish floor: 1. Water Closet (WC): a. Standard: 15 inches to top of bowl rim b. Handicapped: 18 inches to top of seat 2. Urinal (UR): a. Standard: 20 inches to top of bowl rim b. Handicapped: 17 inches to top of bowl rim 3. Drinking Fountain (DF): a. Handicapped: 36 inches to top of spout maximum 4. Jug Filler (JF): a. Standard: 24 inches to spout AE 0320 PLUMBING FIXTURES Soft Gold Park 15440 - 3 3.04 FIXTURE CONNECTIONS A. Connect fixtures in accordance with following table of minimum sizes or as required for particular fixtures. Cold Water Waste Vent 1. Drinking Fountains (DF) 1 /2" 1-1 /4" 1-1 /2" 2. Jug Filler (JF) 1/2" -- -- 3. Lavatories (LAV) 1/2" 1-1/4" 4. Urinals (UR) (Flush Valve) 1" 2" 1-1/2" 5. Wall Hydrants (FWH) 3/411 -- -- 6. Water Closet (WC) a. Flush Valve 1" 4" 2" 3.05 ADJUSTING AND CLEANING A. Cleaning: Clean strainers, traps, aerators, and valves of debris, sand and dirt. At completion, thoroughly clean plumbing fixtures and equipment. B. Adjusting: Adjust flush valves, faucets, etc. for proper flow, after cleaning and flushing operations are accomplished. 3.06 PROTECTION A. Protect fixtures and related components from damage before, during and after installation to date of Final of Acceptance or Owner move -in. Provide protective coverings or other protection as required. END OF SECTION AE 0320 PLUMBING FIXTURES. Soft Gold Park 15440 - 4 SECTION 15750 - HEAT TRANSFER PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish and Install: 1. Unit Heaters, Cabinet and hanging type. B. Furnish Only: Access Panels for appropriate sections for installation. C. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Basic Mechanical Materials and Methods: Section 15050 3. Hangers and Supports: Section 15050 Basic Mechanical Materials and Methods 1.02 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010. Include manufacturer's installation instructions. Unit Heaters B. Operating and Maintenance Data: Submit for the following in accordance with Section 15010. 1. Unit Heaters 1.03 DELIVERY, STORAGE AND HANDLING A. Comply with Section 15010. Exercise care to prevent damage to materials and equipment during loading, transporting and unloading. Deliver packaged units in original crates. 1.04 WARRANTY A. Unit Heaters: Provide 1 year manufacturer's warranty in accordance with Section 15010. AE 0320 HEAT TRANSFER Soft Gold Park 15750 - 1 PART 2-PRODUCTS 2.01 CABINET UNIT HEATER (PLAN CODE CUH) A. Acceptable Manufacturers: — 1. Berko 2. Chromalox 3. Markel 4. Raywall 5. Approved Substitute B. Manufacturer, Model and Sizes: As indicated on schedule on plan. C. Casings: Constructed of die -formed steel parts, treated for resistance, finished in baked -on enamel. Hardware cadium plated, wire safety guards around fans. 14-gauge front louver grille, recessed ceiling mount unit. — D. Heating Elements: Totally enclosed finned type, with automatic reset limit control. — E. Fans: Rubber mounted fan -motor assembly. F. Controls: Integral control thermostat. 2.01 ELECTRIC UNIT HEATER (PLAN CODE EUH) — G. Acceptable Manufacturers: 1. Berko 2. Chromalox 3. Markel 4. Raywall 5. Approved Substitute H. Manufacturer, Model and Sizes: As indicated on schedule on plan. — I. Casings: Constructed of die -formed steel parts, treated for resistance, finished in baked -on enamel. Hardware cadium plated, wire safety guards around fans, individually adjustable discharge louvers, horizontal and vertical. J. Heating Elements: Totally enclosed finned type, with automatic reset limit control K. Fans: Rubber mounted fan -motor assembly. L. Controls: Integral control thermostat. — AE 0320 HEAT TRANSFER Soft Gold Park 15750 - 2 2.02 ACCESS PANEL (DRAWING CODE AP) A. Furnish in accordance with Section 15050 Basic Mechanical Materials and Methods. PART 3 - EXECUTION 3.01 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. 3.02 EQUIPMENT INSTALLATION A. Suspend units from structure as indicated on Drawings, and as recommended by manufacturer. B. Coordinate with General Contractor to determine requirements of supporting steel elements. END OF SECTION AE 0320 HEAT TRANSFER Soft Gold Park 15750 - 3 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: Sinnett Builders, Inc. 2. Permanent main office address: 4557 Denrose Ct. Fort Collins, CO 80524 3. when organized: 1973: Tn-o gorated 1975 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? gR veaxs 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attached 7. General character of Work performed by.your company: General Contractor 8. Have you ever failed to complete any Work awarded to you?No If so, where and why? 9. Have your ever defaulted on a contract? No If so, where and why? 10. Are you debarred by any government agency? No If yes list agency name. 7/96 Section 00420 Page 1. No Text SECTION 15850 - AIR HANDLING PART 1 - GENERAL 1.00 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Furnish and Install 1. Exhaust Fans B. Furnish Only: 1. Access panels for appropriate sections for installation. C. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Basic Mechanical Materials and Methods: Section 15050 1.02 RELATED WORK A. Ductwork: Section 15880 Air Distribution 1.03 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010. Include manufacturer's installation instructions. 1. Exhaust Fans B. Operating and Maintenance Data: Submit for the following in accordance with Section 15010. 1. Exhaust Fans 1.04 DELIVERY, STORAGE AND HANDLING A. Comply with Section 15010. Exercise care to prevent damage to materials and equipment during loading, transporting and unloading. Deliver packaged units in original crates. AE 0320 AIR HANDLING Soft Gold Park 15850 - 1 1.05 WARRANTY A. Exhaust Fans: Provide 1 year manufacturer's warranty in accordance with Section 15010. PART 2 PRODUCTS ^ 2.01 EXHAUST FANS (PLAN CODE EFL A. Acceptable Manufacturers: 1. Acme 2. Cook 3. Greenheck _ 4. Approved Substitute B. Type, Capacity and Size: As indicated. C. General: Provide fans with statically and dynamically balanced wheels, free from objectionable vibrations. Capacities to be AMCA certified. _ Provide fans with permanently lubricated ball bearing motors. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect preceding work in accordance with Section 15010 Basic Mechanical Requirements. 3.02 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. 3.03 INSTALLATION A. General: Install equipment in accordance with manufacturer's recommendations, good industry standards, and SMACNA Installation Standards for Heating, Air Conditioning and Solar Systems, 1981 edition. — 3.04 COMPLETION SERVICES A. Start -Up Service: Start-up system and verify proper operation of all equipment. B. Demonstration: Instruct the Owner's personnel in the proper operation and maintenance of all equipment. END OF SECTION AE 0320 AIR HANDLING Soft Gold Park 15850 - 2 SECTION 15880 - AIR DISTRIBUTION PART 1 - GENERAL 1.00 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 WORK INCLUDED A. Furnish and Install: 1. Ductwork 2. Louvers B. Furnish Only: 1. Access panels for appropriate sections for installation. C. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Basic Mechanical Materials and Methods: Section 15050 1.02_ QUALITY ASSURANCE A. Regulatory Requirements: Comply with the following standards: 1. NFPA 90A-1981: Air Conditioning and Ventilating Systems 2. NFPA 90B-1980: Warm Air Heating and Air Conditioning Systems 3. UL 181: Factory -Made Duct Materials and Air Duct Connections 1.03 REFERENCES A. Reference Standards: Comply with applicable portions of the following: 1. ASHRAE Handbook: Sheet Metal Design Standards 2. SMACNA HVAC Duct Construction Standards, 1985 edition with supplements AE 0320 AIR DISTRIBUTION Soft Gold Park 15880 - 1 3. SMACNA Fibrous Glass Duct Construction Standards, 1979 edition 4. SMACNA Flexible Duct Performance and Installation Standards, 1980 edition 5. SMACNA Duct Liner Application Standard, 1975 edition 6. SMACNA Installation Standards for Heating, Air Conditioning ^ and Solar Systems, 1981 edition 1.04 DELIVERY, STORAGE AND HANDLING A. Comply with Section 15010. Exercise care to prevent damage to materials and equipment during loading, transporting and unloading. Deliver packaged units in original crates. 1.05 SUBMITTALS A. Shop drawings and Product Data: Submit for the following in accordance with Section 15010. Include manufacturer's installation instructions. 1. Louvers 1.06 WARRANTY A. Provide one-year manufacturer's warranty in accordance with Section 15010. PART 2-PRODUCTS 2.01 DUCTWORK A. General: 1. Fabricate ductwork to meet job conditions from dimensions taken from job site. 2. Fabricate and install ductwork so no undue vibration or noise results. Provide flex connectors at fan inlets and outlets. 3. Fabricate rectangular ductwork from galvanized steel. 4. Do not provide holes in the duct systems for the installation of hangers, conduits, etc. Coordinate work of other trades to render this unnecessary. _ AE 0320 AIR DISTRIBUTION Soft Gold Park 15880 - 2 5. Dimensions on Drawings are net clear inside dimensions. B. Hangers: Provide in accordance with referenced SMACNA standards. Hang ducts with strap from attached to bottom of ducts spaced not over 5 ft. center to center. Provide 1" angle collars for exposed ducts passing through walls, ceilings or floors. Anchor collars in position after installation is complete. C. Low Velocity Ductwork: 1. General: Fabricate in accordance with referenced SMACNA Duct Construction Standards. 2. Use when subjected to total static pressures below 2" wg. 3. Elbows: Curved elbows shall have a center line radius equal to 1- 1/2 times the duct width. Square elbows shall have single thickness turning vanes. Job fabricated turning vanes will not be accepted without prior approval. 4. Joints: Make tight with galvanized steel angles and cleats. 2.02 DAMPERS A. Automatic Dampers: Furnished under Section 15950. 2.04 ACCESS PANELS (DRAWING CODE AP) A. Inspect preceding work in accordance with Section 15050 Basic Mechanical Materials and Methods. 2.05 STATIONARY LOUVERS A. Acceptable Manufacturers: 1. American Warming and Ventilating 2. Dowco 3. Greenheck 4. Louvers and Dampers S. Vent Products Company 6. Approved Substitute B. Stationary Louvers (Drawing Code L) 1. As scheduled on plan. AE 0320 AIR DISTRIBUTION Soft Gold Park 15880 - 3 PART 3 - EXECUTION 3.01 INSPECTION A. Inspect preceding work in accordance with Section 15010 Basic Mechanical Requirements. 3.02 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. 3.03 DUCTWORK INSTALLATION A. General: Install in accordance with referenced SMACNA Standards. B. Painting: When indicated at places where inside of duct will be visible through return air grilles, louvers, etc., paint normally visible inside portion of duct with flat black paint. C. Passage Through Construction: 1. Sealing: Where horizontal ducts pass through walls, tightly seal off opening to provide a tight seal between duct and opening. D. Joints: Make joints airtight with additional caulking if necessary. E. Job Conditions: In the installation of the ducts, make necessary allowances and provisions for structural conditions of the building. Make duct transformations as required. Maintain the required cross -sectional areas. 3.04 DUCTWORK ACCESSORIES A. Dampers: 1. Install automatic dampers furnished under Section 15950. 3.06 STATIONARY LOUVERS A. Install louvers, where indicated on the plans, according to manufacturer's recommendations. Provide anchor clips and caulk as required for a sound, watertight installation. Make airtight duct connections to the installed louvers. END OF SECTION AE 0320 AIR DISTRIBUTION Soft Gold Park 15880 - 4 SECTION 15950 - AUTOMATIC TEMPERATURE CONTROL PART1- GENERAL 1.00 RELATED DOCUMENTS A. Drawings and general . provisions of the Contract, including General Conditions and Division 1-Specification sections, apply to work of this section. 1.01 GENERAL A. Control system shall be electric and electronic -electric type. B. In general, the control instruments and equipment furnished for this installation shall be the best product of its type produced by the manufacturer. 1.02 WORK INCLUDED A. Furnish and Install 1. Automatic Temperature Control System B. Related Requirements: 1. Basic Mechanical Requirements: Section 15010 2. Mechanical and Electrical Coordination: Section 15020 3. Basic Mechanical Materials and Methods: Section 15050 4. Heat Transfer: Section 15750 5. Air Handling: Section 15850 1.03 RELATED WORK A. Ductwork: Section 15880 Air Distribution 1.04 SUBMITTALS A. Shop Drawings and Product Data: Submit for the following in accordance with Section 15010. Include manufacturer's installation instructions. 1. Dampers 2. Motors B. Operating and Maintenance Data: Submit for the following in accordance with Section 15010. 1. Controls Instruments and Equipment AE 0320 AUTOMATIC TEMPERATURE CONTROL Soft Gold Park 15950 - 1 1.05 DELIVERY, STORAGE AND HANDLING A. Comply with Section 15010. Exercise care to prevent damage to materials and equipment during loading, transporting and unloading. Deliver packaged units in original crates. 1.06 WARRANTY A. Controls Instruments and Equipment: Provide 1 year manufacturer's warranty in accordance with Section 15010. PART 2 - PRODUCTS 2.01 DAMPERS A. Acceptable Manufacturers: 1. Greenheck 2. Honeywell 3. Johnson Controls 4. Siebe - Robertshaw 5. Approved Substitute B. Damper blades shall be of not less than 16 gauge galvanized steel formed for strength and high velocity performance with closed -cell neoprene edging. Damper blades shall not exceed 8 inches in width. Blades shall be secured to 1/2 inch diameter zinc plated axles by zinc plated bolts and nuts. All blade bearings shall be nylon. Blade side edges shall seal off against spring stainless steel seals. Teflon coated thrust bearings shall be provided at each end of every blade to minimize torque requirements and ensure smooth operation. All blade linkage hardware shall be constructed of corrosion resistant zinc plated steel and brass. Dampers shall be suitable for operation within the following temperature limits: -40 deg. to 200 deg. F. 2.02 MOTORS A. Acceptable Manufacturers: 1. 2. 3. 4. 5. Belimo Honeywell Johnson Controls Siebe - Robertshaw Approved Substitute AE 0320 AUTOMATIC TEMPERATURE CONTROL Soft Gold Park 15950 - 2 B. All power units shall be split -phase motors with all -immersed gear trains. They shall have ample capacity to handle required loads under all normal operating conditions. Motors shall have an integral spring return feature where required. They shall be of the modulating type unless otherwise specified. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect preceding work in accordance with Section 15010 Basic Mechanical Requirements. 3.02 PREPARATION A. Take field measurements and clean in accordance with Preparation, Section 15050 Basic Mechanical Materials and Methods. 3.03 INSTALLATION A. General: Install equipment in accordance with manufacturer's recommendations and good industry standards. B. WRUNG Except where otherwise specified under Sequence of Controls, wire all electrical controls furnished under this Section of the specifications. 2. This installation shall comply with all rules and regulations of the National Electrical Code and all state and local codes and regulations. 3. Install all conduit in a neat and orderly manner with conduit grouped as much as possible following horizontal and vertical building lines and rigidly secure conduit to the building construction. 4. Work performed under this section of the specifications shall be coordinated with associated work being done under Division 16. 5. Except where otherwise specified, voltages for control of circuiting associated with motors and their starters and all control devices shall be rated at 120 volts, single phase motors load side rated at 120V. For all control circuitry not associated with motors and their starters, all devices shall be rated at 120V. AE 0320 AUTOMATIC TEMPERATURE CONTROL Soft Gold Park 15950 - 3 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 Attached 12. List your major equipment available for this contract. N/A 13. Experience in construction Work similar in importance to this project: 10yearc worth of exnerience 14. Background and experience of the principal members of your organization, including officers: See Attached Resumes. Dennis Sinnett - President; John Sinnett - Vice President; Ted Beers - Secretary 15. Credit available: $ Varies upon Job 16. Bank reference: First State Bank of Colorado; 2000 S. College Ave.; $ort Collins, CO 80525 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? _ es If yes, in what city, county and state? __See Below What class, license and numbers?'011ins,L-unlimited Contr.actor.A-10.,. Loe Loveland, CO -Class I Contractor #562; Estes Park, CO #853; Greeley i010790 19. Do you anticipate subcontracting Work under this Contract? yes If yes, what percent of total contract? 90% and to whom? 20. Are any lawsuits pending against you or your firm at this time? No If yes, DETAIL 7/96. Section 00420 Page 2 C. EQUIPMENT 1. Coordinate the installation of temperature control equipment furnished under this section but installed under other sections of this Division. Installation under Ventilation Section will include automatic control dampers. D. DAMPERS 1. All automatic dampers shall be furnished and installed by the Mechanical Contractor. 3.04 SEOUENCE OF CONTROL A. General: The following description gives the intent of the sequence of operation. It is the responsibility of the Contractor to coordinate existing controls and controls furnished with the equipment with necessary supplementary controls under this Section to provide a working system as described below. B. Wire automatic control damper to be open with its respective exhaust fan on, closed when fan is off. C. Exhaust fans shall be controlled from motion detectors for the lights. D. Cabinet unit heater thermostat furnished with unit set at 49 degrees F. (adjustable). E. Electric unit heater thermostat furnished with unit set at 49 degrees F. (adjustable). 3.05 COMPLETION SERVICES A. Start -Up Service: Start-up system and verify proper operation of all equipment. B. Demonstration: Instruct the Owner's personnel in the proper operation and maintenance of all equipment. END OF SECTION AE 0320 AUTOMATIC TEMPERATURE CONTROL Soft Gold Park 15950 - 4 SECTION 16000 GENERAL ELECTRICAL PART 1-GENERAL 1.1 DESCRIPTION A. Work covered by this section shall consist of furnishing all labor, equipment, supplies and materials unless otherwise specified and of performing all operations necessary for the installation of complete electrical systems as required by these specifications and/or as indicated on the Drawings. 1. All work under this section shall also be governed by the project general conditions, along with all supplements and amendments thereto, as published by the Engineer. B. Work shall also include the completion of all labor and the supply of all materials, whether specifically mentioned or not, for the successful operation of all electrical systems described on the Drawings or required by these specifications. 1. Oversights at the bidding stage will not relieve the Contractor of providing complete electrical systems including equipment, materials, tools and labor. C. The scope of electrical work shall include but not be limited to the following; 1. Underground secondary service and service entrance equipment for the rest room building. 2. Power distribution and branch circuit wiring to all equipment. 3. Installation of building lighting system. 4. Control and instrument wiring as required to all equipment. 5. Branch circuit wiring to remote lift station. 1.2 GENERAL REQUIREMENTS A. Codes and Regulations: Comply with all applicable state and local codes, regulations and ordinances and the latest applicable requirements of the National Electrical Code as interpreted by the local inspection authority who shall have final jurisdiction. B. Permits and Fees: Secure and pay for all permits, fees, taxes, royalties, licenses and inspections in connection with the electrical work. Upon completion of work, furnish to the Engineer a Certificate of Inspection indicating final approval by the local inspection authority. C. Examination of Premises: Examine the premises prior to bidding and become fully familiar with existing conditions. D. Construction Power and Lighting: Provide all temporary power, lighting and wiring as required during the construction period for the use of all the trades. Temporary facilities shall be installed per NEC and are to be properly grounded throughout. Remove all temporary facilities upon completion of the project. 1.3 DRAWINGS A. The Drawings show functional requirements of the system described herein; components not itemized on the Drawings and Specifications shall be provided by the Contractor to provide a complete working system as indicated on the Drawings. 