HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5799 NORTHEAST AREA OVERLAY PROJECTSPECIFICA
AND
TIONS
CONTRACT DOCUMENTS
FOR
NORTHEAST AREA
OVERLAY PROJECT
BID NO.5799
BID OPENING:
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
July 15, 2003 - 3:00 P.M. (OUR CLOCK)
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
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
1. DEFINITIONS......................................................1
2. PRELIMINARY MATTERS ............,..................
3
1.1
Addenda ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1
2.1
Delivery of Bonds.............................
1.2
Agreement..........................................1
2.2
Copies of Documents,,,,,,..................3
1.3
Application for Payment .......
...........1
2.3
Commencement of Contract
1.4
Asbestos ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I
Times; Notice to Proceed,...,,,,,,,,,,,
3
1.5
Bid.................1
2.4
Starting the World,,,,,,,,,,,,,,, ..........
1.6
Bidding Documents .............................1,
2.5-2.7
Before Starting Construction;
1.7
Bidding Requirements,,,,,,,,,,,,,,,,,,,,,,,,,1
CONTRACTOR's Responsibility
1.8
Bonds.................................................1
to Report; Preliminary Schediles;
1.9
Change Order......................................I
Delivery of Certificates of
1.10
Contract Documents ............................1
Insurance ,,,,,,,,,,3-4
1.11
Contract Price ......................................
1
2.8
Preconstruction Conference
4
1.12
Contract Times....................................1
2.9
Initially Acceptable Schedules, ..........
4
1.13
CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1
1.14
defective.............................................1
3. CONTRACT DOCUMENTS: INTENT,
1.15
Drawings.............................................
.........................................
.. 1
AMENDING, REUSE ..........................................
4
1.16
Effective Date of the Agreement ............
1
3.1-3.2
Intent ............................................
4
1.17
ENGINEER .........................................
3.3
Reference to Standards and Speci-
1.18
ENGINEER's Consultant ......................I
fications of Technical Societies;
1.19
Field Order.........................................1
Reporting and Resolving Dis-
1.20
General Requirements .........................2
crepancies,.,,,,,,,,,,,,..,,,,,,,,,,,,,,,,,4-5
1.21
Hazardous Waste .... .........
..........2
3.4
Intent of Certain Terms or
1.22.a
Laws and Regulations; Laws or
Adjectives.....................................5
Regulations ......................................
2
3.5
Amending Contract Docunents.........
5
1.22.b
Legal Holidays .....................................
3.6
Supplementing Contract
1.23
Liens..................................................2
Documents...................................5
1.24
Milestone............................................2
3.7
Reuse of Documents
1.25
Notice of Award
2
1.26
Notice to Proceed., ................. I .............
2
4. AVAILABILITY OF LANDS;
1.27
OWNER,,,,,,,,,,,,,...............................
2
SUBSURFACE AND PHYSICAL CONDITIONS;
1.28
Partial Utilization................................2
REFERENCE POINTS; ,
.„5
1.29
PCBs..................................................2
4.1
Availability of Lands.....................5-6
1.30
Petroleum,,,,,,,,,,,,,
..........
4.2
Subsurface and Physical
1.31
Project................................................2
Conditions................... ..................
6
1.32.a
Radioactive Material ............................2
4.2.1
Reports and Drawings ,,,,,,,,,,,,,,,,,,,.„6
1.32.b
Regular Working Hours ........................
4.2.2
Limited Reliance by CONTRAC-
1.33
Resident Project Representative,,,,,.,,,,,,
2
TOR Authorized; Technical
1.34
Samples..............................................2
Data.............................................6
1.35
Shop Drawings ...................................
2
4.2.3
Notice of Differing Subsurface
1.36
Specifications .....................................
2
or Physical Conditions,,,,,,,,,,,,,,,,,,
6
1.37
Subcontractor ........ ......... ...........
2
4.2.4
ENGINEER's Review
1.38
Substantial Completion,.......................2
4.2.5
Possible Contract Documents
1.39
Supplementary Conditions.,,,,,..............
2
Change.........................................6
1.40
Supplier..............................................2
4.2.6
Possible Price and Times
1.41
Underground Facilities .....................
2-3
Adjustments ,,,,,,;........................
6-7
1.42
Unit Price Work ..... .........
...........3
4.3
Physical Conditions --Underground
1.43
Work ............... ...........3
Facilities, ......................................
7
1.44
Work Change Directive ........................
4.3.1
Shown or Indicated ,,,,.,,,,,,,,,,,,,,,,,,,,,7
1.45
Written Amendment ......... ...........3
4.3.2
Not Shown or Indicated .....................
7
4.4
Reference Points ..............................
7
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,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
8
6.27
Responsibility for Variations
5.3
Licensed Sureties and Insurers;
From Contract Documents, ...........
17 _
Certificates of Insurance
8
6.28
Related Work Performed Prior
5.4
CONTRACTOR's Liability
to ENGINEER's Review and
Insurance ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9
Approval of Required
5.5
OWNER's Liability Insurance,,,,,,,,,,,,,,
9
Submittals ,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,17
_
5.6
Property Insurance ,,,,,,,,,,,,,,,,,,,,,,,,,,9-10
6.29
Continuing the Work ,,.,,,,,,........J7
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 Protision..,,,,.,,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,,,,,,,, ,,,,,,,,, ,,,,,,,,,11
7.1-7.3
Related Work at Site„ ,,,,,,,_.,,,,,,,,J8
5.12-5.13
Receipt and Application of
7.4
Coordination, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,18
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 ,,,11
When Due ,,,,,,,,,,,,,,,,,,.,,,,,.,,,,,.,,,18
_
6.1-6.2
Supervision and Superintendencg,,,,.,,11
8.4
Lands and Easements; Reports
6.3-6.5
Labor, Materials and Equipment..,,11-12
and Tests ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,18-19
6.6
Progress Schedule ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,12
8.5
Insurance .,,,,,,,,,,,,,,,,,,,,,,,,,,,,._,,,,,,,,19
6.7
Substitutes and "Or -Equal" Items;
8.6
Change Orders ......... .................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, ,,,,,,,,,,,,,,,,,,,,,,,,J3-14
Responsibilities, ,,.,,,,,,,,,,,,,,,,,,..,,,.19
6.12
Patent Fees and Royalties ,,,,,,,,,,,,,,,,,,,,14
8.10
Asbestos, PCBs, Petroleum,
6.13
Permits ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,14
Hazardous Waste or
6.14
Laws and Regulations ,,,,,,,,,,,,,,,,,,,,,,,,14
Radioactive Material ....................
19 -
6.15
Taxes ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,14-15
8.11
Evidence of Financid
6.16
Use of Premises, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,15
Arrangements ,,,,,,,,,,,,,,,,,,,,.,,,,.....19
6.17
Site Cleanlinesg................................
15
-
6.18
Safe Structural Loading ,,,,,,,,,,,,,,,,,,,,,15
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 Sampleg,,,,,,,,,,,,,,16
tations,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..........
21 -
9.5
Authorized Variations in Vibrk,,,,.,,,21
EJCDC GENERAL CONDITIONS 1910-8 (1990
EDITIOt
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 919Y,
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
9.6
Rejecting Defective Work,,,,..„..........21
13.8-13.9
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEER's Request ......................
and Payments ...................................
21
13.10
OWNER May Stop the Work
28
9.10
Determinatims for Unit Prices,,,,,,
21-22
13.11
...........
Correction or Removal of
9.11-9.12
Decisions on Disputes; ENGI-
Defective Work .........................
28
NEER as Initial Interpreter..............22
13.12
Correction Period ,..........................
28
9.13
Limitations on ENGINEER'S
13.13
Acceptance ofDefective Work .........
28
Authority and Responsibilities .....
22-23
13.14
OWNER May Correct Defective
Work.............................
2 8-29
CHANGES IN THE WORK ......................................
23
I .......
10.1
OWNER's 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 .........................29
Documents .....................................
23
14.2
Application for Progress
10.4
Change Orders.................................23
Payment,,..,,,,,, .......................
10.5
Notification of Surety,,,,,,,,,,,,,,,,,,,,,,,,,
23
14.3
CONTRACTOR'S Warranty of
....29
Title...........................................29
CHANGE OF CONTRACT PRICE .............................
23
14.4-14.7
Review of Applications for
11.1-11.3
Contract Price; Claim for
Progress Pay
ments yments,,,,,,,,,,,,,,,,,
29-30
Adjustment; Value of
14.8-14.9
Substantial Completion,,,,,,,,,,,,,,,,,,
30
the Work ...................................
23-24
14.10
Partial Utilization .......................
30-31
11.4
Cost of the Work , ......24-25
14.11
Final Inspection .... ......... ....
31
11.5
Exclusions to Cost of the Work,..,,,,,,,
25
14.12
Final Application for Payment ........
31
11.6
CONTRACTOR'S Fee ........................
. 25
14.13-14.14
Final Payment and Acceptance,,,,,,,
31
11.7
Cost Records .................................
14.15
Waiver of Claims ......................
31-32
11.8
Cash Allowances ... ......... ..........26
11.9
Unit Price Work.. ...............................
26
15. SUSPENSION OF WORK AND
TERMINATION
CHANGE OF CONTRACT TIMES ............................26
15.1
OWNER May Suspend Work,,...,,,,,
32
12.1
Claim for. Adjustment ........................
26
15.2-15.4
OWNER May Terminate.,,,,,,,,,.,,.,.
32
12.2
Time of the Essence ..........................26
15.5
CONTRACTOR May Stop
12.3
Delays Beyond CONTRACTOR'S
Work or Terminate,,,,,,,,,,,,,,,,,
32-33
Control ......................................
26-27
12.4
Delays Beyond OWNER'S and
16. DISPUTE RESOLUTION ..................................
33
CONTRACTOR'S Control,,,.,,,,,.,„„27
17. MISCELLANEOUS...........................................33
TESTS AND INSPECTIONS;
CORRECTION,
17.1
Giving Notice ................................
33
REMOVAL OR
ACCEPTANCE OF
17.2
Computation of Times, ................
33
DEFECTIVE WORK..................................................27
17.3
Notice of Claim.....,,,,,,,,,,,......,.....
33
13.1
Notice of Defects.,.....*......................27
17.4
Cumulative Remedies
33
13.2
Access to the Work . ......... ..........27
17.5
.....................
Professional Fees and Court
13.3
Tests and Inspections;
Costs Included... ..........................
33
CONTRACTOR'S Cooperation,.,,,....
27
17.6
Applicable State Laws,,,,,,,,,,,,,,,
33-34
13.4
OWNER's Responsibilities;
Intentionally left blank ................... ................
Independent Testing Laboratory,_,,.,,
27
....35
13.5
CONTRACTOR'S
EXHIBIT GC -A:
(Optional)
Responsibilities...............................27
Dispute Resolution Agreement,,,,,,,,,,,,,.....,._
GC -Al
13.6-13.7
Covering Work Prior to Inspec-
16.1-16.6
Arbitration..,,,,,,..., ..............
QC -Al
tion, Testing or Approval,,,,,,,,,,,,,,,,27
16.7
Mediation ....................,,,..,,,,,.GC
-Al
iv E)CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insurance........................................5.14
defective Work............................10.4.1, 13.5, 13.13
final payment ........................................ 9.12, 14.15
insurance......................................................... 5.14
other Work, by CONTRACTOR ..........................7.3
Substitutes and "Or -Equal" Item$ .. .............. ..7.1
Work by OWNER..............................2.5, 6.30, 6.34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities ............................................. 4.1
site, related Work ................................... I ........... .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....................................................4.20, 8.9
Addenda --definition of (also see
definition of Specifications) ........ (1.6, 1.10, 6.19), 1.1
Additional Property Insurance§ ................................. 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 schedul................................................ .6
Agreement --
definition of......................................................1.2
"All -Risk" Insurance, policy form...........................5.6.2
Allowances, Cash....................................................11.8
Amending Contract Documents ................................ 3.5
Amendment, Written --
in general................1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2
...........................6.8.2, 6.19, 10.1, 10.4, 11.2
....................................12.1, 13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to..........................9..10, 9.11, 10.4, 16.2, 16.5
Application for Payment --
definition of......................................................1.3
ENGINEER's Responsibility. 9.9
final payment.................9.13.4, 9.13.5, 14.12-14.15
in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5
progress payment....... 14.1-14.7
review of ....... .....