1. Before installing any wiring, equipment, outlets or other devices, examine architectural, structural and mechanical drawings and specifications; if any discrepancies occur between them and the electrical drawings and specifications, report same to the Engineer in writing and obtain written instructions for changes in the work. The architectural, structural and Soft Gold Park 16000-1 April 2003 mechanical drawings and specifications take precedence over the electrical. Electrical drawings are diagrammatic but shall be followed as closely as actual construction of the building and work of other trades will permit. All changes from Drawings necessary to make the electrical work conform to the building as constructed and to fit work of other trades shall be made without cost to the Owner and shall be marked on the documents for later submittal to the Engineer. Data given herein and on the Drawings is as exact as could be secured, but absolute accuracy is not guaranteed. Specifications and Drawings are for assistance and guidance to the Contractor. Exact locations, distances, levels and dimensions will be governed by the building; the Contractor shall use same with this understanding. PART 2 - MATERIALS 2.1 MATERIALS A. All materials and equipment shall be manufactured, tested and installed in accordance with the following: 1. National Electrical Code (NEC). 2. Underwriters' Laboratory (UL). 3. National Electrical Manufacturer's Association (NEMA). 4. American National Standards Institute (ANSI). 5. Illuminating Engineering Society (IES). B. The Contractor shall submit proof, if requested by the Engineer, that the materials, equipment or devices that he installs under this contract meet the requirements of. the Underwriters' Laboratories, Inc. in regard to fire and casualty hazards. C. All electrical material shall display a UL label. PART 3 - EXECUTION 3.1 INSTALLATION A. Coordination: The Contractor shall coordinate electrical work with the progress of other work and with the work of other trades on the job without cost to the Owner. B. Cleanup: If so directed by the Engineer, remove any materials not installed in the work which conflict with the work of other trades. At completion of work, clean up and remove from premises _ all debris and materials not installed so premises will be left clean. 3.2 INSPECTION AND TESTS A. When and if directed by the Engineer, the Contractor shall test, under supervision of the Engineer, all wiring and connections for continuity and grounds. ^ B. When directed by the Engineer, the Contractor shall demonstrate by megger test the insulation resistance of any circuit. Where such a test indicates the presence of faulty insulation, the Contractor shall locate the point of fault, replace with no additional cost to the Owner and demonstrate by further test the elimination of such a fault. Soft Gold Park 16000-2 April 2003 After the installation has been completed and at such time as the Engineer may direct, the Contractor shall conduct an operating test for approval in accordance with the requirements of this Specification. Soft Gold Park 16000-3 April 2003 No Text SECTION 16100 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all new materials consistent with the requirements of Section 16000 and as specified below. 1.2 SUBMITTALS A. Submit catalog cut sheets on all basic materials to be used and receive Engineer's acceptance. 1. See supplemental conditions for distribution and count. PART 2-PRODUCTS 2.1 RACEWAYS - ACCEPTABLE CLASSES A. Description of System. 1. Provide raceways as required below for raceway systems. 2. Conduit sizes not noted on Drawings shall be in accordance with NEC requirements for the quantities and size of wire installed therein. 3. Where nonmetallic raceways are utilized, size as required to conform with the grounding conductor considered as an insulated additional conductor. 4. Where metallic raceways are used, they must establish positive low -resistance paths to ground and effectively isolate conductors so that any short-circuit arcs will be confined. 5. Reference Section 16450, Grounding. B. Acceptable Classes. 1. Electrical Metallic Tubing (EMT). a. Install 2" and smaller for all exposed branch circuit wiring. b. Galvanize on the outside and coat on the inside with a smooth hard finish of lacquer, varnish or enamel. C. Fittings. 1) Steel set screw. d. Comply with Underwriters' Laboratories Standard UL 797 and USA Standards Institute C80-3. 2. Poly -Vinyl Chloride (PVC) Plastic Conduit. a. Provide in the following locations. 1) In or below slabs on grade. 2) In earth or gravel. b. Schedule 40 Heavy Wall, 90 degrees Celsius, UL listed for above ground and underground uses. C. Conform to NEMA TC-2 and UL-651 standards. d. UL listed in conformity with Article 347 of the National Electric Code. e. 1-1/2" and larger shall conform to NEMA Publications No. TC-1-1965. 3. Surface Metal Wireway. a. Provide surface metal wireway of a dimension permitting the number of conductors and splices installed. NEMA 1 enclosure. b. The raceway shall meet all NEC Article 352A requirements and shall be UL listed. C. Provide with appropriate boxes and fittings by same manufacturer. Soft Gold Park 16100-1 April 2003 4. Flexible Metal Conduit. a. Provide in sufficient lengths for: 1) Make-up of motor or equipment raceway connections. b. Non-liquidtight type: Steel, galvanized, flexible metallic, same manufacturers as for rigid. C. Liquidtight: American Brass Company Sealtite Type VA, General Electric Type UA or equal. 2.2 WIRES AND CABLES A. Description of System. 1. Provide a complete system of conductors in raceway systems with minimum wire size to be No. 12, unless shown otherwise on Drawings. 2. Unless otherwise indicated, wire sizes noted on Drawings are to be extended for the entire length of a circuit including taps and risers. 3. 120 volt branch circuits shall be No. 10 or larger where the distance to the first outlet exceeds 75 feet. B. Conductor Material. 1. Copper conductors shall be high conductivity tin coated annealed copper in accordance with ASTM B-33. a. Use copper conductors for all wiring. C. Insulation. 1. Thermoplastic Insulated, Nylon Sheathed - Use for all branch circuit conductors installed in conduit. a. UL Type THWN, suitable for operation at 600 volts in wet or dry locations at conductor temperatures not to exceed 75°C. b. Poly -vinyl chloride insulation that is UL defined as heat, abrasion, moisture and oil resistant. 2.3 WIRE CONNECTORS AND DEVICES A. Description of System. 1. Provide wire connectors, crimp terminals, splice connectors, mechanical lugs, compression lugs, pin connectors, split bolt connectors and associated insulating devices for a complete wiring connection system suitable for specified cables furnished. 2. Connectors shall be in accordance with NEC, state and local requirements for size and color installed therein. 3. Connectors and devices shall be installed in accordance with manufacturer's and UL standard requirements for tightening torques. Use proper torquing tools to achieve accurate values. 2.4 JUNCTION BOXES A. General Requirements. 1. Provide all covers of same gauge metal and include screws. B. Concealed Junction Boxes. 1. Provide code gauge sheet metal boxes located and sized as required with suitable covers and trims. a. Make of material resistant to corrosion or suitably protected, both internally and externally, by galvanizing. b. Boxes installed in damp or wet locations shall be UL approved for the purpose. Soft Gold Park 16100-2 April 2003 C. Comply with UL Standard 50. d. Metal boxes to meet NEC construction specifications. C. Exposed Junction Boxes. 1. Boxes exposed or surface mounted shall be die-cast or permanent -mold cast aluminum body with threaded external hub and cast cover. 2.5 OUTLET BOXES A. Description of System. 1. Provide outlet boxes for all wiring devices, receptacles, switches, telephone connections and clock connections of material construction to suit environmental conditions. 2. Locate outlet boxes as indicated on Drawings and in accordance with actual structural conditions to eliminate obstructions and interference with other work and equipment. a. Verify final location for all outlets, panels and equipment with Engineer - see Architectural Drawings. B. Concealed Boxes. 1. Furnish sheet steel boxes and fittings which shall be made corrosion resistant both internally and externally by galvanizing. a. Provide with matching manufactured cover. C. Surface Boxes. 1. Furnish die-cast or permanent -mold cast aluminum boxes with threaded external hubs. a. Provide threaded plugs for unused hubs. 2. Boxes shall be of a corrosion -resistant alloy. 3. Boxes shall be deep -body series, single -gang through four -gang with corresponding device cover plates. 2.6 WIRING DEVICES A. Description of System. 1. Provide wiring devices and device plates as specified below. Provide in the quantities and at the locations indicated on the Drawings. B. Specification Grade Receptacles. 1. Specification grade receptacles shall be 2-pole, 3-wire, grounding duplex, 20 amp,125 volts. 2. Manufacturers. a. Leviton 5362. b. Hubbell 5362. C. Ground Fault Interrupting Receptacles. 1. GFI receptacles shall be 2-pole, 3-wire, grounding duplex, 20 amp, 125 volts. 2. Ground -fault receptacles shall have NEMA 5-20 configuration with the following characteristics: a. 5 milliamp sensitivity to earth leakage current. b. 1/30th of a second trip time. C. Local "test' button. d. Local 'reset' button. 3. Manufacturers. a. Leviton 6399. b. Hubbell GF-5362. Soft Gold Park 16100-3 April 2003 D. Switches. 1. Switches shall be heavy duty, AC quiet type, toggle handle, 20 amp, 120-277 volts, corrosion resistant. 2. Manufacturers. a. Single -pole 1) Leviton: No. 54521-1 2) Hubbell1221-1 b.. Three-way 1) Leviton: No. 54523-1 5. Motion Detector: Ultrasomc sensor for switching re5troom lighting. I . Model 5C20 by Tork. 2. Mounting: Mount in center of re5troom F. Provide 5tamle55 steel wall plates for all receptacles and 5witche5. G. Materials shall conform and be consistent throughout. 2.7 PANELBOARDS A. Panelboards shall be of deadfront construction incorporating Switching and protective devlce5 of the number, rating and type noted herein or indicated on the Drawmg5. I . Electrical characteri5tic5, ratmg5 and branch circuit wiring of panelboard shall bein accordance with panel schedules and elementary drawmg5. 2. Panelboard circuit breakers shall be thermal magnetic type. a. Breakers shall have a minimum interrupting rating of 10,000 amperes RMS Symmetrical short circuit capacity. b. Breakers shall be operated by a toggle -type handle and shall have a quick -make, ctuick- break switching mecham5m with overload or short circuit tripping being clearly indicated. PART 3 - EXECUTION 3.1 INSTALLATION A. Raceways I . Layout work in advance to avoid exce55we concentrations of multiple raceway runs. 2. Securely fasten raceways at mterval5 and locations required by NEC or the type raceway employed. 3. Route exposed conduit and surface metal raceways parallel or perpendicular to building hne5 with neat right angle turns. 4. Turn conduits with neat Symmetrical concentric bends. B. Wire and Cable I . In5tall wire in approved raceways only after all concrete and pla5termg work 15 complete and all moisture has been swabbed from conduits. 2. All wiring shall be furm5hed and m5talied complete from point of service connection to all receptacles, lighting fixtures, utilization equipment, etc., a5 indicated on the Drawmg5. 3. Suitable m5tallation equipment shall be provided to prevent cutting and abrasion of conductors and conduits during the pullmg of feeders and branch circuits. Repeated bending shall be avoided, and the minimum bending radw5 for the particular conductor shall be strictly observed. 4. Ropes used for pulling feeders shall be made of polyethylene. Soft Gold Park 16100-4 April 2003 Y.II a. Metallic ropes shall not be used. 5. Wire pulling lubricants shall conform to UL requirement5 applicable to the several m5ulation and raceway materials used. G. Pullmg Imes are to be attached to wires and cables by means of either woven basket grips or pulling eyes. a. Rope hitcher shall not be used. 7. All cables to be 11115talled in a 5mgle conduit shall be installed together. 8. Apply color coding to all three- and four -wire arcuit5 a5 follows: 1 20/240 Volts Phase 277/480 Volt Black A Yellow Red B Brown C Orange White Neutral White Green Ground Green 9. Where home run circuit numbers are indicated on the Drawings, such numbers shall be followed in connecting arcuit5 to panelboard5. C. Wire Connectors and Devices. I . Any connectors and lugs m5talled shall not exceed manufacturer's recommended connectmg combinations. 2. Install wire connecting devices to provide a tight mechanical and electrical make-up. 3. Re -check Splices and terminations and make tight prior to 5ub5tantial completion. D. Junction Boxes. I . Install junction boxes 5o that covers are readily accessible after the completion of the m5tallation. 2. Mount rigidly in place with fronts Straight and plumb. 3. Support sheet steel adequately to maintain shape. 4. Secure covers with corrosion resistant screws and bolts. 5. All surface mounted Special boxes shall be secured to cement and/or block walls u5mg 114" x 3/4" lead anchors. E. Outlet Boxes. I . Except a5 required otherwise by actual construction conditions, locate outlets a5 follows (all dimen5ion5 given are from finished floor to centerline of outlet boxes). a. WallSwitche5: 4'-G". b. Convenience outlets: P-0" except over such items a5 counters, benches, Special equipment where they shall be at a height to service equipment or a5 indicated on Drawmgs. 2. Adju5t height 50 the height of all umt5 will be con515tent in one direction. F. Wirmg Devices. I . Install ground fault interrupting receptacles and isolated ground receptacles at locations indicated on the Drawings. 2. Install 5peafication grade receptacles in all remaining areas a5 indicated on the Drawmgs. 3. Install the proper type of device and plate for the particular appliance or equipment. a. Verify with Engineer. G. Panelboard5. I . Mount panelboard5 rigidly in place with fronts Straight and plumb. 2. Provide complete mounting brackets and hardware a5 necessary for complete support of panelboard5 at locations indicated on Drawmgs. 3. Provide a typed panel directory for each panelboard; enclose in pla5tic. Soft Gold Park 16100-5 April 2003 21. What are the limits of your public liability? DETAIL N/A What company? 22. What are your company's bonding limitations? $12 Million 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 9:00 a.m. this 19th day of November 2003• Sinnett Builders, Inc. John Sinnett } County of Larimer John Sinnett being duly sworn deposes and says that he is Vice President of Sinnett Builders, Inc. and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _ 19th day of November 20403 (oftary��Publi,c My commission expires ylr'�L 7/96 Ei(-EEN �L Ml�Ae4fa►E�prs,ip :y,x:;� Section 00420 Page 3 a. Label panel as indicated on one -line diagram. Submit sample of label to Engineer for approval. Soft Gold Park 16100-6 April 2003 SECTION 16410 ELECTRIC SERVICE PART 1-GENERAL 1.1 DESCRIPTION A. The electric service includes all conductors and equipment from the point at which the electric utility delivers the power to the site to the metering equipment and to the line side of the service disconnecting means. 1. Single phase service at the rest room. 2. Three-phase service at the pump station. 1.2 GENERAL REQUIREMENTS A. The Contractor shall make all arrangements and coordinate with the local electric utility for installation of the concrete transformer pad, transformer, metering equipment and the service conductor terminations inside the transformer. B. Size of the service entrance conductors, number of conductors, service entrance raceway size and type, service voltage and associated equipment are indicated on the Drawings. 1.3 QUALITY ASSURANCE A. National Electric Code. B. Local Electric Utility Specifications. C. Local Codes. PART 2-PRODUCTS 2.1 MATERIALS A. Acceptable classes of materials for use in conjunction with the electric service shall be in accordance with the appropriate reference sections listed below. 1. Basic Materials and Methods, 16100. B. The service entrance equipment shall consist of a main circuit breaker. PART 3 - EXECUTION 3.1 INSTALLATION A. Coordinate the installation of the transformer pads with the local utility. The utility will install the pad, and the contractor will install the service entrance raceways. B. The electric utility will furnish and install the padmount transformer. The contractor shall install the service entrance conductors leaving sufficient length of conductor for terminations inside the transformer. 1. The electric utility will make all the necessary terminations inside their transformer. Soft Gold Park 16410-1 April 2003 C. The Contractor shall install the service entrance conductors from the padmount transformer and terminate them at the main breaker. D. Coordinate underground conduit installations with other work to eliminate conflict and avoid interference with other underground piping systems. -^ END OF SECTION Soft Gold Park 16410-2 April 2003 SECTION 16450 GROUNDING PART GENERAL 1.1 DESCRIPTION A. Description of System. 1. The grounded neutral of the secondary distribution system shall be supplemented by an equipment grounding system to properly safeguard the equipment and personnel. The equipment grounding system shall be installed so all metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, portable equipment and other conductive items in close proximity with electrical circuits operate continuously at ground potential and provide a low impedance path for possible ground fault currents. 1.3 QUALITY ASSURANCE A. System to comply with NEC. 1. Reference Article 250. B. Reference Standards. 1. ANSI. 2. Local Codes. 3. NEC. C. Installation Tests. 1. Grounding Tests. 2. Continuity. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Provide bonding jumpers and wire, grounding circuit conductors, grounding electrodes, grounding bushings, clamps and appurtenances required for complete grounding. 1. Grounding electrode: 3/4" x 10'-0" copperclad. B. All grounding circuit conductors for general purpose branch circuits serving appliances and utilization equipment shall be insulated high conductivity copper wire. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide separate grounding conductor securely connected to grounding screws, clamps, etc. on each side of new raceways. B. Provide a separate grounding conductor securely grounded on each side of raceway system for each motor. 1. Size in accordance with the NEC. 2. Route inside raceway. Soft Gold Park 16450-1 April 2003 C. Provide a grounding type bushing for feeder conduits. 1. Individually bond these raceways to the ground lug in the wireway and panel board. D. Provide a green insulated wire grounding jumper from the ground screw to a box grounding screw or clip for grounding type devices or utilize approved self -grounding type. E. Install a driven ground rod as indicated on the Drawings. ^ 1. Bond the nearest metal underground water pipe, concrete encased electrodes (concrete foundation reinforcing steel) and driven ground rod together to the unspliced grounding electrode conductor. Soft Gold Park 16450-2 April 2003 SECTION 16500 LIGHTING PART 1-GENERAL 1.1 DESCRIPTION A. Provide a complete lighting system as indicated on Drawings and in fixture, schedules, all wired, assembled and in working order. 1.2 QUALITY ASSURANCE A. Reference Standards. 1. IES minimum standards. 2. UL approved auxiliaries. 3. NEMA. . 4. CBM-ETL certified. 1.3 SUBMITTALS A. Submit catalog cut sheets for all lighting fixture types to the Engineer. These shall include the following information: 1. Photometric data. 2. Mounting provisions and accessories. 3. Ballast electrical characteristics. B. Submit the operating temperature rating and the noise level ratings for all ballasts. 1. Report the maximum ambient temperature in degrees Fahrenheit in which the fixture will function continuously without interruption. 2. Guarantee operation under conditions of this project. C. Reference supplemental conditions for distribution. PART 2-PRODUCTS 2.1 CONSTRUCTION A. Fixtures installed in damp or wet locations shall be suitable for the environment and display appropriate UL label. B. All fixtures shall be constructed of adequate gauge steel, including interior barriers, channels, end caps and reflectors. C. Ballast case temperatures not to exceed the UL 900C limit in a 25°C ambient. 2.2 BALLASTS A. All fluorescent ballasts to conform to the following: 1. UL approved. 2. CBM-ETL certified. Soft Gold Park 16500-1 April 2003 3. High power factor energy saving. 4. Conform to applicable UL designated Class "P" requirements. _ 5. Operable on nominal applied system voltage with allowable voltage variations. 6. Automatic -resetting type thermal protectors. 7. Sound ratings equal to G.E. "A." B. All HID ballasts shall be designed and constructed to meet the American National Standard. Institute specifications. They shall also comply with UL 1029 and be UL listed. 