.....
.......
..........
................. 14.4-14.7
Arbitration.....................................................16.1-16.6
Asbestos --
claims pursuant thereto...........................4.5.2, 4.5.3
CONTRACTOR authorized to stop Work .......... 4.5.2
definition of.......................................................1.4
Article or Paragraph
Number
OWNER responsibility for ............................
4.5.1, 8.10
possible price and times change .......
............ 4.5.2
Authorized Variations in Work.........
3.6, 6.25, 6.27, 9.5
Availability of Lands .........................................
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.......................................I.....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,
................... I ...... I .............
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,
..................................................14.8,
14.10
Certificates of Inspection ...................9.13.4,
13.5, 14.12
Certificates of Insurance..............2.7, 5.3, 5.4.11, 5.4.13,
.......................5.6.5, 5.8,
5.14, 9.13.4, 14.12
Change in Contract Price --
Cash Allowances ..............................................
11.8
claim for price
adjustment............ 4.1, 4.2.6,
4.5, 5.15, 6.8.2, 9.4
................... 9.5, 9.11, 10.2, 10.5, 11.2, 13.9,
....................... J3.13, 13.14,
14.7, 15.1, 15.5
CONTRACTOR's fee.........................................11.6
Cost of the Work
- general...............................................11.4-11.7
Exclusions to...............................................11.5
Cost Records.....................................................11.7
in general.............1.19, 1.44, 9.11,
10.4.2, 10.4.3, 11
Lump Sum Pricing........................................1.11.3.2
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 EDITIOD
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/91yr
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,
..... I ......... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5
Contractual time limits........*............
12.2
Delays beyond CONTRACTOR's
control........................................................12.3
Delays beyond OWNER's and
CONTRACTOR's control.............................12.4
Notification of surety ...........................
10.5
Scope of change........................................10.3-10.4
Change Orders --
Acceptance ofDefective Work ....................
13.13
Amending Contract Documents ........................
3.5
Cash Allowances .........................
11.8
Change of Contract Price„...................................I
..........
I
Change of Contract Times ..........................
12
Changes in the Work, ........
10
CONTRACTOR's fee , .........
Cost of the Work.......................................11.4-11.7
Cost Records
11.7
definitionof ......................................................
1.9
emergencies ...............................
...................... 6.23
ENGINEER's responsibility.......
9.8, 10.4, 11.2, 12.1
execution of ..............................
................... . .10.4
Indemnifiction*....................I...6.12, 6.16, 6.31-6.33
Insurance, Bonds and,
5.10, 5.13 10.5
OWNER may terminate ...............................
15.2-15.4
OWNER's Responsibility............................g.6,
10.4
Physical Conditions --
Subsurface and ..............................................
4.2
Underground Facilities- .........................
4.3.2
Record Documents,, ................
.... 6.19
Scope of Change........ .......................
...10.3-10.4
Substitutes......., ...................... ..............
6.7.3, 6.8.2
Unit Price Work.............................
.......... 11.9
value of Work, covered by ..........................
11.3
Changes in the Work....,..,
10
Notification of surety ............................
.10.5
OWNER's and CONTRACTOR's
responsibilities .........................
10.4
Right to an adjustment* ..... ....................
............10.2
Scope of change ........................
............... 10.3-10.4
Claims --
against CONTRACTOR....................................6.16
against ENGINEER .........................................
6.32
against OWNER...............................................6.32
Change of Contract Price,,,,,,,,,,
,, 9.4, 11.2
Change of Contract Times...........I
............. 9.4, 12.1
CONTRACTOR's.............4,
7.1, 9.4, 9.5, 9.11, 10.2,
...........................11.2, 11.9, 12.1, 13.9, 14.8,
............................................15.1,
15.5, 17.3
vi
CONTRACTOR's Fee ........11.6
...............................
Article or Paragraph
Number
CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31
Cost of the Work ...............................
.11.4, 11.5
Decisions on Disputes.......***.......
9.11, 9.12
Dispute Resolution *................ *..........................
16.1
Dispute Resolution Agreement ....................16.1-16.6
ENGINEER as initial interpretor. .................9,11
Lump Sum Pricing.........................................11.3.2
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 ....................
Time Extension .................... .......................
12.1
Time requirements . .............**"**.......
9.11, 12.1
Unit Price Work ......... ..............11.9.3
Valueof...........................................................
1,1.3
Waiver of --on Final Payment.................14.14,
14.15
Work Change Directive.....
...........10.2
written notice required ......................9.11, 11.2, 12.1
Clarifications and Interpretations...........
3.6.3, 9.4, 9.11
CleanSite............................................................6.17
Codes of Technical Society, Organization
or Association,,,,,,,,,,,,,,,,,,,,,, ,
„.3.3.3
Commencement of Contract Times ...........................2.3
Communications--
general..............................................0.2,
6.9.2, 8.1
Hazard Communication Programs ......................0.22
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.............................................................5.1
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 ....................................
11
Change of Contract Times. ..................................
12
Changes in the Work ................... .............
10.4-10.5
check and verify .................................................
2.5
Clarifications and
Interpretations ..........................3.2, 3.6,
9.4, 9.11
definition of ................................ .................1.10
...
ENGINEER as initial interpreter of ..................
9.11
ENGINEER as OWNER's representative..............9.1
general3
Insurance...........................................................5.3
Intent........................................................3.1-3.4
minor variations in the Work..............................3.6
OWNERs responsibility to furnish datq...............8.3
OWNERS responsibility to make
prompt payment ......................... 8.3, 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 ENGINEERS Employment
.......... 8.2
Unit Price Work...............................................11.9
variations, ......................................... 3.6,
6.23, 6.27
Visits to Site, ENGINEER's .......... I ....................