1. All ballasts shall be encased. T 2. All ballasts shall be the high power factor type. 3. Each ballast shall display its ballast data plus wiring connections on an aluminized label on. the case. H 2.3 FINISH A. Furnish ferrous metal surface with protective finish having rust inhibiting properties. B. Painted Finishes: Minimum of 1.5 mils thick; balance between hardness and bending properties suitable for the application. C. White Finishes: 87% minimum reflectance. 2.4 DIFFUSERS A. Plastic Used for Light Transmission. 1. Acrylic throughout; no styrene permitted. 2. 100% virgin materials. 3. 0.125 inch minimum thickness. 4. No blends or copolymers permitted. 5. ETL certified as light stabilized and non -yellowing. B. Aging Properties. 1. Guaranteed to conform with minimum standard of 1ES. 2. SPI-NEMA conformance when installed in interior locations utilizing standards WW or CW lamp. 2.5 FIXTURES A. Provide as specified in the fixture schedule or approved equal. 2.6 LAMPS A. Lamps shall be manufactured by General Electric or Phillips. PART 3 - EXECUTION 3.1 INSTALLATION A. Set luminaries true and free from light leaks, warps, dents. and other defects. B. Provide fixtures having proper flanges, trim and mounting. Soft Gold Park 16500-2 April 2003 C. Mount outlets at position and height to clear ductwork, piping and obstructions. D. Install fluorescent lamps aligned for proper lamp contact. E. Fixture Wiring: conform to NEC. F. Protect wiring with tape or tubing at points where abrasion is likely to occur. G. Provide chase nipples where field wiring through knockouts. H. Install wire in fluorescent fixtures that meets temperature requirements with a minimum rating of 900C (1940F). I. Provide special plates, barriers and rings as required to comply with the NEC. Soft Gold Park 16500-3 April 2003 No Text APPENDIX I Geotechnical Engineering Report City of Fort Collins Park Planning and Development � k � Cri � \ 0 k \ � [ � o \ / a q \ M @ r 9 a$ 7§ 9 9 rn a/ R I R> G a ƒ _ / $ ( / § 2 / / } r- \ \ \ 2 / \ ) \ r _ C ¥ - f m .2 ) a § e } } / B $ 3 « « % 2 k \ ) ] § j ) 5 \ u ) \ \ \ ) \ 0 2 « \ 0 0 J J w u A 2/« 3= ) u § u 2 § § # 0 0 z w Irerracon 301 North Howes • P.O. Box SW Fort CoMM Colorado 80521-0503 (970) 484-035g Fax (970) 484.0464 January 16, 2003 City of Fort Collins Park Planning and Development P.O. Box 580 Fort Collins, Colorado 80522 _ Attn: Mr. Jason Stutzman Re: Geotechnical Engineering Report Proposed Soft Gold Park West End of Hickory Street Fort Collins, Colorado• Terracon Project No. 20025231 Terracon has completed a geotechnical engineering exploration for the proposed improvements to be implemented at the Soft Gold Park in Fort Collins, Colorado. These improvements will consist of a shelter and restroom facility, a playground area, soccer fields, a softball baseball field, multi -use concrete areas, a "dirt bike" park, various meandering — trails, a potential skate park and an earth -lined detention pond. This study was performed in general accordance with our Proposal No. D2002427 dated December 20, 2002. The results of our engineering study, including the boring location diagram, laboratory test results, test boring records, and the geotechnical recommendations needed to aid in the design and construction of foundations, pavements and other earth connected phases of this project are attached. Approximately 4 to 6-feet of lean Gay and `sandy lean Gay was encountered at the surface of the test borings. Underlying the clay. strata and extending to the depths explored, approximately 15-feet, was silty sand with gravel. Groundwater was encountered at approximate depths of 5=1/2 to.7-feet below existing site grade_ during the initial .drilling operations and/or when checked on January 8, 2003. - Based on the subsurface conditions encountered and the type of construction proposed, it is recommended the proposed shelter and restroom facility be supported by conventional -type spread footings bearing on undisturbed, native subsoils. Slab -on -grade construction is "~ considered feasible. at the site provided the recommendations set forth in the report are followed. Arizona a Arkansas ■ Cellornia ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ Iowa ■ Kansas ■ Kentucky � esota ■ M68OW Montane 9 Nebraska ■ Nevada ■ New Mexico ■ North Carolina M Oklahoma M Tennessee ■Texas ■ UtarP isco;*n M. Wyoming Consulting Engineers 6 Scientists Since 1965 W W W,terracon.com Geotechnical Engineering Exploration Terramn Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 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 do not hesitate to contact us. Sincerely, TERRACON f Daniel R. Copies mbert, P.E. d Engineer (4) Addressee (2) Mr. Shaun J. Moscrip - Aller Lingle Architect Manager m r TABLE OF CONTENTS Page No. Letter of Transmittal-------------- --- ""-'-" INTRODUCTION.................................................................................................................1 PROJECTDESCRIPTION....................:.............................................................................1 -. SITE EXPLORATION PROCEDURES........................................................................:.......2 FieldExploration .......... 2 ...........................................................................:................ LaboratoryTesting................................................................................................... 2 SITECONDITIONS 3 .........................................................................................I................... SoilConditions .. 3 .................................. .................................................................... Test Results 3 Field and Laboratory........................................................................... Groundwater Conditions.........................................................................................;.4 GOETECHNICAL ENGINEERING RECOMMENDATIONS.................................................4 4 -" Geotechnical Considerations ............................. ....................................,............. Foundation Systems - Conventional Type Spread Footings ................................... 4 Lateral Earth Pressures...........................................................................................5 6 SeismicConsiderations........................................................................................... .. Floor Slab Design and Construction....................................................................I...6 7 Pavement Design and Construction..................................................................... .. DetentionPond........................................................................................................9 .. Earthwork................................................................................................................10 - GeneralConsiderations...............................................................................10 SitePreparation...........................................................................................10 SubgradePreparation..................................................................................11 Fill Materials and Placement........................................................................11 I I Excavation and Trench Construction.... ........................................................ Additional Design and Construction Considerations...................................I.............12 Exterior Slab Design and Construction........................................................12 Underground Utility Systems........................................................................12 _. CorrosionProtection....................................................................................13 SurfaceDrainage.........................................................................................13 GENERALCOMMENTS................................................................................................:...13 APPENDIX A Site Plan and Boring Location Diagram Logs of Borings APPENDIX B Laboratory Test Results APPENDIX C General Notes Pavement Preventative Maintenance Notes GEOTECHNICAL ENGINEERING REPORT PROPOSED SOFT GOLD PARK WEST END OF HICKORY STREET FORT COLLINS, COLORADO TERRACON PROJECT NO. 20025231 JANUARY 16, 2003 INTRODUCTION This report contains the results of our geotechnical engineering exploration for the proposed improvements at the Soft Gold Park located at the west end of Hickory Street in Fort Collins, Colorado. These improvements will consist of a shelter and restroom facility, a playground area, soccer fields, a softball/baseball field, multi -use concrete areas, a "dirt bike" park, various meandering trails, a potential skate park and an earth -lined detention pond. The site is located in the North 1/2 of Section 2, Township 7 North, Range 69 West of the 6th Principal Meridian, Larimer County, Colorado. The purpose of these services .is to provide information and geotechnical engineering recommendations relative to: • subsurface soil conditions • groundwater conditions • foundation design and construction • lateral earth pressures • floor slab design and construction • pavement design and construction • detention pond • earthwork • . drainage The recommendations contained in this report are -based upon the results of field and laboratory testing, engineering analyses, and experience with similar. soil conditions, structures and our understanding of the proposed project. PROJECT DESCRIPTION The proposed Soft Gold Park project is planned for the vacant parcel of land situated north of the west end of Hickory Street in Fort Collins, Colorado. The project is to consist of a shelter and restroom facility, a playground area, soccer fields, a softball/baseball field, multi -use concrete 1 Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 lfemac areas, a 'dirt bike park, various meandering trails, a potential skate park and an earth lined detention pond. It is our understanding the City of Fort Collins is considering the use of a Seepage Control, Inc. product which is to be placed into the detention pond water an/or ^ incorporated into the earthen materials to minimize seepage. SITE EXPLORATION PROCEDURES The scope of the services performed for this project included a site reconnaissance by an engineering geologist, a subsurface exploration program, laboratory testing and engineering .- analyses. Field Exploration Two test borings were drilled on January 7, 2003. One test boring was located in the general vicinity of the proposed earth lined detention pond and extended to an approximate depth of 15-feet below existing site grades. The second test boring was located within the general vicinity of the proposed shelter and restroom facility and extended to an approximate depth of 15-feet below existing site grades. The borings were advanced with a truck mounted drilling rig, utilizing 4-inch solid stem augers. The borings were located in the field by measurements from existing site features. The accuracy of boring locations should only be assumed to the level implied by the methods used. Lithologic logs of the borings were recorded by the engineering geologist during the drilling operations. At selected intervals, samples of the subsurface materials were taken by means of pushing thin -walled Shelby -tubes and driving_split spoon samplers. 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 in estimating the consistency, relative density or hardness . . of the materials .encountered. Groundwater conditions were evaluated in each test boring during the initial drilling operation and again on January S, 2003. 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 B. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory -testing 2 M Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 Tenxm program was formulated to determine engineering properties of the subsurface materials. Boring logs were prepared and are presented in Appendix A. Laboratory tests were conducted on selected soil and bedrock samples. The test results were used for the geotechnical engineering analyses, and the development of foundation and earthwork recommendations. 'All laboratory tests were performed in general accordance with the applicable ASTM, local or other accepted standards. Selected soil and bedrock samples were tested for the following engineering properties: • Water Content • Plasticity Index • Dry Density • Grain -Size Distribution • Swell — Consolidation • Water Soluble Sulfates • Compressive Strength SITE CONDITIONS The area for the proposed park is currently a vacant parcel of land situated north of the west end of Hickory Street in Fort Collins, Colorado. The parcel is vegetated with native grass and weeds and several trees. The parcel is relatively flat and exhibits overall positive surface drainage in the west to southwest direction. East of the proposed development is an existing mobile home development. West of the site is the Josh Ames Ditch, south of the site is a vehicle storage/salvage yard and to the north is a vacant field similar in terrain as the subject site. SUBURFACE CONDITIONS Soil Conditions Approximately 4 to 6-feet of lean clay and sandy lean Gay was encountered at the surface .of the test borings. Underlying the Gay strata and extending to. the depths explored, approximately 15-feet, was silty sand with gravel. Field and Laboratory Test Results Field and laboratory test results indicate the native clay soils are medium stiff to soft, exhibit low to moderate bearing capabilities and low expansive potential. The granular soils encountered are medium dense to dense in relative density, non -expansive and also exhibit low to moderate load bearing characteristics. 3 R Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 Groundwater Conditions Groundwater was encountered at approximate depths of 5-1/2 to 7-feet below existing site grade during the initial drilling operations and/or when checked on January 8, 2003. These observations represent groundwater conditions at the time of the field exploration, 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. GOETECHNICAL ENGINEERING RECOMMENDATIONS Geotechnical Considerations — The site appears suitable for the proposed construction from a geotechnical engineering point of view. The following foundation systems were evaluated for use on the site for the ... proposed shelter and restroom facility: • Conventional -type spread footings bearing on undisturbed native subsoils. Foundation walls should be reinforced as necessary to reduce the potential for distress caused by differential foundation movement. The use of joints at openings or other -- discontinuities in masonry walls is recommended. - Foundation excavations should be observed by Terracon. If the'soil conditions encountered differ significantly from those presented in this report, supplemental recommendations will be -required. •- Slab -on -grade construction is considered acceptable for use, provided that design and construction recommendations are followed. Foundation Systems- Conventional Type Sptead Footings Conventional type spread footings may be used to support the proposed shelter and restroom facility provided the bottom of the footings are placed a minimum of 3-feet above the maximum anticipated groundwater level. Due to the subsurface soils encountered, spread footings bearing upon undisturbed subsoils and/or compacted fill material should be designed for a net allowable bearing pressure of 1,000 psf. Footings should be proportioned to reduce differential foundation movement. Proportioning on the basis of equal total settlement is recommended; however, proportioning to relative 4 Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 TenXM constant dead -load pressure will also reduce differential settlement between adjacent footings. Total settlement resulting from the assumed structural loads is estimated to be on. the order of 1-inch or less. Additional foundation movements could occur if water from any source infiltrates the foundation soils; therefore, proper drainage should be provided in the final design and during construction. Foundation and walls should be reinforced as necessary to reduce the potential for distress caused by differential foundation movement. The use of joints at openings or other discontinuities in walls is recommended. Foundation excavations should be observed by the geotechnical engineer. If the soil conditions encountered differ significantly from those presented in this report, supplemental recommendations will be required. Lateral Earth Pressures For soils above any free water surface, recommended equivalent fluid pressures for unrestrained foundation elements are: • Active: Cohesive soil backfill (on -site clay) ........................................ 45 psf/ft Cohesionless soil backfill (on -site sand)................................35 psf/ft • Passive: Cohesive soil backfill (on -site clay)......................................250 psf/ft Cohesionless soil backfill (on -site sand)..............................350 psf/ft Where the design includes restrained elements, the following equivalent fluid pressures are recommended: • At rest: Cohesive soil backfill (on -site clay)........................................60 psf/ft Cohesionless soil backfill (on -site sand) ................................ 50 psf/ft The lateral.earth pressures herein do not include any factor of safety and are not applicable for submerged soils/hydrostatic loading. Additional recommendations may be necessary if submerged conditions are to be included in the design. Fill against grade beams and retaining walls should be compacted to densities specified in Earthwork. Compaction of each lift adjacent to walls should be accomplished with hand- 5 Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20026231 operated tampers or other" lightweight compactors. Overcompaction may cause excessive lateral earth pressures, which could result in wall movement. Seismic Considerations The project site is located in Seismic Risk Zone I of the Seismic Zone Map of the United r States as indicated by the 1997 Uniform Building Code. Based upon the nature' of the subsurface• materials, a soil profile type. Sc should be used for the design of structures" for the proposed project (1997 Uniform Building Code, Table No. 16-J). Floor Slab Design and Construction It is anticipated that on -site, non -to low expansive subsurface soils will support the floor slab. Some differential movement of a slab -on -grade floor system is possible should the subgrade soils become elevated in moisture content. "To reduce potential slab movements, the ^^ subgrade soils should be prepared as outlined in the earthwork section of this report. .For structural design of concrete slabs -on -grade, a modulus of subgrade reaction of 100 pounds per cubic inch (pci) may be used for floors supported on native soils. Additional floor slab design and construction recommendations are as follows: Positive separations and/or isolation joints should be provided between slabs and all foundations, columns or utility lines to allow independent movement. Control joints should be provided in slabs to control the location and extent of cracking. Interior trench backfill placed beneath slabs should be compacted in accordance with recommended specifications outlined below. In_ areas subjected to normal loading, .a minimum 4-inch layer of clean -graded gravel, aggregate base course should be placed beneath interior slabs. For heavy loading, reevaluation of slab and/or base* course thickness may be required. If moisture sensitive floor coverings.are used on interior slabs, consideration should be given to the use of barriers to minimize potential vapor rise through . w the slab. Geotechnical Engineering Exploration Terracm Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 Floor slabs should not be constructed on frozen subgrade. • Other design and construction considerations, as outlined in the ACI Design Manual, Section 302.1 R are recommended. Pavement Design and Construction Design of pavements for the project have been based on the procedures outlined in the 1993 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO). Traffic criteria provided for pavement thickness designs are estimated by Terracon based on similar projects. 