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 --
Acceptance of Insurance ...................................
5.14
Communications......................................6.2,
6.9.2
Continue Work........................................6.29,
10.4
coordination and scheduling............................0..9.2
definition of.....................................................1.13
Limited Reliance on Technical
Data Authorized.........................................4.2.2
May Stop Work or Terminate............................15.5
provide site access to others ........................7.2,
13.2
Safety and Protection ...................4.3.1.2,
6.16, 6.18,
......... ............................. 6.21-6.23, 7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal........................................6.25
vii
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 condition§...................................4.2.3
Discrepancy in Documents,,,.,,,, 2.5, 3.3.2, 6.14.2
Underground Facilities not indicated,,,,,.,,..
4.3.2
Emergencies.....................................................6.23
-
Equipment and Machinery Rental, Cost
of the Work...........................................11.4.5.3
Fee --Cost Plus..........................11.4.5.6, 11.5.1,
11.6 -
General Warranty and Guarantee .......................6.30
Hazard Communication Programs, .....................
0.22
Indemnification .........................6.12, 6.16,
6.31-6.33
Inspection of the Work...............................7.3,
13.4 -
Labor, Materials and Equipment ....................0.3-6.5
Laws and Regulations, Compliance by .............
6.14.1
Liability Insurance..............................................5.4
-
Notice of Intent to 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 ...........................2.6, 2.8,
2.9, 6.6, -
........................................6.29, 10.4,
15.2.1
Request for formal decisionon disputes ..............
9.11
Responsibilities--
-
Changes in the Work..................................10.1
Concerning Subcontractors, Suppliers
and Others......................................6.8-6.11
Continuing the Work ..........................6.29,
10.4
CONTRACTORS expense...........................6.7.1
CONTRACTORs General Warranty
and Guarantee.......................................6.30
-
CONTRACTORs review prior to Shop
Drawing or Sample submitta.................
6.25
Coordination of Work................................6.9.2
Emergencies ...............................................
6.23
ENGINEERS 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
"
EJCDC 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
ENGINEER's approval of required
submittals .............................................
6.28
safe structural loading ............................
6.18
Safety and Protection ......... .......6.20, 7.2, 13.2
Safety Representative ..................................
6.21
Scheduling the Work..................................6.9.2
Shop Drawings and Samples ........................
6.24
Shop Drawings and Samples Review
by ENGINEER......................................6.26
Site Cleanliness .........................................
6.17
Submittal Procedures ............. *.... ,................
6.25
Substitute Construction Methods
and Procedures.....................................6.7.2
Substitutes and "Or -Equal" Items................6.7.1
Superintendence ................... .........................
6.2
Supervision .....................6.1
..............................
Survival of Obligations.........................I......6.34
Taxes ....................
.0.15
Tests and Inspections, ..................................
13.5
To Report ..............
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,
..........11.9, 12.1, 13.9, 14. 8, 15.1,
15.5, 17.3
Safety and Protection,,,,,,,,,,,,,,,,,, 6.20-6.22,
7.2, 13.2
Safety Representative ...............................
.......... 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 Superintendence6.1,
6.2, 6.21
Taxes, Payment by............................................6.15
Use of Premises .......................................
6.16-6.18
Warranties and guarantees .........................
6.5, 6.30
Warranty of Title.........................................14.3
Written Notice Required --
CONTRACTOR stop Work or terminate
........ 15.5
Reports of Differing Subsurface
and Physical Conditions .......................
4.2.3
Substantial Completion................................14.8
viii
CONTRACTORS --other .............................................. 1
Contractual Liability Insurance..............................5.,4.10
Contractual Time Limits,,,,,, 12 2
Article or Paragraph
Number
Coordination—
CONTRACTOR's responsibility ........................6.9.2
Copies of Documents,,,,,,,,,,,,,,,,,,,,,...........
.......... . 2.2
Correction Period..................................................13.12
Correction, Removal or Acceptance
of Defective Work--
in general,,,,,,,,,,,,,,,,,,, ................10.4.1, 13.10-13.14
Acceptance ofDefective Work ........................
.. J3.13
Correction or Removal of
Defective Work.................................6.30,
13.11
Correction Period ...........................................
13.12
OWNER May Correct Defective Work ..............
13.14
OWNER May Stop Work .................. ..............
13.10
Cost --
of Tests and Inspections ...................... ...............
13.4
Recordsll.7
Cost of the Work --
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts...* ,..., ...... *...........................
11.4.2
s
CONTRACTOR'Fee......................................
11.6
Employee Expenses......................................11.4.5.1
Exclusions to ...................
11.5
General11.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages .........................
11.4.5.6
Materials and equipment.................................11.4.2
Minor expenses.........................................11.4.5.8
Payroll costs on changes,,,,,.,,,,
„11.4.1
performed by Subcontractors ...........................t
1.4.3
Records11.7
Rentals of construction equipment
and machinery.......................................11.4.5.3
Royalty payments, permits and
license fees............................................11.4.5.5
Site office and temporary facilities ................
j 1.4.5.2
Special Consultants, CONTRACTOR's.............
11.4.4
Supplemental.................................................
Taxes related to the Work,,,,,,,,,,,,,,,,,,,,,,
1,1.4.5.4
Tests and Inspection,.,,,,,, ...................................
13.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary facilities ..............11.4.5.7
Work after regular hours,,,
Covering Work ................... ............................
13.6-13.7
Cumulative Remedies,,,,,,....* .....................
17.4-17.5
Cutting, fitting and patching ......... .........
7.2
Data, to be furnished by OWNER..............................$.3
Day --definition of,,,,,,,,,,,,,,,,,,,,,; ..........................
17.2.2
Decisions on Disputes ................................
9.11, 9.12
defective --definition of,,,,,,,._,,, ...............................
1.14
defective Work --
Acceptance of ................................ „10.4.1,
13.13
EJCDC GENERAL CONDITIONS I910-8 (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 World.......................................13.8
Definitions................................................................