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, result in a design drainage coefficient of 1.0 when applying the AASHTO criteria for design. For flexible pavement design; a terminal serviceability index of 2.0 was utilized along with an inherent reliability of 70%, and a design life of 20 years. Using an estimated design R-value of 7, appropriate ESAL/day, environmental criteria and other factors, the structural numbers (SN) of the pavement sections were determined on the basis of the 1993 AASHTO design equation. In addition to the flexible pavement design analyses, a rigid pavement design analysis was completed, based upon AASHTO 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 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 design equation. Sinnett Builders Inc. RESUME DENNIS SINNETT Principal in Charge EDUCATION: Graduated from High School in 1960. BACKGROUND Mr. Sinnett is Principal in Charge of Sinnett Builders, Inc. which he founded in 1973. He has worked in the construction industry almost all his life, combining over 15 years of field experience with almost three decades of management knowledge. RELATED EXPERIENCE: A Principal in Charge, Mr. Sinnett's primary duty is the daily administration of the company's employees and construction projects. He oversees the general management of the office and performs other business administration tasks. Most of his time is committed to business development. Sinnett Builders, Inc. has completed more than 800 major construction projects under his supervision, with approximately half of those being negotiated with new and repeat clients. Mr. Sinnett does conceptual and budget estimating, along with project development through city, county and state level processes. He many times establishes and coordinates design - development teams for clients, depending on their individual needs. He also has assisted in the financial side of the projects, working with clients to create pro -forma estimates, loan qualifications, and tax benefits. Mr. Sinnett oversees the team of project managers and estimators, and observes the progress and cost evaluations on each project. He also has direct contact with all field supervisors, making on -site visits and tending field coordination meetings on a weekly basis. OTHER COMITMENTS Outside the Sinnett Builders, Inc., he is also on the Board of Directors of First Main Street and has partnerships in land development and buildings in the Northern Colorado Area. PROFESSIONAL ORGANIZATION MEMBERSHIPS/AFFILIATIONS: Fort Collins Chamber of Commerce Boys and Girls Club of Larimer County Fort Collins Country Club Sinnett Builders Inc. Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 '�5-'K• 'y.9�+'�.�. �•�,(„���'n.9c�1.�'.. 'L�T��w'ki "�r � K 'ty, .K y�'''o ',1ht( .r3 ii''t'.• ;i `1;•' ' .'tijs:1rt-�'.,�if^Q''�':i:'�"�t� .> � �s �i ' r�o 3-1/2 6 9-1/2 A Automobile Parking Areas B 5 5 Heavy A 4 6 12 Duty/Truck Loading B 6 6 Access Areas Due to the cohesive type on -site soils, we recommend the paved areas consist of either a composite section comprised of Hot Mix Asphalt (HMA) underlain by an aggregate base course or Portland Concrete Cement. Full -depth asphalt pavement sections are not recommended in conjunction with cohesive type subgrade soils. Each alternative should be investigated with respect to current material availability and economic conditions. Rigid concrete pavement, a minimum of 6 inches in thickness, is recommended at the location of dumpsters where trash trucks park and load. 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. Use of materials meeting Colorado Department of Transportation Class 1 specifications is recommended for select subbase. Aggregate base course and select subbase should be placed in lifts not exceeding six inches and should be compacted to a minimum of 95% Standard Proctor Density (ASTM Asphalt concrete should be composed of a mixture of aggregate, filler and additives, if. required, and approved bituminous material. The asphalt concrete should conform to approved mix designs stating the Hveem and/or Superpave properties, optimum asphalt content, job mix formula and recommended mixing and placing temperatures. Aggregate used in asphalt concrete should meet particular gradations meeting Colorado Department of Transportation Grading S, SX or SG specifications. Mix designs should be submitted prior to construction to verify their adequacy. Asphalt material should be placed in maximum 34nch lifts and should be compacted within a range of 92 to 96 % of Maximum Theoretical Density. 8 Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No, 20025231 1rer XM 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. Detention Pond It is our understanding an earthen lined detention pond is to be constructed in the northern portion of the park. Soil conditions encountered in the general vicinity of the proposed detention pond consisted of approximately 6-feet of lean clay with intermittent lenses of sandy lean day underlain by silty sand with gravel extending to the depth explored, approximately 15-feet. Groundwater was encountered at an approximate depth of 6-feet below existing site grades when checked on January 8, 2003. The detention pond is to collect surface water runoff for the project as a temporary "holding basin" over time, as well as function as" a raw water irrigation pond. Depending upon the final design depth of the detention. ponds and due to the potential for groundwater fluctuations to become elevated and enter the pond, consideration could be given to lining the wetted perimeter and the pond bottom with the on -site clay soils to prevent groundwater intrusion from entering the .pond and/or lateral seepage. It is suggested to maintain a separation of 2 to 3-feet between maximum anticipated rise in groundwater and the bottom of the pond. It is anticipated that excavation of the detention ponds could be -accomplished by conventional type excavation equipment. The pond should be excavated on slopes of 2:1 or flatter and any associated berms should be constructed on 2:1 slopes. The berms surrounding the ponds should be lined the on -site cohesive type soils, and/or imported Gay materials approved by the Geotechnical Engineer. The cohesive type soils should be moisture conditioned to plus or minus 2 percent of optimum moisture content, placed in uniform lifts and mechanically compacted to at least 95 percent of Standard Proctor Density lei Geotechnical Engineering Exploration Tee . Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 ASTM D698. Additional recommendations for use of the Seepage 'Control, Inc. product could be provided upon request. 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 testingof engineered fill, subgrade preparation, foundation bearing soils, and other geotechnical conditions exposed during the construction of the project. Site Preparation Strip and remove existing landscaping, fill, debris, and other deleterious materials from proposed building areas as previously mentioned. All exposed surfaces should be free of mounds and depressions that could prevent uniform compaction. The site should be initially graded to create a relatively level surface to receive fill, and to provide for a relatively uniform thickness of fill beneath proposed building structures. All exposed areas which will receive fill, once, property cleared and benched where necessary, should be scarified to a minimum depth of eight inches, conditioned to near optimum moisture content, and compacted. Although evidence of underground facilities such as septic tanks, cesspools, or basements were not observed during site reconnaissance, such features could be encountered during construction. If existing underground utilities conflict with the proposed construction, the relocation of these utilities should be_ addressed during design stages of the project. If unexpected fills or underground facilities are encountered, such features should be removed and the excavation thoroughly cleaned prior to backfill placement and/or construction. It is anticipated that the majority of the excavations for the proposed construction can be accomplished with conventional earthmoving equipment. - r 10 Geotechnical Engineering Exploration 1renamn Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 Subgrade Preparation Subgrade soils beneath any fill_ materials, interior and exterior slabs should be scarified, moisture conditioned and compacted to a minimum depth of 8 inches. The moisture content and compaction of subgrade soils should be maintained until slab or pavement construction. . Fill Materials and Placement On -site soils free of debris or deleterious materials or approved imported materials may be used as fill, material and are suitable for use as compacted fill beneath exterior slabs. Imported soils for the earthen liner (if required) should conform to the following: Gradation Percent finer by weight (ASTM C136) 1"......................................................................................................... No. 4 Sieve.....................................................................................30-100 No. 200 Sieve...............................................................................60 (min) • Liquid Limit........................................................................30 (min) • Plasticity Index..................................................................12 (min) Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. It is recommended all fill material to placed on the site be compacted to at least 95 percent of Standard Proctor Density ASTM D698. On -site and/or imported clay soils for backfill or grading purposes should be compacted within a moisture content range of 2 percent below, to 2 percent above optimum. Imported or on -site 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. Excavation and Trench Construction Excavations into the on -site soils may. encounter a variety of conditions. The individual contractor(s) should be made responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of 11 Geotechnical Engineering Exploration lerracon Proposed Soft Gold Park Fort Collins, Colorado Project No. 20026231 safety following local, and federal regulations, including current OSHA excavation and trench safety standards. The soils to be penetrated by the proposed excavations may vary significantly across the site. The preliminary soil classifications are based solely on the materials encountered in widely spaced exploratory test borings. The contractor should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, the actual conditions should be evaluated to determine any excavation modifications necessary to maintain safe conditions. As a safety measure, it is recommended that all vehicles and soil piles be kept:to a minimum lateral distance from the crest of the slope equal to no less than the slope height. The exposed slope face should be protected against the elements. Additional Design and Construction Considerations Exterior Slab Design and Construction Exterior slabs -on -grade, exterior architectural features and utilities founded on or in backfill may experience some movement due to the volume change of the backfill. Potential movement could be reduced by: minimizing moisture increases in the backfill controlling moisture -density during placement of backfill using designs which allow vertical movement between the exterior features and adjoining structural elements placing effective control joints on relatively close centers Underground Utility Systems All piping should be adequately bedded for proper load .distribution. tt.is suggested that clean, graded gravel compacted'to 75 percent of Relative Density ASTM D4253 . be used as bedding. Where utilities are excavated below groundwater, temporary dewatering will be required during excavation, pipe placement and backfilling operations for proper construction. Utility trenches should be excavated on safe and stable slopes in accordance with OSHA regulations as discussed above. Backfill should consist of the on -site soils or imported material approved by the geotechnical engineer. The pipe backfill should be compacted to a minimum of 95 percent of Standard Proctor Density ASTM D698.. 12 - e Geotechnical Engineering Exploration Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 Corrosion Protection lkr awn Results of soluble sulfate testing indicate that ASTM Type I Portland cement is suitable for all concrete on and below grade. However, if there is no, or minimal cost differential, use of ASTM Type II Portland cement is recommended for additional sulfate resistance of construction concrete. Foundation concrete should be designed in accordance with the provisions of the ACI Design Manual, Section 318, Chapter 4. Surface Drainage )Positive drainage should be provided during construction and maintained throughout the life of the proposed project. In areas wherd sidewalks or paving do not immediately adjoin the structure, we recommend that protective slopes be provided with a minimum grade of approximately 5 percent for at least 10 feet from perimeter walls. Backfill against footings, exterior walls, and in utility and sprinkler line trenches should be well compacted and free of all construction debris to reduce the possibility of moisture infiltration. Downspouts, roof drains or scuppers should discharge into splash blocks or extensions when the ground surface beneath such features is not protected by exterior slabs or paving. Sprinkler systems should not be installed within 5 feet of foundation walls. Landscaped irrigation adjacent to the foundation system should be minimized or eliminated. GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide testing and observation during excavation, grading,,- foundation and construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due.to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. 13 Geotechnical Engineering Exploration Ten3cm Proposed Soft Gold Park Fort Collins, Colorado Project No. 20025231 The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions.. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. 9 14 No Text LOG OF BORING NO. 1 Page 1 of 1 CLIENT ARCHITECT/ENGINEER City of Fort Collins - Park Planning and Development SITE West End of Hickory Street PROJECT Fort Collins, Colorado Pro sod Soft Gold Park SAMPLES TESTS V' O e p CL v DESCRIPTION M > z Z_ LLVr z o S d R' W Co W Z rA W W Z Z J—p p. W L) W 7 pW , } U W H� 6.� F--Z QO } �`1j U� Z�- U' o D Z F W co co �U wo a =m Ja3e 0.5 6- TOPSOIL LEAN CLAY 40/.19/86 1 SS 12 7. 12.9 Brown, moist, calcareous, medium stiff to soft Intermittent Sandy Lean Clay Lenses r 2 ST 12 26.5 95 1030 3 ISS 12 3 25.7 5 6 SILTY SAND with GRAVEL Brown, tan, gray, moist to wet, medium dense to dense • Intermittent Cobbles Encountered with Depth 4 SS 12 22 •4.9 t0 5 SS 12 50 9.1 15 15 BOTTOM OF BORING The stratification lines represent the apprwdmate boundary lines between soil and rods types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft lrerracon ' BORING STARTED 1-7-03 WL � 7.0 WD T- 6.0 AB CO1- WL R GRING CME 5EDOREMAN ASR WL Water Level Checked on 1/8/2003 APPROVED DAR JOB # 20025231 LOG OF BORING NO. 2 Page 1 of 1 CLIENT ARCHITECT/ENGINEER City of Fort Collins - Park Planning and Development SITE West End of Hickory Street PROJECT Fort Collins, Colorado Proposed Soft Gold Park SAMPLES TESTS DESCRIPTION > CL z = _U = } ofW Z of ♦- LLH Z!iaus WWW < W wa� C7 o (n z o: a1m o �U ao 0 a z� Um Ol_ � 2'mm ' 0.5 6" TOPSOIL SANDY LEAN CLAY 1 SS 42 6 13.8 - Brown, moist, calcareous, medium stiff to soft 2 ST 12 27.2 93 830 4 0.0003 SILTY SAND with GRAVEL 3 SS 12 21 5.8 Brown, tan, gray, moist to wet, medium dense to dense 5 Intermittent Cobbles Encountered with Depth Q 4 ISS 12 38 8.3 10 5 SS 12 50 7.6 15 - BOTTOM OF BORING The stratification lines represent the approAmate boundary lines between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, It 1rerracon BORING STARTED 1-7-03 WL 7.0 WD � 5.5 AB BORING COMPLETDCME-55EFOREMAN 1 WL �: It R G ASR WL Water Level Checked on 1/8/2003 APPROVED DAR JOB # 20025231 Sinneft Builders Inc. RESUME JOHN SINNETT Project Manager -Vice President EDUCATION: Arizona State University, B.A. in Broadcasting, Minor in Political Science Front Range Community College, UBC Code Class RELATED EXPERIENCE: John has been with Sinnett Builders since 1994 and offers many skills. He is able to take any project from negotiation, and bidding to full project management through closeout. His many strengths includes computer literacy, document control, issuing subcontracts, acquiring building permits and licenses, subcontractor coordination, and he excels in relations with owners and architects. John oversees that the Superintendent is performing his / her duties in the best interest of the project. He is also able to delegate authority to others in a professional manner while keeping the goal of achieving quality in a timely fashion at hand. Office and Professional Facilities • FNL Office Building • Flood & Peterson Tenant Finish • Estes Park Medical Center Family Medicine Clinic Remodel • Larimer County Parks Maintenance Facility • Canyon Concert Ballet Tenant Finish • Bank One Parking Lot • Larimer County Loveland & Waverly Shops Remodel • Duff Drive Tenant Finish for Motion Industries • First State Bank Remodel • Park Maintenance Facility Educational Facilities • Hams Bilingual Elementary School Addition & Remodel • New Community Pool @ Mountain View High School • Poudre School District/Boys & Girls Club of Larimer County • St. Mary's Catholic School K-8 • Weld Central Junior / Senior High School Addition & remodel • Platte Valley High School • Berthoud High School Addition • Estes Park Elementary School • Moore & O'Dea Elementary Schools • Johnson & Lopez Elementary Schools • Poudre Team Room • UNC Career Services Remodel • Webber & Blevins Junior High School Gymnasiums • Centennial High School Water Main • Livermore Elementary Fire Egress • Dunn, Lescher & Timnath Electric • Support Services Center • Poudre R-1 Entrance • Cache La Poudre Heating Replacement Sinnett Builders Inc. -4 -2 Cn 2 n .O 4 z co O r a 4 0 z 6 8 10 0.1 1 10 APPLIED PRESSURE, TSF 5 n Notes: 8 a C7 CONSOLIDATION TEST Project Proposed Soft Gold Patio Irerracon Site: West End of Hickory Street Fort Coe pins, C.plorado Job #: 20025231 Date: 1-13-03 Specimen Identification Classification pcf WC,°f° • 2 3.0(t SANDY LEAN CLAY 94 28 60 Oe CL CH 50 P L A s 40 T C T 30 Y I N 20 D E X 10 101, CL-ML ML MH 0 0 20" 40 60 80 100 LIQUID LIMIT Specimen Identification LL - PL PI %Fines Classification • 1 0.5ft 40 22 18 86 LEAN CLAY(CL) r i i rerra,n�0 ATTERBERG LIMITS RESULTS Project: Proposed Soft Gold Park Site: West End of Hickory Street Fort Collins, Colorado Job M 20025231 Date: 1-13-03 DRILLING AND EXPLORATION DRILLING ifs SAMPLING SYMBOLS: PM: Pressure Meter AS: Auger Sample PS: Piston Sample BS : Bulk Sample R : Ring Barrell —2.42' I.D., 3' O.D., unless otherwise noted DB : Diamond Bit = 4% N. B RB : Rock Bit -, DC: Dutch Cone SS Split Spoon — V I.D., 2' O.D., unless otherwise -noted FT: Fish Tail Bit ST : Thin -Walled Tube —2' O.D., unless otherwise noted HA: Hand Auger WB : Wash Bore HS : Hollow Stem Auger WS. Wash Sample PA: Power Auger 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: AB : After Boring WD : While Drilling ACR : After Casing Removal WL :Water Level BCR : Before Casing Removal WS : While Sampling DCI :Dry Cave in WCI : Wet Cave in Water levels indicated on the boring logs are the levels measured in the borings at the time indicated. In previous 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 CLASSIFICATIONr 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: days, 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: RELATIVE DENSITY OF COARSE -GRAINED SOILS: Unconfined Compressive N-BlowsHt. Relative Density Strength, Qu, psf Consistency 0.3 Very Loose <500 Very Soft 4-9 Loose S00 -1,000 Soft 10-29 Medium Dense 1,001— 2.000 Medium 30-49 Dense 2,001-4,000 Stiff . 50-80 Very Dense 4,001- 8,000 Very Stiff 80+ Extremely Dense 8,001-16,000 Hard GRAIN SIZE TERMINOLOGY RELATIVE PROPORTIONS OF SAND AND GRAVEL: Major Component of Size Range ^ Sample Descriptive Term(s) (of Boulders Over 12 in. (300mm) Components also Present Percent of Dry Weight Cobbles 12 in. to 3 in. (300mm to In Sample) 75mm) Trace < 15 Gravel 3 in. to #4 sieve (75mm to With 15 - 29 4.75mm) Modifier > 30 Sand #4 to #200 sieve (4.75mm to 0.075mm) RELATIVE PROPORTIONS OF FINES: Sift or Clay Passing #200 Sieve (0.075mm) Descriptive Term(s) (of Components also Present Percent of Dry Weight In Sample) Trace < 5 With 5-12 Modifier > 12 UNIFIED SOIL CLASSIFICATION SYSTEM I Criteria for Assigning Group Symbols and Group Names using Laboratory Tests Clean gravels less Gravels more than than 5% fines° 50% of coarse fraction retained on No. 4 sieve Gravels with fines c more than more than 12% fin retained on 200 sieve Sands 50% or more of coarse fraction passes No. 4 sieve Silts and clays liquid limit less than 50 Fine-grained soils 50% or more than passesthe No. 200 sieve Silts and clays liquid limit 50 or more organic soils Clean sands less than 5% fines Sands with fines more than 12% fi Inorganic Cu=4and 1 =Cc=3E Cu = 4 and/or 1 = Cc = 3E Fines classify as ML or MH Fines classify'as CL or CH Cu=6andl =Cc=3E Cu = 6 and/or 1 = Cc = 3E Fines classify as ML or MH Fines classify as CL or CH PI > 7 and plots on or above "A line PI > 4.or plots below "A" line Liquid limit - oven dried Group Symbol GW GP GM GC SW SP SM SC CL ML '075 OL Liquid limit - not dried PI plots on or above 'A" line CH Inorganic PI plots below "A" line MH Liquid limit - oven dried Organic < 0.75 OH Liquid limit - not dried Primarily organic matter, dark in color, and organic odor PT A - Based on the material passing the 3 inch (75-mm) sieve B - If field sample contained cobbles or boulders, or both, add 'With cobbles or boulders, or both" to group name C - Gravels with 5 to 12% fines require dual symbols: GW-GM well graded gravel with silt GW-GC well -graded gravel with day GP -GM poorly graded gravel with sift GP -GC poorly graded gravel with day D-Sands with 5 to 12% fines require dual symbols: SW=SM well -graded sand with sift co Z 0 60 50l 40 30 20 10 4 0 0 2 ECU=D aolD ro Cc = (D io) Djo x Dm SW -SC well -graded sand with clay SP-SM poorly graded sand with sift SP-SC poorly graded sand with day F - If soil contains 2 15% sand, add 'with sand" to group name. G-If fines classify as CL-ML, use dual symbol GC -GM or SC-SM H -if fines are organic, then add 'with organic fines" to group name. I - If soil contains t 15% gravel, add 'with gravel" to group name. J - If atterberg limits plot in shaded area, soil is a CL-ML, silt -day. Group Name Well -graded gravely Poorly graded gravely Silty gravel°'"' Clayey gravely, o, a Well -graded sand' Poorly graded sand' Silty sando'"j Clayey sandoAJ Lean clay Y. AN SiltK.L'M Organic day&L,M." Organic siltK.L,M,o Fat clayK,L.M Elastic silty L.M Organic clayK,L.M,P Organic silt K L,M'Q Peat K- If soil contains 15 to 29% plus No. 200, add 'with sand' or 'with gravel', whichever is predominant L - If soil contains 2 30% plus No. 200 predominantly sand, add 'sandy' to group name. M - if soil contains 2 30% plus No. 200, predominantly gravel, add 'gravelly' to group name. N - PI 2 4 and plots on or above "A" line. 0- PI < 4 or plots below "A' fine. P - PI plots on or above 'A' line. Q - PI plots below'A" line. ■■■■■■■►M ■■■■■■ ., R,■■ �pAAF■■■ ■■■II ■a ■■■EN■■■■■■ 10 14 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) 1 For classification of fine- grained soils and fine-grained fraction of coarse -grained Equation of'U'-line Vertical at LL = 16 to PI = 7, then PI = 0.9 (LL - 5) Equation of'A"-fine Horizontal at PI = 4.to LL = . 