1
Delays......................................4.1, 6.29, 12.3-12.4
Delivery of Bonds .....................................................
2.1
Delivery of certificates of insurance ............................2.7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions --
Noticeof.........................................................4.2.3
ENGINEER's Review......................................4.2.4
Possible Contract Documents 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
generall6
Mediation......................................................
'I'6.6
Dispute Resolution Agreement.......................16.1-16.6
Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,,
9.11-9.12
Documents --
Copiesof...........................................................7.2
Record 6.19
Reuseof.............................................................3.7
Drawings --definition of..........................................1.15
Easements.............................................................4.1
Effective date of Agreement -- definition of .............1.16
Emergencies...........................................................6.23
ENGINEER --
as initial interpreter on dispute$,,,,,,,,,,,,,,,, .................
definition of.....................................................1.17
Limitations on authority and responsibilitigq..... 9.13
Replacement of .................................................
8.2
Resident Project Representative ...........................9.3
ENGINEER's Consultant -- definition of..................1.18
ENGINEER's--
authority and responsibility, limitations oil ........ 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...................................................4.32,
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 o4.................9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions .............................
4.2.4
Shop Drawings and Samples, review
responsibility ..............................................
6.26
Status During Construction --
authorized variations in the Work..................9.5
Clarifications and InterpretationA ..................9.4
Decisions on Disputes .........................
9.11-9.12
Determinations on Unit Price.......................9.10
ENGINEER as Initial Interprete�..........
9.11-9.12
ENGINEER's Responsibilities ................9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilities..............................9.13
OWNER's Representative..............................9.1
Project Representative...................................9.3
Rejecting Defective Work..............................9.6
Shop Drawings, Change Orders
and Payments....................................9.7-9.9
Visits to Site.................................................9.2
Unit Price determinations.................................9.10
Visits to Site.......................................................9.2
Written consent 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..................................................6.33
Evidence of Financial Arrangement$.......................8.11
Explorations of physical conditions .......................
4.2.1
Fee, CONTRACTOR'S --Costs Plus, ..........................
11.6
Field Order --
definition of.....................................................1.19
issued by ENGINEER ................................
3.6.1, 9.5
Final Application for Payment ..............................
14.12
Final Inspectior(...................................................14.11
Final Payment --
and Acceptance ............................... ......
14.13-14.14
Prior to, for cash allovances...............................11.8
General Provisions..........................................17.3-17.4
General Requirements --
definition of.....................................................1.20
principal references to..............2.6, 6.4, 6.6-6.7, 6.24
Giving Notice.........................................................17.1
Guarantee of Work --by CONTRACTOR.,......
6.30, 14.12
Hazard Communication Programs ...........................0.22
Hazardous Waste --
definition of.....................................................1.21
general.............................................................
4.5
OWNER's responsibility for ...............................
8.10
ix EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIOI
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/90r
Indemnification..............................6.12, 6.16, 6.31-6.33
Initially Acceptable Schedules.,,,,,,,,., 2.9
......................
Inspection --
Certificates of..............................9.13.4, 13.5, 14.12
Final.....................I.........14.11
Article or Paragraph
Number
Special, required byENGINEER .........................9.6
Tests and Approval,,,,,,,,,,,,,,,,,, ,,,,,,,,$.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 Application for Payment ..........................14.12
Licensed Insurers...............................................5.3
Notice requirements, material changes ........
5.8, 10.5
Option to Replace.............................................5.14
other special insurances....................................5.10
OWNER as fiduciary for insureds ...............5.12-5.13
OWNER's Liability............................................5.5
OWNER's Responsibility .............................
8.5
Partial Utilization, Property Insurance...............5.15
Property .....................................................
5.6-5.10
Receipt and Application of Insurance
Proceeds ..............................................
5.12-5.13
Special Insurance .............................................
5.10
Waiver of Rights..............................................5.11
Intent of Contract Documents..............................3.1-3.4
Interpretations and Clarifications ........ :............
3.6.3, 9.4
Investigations of physical conditions
4.2
Labor, Materials and Equipment ..........................
6 3-6.5
Lands --
and Easements...................................................$.4
Availability of.............................................4.1,
8.4
Reports and Tests ............................. ............
.....8A
Laws and Regulations --Laws or Regulations--
Bonds........................................................5.1-5.2
Changes in the Work,,,,,,,,,,,,,,,,,,,,,,, ...............
„10.4
Contract Documents
3.1
CONTRACTOR's Responsibilities .....................6.14
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.......................................................... 5.3
Precedence................................................3.1, 3.3.3
Reference to ...3.3.1
...........................
Safety and Protection ........................ 6.20, 13.2
Subcontractors, Suppliers and Others ............ 6.8-6.11
Article or Paragraph
Number
Tests and Inspections.,,,,,,.., *... *...... *,
13.5
Use of Premises,,,,,,,,,,,,,
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
CONTRACTOR's Warranty of Title....................14.3
Final Application for Payment ..........................t4.12
of
definition ..
...............................................
1.23
Waiver of Claims,,.,,,,,,, „...........
.....................
J4.15
Limitations on ENGINEER's authority and
responsibilities.................................................
9.13
Limited Reliance by CONTRACTOR
Authorized
Maintenance and Operating Manuals --
Final Application for Payment .........................1,4.12
Manuals (of others)--
Precedence....................................................3.3.3.1
Reference to in Contract Documents ..................3.3.1
Materials and equipment --
furnished by CONTRACTOR ........................
¢.3
not incorporated in Work ......................
14.2
Materials or equipment --equivalent ...........................6.7
Mediation (Optional)..............................................16.7
Milestones --definition of
..........................................
1.24
Miscellaneous --
Computation of Times ......................................
17.2
Cumulative Remedies ........................................
17.4
Giving Notice....................................................17.1
Notice of Claim,,,,,,,, .........................................17.3
Professional Fees and Court Costs Included .........
17.5
Multi -prime contracts
7
Not Shown or Indicated, .........................................
.....................................
4.3.2
Notice of --
Acceptability of Project....................................14.13
Award, definition of ........................................