25.5, then PI = 0.73 (LL - 20) LABORATORY TEST SIGNIFICANCE AND PURPOSE TEST SIGNIFICANCE PURPOSE California Bearing Used to evaluate the potential strength of subgrade soil, Pavement Thickness Ratio subbase, and base course material, including recycled Design materials for use in road and airfield pavements. Consolidation Used to develop an estimate of both the rate and amount of Foundation Design both differential and total settlement of a structure. Direct Shear Used to determine the consolidated drained shear strength Bearing Capacity, of soil or rock. Foundation Design, and -Slope Stability Dry Density Used to determine the in -place density of natural, inorganic, Index Property Soil fine-grained soils. Behavior Expansion Used to. measure the expansive potential of fine-grained Foundation and Slab soil and to provide a basis for swell potential classification. Design Gradation Used for the quantitative determination of the distribution of Soil Classification particle sizes in soil. Liquid & Plastic Limit; Used as an integral part of engineering classification Son Classification — Plasticity Index systems to characterize the fine-grained fraction of soils, and to specify the fine-grained fraction of construction materials. Permeability Used to determine the capacity of soil or rock to conduct a Groundwater Flow liquid or gas. Analysis pH Used to determine the degree of acidity or alkalinity of a Corrosion Potential soil. Resistivity Used to indicate the relative ability of a soil medium to cant' Corrosion Potential electrical currents. R-Value Used to evaluate the potential strength of subgrade soil, Pavement Thickness subbase, and base course material, including recycled Design materials for use in road and airfield pavements. Soluble Sulfate Used to determine the quantitative amount of soluble -Corrosion Potential sulfates within a soil mass. Unconfjned To obtain the approximate compressive strength of soils Bearing Capacity Compression that possess sufficient cohesion to permit testing in the Analysis for unconfined state. Foundations Water Content Used to determine the quantitative amount of water in a soil Index Property Soil mass. Behavior - 1Iecon 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 or pre-existing rocks derived by mechanical weathering, evaporation or by chemical or organic origin. The sediments are usually indurated by cementation or compaction. Chert Very fine-grained siliceous rock composed of micro -crystalline or cyrptocrystalline quartz, chalcedony or opal. Chert 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 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)J- May contain noncarbonate impurities such as quartz, chert, clay minerals, organic matter, gypsum and sulfides. Reacts with hydrochloric acid (HCL). Limestone A fine-grained carbonate rock consisting of the mineral calcite (CaCO3). May contain noncarbonate impurities such as quartz, chert, 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, of fissile may be gray, black, reddish or green and may contain some carbonate minerals (calcareous shale). Siltstone Fine: rgrained 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 and may contain carbonate minerals. 1 REPORT TERMINOLOGY ... (Based on ASTM D653) Aggregate Base A layer of specified material placed on a subgrade or subbase, usually beneath slabs or pavements. Asphalt A dark brown to black cementitious materials in which the predominating constituents are -. bitumens which occur in nature or are obtained in petroleum processing. Asphalt Cement A fluxed or unfluxed asphalt specially prepared as to quality and consistency for direct use . in the manufacture of bituminous pavements. Asphalt -Rubber A blend of asphalt cement, reclaimed fire ribber, and certain additives in which the rubber component Is at least 15% by.weight of the total blend and has reacted in the hot asphalt cement sufficiently to cause swelling of the rubber partides. BackBll A specified material placed and compacted in a confined area. Bitumen A class of black or dark -colored cementitious substances, natural or manufactured, composed principally of high molecular weight hydrocarbons, of which asphalts, tars, pitches, and'asphaltltes are typical. Coefficient of Ration of: (1) load per unit area of horizontal surface of a mass of soil, to Subgrade Reaction (2) corresponding settlement of the surface. 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 typically used Grade as a floor system. _ Crack Filler Bituminous material used to fill and seal cracks in existing pavements Differential Unequal settlement or heave between, or within foundation elements of structure. Movement ESAL Equivalent Single Axle Load, a criteria used to convert traffic to a uniform standard, (18,000 pound axle loads). Engineered Fill Specified material placed and compacted to specified density and/or moisture conditions under observations of a representative of a geotechnical engineer. Existing Fill (or Materials deposited throughout the action of man prior to exploration of the site. Man -Made 1`110 Existing Grade The ground surface at the time of field exploration. Expansive The potential of a soil to expand (increase in volume) due to absorption of moisture. Potential Finished Grade The final grade created as a part of the project Fog Seal A light application of bituminous material to an existing pavement as a seal to inhibit raveling, or to seal the surface, or both. Medium and slow -setter bituminous emulsions are usually used and may be diluted with water. 1 ter -icon Frost Depth Groundwater Heave Lithologic Native Grade Native Soil Optimum Moisture Content Perched Water Prime Coat Scarify Settlement Soil (Earth) Strain Stress Strip Subbase Subgrade Tack Coat REPORT TERMINOLOGY (Based on ASTM D653) The depth at which the ground becomes frozen during the winter season. Subsurface water found in the zone .of saturation of soils or within fractures in bedrock. Upward movement. The characteristics which describe the composition and texture of soil and rock by observation. The naturally occurring ground surface. Naturally occurring on -site soil, sometimes referred to as natural soil. The water content at which a soil can be compacted to a maximum dry unit weight by a given compactive effort. Groundwater, usually of limited area maintained above a normal water elevation by the presence of an intervening relatively impervious continuous stratum. An application of a low -viscosity bituminous material to an absorptive surface, designed to penetrate, bond, and stabilize this existing surface and to promote adhesion between it and the construction course that follows. To mechanically loosen soil or break down existing soil structure. Downward movement. 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. The change in length per unit of length in a given direction. The force per unit area acting within a soil mass. To remove from present location. A layer of specified material in a pavement system between the subgrade and base course. The soil prepared and compacted to support a structure, slab or pavement system. An application of bituminous material to an existing relatively nonabsorptive surface to provide a thorough bond between old and new surfacing. 1 No Text Sinnett Builders Inc. John Sinnett continued Parks, Pools and Playgrounds • Westfield Pool • Homestead Park • Registry Ridge Pool and Clubhouse • Ridgewood Hills Pool and Recreation Center • Miramont Park • Hams Bilingual Elementary School Playground • Thompson School District Playgrounds • Berthoud High School Track Retail Buildings • Schrader's at Seneca Center • Westgate Retail Center • Eastern Mountain Sports • Otie's Wine & Spirits • Talbot Building Remodel & Site Work • Pad 2 and 6 at Harmony Retail Center • Showtime Video • Linens N' Things Other • Vista Ridge • CARE Housing at Windtrail Park • Oakridge Executive Village • Resurrection Fellowship Church Assisting Project Manager and Estimator Includes in excess of 130 projects of all types under direction of Dennis Sinnett, and Ted Beers. Professional Organization Memberships: Fort Collins Area Chamber of Commerce Alpha Tau Omega Fraternity, Zeta Alpha Chapter — Outstanding Member 1994 Board of Directors, Boys and Girls Clubs of Larimer County Sinnett Builders Inc. Sinnett Builders Inc. RESUME TED BEERS Senior Project Manager — Corporate Secretary EDUCATION: Colorado State University, Degree in Industrial — Construction Management RELATED EXPERIENCE Ted joined Sinnett Builders in 1979 as an estimator and project manager. He has thirty years of combined experience in construction and equipment manufacturing in the Fort Collins area. A Colorado State University graduate, he has been project manager for hundreds of projects for Sinnett Builders ranging in size from $10,000 to $7,000,000. Office and Professional Facilities • 4821 Wheaton Office Building • RRW Building • Interchange Business Park Site Work • Stoner Building @ Preston Center • New York Life Tenant Finish • Markley's Saturn of Fort Collins • Berthoud National Bank • Wheeler Buildings • First State Bank • First National Bank • Poudre Health Services • Markley's GM Expansion • McLeod USA Tenant Finish • Ed Carroll Parking Lot Addition Educational Facilities • Timnath Elementary School Addition & Remodel • Educator's Outlet • CSU Lory Student Center Remodel • Front Range Community College Lab • Walnut Street Gallery • CSU Heating Plant Addition • CSU Glover Bioprocessing Lab • CSU Physiology Building • Newsome Hall • Linden Hall Churches and Religious Facilities • Morning Star Community Church • Heart of the Rockies Community Church • Church of Latter Day Saints • Trinity Lutheran Church • I" Christian Church Addition • Harmony Presbyterian Church Professional Organization Memberships: American Institute of Constructors Fort Collins Chamber of Commerce Building Code Review Committee -City of Fort Collins Sinnett Builders Inc. Section 15410, Plumbing Piping. Add to end of Paragraph 1.03, Submittals: 6. "Sewage Grinder Pumps" 7. "Sewage Manholes" Add to end of Paragraph 2.01, Pipes and Fittings: D. "Pressure Sewage: 1. "3" and Smaller: Type K soft copper and flared tube joints or Type K hard drawn copper with wrought copper fittings and 95-5 solder joints. 2. "Drawing Codes: a. "Pressure Sewage: PS" Add Paragraphs 2.10 and 2.11 as follows: 2.10 "SEWAGE GRINDER PUMPS (DRAWING CODE SP) * A. "General. Provide where indicated submersible sewage grinder pumps. Pump and motor housing shall be cast iron, shaft shall be stainless steel, and impeller shall be high strength Nordel with bronze insert, stainless steel grinder blades. B. "Acceptable Manufacturers: 1. "Hydromatic 2. "Zoeller 3. "Approved Substitute C. "Sewage Grinder Pump Schedule: See schedule on Plans. D. "Pump Controller. 1. "Also provide dual pump controller for duplex pump system. Features shall be as follows: a. "Weather-proof lockable enclosure for outdoor installation. b. "Controller board. C. "HOA switches for each pump. d. "Pump, Alarm, and Float indicator lights. e. "Lead -Lag pump selector switch. f. "High water alarm with external light and horn. g. "Contacts for external high water alarm. 2.11 SEWAGE MANHOLE* A. "General: Provide where indicated sewage manholes. They shall be constructed of pre -cast concrete rings manufactured to ASTM specifications, and laid up in cement mortar. Construct to conform with City Standards. Cover must be flush with finish grade. B. "Reference details on drawings for size, accessories, etc. " DRAWINGS Sheet Ml: A. Waste and Vent Plumbing Floor Plan: Modify waste pipe out of building to add sewage pit, as shown in attached Sheet 1 of 2. SECTION 00500- AGREEMENT FORMS 00510Notice of Award 00520Agreement 00530Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: December 10, 2003 TO: Sinnett Builders, Inc. PROJECT: SOFT GOLD PARK; BID NO. 5818 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated November 13, 2003, for the above project has been,considered. You are the apparent successful Bidder and have been awarded an Agreement for SOFT GOLD PARK; BID NO. 5818. The Price of your Agreement is Six Hundred Forty -Eight Thousand Nine Hundred Sixty-two Dollars and Seventy-two cents ($648,962.72)which includes $613,715.58 Base Bid plus $28,080.00 Alternate 41, and $7,167.14 Alternate #3. 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 December 25, 2003. 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. By: 9/12/01 City of Fort Collins OWNER J,fneslB. O'Neill II, CPPO, FNIGP Di ec or of Purchasing and Risk Management T tle Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 8th day of December in the year of 2003 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Sinnett Builders, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of earthwork grading, regulated stormwater drainage improvements, installation of water, sewer and electrical utilities, restroom, picnic shelter, plaza, playground (including concrete curb, and safety surfacing), baseball field, dog park, bicycle course, parking lot, soil preparation and fine grading, irrigation, landscaping, boulders, site furnishings and miscellaneous items of work. ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Park Planning, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete by May 31, 2004 as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions by June 30, 2004. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: 9/12/01 Section 00520 Page 1 Three Hundred Dollars ($300.00) for each calendar day or fraction thereof that expires after May 31, 2004, until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Fifty Dollars ($150.00) for each calendar day or fraction thereof that expires after June 30, 2004, until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($648,962.72), Six Hundred Forty-eight Thousand Nine Hundred Sixty-two Dollars and Seventy-two cents, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 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 9/12/01 Section 00520 Page 2 with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4.. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors 9/12/01 Section 00520 Page 3 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 7.2.4Consent of Surety 7.2.5 Application for Exemption Certificate 7.2. 6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered with the following general title: Cover Sheet, Existing Conditions/Demolition Plan-D1, Grading Plan-Gl, Drainage Plan-DR1, Drainage Details-DR1, Erosion Control Plan-EC1, Utility Plan-U1, Hickory Street Utilities-U2, Sanitary Sewer Plan and Profile-U3, Layout Plan-L1, Parking Lot Plan-Pl, Core Area Plan-CA1, Concrete Scoring Plan-CS1, Playground Plan-PG1, Rock Plan-R1, Baseball Field-BB1, Bicycle Course Plan-BC1, Architectural Plans, Schedules, Interior Elevations -Al, Architectural Elevations- A2, Architectural Elevations-A3, Architectural Details-A4, Foundation and Framing Plans-S1, Mechanical Plans-M1, Electrical Plan -El, Electrical Plans-E2, Irrigation Plan-I1, Irrigation Details-ID1, Landscape Plan-Trees-LA1, Landscape Plan -Core Area-LA2, Site Details -SDI, Site Details-SD2, Site Details-SD3, Multi - Use Court (Bid Alternate)-MC1, Utility Details-UD1, Utility Details-UD2, Utility Details-UD3 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 4, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the 9/12/01 Section 00520 Page 4 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: J F. FIS HB CITY M NN BY: 1-�y1n17 T Y JAMES 'NEI 1.1 P P 0 X. DIR TORURC ING'; AND RISK AGE T Date: 1 ;'2, C> .,+D;L. VA Attest: City Clerk\ 0 Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 Approved as to Form Assis't ity At rney 9/12/01 w GP Sinne,VVBuilders, Inc. By: Title: / ' � —0F i Date: (CORPORATE SEAL) Attest: - Address for giving notices: `?a, 6-0X 1g847 ,o Co,,ev-ru5 eo5 LICENSE NO. :�-%Q �j��/r'GLQ X Section 00520 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work: SOFT GOLD PARK; BID NO. 5818 To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20 The dates for Substantial Completion and Final Acceptance shall be and , 20_, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 . CONTRACTOR By: Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615Payment Bond 00630Certificate of Insurance 00635 Certificate of Substantial Completion 00640Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660Consent of Surety 00670 Application for Exemption Certificate B. Equipment Schedule: 1. Modify equipment description for both DF-1 and JF-1 to read "... Custom color as selected by Architect. ..." II. Add new Sheet M2 with the following: A. Sheet to include Sewage Grinder Pump System Detail on attached Sheet 2 of 2. B. Sheet to include Equipment Schedule (continued) with tag SP-1, Sewage grinder pump. Hydromatic Model HPG, submersible grinder type, 20 GPM at 25 Feet head, 240 Volt/Single Phase, 2 HP. END OF MECHANICAL ADDENDUM PLANS Sheet BB-1 — Dug Out Section Delete note stating 15" Dia. Conc. Foundation Sheet S-1 — Foundation and Framing Plan Change 1 3/4" X 11 7/8 treated paralam to double 2X12 treated wood ledger. Sheet SD-1 — Site Details Detail 1 — 6' and 8' walks — There is no colored concrete in the walks. The only colored concrete is in the core area. Sheet SD-2 — Site Details Detail 1 — Playground Wall — Class 2 finish is a CDOT specification. It is a rubbed finish. Sheet MC-1 — Multi -Use Court Layout — Paint lines on the Basketball Court are yellow. Paint lines on the Skate Park are blue with the exception of the center line, which is red. Detail 2 — Concrete Seat Wall — Concrete finish is a light broom finish. Detail 3 — 6" Vertical Curb Section —1' thickened edge applies to the full perimeter of the concrete slab. ATTACHMENTS: Sewage Grinder Pump System Details — (4 pages) Revised Bid Schedule — (4 pages) If you have any questions please contact John Stephen, CPPO, 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. SECTION 00610 ' PERFORMANCE BOND Bond No.19SB104142689 r KNOW ALL MEN BY THESE PRESENTS: that {! (Firm) Sinnett Builders, Inc. (Address)P.O. Box 1969, Fort Collins CO = 22 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (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 � $648,962.72 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 8th, day of December , 2003, a copy of which is hereto attached and made a part hereof for the i performance of The City of Fort Collins project, SOFT GOLD PARK; BID NO. 5818. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any dcfault then this obligation shall be void; otherwise to remain in full force and effect. 96 Section 00610 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be, unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State.of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, one of which shall 2 0-U. this instrument is executed in three (3) counterparts, each be deemed an original, this 8th, day of December. , IN PRESENC OF: U� (Corporate Seal) IN PRESENCE OF: P.O. Box i969, Fort Collins, CO 80522 (Address) Other Partners By: By' - IN PR ES E OF: Surety Travelers Casualt and Surety Company of America By: Attor y-in-F Witness _liarrford. 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 SECTION ob61s PAYMENT BOND Bond No.19SB104142689 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Sinnett"Builders, Inc. (Address) P.O. Box 1969, Fort Collins. CO 80522 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (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 $648,962.72 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 OBLrGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 8th - day of December 20 03, a. copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, SOFT GOLD PARK; BID NO. 5818. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect- 7/96 Section 00615 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications. accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications_ PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be. unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact ' business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three 3) counterparts, each one of which shall be deemed an original, t s 8th of December. 20 03 IN PRESENCE OF: Princi a Sin Bui d nc. By: ,•iMNr (Title) P.O.. Box (Adreadres 9) Fort Co11i�1s, C0 80522 r (Corporate Seal) IN PRESENCE OF: Other Partners ' I IN PRESML F: curet I r Trave ers Casualty and Surety Company of America GJ f Dy - r orn n- ac L -- Witness 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 trade, constituted and appointed, and do by these presents snake, constitute and appoint: Connie R. Boston, Donald B. Martin, Chris S. Richmond, Darlene Kringa, William C. Bensler, Kelly T. Urwiiler, Russell J. Michels, Linda M Nikolaeff, Debra S. Morris, Mary M. Powell, Diane F. Clementson, of Greeley, Colorado, their true and lawful Attorney(s)-in-Fact, with foil power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following insuvment(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 Attomeys-in-Fact and Agents 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 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 Company'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, 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 ;o 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 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. tl IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain ads of international terrorism. We are providing you with this notice to inform you of the key features of the Ad, and to let you know what effect, if any, the Ad will have on your premium. Under the Ad, insurers are required to provide coverage for certain losses caused by international ads of terrorism as defined in the Ad. The Ad further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain ads of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Ad also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deducible. Please note that passage of the Ad does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 12/31/2003 10:40 FLOOD AND PETERSON 4 9PP2216707 ADD,, CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A I PRODUCER ONLY AND CONFERS NO RIGHTS UI Flood 81 Paterson Insurance Inc HOLDER. THIS CERTIFICATE DOES ER THE COVERAGE AFFORDED 4821 Wheaton Drive AL'f P O Box 210370 INSURERS AFFORDING COVE Fort Collins, CO 80527 INSURERA: Travelers Insuran INSURED Sinnott Builders, Inc. INSURERS; Pinnacal Assuran P.Q. Box 1969 INSURERC: Fort Collins, CO 80622 INSURERD INSURER E; A OF INSURANCE LISTED ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY CH TI- 5ED BY THE POLICIN OF ANY ES DESCRIBED CT OR OTHER DOCUMENT N iSUBJECT TOALLTHETEECT TO RMS, E MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCY NUMBER U YM CTI Y m MRAL LIABILITY COMMERCIAL GENERAL LIABILITY ICLAIMS MADE � -' OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIREDAUTOS X NON-OWNEO AUTOS X Drive Other Car GARAGE LIABILITY ANY AUTO A EXCESS UMBRELLA UADILTTY X OCCUR ❑ CLAIMS MADE DEDUCTIBLE X RETENTION s 10 000 B WORKERS COMPENSATION AND EMPLOYERS' UARILrrY ANY MEMB�EXCLUDf?D ECl1TIVE rn � R a Al R97a 1 N �D3 106/30103 106130104 N6279TIL03 00l30I03 I06130104 06130/03 100/30104 07101103 I OF&OMPTION OF OPERATIONS I LOCATIONS I VEHICLES 1 EXCLUSIONS AWED BY ENDORSEMENT I SPEI Re; Soft Gold Park 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: Attn: John Stephen P. O. Box 580 Fort Collins, CO 80622 25 (2001108) 1 of 2 #52684211M262306 NO.039 D02 DATE(MMIPWYTT J 12131/03 AMEND, EXTEND OR TMc DnLiCIFS BELOW. CAGE NAIC M ce PERIOD INDICATED. NOTWITHSTANDING is CERTIFICATE MAY BE ISSUED OR' KCLUSIONS AND CONDITIONS OF SUCH LIMITS EACH OCCURRENCE 51 000 000 WMAGE TD RENTS $300 000 MEo Exr (Anyone pawn) $5 000 PERSONAL ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 PRODUCTS -COMPK)P AGO 62 000 000 COMBINEDSINGLE LIMIT $1,000,000 BODILY INJURY S (Per person) BODILY INJURY S (PeraccIdent) PROPERTY DAMAGE i (Per BcddenO AUTO ONLY -FA ACCIDENT $ OTHERTHAN EA ACC $ AUTO ONLY; AGG $ EACH OCCURRENCE $S 0 00 AGGREGATE S5.000.000 s s 6 X WC STATU- E.L. EACH ACCIDENT $500 000 E.L. DISEASE, FA EMPLOYE $500 000 EL. DISEASE - POLICY LIMIT $500 000 CANCELLATION SHOULD ANY OF THE ASOVF DESCRIBED POLICIES SE CANCELLED BEFORE THE K 3MRA DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR To MAIL -qD DAYS RITT NOTICE TO THE c6RTIFICATE HOLDER NAMED TO THE LEFT, OUT FAILURE TO DD S SNA IMPOSS No OBLIGATION OR UAGIUTY OF ANY KIND UPON THE INSURER, ITS AO S OR FAB e 1988 ACORD- CERTIFICATE OF LIABILITY INSURANCE YY) 1DATE 2/12/032/12/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood 8 Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Travelers Insurance Sinnott Builders, Inc. INSURERS: Pinnacol Assurance P.O. Box 1969 Fort Collins, CO 80522 INSURER C: INSURER D: i INSURER E: COVERAGES 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. VIR N R TYPE OF INSURANCE POLICY NUMBERDfM POLICY I MID TIVE POLICY M vlp TI N DATE LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 7 OCCUR CO283N62791ND03 06/30/03 06/30/04 EACH OCCURRENCE $1 OOO 000 DAMAGE TO RENTEDPREMI ES (Ea occurrence) MED EXP (Any one person) $300 OOO s5 000 PERSONAL & ADV INJURY E1 000,000 GENERAL AGGREGATE s2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: X T 7 LOC POLICY JEC PRODUCTS - COMP/OP AGG s2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Drive Other Car 810283N6279TIL03 06/30/03 06/30/04 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ S A EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE X RETENTION $1 O 000 CUP283N6279TIL03 06/30/03 06/30/04 EACH OCCURRENCE $5 000 000 AGGREGATE $5 00O 000 S $ y B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? S yee, describe under ECIAL PROVISIONS below SP 4045474 07/01103 07/01/04 X WCSTATU-LIMIT OTH- E.L. EACH ACCIDENT $500 000 E.L. DISEASE - EA EMPLOYE s500,000 E.L. DISEASE - POLICY LIMIT %500 000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Soft Gold Park City of Fort Collins P. 0. Box 580 Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -40_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001/08) #S266611/M252306 FAB 0 ACORD CORPORATION 1988 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: SOFT GOLD PARK; BID NO. 5818 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: . City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project. (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as 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: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: , 20 You are hereby notified that on the _ day of 20, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, SOFT GOLD PARK; BID NO. 5818. 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 Coll By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 BID #5818 SOFT GOLD PARK SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5818 Soft Gold Park OPENING DATE: The Bid Opening Date has been changed to November 13, 2003, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. GENERAL CLARIFICATION 1. Bid Opening will be postponed until November 13, 2003. 2. A change will be made in the design of the sanitary sewer service and water main and an addendum will be issued to reflect the changes. 3. Playground Equipment shall be purchased and installed under separate contract. 4. Quantities for landscape plants in the bid schedule will be updated with the next addendum. SPECIFICATIONS Bid Item Contractor shall provide all labor, equipment and materials to install Concrete Cutoff Wall in accordance with the Drawings and Specifications. Bid Item 70 -Infield Mix Add the following statement: Infield mix to be supplied by Jake Kauffman & Son, Inc., 808 South County Rd. 9E, Loveland, CO (970) 667-1557. Bid Item 77 - Vines. Grasses. Perennials - #1 Contractor shall provide all labor, plants, soil preparation, fertilizer, mulch and other items for the planting of vines, perennials and grasses. Bid Item 78 - Perennials — 2 2/4" DIVISION 2, SECTION 02520 — Portland Cement Concrete Paving 2.04 Reinforcement Delete the following: B. Welded Steel Wire Fabric. DIVISION 2, SECTION 02950 — Sod Construction 2.04 Sod Replace B. with the following: C. Species composition shall be a mix of Dwarf Type Tall Fescue. DIVISION 3, SECTION 03300 — Cast -In -Place Concrete 3.02 Design Mixes G. Delete paragraph 3 and 4. Refer to Section 02520 for exterior concrete. 215 North Mason Street • 2nd Floor - P.O. Box 580 - Fort Collins, CO 80522-0580 - (970) 221-6775 • FAX (970) 221-6707 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT: SOFT GOLD PARK; BID NO. 5818 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 Gq The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by _ the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20 CONTRACTOR By: Title: ATTEST: — Secretary STATE OF COLORADO )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 by Witness my hand and official seal. My Commission Expires: day of Notary Public 7/96 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: SOFT GOLD PARK; BID NO. 5818 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for kz�urecy) on bond hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. OR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVE87 CONTRACTOR APPLICATION (303) 2-2416 2.2416 FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(AX) DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Anyunauthorized 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 ACCURATELYCOMPLETEALL BOXES WILL CAUSE THEAPPLICATION TO BE DENIED, Fax number. Name of exempt organization (as shown on Address R exempt organization (City, State Principal contact at exempt organization: Physical location of project she (give actual Scheduled construction start date: 0170-750 (999) $o.00 or corporate name: +- - •--••-•�..•:vu :�uu,uer 'I tlld amount for your contract: Business telephone number. Colorado withholding ( i tax account number: Month Day Year Exempt c 98 - contacts telephone number: County (ies) where project Is Estimated completion date; Month Dey Year 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. I me Of corporate officer. Date; SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and .striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Number & Title . Number Number & Title 1.1 Addenda . ; ................. 1 1.2 Agreement..........................................1 1.3 Application for Payment, ...................... 1 1.4 Asbestos.............................................1 1.5 Bid.....................................................1 1.6 Bidding Documents .............................1. 1.7 Bidding Requirements ........................„1 1.8 Bonds.................................................1 1.9 Change Order......................................I 1.10 Contract Documents 1 1.11 Contract Price......................................1 1.12 Contract Times,,,..,, 1.13 CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,„..„1 1.14 defective ............................................. 1 1.15 Drawings.............................................I 1.16 Effective Date of the Agreement,,,,,,,,,, 1 1.17 ENGINEER........................................1 1.18 ENGINEER's Consultant,,,,,,,,,,,,,, 1.19 Field Order,,,,,,,,,,,,,,,,,,,,,,„_,,,,,.,.,... . l 1.20 General Requirements .........................2 1.21 Hazardous Waste.................................2 1.22.a Laws and Regulations; Laws or Regulations ....................................... 1.22.b Legal Holidays ................................... 2 1.23 Liens.................................................2 1.24 Milestone............................................2 1.25 Notice of Award 2 1.26 Notice to Proceed ,2 1.27 OWNER ............. 1.28 Partial Utilization 2 1.29 PCBs 1.30 Petroleum 2 1.31 Project...............................................2 1.32.a Radioactive Material 1.32.b Regular Working Hours ......... .......... 2 1.33 Resident Project Representative ............2 1.34 Samples..............................................2 1.35 Shop Drawings .................................... 1.36 Specifications .................................... 2 1.37 Subcontractor 2 1.38 Substantial Completion .......................2 1.39 Supplementary Conditions....................2 1.40 Supplier .................... ........................... 2 1.41 Underground Facilities,,,,,,,,,,,,,,,,,,,, ,2-3 1.42 Unit Price Work 3 1.43 Work.................................................3 1.44 Work Change Directive .......................3 1.45 Written Amendment 3 Page Number 2. PRELIMINARY MATTERS ............................... 3 2.1 Delivery of Bonds ............................. 2.2 Copies of Documents,,,,,,,,,,,,,,, ,,,,3 2.3 Commencement of Contract Times; Notice to Proceed,,,,,,,,,,,,,,, 3 2.4 Starting the Work. ........................... 3 2.5-2.7 Before Starting Construction; CONTRACTOR's Responsibility to Report; Preliminary Sched/les; Delivery of Certificates of Insurance ................................... 3-4 2.8 Preconstruction Conference 4 2.9 Initially Acceptable Schedules, .......... 4 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE..........................................4 3.1-3.2 Intent ...:......................................... 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3.4 Intent of Certain Terms or Adjectives ...................... 3.5 Amending Contract Docunents......... 5 3.6 Supplementing Contract Documents ................................... 5 3.7 Reuse of Documents 5 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS,,,,,,,,,,, 5 4.1 Availability of Lands ,,,,,,,$-6 4.2 Subsurface and Physical Conditions .....:.............................. 6 4.2.1 Reports and Drawings......................6 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data............................ ............. 6 4.2.3 Notice of Differing Subsurface or Physical Conditions,,,,,,,,,,,,,,,,,, 6 4.2.4 ENGINEER's Review 6 4.2.5 Possible Contract Documents Change ................ ......6 ................... 4.2.6 Possible Price and Times Adjustments...............................6-7 4.3 Physical Conditions --Underground Facilities ....................................... 7 4.3.1 Shown or Indicated 7 4.3.2 Not Shown or Indicated,,,,,,,,,,,,,,,,,,, 7 4.4 Reference Points 7 If EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, 6.25 Submittal Proceedures; CON - Hazardous Waste or TRACTOR's Review Prior Radioactive Material....................7-8 to Shop Drawing or Sample Submittal .................................... 16 5. BONDS AND INSURANCE „,,,,,,,,,,,,,,,,,,,,,,,,, 8 6.26 Shop Drawing & Sample Submit- 5.1-5.2 Performance, Payment and Other tals Review by ENGINEER ...... 16-17 Bonds ....................................... I....... 6.27 Responsibility for Variations 5.3 Licensed Sureties and Insurers; From Contract Documents *........... 17 Certificates of Insurance .................... 8 6.28 Related Work Performed Prior 5.4 CONTRACTOR's Liability to ENGINEER's Review and Insurance..........................................9 Approval of Required 5.5 OWNER's Liability Insurance............„ 9 Submittals...................................17 _ 5.6 Property Insurance ..........................9-10 6.29 Continuing the Work ................ 17 5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General tional Property Insurance ................. 10 Warranty and Guarantee . .............. 17 5.8 Notice of Cancellation Provsion......... 10 6.31-6.33 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 ................................................. 18 5.11 Waiver of Rights ........ .......•, .........I1 7.1-7.3 Related Work at Site....................... J8 5.12-5.13 Receipt and Application of 7.4 Coordination, Insurance Proceeds 10-11 5.14 Acceptance of Bonds and Insu- 8. OWNER'S RESPONSIBILITIES .........................18 ance; Option to Replace ................... 11 8.1 Communications to CON- - 5.15 Partial Utilization --Property TRACTOR.................................18 Insurance ............................... ........11 8.2 Replacement of ENGINEER ............ 18 8.3 Furnish Data andPay Promptly 6. CONTRACTOR'S RESPONSIBILITIES ...............I I When Due .................................. w 18 6.1-6.2 Supervision and Superintendencq ....... 1.1 8.4 Lands and Easements; Reports , 6.3-6.5 Labor, Materials and Equipment... 11-12 and Tests ............................... J8-19 6.6 Progress Schedule..............................J2 8.5 Insurance ........... *... * ,,..,...., ', .......19 6.7 Substitutes and "Or -Equal" Items; 8.6 Change Ord;rs ......... ................19 CONTRACTOR's Expense; 8.7 Inspections, Tests and Substitute Construction Approvals...................................19 Methods or Procedures; 8.8 Stop or Suspend Work; ENGINEER's Evaluation 12-13 Terminate CONTRACTOR's 6.8-6.11 Concerning Subcontractors, Services...................................;,.19 Suppliers and Others; 8.9 Limitations on OWNER'S Waiver of Rights .......................„13-14 Responsibilities ............................ 19 _ 6.12 Patent Fees and Royalties ......... ........14 8.10 Asbestos, PCBs, Petroleum, 6.13 Permits.............................................14 Hazardous Waste or - 6.14 Laws and Regulations ......... ........14 Radioactive Material....................19 6.15 Taxes„•........................................14-15 8.11 Evidence of Financid 6.16 Use of Premises ............. I .... 15 Arrangements .............................. 19 6.17 Site Cleanliness ................................ 15 6.18 Safe Structural Loading ..................... J5 9. ENGINEER'S STATUS DURING 6.19 Record Documents .............................15 CONSTRUCTION .............................................. 19 6.20 Safety and Protection ..................... 15-16 9.1 OWNER's Representative ................ 19 6.21 Safety Representative .........................16 9.2 Visits to Site .................................. 19 6.22 Hazard Communication Program$ ...... 16 9.3 Project Representative ...............19-21 6.23 Emergencies.....................................16 9.4 Clarifications and Interpre- 6.24 Shop Drawings and Samples..............16 tations.......•.............................. .. 21 9.5 Authorized Variations in Wrk........21 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Number & Title Number Number & Title Page Number 9.6 Rejecting Defective Work ,,,,,,,,,,,,,,,,,„21 13.8-13.9 Uncovering Work at ENGI- 9.7-9.9 Shop Drawings, Change Orders NEERs Request ...................... 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 ,,........................ ?8 9.13 Limitations on ENGINEERs 13.13 Acceptance ofDefective Work ......... 28 Authority and Responsibilities,,,, 22-23 13.14 OWNER May Correct Defective Work ..................................... 28-29 CHANGES IN THE WORK ....................................... 23 10.1 OWNERS Ordered Change................23 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment ........................23 COMPLETION,,,,,,,,..,,,,,,.........,,.,,,,:.,,,,,,., . ,29 10.3 Work Not Required by Contract 14.1 Schedule of Values .........................79 Documents ..................................... 23 14.2 Application for Progress 10.4 Change Orders..................................23 Payment ..................................... 29 10.5 Notification of Surety,,,,,,,,,,,,,,,,,,,,,,,, 23 14.3 CONTRACTORS Warranty of Title...........................................29 CHANGEOF CONTRACT PRICE .........................I...23 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress Payments,,,,,,,,,,,,,,,,,, 29-30 Adjustment; Value of 14.8-14.9 Substantial Completion,,,,,,,,,,,,,,,,,, 30 the Work ................................... 23-24 14.10 Partial Utilization ...................... 11.4 Cost of the Work,,,, ......24-25 14.11 Final Inspectiorl,,,, 31 11.5 Exclusions to Cost of the Work.......... 25 14.12 Final Application for Payment........31 11.6 CONTRACTORS 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 CONTRACTORs Work or Terminate .................. 32-33 Control ...................................... 26-27 12.4 Delays Beyond OWNERs and 16. DISPUTE RESOLUTION ;, 33 CONTRACTORS 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,.,..,.,,,,,,,.,,,33 13.1 Notice of Defects,,,,,,... I..............I......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 CONTRACTORS Cooperation,.,.,.,,, 27 17.6 Applicable State Laws ............... 