1.25
Claim................... .........................................J.7.3
Defects,13.1
Differing Subsurface or Physical Conditions,,,,,,
4.2.3
Giving ............................
7.1
Tests and Inspections ........................
13.3
Variation, Shop Drawing and Sample ............6.27
Notice to Proceed --
definitionof......................................................1.26
giving of ............... ..............................................
2.3
X
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Notification to Surety ................................
..........""10.5
Observations, by ENGINEER ...........................0,
9.2
Occupancy of the Work ...................
5.15, 6.30.2.4, 14.10
Omissions or acts by CONTRACTOR ...............6.9, 9.13
Open Peril policy form, Insurance ..........................5.6.2
Option to Replace ..................... 0.............................
5.14
Article or Paragraph
Number
"Or Equal" Items......................................................6.7
Other work 7
Overtime Work --prohibition of .................................
6.3
OWNER --
Acceptance of defective Work ..........................1.3.13
appoint an ENGINEER......................................8.2
as fiduciary...............................................5.12-5.13
Availability of Lands, responsibility ....................4.1
definition of.....................................................1.27
data, furnish......................................................8.3
May Correct Defective Work...........................13.14
May refuse to make payment.............................14.7
May Stop the Work.........................................13.10
May Suspend Work,
Terminate ............ ......... .......$•8, 13.10,
15.1-15.4
Payment, make prompt.....................8.3, 14.4,
14.13
performance of other work ..................................
7.1
permits and licenses, requirements ....................0.13
purchased insurance requirements ...............5.6-5.10
OWNERS --
Acceptance of the Work..............................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 decisiol;............................9.11
Inspections, tests and approvals..................$.7,
13.4
Liability Insurance .............................................
5.5
Notice of Defects ......................... .....................13.1
Representative --During Construction,
ENGINEERS Status......................................9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material................$.10
ChangeOrders..............................................8.6
Changes in the Work...................................10.1
communications ........................I ...................8.1
CONTRACTORS responsibilities,,,,,,,,,,,,,,,,,,
8.9
evidence of financial arrangements..............5.11
inspections, tests and approvals .....................
8.7
insurance......................................................
8.5
lands and easements.....................................8.4
prompt payment by........................................8.3
replacement of ENGINEER ...........................8.2
reports and tests............................................8.4
stop or suspend Work.................8.8,
13.10, 15.1
terminate CONTRACTORS
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 1910-8 (1990 EDITIOI
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99'r
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
Article or Paragraph
Number
written notice required .........................7.1, 9.4, 9.11,
....................................11.2, 11.9, 14.7, 15.4
PCBs --
definition of.....................................................1.29
general..............................................................
4.5
OWNER's responsibility for...............................8.10
Partial Utilization --
definition of....................................................1.28
general6.30.2.4, 14.10
Property Insurance ............................................
5.15
Patent Fees and Royalties ......................................
6.12
Payment Bonds ..............................
Payments, Recommendation of..............14.4-14.7,
14.13
Payments to CONTRACTOR and Completion
--
Application for ProgressPayments ......................14.2
CONTRACTOR's Warranty of Title,,,,,,,,,,,,,,„,„14.3
Final Application for Payment,,,,,_.,,
14.12
..................
Final Inspection ...............................................
14.11
Final Payment and Acceptance...............14.13-14.14
general....................... .........
$.
Partial Utilization............................................14.10
Retainage.............. „ ,
14.2
Review of Applications for
Progress Payments ................... ...........
14.4-14.7
prompt payment..........
........8.3
Schedule of Values, .............................
14.1
Substantial Completion .............................
14.8-14.9
Waiver of Claims.............................................14.15
when payments due .................................
14.4, 14.13
withholding payment ... ......... ...........
14.7
Performance Bonds,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
5.1-5.2
Permits ......... ...................6.13
......... .........
Petroleum --
definition of .....................................
............. ...1.30
general..............................................................4.5
OWNER's responsibility for„.............................8.10
Physical Conditions --
Drawings of, in or relating to,,,,,,,,,,,,,,,,,,,,,,,,
4.2.1.2
ENGINEER's review,,,,,,,,,,,,,
4.2.4
existing structures............................................4.2.2
general 4.2.1.2,,,,,,,,, .........................................
Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,
4.2.3
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustments.............4.2.6
Reports and Drawings ....................................
4.2.1
Subsurface and,,,,,,,,,,,,
4.2
Subsurface Conditions..................................4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .......................
4.2.2
Underground Facilities --
general.................................................
....... 4.3
Not Shown or Indicated..............................4.3.2
Protection of.........................................4.3,
6.20
Article or Paragraph
Number
Shown or Indicated ................................................
4.3.1
Technical Data ...............................................
4.2.2
Preconstruction Conferenc@............................
2.8
Preliminary Matters.....................................................2
Preliminary Schedules,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
................ 2.6
Premises, Use of .............................................
6.16-6.18
Price, Change of Contract,,,,,,,,,,,,,,,,,,,,
11
Price, Contract --definition of,,,,,,,,,,,,,,,,,,,,,,,
1.11
Progress Payment, Applications for ..........................14,2
Progress Payment--retainage,_,,,.....
14.2
Progress schedule, CONTRACTOR's.............2.6,
2.8, 2.9,
................................. 6.6, 6.29,
10.4, 15.2.1
Project --definition of...............................................1.31
Project Representative_
ENGINEER's Status During Construction
.............9.3
Project Representative, Resident --definition of.........1.33
prompt payment by OWNER ......................................
.......... 8.3
Property Insurance--
Additional.........................................................5.7
genera 15.6-5.10
Partial Utilization ...........................
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--
defrntion of ............. . ......... ......................
.......... 1.32
general4.5
OWNER's responsibility for ............................
$.10
Recommendation of Payment.................14.4, 14.5, 14.13
Record Documents ..........*",,.....*..... I..............
6.19, 14.12
Records, procedures for maintaining,,,,,,,,,,,,,,,
.......... 7.8
Reference Points,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ..........................
4.4
Reference to Standards and Specifications
of Technical Societies,,,,,,,,,,,,,,,, .......................
„3.3
Regulations, Laws and(or)„..............................