33-34 13.4 OWNERs Responsibilities; Intentionally left blank.......................................35 Independent Testing Laboratory,,,,,,, 27 13.5 CONTRACTORS EXHIBIT GC -A: (Optional) Responsibilities.............................„27 Dispute Resolution Agreement,,,,,,,,,,,,......,,, GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration,,,,,,,,,,,. ............. QC -Al tion, Testing or Approval.................27 16.7 Mediation ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,GC -AI ry EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) PLANS LA-1 Note: Two trees labeled as QH are to be planted by others. Plant list corrections: 4 CO 3 FP 3 FN Fraxinus nigra `Fall Gold' Fall Gold Ash 2" 5 PN LA-2 Note: Perennials to be located in field by City Representative at time of planting. No Edging shall be used on shrub beds, shrubs beds to have a spaded edge. Plant list corrections: Grasses and Perennials - #1 SD-1 Detail 2: Delete the following note: 6 X 6 No. 10/10 W.W.F. If you have any questions please contact John Stephen, CPPO, 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. 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" Items...................... .7.1 Work by OWNER,,,,,,,,,,,,,,,,,,,,,,, „.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 Specifications) ....... (1.6, 1.10, 6.19), 1.1 Additional Property Insurances., 5.7 Adjustments -- Contract Price or Contract Times ...........................1.5, 3.5, 4.1, 4.3.2, 4.5.2, ..............................4.5.3, 9.4, 9.5, 10.2-10.4, .........................................11, 12, 14.8, 15.1 progress schedule .............................................. 6.6 Agreement -- definition of......................................................1.2 "All -Risk" Insurance, policy form ,,,,,,,,,,,,,,,,5.6.2 Allowances, Cash....................................................11.8 Amending Contract Documents, 3.5 Amendment, Written -- in general ................ J.10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ..........................(.8.2, 6.19, 10.1, 10.4, 11.2 ....................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER's Responsibility .............................. 9.9 final payment.................9.13.4, 9.13.5, 14.12-14.15 in general ..........................7.8, 2.9, 5.6.4, 9.10, 15.5 progress payment ..................................... 14.1-14.7 review of.......................................I........: 14.4-14.7 Arbitration.....................................................16.1-16.6 Asbestos -- claims pursuant theretq..........................4.5.2, 4.5.3 CONTRACTOR authorized to stop Work .......... 4.5.2 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,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,, 4.1, 8.4 Award, Notice of--defined.......................................1,25 Before Starting Construction,,,,,,,,,,,,, .................. 2.5-2.8 Bid --definition of.........................1.5 (1.1, 1.10, 2.3, 3.3, ........................4.2.6.4, 6.13, 11.4.3, 11.9.1) Bidding Documents --definition of .........................1.6 (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 definition of.......................................................1.8 delivery of :..................... ............................. 2.1, 5.1 final Application for Payment .................14.12-14.14 general.:....................................1.10, 5.1-5.3, 5.13, ........................................9.13, 10.5, 14.7.6 Performance, Payment and Other.................„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 Completion,.,,,,, 1.38, 6.30.2.3, ..................................I...............14.8, 14.10 Certificates ofInspection ...................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 . ... ..... .... ...................... ............11.4-11.7 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 Scope of....................................................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) Unit Price Work..........................................11.9 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment ........ 4.1, 4.2.6, 4.5, 5.15, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, ............... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits.....................................12.2 Delays beyond CONTRACTOR's . control........................................................12.3 Delays beyond OWNER's and CONTRACTOR's control ...........................12.4 Notification of surety,,,,,,,,,,,,, Scope of change........................................10.3-10.4 Change Orders -- Acceptance ofDefective Work ..........................13.13 Amending Contract Document$..........................3.5 Cash Allowances; 11.8 Change of Contract Price ....................... ...„_,,,,,„I I Change of Contract Timess..................................12 Changes in the Work„ .......I . ......................................... ......... ........10 CONTRACTOR's fee 11.6 Cost of the Work.......................................11.4-11.7 Cost Records....................................................11.7 definition of,,,,,,,,,,,,,,,,,,,,,,,,,, ............................. 1.9 emergencies.....................................................6.23 ENGINEER's responsibility,,,,,,,, 9.8, 10.4, 11.2, 12.1 execution of.....................................................10.4 Indemnifiction 6,12 6.16, 6.31-6.33 Insurance, Bonds and.......................5.10, 5.13, 10.5 OWNER may terminate ......... .............1,5.2-15.4 OWNER's Responsibility,,,,,,,,,,,,,,,, $.6 10.4 Physical Conditions -- Subsurface and..............................................4.2 Underground Facilities--............................4.3.2 Record Documents............................................ Scope of Change.......................................10.3-10.4 Substitutes .... ......... ......... ......I..6.7.3, 6.8.2 Unit Price Work...............................................11.9 value of Work, covered by.................................11.3 Changes in the Work........ .........10 Notification of surety ........................... I ............. 10.5 OWNER's and CONTRACTOR's responsibilities ........................................... 10.4 Right to an adjustment ......... ...............I....10.2 Scope of change.,,,,,,,,, ...10.3-10.4 Claims -- against CONTRACTOR; ......6.16 against ENGINEER ......................................... 6.32 against OWNER...............................................0.32 Change of Contract Price ........................... 9.4, 11.2 Change of Cmtract Times .......................... 9.4, 12.1 CONTRACTOR's.............4, 7.1, 9.4, 9.5, 9.11, 10.2, ...........................11.2, 11.9, 12.1, 13.9, 14.81 ............................................15.1, 15.5, 17.3 CONTRACTOR's Fee ...................................... 11.6 Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work ........... ......... ................... 11.4, 11.5 Decisions on Disputes...............................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement ...... ..........16.1-16.6 ENGINEER as initial interpretoc.. ................9.11 Lump Sum Pricing.........................................J1.3.2 Notice of .......................... ................ .............. ..1.7.3 OWNER's....................9.4, 9.5, 9.11, 10.2, 11.2, 11.9 ................12.1,13.9,13.13,13.14,17.3 OWNER's liability .............................................. 5.5 OWNER may refuse to make payment.................14.7 Professional Fees and Court Costs Included..... ... . .. ...... .......................17.5 request for formal decision on*,,,,,,,,,,,,,,,,,,,,,,,,,,, 9.11 Substitute Items,,,,,,,,,;,,, ,, . .............. 6.7.1.2 Time Extension.................................................12.1 Time requirements....................................9.11, 12.1 Unit Price Work ......... ..............11.9.3 Value of ................. ............................. .............1,1.3 Waiver of --on Final Payment ................. j4.14, 14.15 Work Change Directive......................................10.2 written notice required ......................9.11, 11.2, 12.1 Clarifications and Interpretations,,,,,,,,,,,, 3.6.3, 9.4, 9.11 Clean Site............................................................ 6.17 Codes of Technical Society, Organization or Association,,,,,,,,,,,,,,................... .................3.3.3 Commencement of Contract Times ...........................2.3 Communications-- general..............................................0.2, 6.9.2, 8.1 Hazard Communication Programs ......................¢.22 Completion -- Final Application for Payment .........................14.12 Final Inspection ..................... 14.11 Final Payment and Acceptance ..............14.13-14.14 Partial Utilization*,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 14.10 Substantial Completion ... ..............1.38, 14.8-14.9 Waiver of Claims............................................14.15 Computation of Times,,,,.,,,, „ ,,, ,,,,,,,,,,17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others .................................................. 6.8-6.11 Conferences -- initially acceptable schedules .............................. 2.9 preconstruction*,,,,,,.,.......................................... 2.8 Conflict, Error, Ambiguity, Discrepancy-- CONTRACTOR to Report ..........................2.5, 3.3.2 Construction, before starting by CONTRACTOR ......... .................................. 2.5-2.7 Construction Machinery, Equipment, etc,,,,,,,,,,,,,,,,,, 6.4 Continuing the Work, ,, ,,,,,,,,,,, ....................... 6.29, 10.4.................... Contract Documents-- Amending...................................... 3.5 Bonds V1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Cash Allowances..............................................11.8 Article or Paragraph Number Change of Contract Price .................................... I I Change of Contract Times .................................. 12 Changes in the Wor................................. 10.4-10.5 check and verify ................................................ 2.5 Clarifications and Interpretations ........................3.2, 3.6, 9.4, 9.11 definition of....................................I................1.10 ENGINEER as initial interpreter of,,,,,,,,,,,,,,,,,, 9.11 ENGINEER as OWNER's representative..............9.1 general3 Insurance......................................................... J.3 Intent........................................................3.1-3.4 minor variations in the Work..............................3.6 OWNER'S responsibility to furnish data...............8.3 OWNER's responsibility to make prompt payment ..........................$.3, 14.4, 14.13 precedence,,,,,,, ,,,,, , , .........3.1, 3.3.3 Record Documents............................................0.19 Reference to Standards and Specifications of Technical Societies ................................... 3.3 Related Work ................. ......... ......... .......7.2 Reporting and Resolving Discrepancies,,,,,,,, 2.5, 3.3 Reuseof............................................................3.7 Supplementing ................................................... ............................. 3.6 Termination of ENGINEER's Employment .......... 8.2 Unit Price Work...............................................11.9 variations..........................................3.6, 6.23, 6.27 Visits to Site, ENGINEER's ............................... 9.2 Contract Price -- adjustment of ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof..........................................................11 Decision on Disputes........................................9.11 definition of ....................................................... 1.11 Contract Times -- adjustment 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 Acceptanceof Insurance ................................... 5.14 Communications ........... ......... .........k.2, 6.9.2 Continue Work........................................6.29, 10.4 coordination and scheduling............................6.9.2 definition of.....................................................A.13 Limited Reliance on Technical Data Authorized..................................I......4.2.2 May Stop Work or Terminate............................15.5 provide site access to others,,,,,,,,,,,,,,;,,,,,,,, 7.2, 13.2 Safety and Protection ..... .........4.3.1.2, 6.16, 6.18, ......................................6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal;,6.25 Stop Work requirements..................................4.5.2 CONTRACTOR's- Article or Paragraph Number Compensation ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,11.1-11.2 Continuing Obligation, .................................... 14.15 Defective Work.,,, ..................... 9.6, 13.10-13.14 ^ Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by ^ Emergency._ ......................................... 6.23 Defects in Work of Others..............................7.3 Differing conditions.................................4.2.3 _ Discrepancy in Documents,.,.,,,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated,,,,,,,,,, 4.3.2 Emergencies.....................................................6.23 Equipment and Machinery Rental, Cost _ of the Work........:............:.....................11.4.5.3 Fee --Cost Plus..........................11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee ..,.,...... *........... 0.30 Hazard Communication Programs, ..................... 6.22 Indemnification„......................6.12, 6.16, 6.31-6.33 Inspection of the Work ............................... 7.3, 13.4 ^ Labor, Materials and Equipment ....................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.......................6.13 Progress Schedule,„..........................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 ..........................6.29, 10.4 _ CONTRACTOR's expense,.,„......................0.7.1 CONTRACTOR's General Warranty - and Guarantee;6.30 CONTRACTOR's review prior to Shop Drawing or Sample submittal ................6.25 Coordination of Work 6.9.2 Emergencies...............................................6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items..............................0.7.3 For Acts and Omissions of Others.............................6.9.1-6.9.2, 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 E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) ^ w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 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 ENGINEERS approval of required submittals ............................................. 6.28 safe structural loading.................................6.18 Safety and Protection ......... ....... 6.20, 7.2, 13.2 Safety Representative.................................6.21 Scheduling the Work ........ ...................6 9.2 Shop Drawings and Samples ...,,,,„ ........0.24 Shop Drawings and Samples Review by ENGINEER......................................6.26 Site Cleanliness. ......................................... 6.17 Submittal Procedures .............. ...................6.25 Substitute Construction Methods and Procedures ............................... ......6.7.2 Substitutes and "Or -Equal" Items................6.7.1 Superintendence ............................................ , 6.2 Supervision .................................................. 6.1 Survival of Obligations .... ................ *...... ,,,_,6.34 Taxes ................... Tests and Inspections, .................................. 13.5 To Report ............. ......... ......... ........2.5 Use of Premises......................6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal,,,,,,,,,,,,,,,,,,,, 6.25 Right to adjustment for changes in the Work.....10.2 right to claim...........4, 7.1, 9.4, 9.5, 9.11, 10.2,11.2, .......... II.9,12.1,13.9,14.8,15.1,15.5,17.3 Safety and Protection,,,,,,,,,,,,,,,,,, 6.20-6.22, 7.2, 13.2 Safety Representative .................................. 6.21 Shop Drawings and Samples 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 Superintendence,,,,,,...6.1, 6.2, 6.21 Taxes, Payment by,,,,,,,,,,,,,,,,,,,,,, ....................... 6.15 Use o£ 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 CONTRACTORS --other ..................................... 7 Contractual Liability Insurance..............................$.4.10 Contractual Time Limits ...... ......... ................. J2.2 Article or Paragraph Number Coordination -- CONTRACTORS responsibility ........................6.9.2 Copies of Documents ............................................... 2.2 Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance ofDefective 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...................J 1.4.5.9 Cash Discounts ....... ...... ..................................11.4.2 CONTRACTORS Fee ........................ ..... 11.6 Employee Expenses......................................11.4.5.1 Exclusions to,,,,,,,,_,...................................... ,,,„j1.5 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, ........................................... jlA.S.5 Site office and temporary facilities ................ 11.4.5.2 Special Consultants, CONTRACTORs............. J 1.4.4 Supplemental ............................... .............. 11.4.5 Taxes related to the World............................11.4.5.4 Tests and Inspection, ......................................... 13.4 Trade Discounts ...................... ...................11.4.2 Utilities, fuel and sanitary facilities ............... J 1.4.5.7 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 furnished by OWNED ............... ............... $: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 viii EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Correction or Removal of ...................„10.4.1, 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 ........................... I...... I..................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 Change,,,,,,,,,,,,,, 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,,,,,,,;,,,,,,,,,, ................... Documents -- Copiesof .......................................................... 2.2 Record 6.19 Reuseof.............................................................3.7 Drawings --definition of..........................................1.15 Easements ........... ......... ......... ......... .......4.1 Effective date of Agreement -- definition of .............1.16 Emergencies...........................................................0..23 ENGINEER -- as initial interpreter on dispute$,,,,,,,,,,,,,,,, ................ definition of ............................... .................1.17 Limitations on authority and responsibilities,,,,, 9.13 Replacement of> ................................................. 8.2 Resident Project Representative. .......................... 9.3 ENGINEER's Consultant -- definition of .................1.18 ENGINEER's-- authority and responsibility, limitations on ........ 9.13 Authorized Variations in the Work.....................9.5 Change Orders, responsibility for,,,,,,, 9.7, 10, 11, 12 Clarifications and Interpretations ...............3.6.3, 9.4 Decisions on Disputes .............................. 9.11-9.12 defective Work, notice of..................................13.1 Evaluation of Substitute Items ...... ......... .....6.7.3 Liability ........ :............................. ............. 6.32, 9.12 Notice Work is Acceptable...............................14.13 Observations ................. ......... ........6 30.2, 9.2 OWNER'S Representative,,,,,, ,,, ,,,,,,,,,,,,,,,,,,,,,,,,,9.1 Payments to the CONTRACTOR, —' Responsibility for.....................................9.9, 14 Recommendation of Payment ....................14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations on ................ 9.11-.9.13 Review of Reports on Differing Subsurface and Physical Conditions .................... I........ 4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Cmstruction-- 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 „....... ...............9.1 Project Representative ,,,,,,,,, ,,,,,,,,9.3 Rejecting Defective Work ........... ...............9.6 Shop Drawings, Change Orders and Payments....................................9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations 9.10 Visits to Site 9.2 Written consent required...............................7.2, 9.1 Equipment, Labor, Materials and ........................6.3-6.5 Equipment rental, Cost of the Work...................11.4.5.3 Equivalent Materials and Equipment .........................0.7 error or omissions ................................................... 0.33 Evidence of Financial Arrangementg ......................F.11 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,,,,,,,,,,,,,,,,,,,,;,,,,,,,,,,,, I4.13-14.14 Prior to, for cash allovances............................11.8 General Provisions17.3-17.4 General Requirements -- definition of.....................................................1.20 principal references to..............7.6, 6.4, 6,6-6.7, 6.24 Giving Notice,,,,,,,,,,,,, ............................................ 17.1 Guarantee of Work --by CONTRACTOR,,,,..., 6.30, 14.12 Hazard Communication Programs ..........................6.22 Hazardous Waste -- definition of.....................................................1.21 general....................:...............:........................ 4.5 OWNER's responsibility for...............................8.10 ix EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) ^ w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Indemnification..............................6.12, 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 byENGINEER 9.6 Tests and Approval.............................$.7, 13.3-13.4 Insurance -- Acceptance of, by OWNER.,,.,.._..*....................5.14 Additional, required by changes in the Work .......................................... 11.4.5.9 Before starting the Work .................................... 2.7 Bonds and --in general ......... ........ ..........5 Cancellation Provisions....................................... 5.8 Certificates of...................2.7, 5, 5.3, 5.4.11, 5.4.13, ........................5.6.5, 5.8, 5,14, 9.13.4, 14.12 completed operations.....................................5.4.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR's objection to coverage,,,,,,,,,,,,, 5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility................................. ...............5.9 Final Applicaton for Payment ..........................14.12 Licensed Insurers Notice requirements, material changes, ....... 5.8, 10.5 Option to Replace.............................................5.14 other special insurances....................................5.10 OWNER as fiduciary for insureds ............5.12-5.13 OWNER's Liability,,,,,,,,,,,,,,,,,,,,, 5.5 OWNER's Responsibility ............................. ...8.5 Partial Utilization, Property Insurance...............5.15 Property ............................:..... ..............5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance ............................................. 5.10 Waiver of Rights..............................................5.11 Intent of Contract Documents,.,,,.,„.....................3.1-3.4 Interpretations and Clarifications,,,,,,,,,,,,,, 3.6.3, 9.4 Investigations of physical conditions,,,,,,,,,,,,,,,,,, „_....4.2 Labor, Materials and Equipment..........................6.3-6.5 Lands -- and Easements...................................................$.4 Availability of.............................................4.1, 8A Reports and Tests,,,,,,,,,,,,,,,,, .... ....................... 8.4 Laws and Regulations --Laws or Regulations-- Bonds...............:........................................5.1-5.2 Changes in the Work........................................10.4 Contract Documents, 3.1 CONTRACTOR's Responsibilities .....................0.14 Correction Period, defective Work ..................... 13.12 Cost of the Work, taxes,,,,,,,,,,,,, .............11.4.5.4 definition of.....................................................1.22 genera16.14 Indemnification ........................................ 6.31-6.33 Insurance,,,,,,,,,,,,,,,,, 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 .......................... 14.12 definition of Waiver of Claims ............................................14.15 Limitations on ENGINEER's authority and responsibilities................................................. 9.13 Limited Reliance by CONTRACTOR Authorized Maintenance and Operating Manuals -- Final Application for Payment ..........................14.12 Manuals (of others) -- Precedence ................................................... 3.3.3.1 Reference to in Contract Documents ..................3.3.1 Materials and equipment -- furnished by CONTRACTOR...............................6.3 not incorporated in Work...................................14.2 Materials or equipment--equivalent„•,,,,,,,,,,,,,,,,,,,,,,,,6.7 Mediation (Optional)..............................................16.7 Milestones --definition of ...................................... 1.24 Miscellaneous -- Computation of Times 17.2 Cumulative Remedies ........................................ J7.4 Giving Notice,,, 17.1 Noticeof 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 ......................................... ......... ................i.25 Claim............................................................17.3 Defects,13.1 Differing Subsurface or Physical Conditions....., 4.2.3 Giving............................................................f7.1 Tests and Inspections ........................................ 13.3 Variation, Shop Drawing and Sample„...............0.27 Notice to Proceed -- definition of......................................................1.26 giving of .......... 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...........................6.30, 9.2 Occupancy of the Work ................... 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR...............0.9, 9.13 Open Peril policy form, Insurance .......................... 5.:6.2 Option to Replace....................................................5.14 Article or Paragraph Number "Or Equal" Items......................................................0.7 Other work 7 Overtime Work --prohibition of ................................. 6.3 OWNER -- Acceptance ofdefective Work...........................1,3.13 appoint an ENGINEER......................................8.2 as fiduciary...............................................5.12-5.13 Availability of Lands, responsibility .....................4.1 definition of .......... . ..... data, furnish......................................................8.3 May Correct Defective Work„..........................J.3.14 May refuse to make payment.............................J,4.7 May Stop the Work.........................................11.10 May Suspend Work, Terminate.*.........................$.8, 13.10, 15.1-15.4 Payment, make prompt .............. .8 3, 14.4, 14.13 performance of other work .................................. 7.1 permits and licenses, requirements ....................0.13 purchased insurance requirements ............. 5.6-5.10 OWNER's-- Acceptance of the World..............................6.30.2.5 Change Orders, obligation to execute.......... 8.6, 10.4 Communications ............................................... 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decisiorl............................9..11 Inspections, tests and approvals,.„..............$.7, 13.4 Liability Insurance .................. ........................... 5.5 Notice of Defects..............................................13.1 Representative --During Construction, ENGINEER's Status ...................................... 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material$.10 Change Orders ............................................. 8.6 Changes in the Work...................................10.1 communications ............................................ 8.1 CONTRACTOR's responsibilities ..................8.9 evidence of financial arrangements .............. $.11 inspections, tests and approval .....................8.7 insurance...................................................... 8.5 lands and easements.....................................8.4 prompt payment by.......................................8.3 replacement of ENGINEER ...........................$.2. reports and tests............................................8.4 stop or suspend Work..................8.8, 13.10, 15.1 terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at site ............................. 9.3 testing, independent .................................. „13.4 use or occupancy of the Work,,,,,,,,,,,,, 5.15, 6.30.2.4, 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 Xi EJCDC GENERAL CONDITIONS 19I0-8 (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................................................I.....1.28 general6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties ...................................... 6.12 Payment Bonds ................. ......... ................5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ..... ..........„....14.2 CONTRACTOR's Warranty of Title ................... j4.3 Final Application for Payment .........................14.12 Final Inspection..............................................14.11 Final Payment and Acceptancg............... 14.13-14.14 general ,,,,,,,,,,,,,,,,,, Partial Utilization ............................................ 14.10 Retainage................ .. .. ....................................... 14.2 Review of Applications for Progress Payments ,,,,,,,,,,,,,,,,,,,14.4-14.7.................:.............. prompt payment.......... ........$.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 ........ I....................... 613 Petroleum -- definition of...............................................I.....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 ......................................................... ....................................................... 4.33 Not Shown or Indicted,,,,,,,,,,,,,,,, 4 .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 Schedule§ ............. ........................... 2.6 Premises, Use of ............................................. ................. Price, Change of Contract,,,,,,,,,,,,,,,,, ,, ,,,,,,,,,,,,,,, I 1 Price, Contract --definition of 1.11 Progress Payment, Applications for .......................... j4.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR's,........... 2.6, 2.8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project --definition of,,,,,,,,,,,,,,,,,,,,,,, „ 1.31 Project Representative— ENGINEER's Status During Construction, ............ 9.3 Project Representative, Resident --definition of ......... 1.33 prompt payment by OWNER.....................................8.3 Property Insurance-- Additional.........................................................5.7 genera15.6-5.10 Partial Utilization. . ............. P ................ 5.15, 14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and..............................6.20-6.21, 13.2 Punch list ............................................... 14.11 Radioactive Material-- defintion of ........................................ .......... , 1.32 general4.5 OWNER's responsibility for,,,,,,,,,,,,,, $,10 Recommendation of Payment ,,.,..... .. *..... 14.4, 14.5, 14.13 Record Documents .........................*..,,,_„ „ 6.19, 14.12 Records, procedures for maintaining ..........................2.8 Reference Points ............................. .......................... 4.4 Reference to Standards and Specifications of Technical Societies,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 3.3 Regulations, Laws and(or)......................................6.14 Rejecting Defective Work..........................................9.6 Related Work -- at Site ..........,, ......................................... ...7.1-7.3 Performed prior to Shop Drawings and Samples submittals review,,,,,,,,,,,,,,,,,,,, 6.28 Remedies, cumulative;............... 17.4, 17.5 Removal or Correction ofDefective Work,.,,, ......13.11 rental agreements, OWNER approval required ,.... 11.4.5.3 replacement of ENGINEER, by OWNER,,,,,,,,,,,,,,,,,,„ 8.2 Reporting and Resolving Discrepancies.................................2.5, 3.3.2, 6.14.2 Reports -- and Drawings.................................................4.2.1 and Tests, OWNER's responsibility .....................8 4 Resident and Project Representative -- definition Of., P .............................................. ..1.33 provision for 9.3 xii EJCDC GENERAL CONDITIONS I910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR'S,,,,,,,,,,,,,,, 6.2 Responsibilities— CONTRACTOR's-in general..................................6 ENGINEER's-in general........................................9 Limitations on, ............................................ 9.13 OWNER's-in general.............................................8 Retainage............................................................ 1.4.2 Reuse of Documents..................................................3.7 Review by CONTRACTOR Shop Drawings and Samples Prior to Submittal .........................6.25 Review of Applications for Progress Payments.....................................14.4-14.7 Right to an adjustment........................................I...10.2 Rights of Way ..........................................: ............... 4.1 Royalties, Patent Fees and ...................................... 6.12 Safe Structural Loading..........................................6.18 Safety -- and Protection ...:........... I................4.3.2, 6.16, 6.18, ............. ......I.. .........6.20-6.21, 7.2, 13.2 general....................:................................6.20-6.23 Representative, CONTRACTOR's.......................6.21 Samples -- definition of.....................................................1.34 general .....................................................6.24-6.28 Review by CONTRACTOR................................6.25 Review by ENGINEER..............................h.26, 6.27 related Work......................................................6.28 submittal of. .................................................... 0.24.2 submittal procedures ,,,,,,,,,,,,,,,,;......................... 6.25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, .........I ... ......... ..........6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, 6.24-6.28 Schedule of Values..............................2.6, 2.8-2.9, 14.1 Schedules -- Adherence to..................................................15.2.1 Adjusting...........................................................6.6 Change of Contract Times ................... :............. 10.4 Initially Acceptable ......... ......... ...........2.8, 2.9 Preliminary ................................... 2.6 ....................... Scope of Changes......................................10.3-10.4 Subsurface Conditions4.2.1.1 Shop Drawings -- and Samples, general ,,,,,,,,,,,,,,,,,,,,6.24-6.28 Change Orders & Applications for Payments, and.........................................9.7-9.9 definition of......................................................1.35 ENGINEER's approval of„,,,,,,, ,,,,,, 3.6.2 ENGINEER's responsibility for review,,,,,,,,,,,,,,,, 9.7, 6.24-6.28 related Work.....................................................0.28 review procedures...............................2.8, 6.24-6.28 Article or Paragraph Number submittal required...............................................6.24.1 Submittal Procedures ......................................... 6.25 use to approve substitutions..............................6.7.3 Shown or Indicated...............................................4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness......................................................0.17 Site, Visits to -- by ENGINEER .......................................... 9.2, 13.2 byothers..........................................................13.2 "special causes of loss" policy form, insurance........................................................5.6.2 definition of..:..................................................1.36 Specifications— defrnation of....................................................1.36 of Technical Societies, reference t9...................3.3.1 precedence......................................................3.3.3 Standards and Specifications of Technical Societies........................................3.3 Starting Construction, Before ,,,,,,,,,,,,,,,,,,,*.......... 2.5-2.8 Starting the World .................. ......... I ............... 2A Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER ..................................... 8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety.......................................6.18 Subcontractor -- Concerning ................................................ 6.8-6.11 definition of. .................................................... J.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 Manual*...............14.12 Procedures .................................... ...............0.25 Progress Schedules, ...................................... 2.6,2.9 Samples...................................................0.24-6.28 Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of............................6.30.2.3, 14.8-14.9 definition of., ................................................... J.38 Substitute Construction Methods or Procedure§ ........ 6.7.2 Substitutes and "Or Equal" Item§...............................6.7 CONTRACTOR's Expense............................6.7.1.3 ENGINEER's EvaluationI................6.7.3 Or -Equal..................................................... 6.7.1.1 Substitute Construction Methods EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number or Procedures.............................................6.7.2 Substitute Items ............................................ 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relathg to ........................ 4.2.1.2 ENGINEERS Review ............... ......... ....... 4.2.4 general...................... ......... ......... .........4.2 Limited Reliance by CONTRACTOR Authorized................................I ................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,,,,,,,,,,,, ......... 1 ....... 4.2 Subsurface Conditions at the Site ...............4.2.1.1 Technical Data, ... ............................................ 4.2.2 Supervision— CONTRACTORs responsibility ...........................6.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9.13.2 Superintendence.......................................................6.2 Superintendent, CONTRACTOR's resident...............6.2 Supplemental costs,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5 Supplementary Conditions-- definition of.....................................................1,39 principal references to,,,,,,,,,,,,,,,,,1.10, 1.18, 2.2, 2.7, .......................4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ................. 5.11,6.8,6.13,7.4,8.11,9.3,9.10 Supplementing Contract Document$ ......................... 3.6 Supplier -- definition of.....................................................1.40 principal references to ........... 3.7, 6.5, 6.8-6.11, 6.20, ..........................................0.24, 9.13, 14.12 Waiver of Rights...............................................6.11 Surety -- consent to final payment ........................ j4.12, 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 .......................j3.10, 15.1 Suspension of Work and Termination-,,,,,,,,,,,15 CONTRACTOR May Stop Work orTerminate...............................................15.5 OWNER May Suspend Work.............................15.1 OWNER May Terminate.............................j5.2-15.4 Taxes --Payment by CONTRACTOR .........................6.15 Technical Data -- Limited Reliance by CONTRACTOR .................4.2.2 Possible Price and Times Adjustments,,,,, ............. Reports of Differing Subsurface and Physical Conditions, ................................... 4.2.3 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 to..............................13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects OWNER May Stop Work...............................„13.10 OWNER's independent testing .... .................J3.4 special, required by ENGINEER ,,,,,,,,,,,,,,,,,,,,,,,,,,9.6 timely notice required.......................................13.4 Uncovering the Work, at ENGINEERs request.................................................13.8-13.9 Times -- Adjusting ....................... .................................... 6.6 Change of Contract ............... ,,,,,, 12 Computation of . 17.2 ........ Contract Times --definition of ...........................J.12 day.........................................................17.2.2 Milestones ..........................:.................... ........... 12 Requirements-- appeals.................................................9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Timeg ................ 2.3 Preconstruction Conference ...........................2.8 schedules.........................................2.6, 2.9, 6.6 Starting the World.........................................2.4 Title, Warranty of...................................................14.3 Uncovering Work ........................ ...... 13.8-13.9 Underground Facilities, Physical Conditions-- definition of .....................J.41 ......................... Not Shown or Indicated 4.3.2 protection of,,,,,,,,,,,,,,,, 4.3, 6.20 Shown or Indicated,,,,,,,,,,,,,,,,,,I.....................4.3.1 Unit Price Work -- claims ... ................................... 11.9.3 definition of....................................................1.42 general11.9, 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 xiv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)