6.14
Rejecting Defective Work..........................................9.6
Related Work --
atSite........................................................7.1-7.3
Performed prior, to Shop Drawings
and Samples submittals review,,,,,,,,,,,,,,,,,,,,
6.28
Remedies, cumulative ........ .....*......................
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 .....................8A
Resident and Project Representative --
definition of,,,,,,,,,,,,,,,,,,,,
provision for 9.3
..............................................................
xii
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR' ............... 6.2
Responsibilities—
CONTRACTOR's-in general ................................„ 6
ENGINEER's-in general........................................9
Limitations on.............................................9.13
OWNER's-in general.............................................8
Retainage............................................................14.2
Reuse of Documents .................................................
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal„........................6.25
Review of Applications for
Progress Payments.....................................14.4-14.7
Right to an adjustmen.............................................
10.2
Rightsof Way .......................................................... ..........................
Royalties, Patent Fees and ......................................
6.12
Safe Structural Loading..........................................0.18
Safety --
and Protection................................4.3.2,
6.16, 6.18,
............. ......... .........6.20-6.21, 7.2, 13.2
general.....................................................0.20-6.23
Representative, CONTRACTOR's.......................0.21
Samples --
definition of......................................................1.34
general.....................................................6.24-6.28
Review by CONTRACTOR................................6.25
Review by ENGINEER ..............................
6.26, 6.27
related Work.....................................................6.28
submittal of ...................................................
6.24.2
submittal procedures........................................6.25
Schedule of progress ......... ............2.6,
2.8-2.9, 6.6,
.........................................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........................................................
..................
�.6
Scope of Changes ......................................
10.3-10.4
Subsurface Conditions ........................................
4.2.1.1
Shop Drawings --
and Samples, general ....................
............. 6.24-6.28
Change Orders & Applications for
Payments, and ........................ I
................ 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 Procedures6.25
use to approve substitutions ..............................
6.7.3
Shown or Indicated4.3.1
Site Access......................................................7.2,
13.2
Site Cleanliness......................................................0.17
Site, Visits to --
by ENGINEER ..........................................
9.2, 13.2
byothers..........................................................13.2
"special causes of loss" policy form,
insurance........................................................5.6.2
definition of.....................................................1.36
Specifications—
defination of....................................................1.36
of Technical Societies, reference t9.................„3.3.1
precedence......................................................3.3.3
Standards and Specifications
of Technical Societies ........................................
3.3
Starting Construction, Before..............................z.5-2.8
Starting the Work.....................................................2A
Stop or Suspend Work --
by CONTRACTOR...........................................15.5
by OWNER.....................................8.8, 13.10, 15.1
Storage of materials and equipment .....................4.1,
7.2
Structural Loading, Safety .......................................
6.18
Subcontractor --
Concerning ................................................
6.8-6.11
definition of.....................................................137
delays.............................................................12.3
waiver of rights ................................................
6.11
Subcontractors --in general.................................6.8-6.11
Subcontracts --required provisiong......... 5.11, 6.11,
11.4.3
Submittals --
Applications for Payment..................................14.2
Maintenance and Operation Manual$ ..............
14.12
Procedures........................................:..............6.25
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. ....................................................
).38
Substitute Construction Methods or Procedures
........ 6.7.2
Substitutes and "Or Equal" Item4...............................6.7
CONTRACTOR's Expensq............................0.7.1.3
ENGINEER's Evaluation.................................6.7.3
"Or -Equal" .................... ......... ............6.7.1.1
Substitute Construction Methods
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/997'
Article or Paragraph
Number
or Procedures ..............................
6 7.2
Substitute Items . .. ........................................
6.7.1.2
Subsurface and Physical Conditions--
Drawings of, in or relatng to,,,,,,,,,,,,,,,,,,,,,,,,
4.2.1.2
ENGINEER's 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,,,,,,,,,,,,,,,
4.2
Subsurface Conditions at the Site„ ................4.2.1.1
Technical Data.................................................4.2.2
Supervision_
CONTRACTOR's responsibility ...........................
(,1
OWNER shall not supervise................................8.9
ENGINEER shall not supervise,,,,,,,,,,,,,,,,
9.2, 9.13.2
Superintendence.......................................................
6
. .2
Superintendent, CONTRACTOR's resident6.2
Supplemental costs,,,,,,,,,,,,,,,,,,,,,,,,,, .....................
11.4.5
Supplementary Conditions--
definition of .............................. .......................1.39
principal references to.................J.10, 1.18,
2.2, 2.7,
.......................4.2, 4.3, 5.1, 5.3,
5.4, 5.6-5.9,
................. .11,6.8,6.13,7.4,8.11,9.3,9.10
Supplementing Contract Documents
............................
3.6
Supplier --
definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
principal references to ........... 3.7, 6.5, 6.8-6.11,
6.20,
..........................................0.24,
9.13, 14.12
Waiver of Rights...............................................6.11
Surety --
consent to final payment ........................14.12,
14.14
ENGINEER has no duty 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
or Terminate,,,,., ..........................................
15.5
OWNER May Suspend Work,,,,...* . ...................15.1
OWNER May Terminate ...........................
15.2-15.4
Taxes --Payment by CONTRACTOR.
6.15
Technical Data --
Limited Reliance by CONTRACTOR .................4.2.2
Possible Price and Times Adjustments,,,.,,,,,....2.6
„4
Reports of Differing Subsurface and
Physical Conditions,,,,,,,,,,,,,,,,,,,,,
„_4.2.3
xiv
Temporary construction facilities 4.1
Article or Paragraph
Number
Termination --
by CONTRACTOR...........................................15.5
by OWNER........................................8.8,
15.1-15.4
of ENGINEER's employment ...........................
$.2
Suspension of Work-in general,,,,,,,,,,,,,,,,,,,,,,,,
15
Terms and Adjectives,,,,,,,,,,,,,,,,,,
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 ..........................13.4
special, required by ENGINEER ..........................9.6
timely notice required .......................................
13.4
Uncovering the Work, at ENGINEER's
request.................................................13.8-13.9
Times --
Adjusting ............................... ............................
6.6
Change of Contract..,,,,,,,,, .............................
12
Computation of ........................ ..................17.2
Contract Times --definition of ...........................1.12
day.........................................................1.7.2.2
Milestones..,,,...
Requirements--
appeals.................................................9.10,
16
clarifications,
claims and disputes ,,,,,,,,,,,,,,,,„9.11,
11.2, 12
Commencement of Contract Times,,,,,,,,,,,,,,,,
2.3
Preconstruction Conference ...........................2.8
schedules.........................................2.6,
2.9, 6.6
Starting the Work ...........................
I .............. 2.4
Title, Warranty of........ .....................14.3
Uncovering Work ....................... ..... ................
13.8-13.9
Underground Facilities, Physical Conditions--
definition of,,,,,,,,,,,,,, .........................
_........... 1.41
Not Shown or Indicated ........................
....4.3.2
protection of ..............................................
.3, 6.20
Shown or Indicated ...........................
_...4.3.1
Unit Price Work--
claims.........................................................1.1.9.3
definition of .........................................
........... 1.42
generall1.9, 14.1, 14.5
Unit Prices--
general11.3.1
Determination for
9.10
Use of Premises,,.......... I ............... 6.16,
6.18, 6.30.14
Utility owners.............................6.13, 6.20,
7.1-7.3, 13.2
Utilization, Partial„.................1.28, 5.15, 6.30.2.4,
14.10
Value of the Work ..........................
11.3
Values, Schedule of , 2.6, 2.8-2.9, 14.1
EJCDC GENERAL CONDITIONS 1910-8
(1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Variations in Work --Minor
Authorized ........................................ 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER....................................9.2
Waiver of Claims --on Final Payment,,,,,,,,,,,,,,,,,,,,,
14.15
Waiver of Rights by insured parties..................j.11,
6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title, CONTRACTOR's........................j4.3
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 .................................................
11.4-11.5
definition of......................................................1.43
neglected by CONTRACTOR...........................13.14
otherWork............................................................7
OWNER May Stop Work.................................13.10
OWNER May Suspend Work...................13.10,
15.1
Related, Work at Site,,,,,,,,,,,,,,,,,, I .................
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 tq......................3.5.3,
10.1-10.2
Written Amendment --
definition of......................................................1.45
principal references tq..............1.10, 3.5, 5.10,15.12,
.........................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 9/99r-
(This page left blank intentionally)
xvi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
GENERAL CONDITIONS
ARTICLE 1—DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof:
1.1. Addenda —Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
1.2. Agreement --The written contract between OWNER
and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Payment —The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting documentation as is
required by the Contract Documents.
1.4. Asbestos --Any material that contains more than one
percent asbestos and is friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
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 famish
services as ENGINEER's independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions.
1.19. Field Order --A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1.20. General Requirements —Sections of Division 1 of
the Specifications.
1.21. Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
from time to time.
1.22.1. 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 Leal Holidays --shall be those holidays observed
by the City of Fort Collins.
1.23. Liens —Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. Milestone —A principal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.25. Notice of Award --A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
1.26. Notice to Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents.
1.27. OWNER --The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided.
1.28. Partial Utilization --Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCBs —Polychlorinated biphenyls.
1.30. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.31. Project --The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents.
1.32.a. Radioactive Material --Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Regular Working Hours —Regular working hours
are defined as 7:00am to 6:00pm unless otherwise
specified in the General Requirements.
1.33. Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples --Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged.
1.35. Shop Drawings --All drawings, diagrams,
illustrations, schedules and other, data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Specifications —Those portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
1.37. Subcontractor —An individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.38. Substantial Completion --The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
Work is complete and ready for final payment as
evidenced by ENGINEER's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof.
1.39. Supplementary Conditions —The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier —A manufacturer, fabricator, supplier,
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any, Subcontractor.
1.41. Underground Facilities —All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 1910-5 (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. ht ne a e-t -:,, the Gefj#aet Times
of Bid opening er he diirtie ffi a c
7 a E efive
of the A,..�
tee L' L ,]
ate 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 QV11sW-R shall eaeh deliver to the
ether OWNER with copies to
ENGINEER
certificates of insurance (and other evidence of insurance
Feasenably—request requested by OWNER) which
mW oVR4ED _espeetive � is required
CONTRACTOR - .....,,_,,... __, __ _ equ
to purchase and maintain in accordance with
paragraphs 5.4, ` .
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, at least ten days befeFa sulwpAssien of the firs
before any work at the site beams,
a conference attended by CONTRACTOR, ENGINEER
and others as appropriate designated ted 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. CONTRACTORS schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTORS 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
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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of ENGINEERS 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
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. ENGINEERS approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. ENGINEERS written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse of Documents:
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of ENGINEER or
ENGINEERs Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4—AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR.
of or filing a inee lien agaimt suec lands
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 OWNERs furnishing these lands, rights -of -
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
The Contract, if awarded, will be on the basis of material and equipment
7/96 Section 00100 Page 3
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
4.2. Subsurface and Physical Conditions:
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Conditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. Physical Conditions: Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Reliance by CONTRACTOR Authorized;
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER ENGINEER or any of
ENGINEER's Consultants with respect to:
4.2.2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2.2.2. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations, opinions or
information.
4.2.3. Notice of Differing Subsurface or Physical
Conditions: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either:
4.2.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
change in the Contract Documents, or
4.2.3.3. differs materially from that shown or
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, promptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
permitted by paragraph 6.23), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2.4. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3, a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Times Adjustments: An
equitable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance of; the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive;
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if;
4.2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
submission of a bid or becoming bound
under a negotiated contract; or
4.2.6.4.2. the existence of such
condition could reasonably have been
discovered or revealed as a result of any
examination, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
4.2.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles 11 and 12. However, OWNER, ENGINEER and
ENGINEER's Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Physical Conditions —Underground Facilities.
4.3.1. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based on information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or Indicated: If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, promptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by 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 shell may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated. If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract Times, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. However,
OWNER, ENGINEER and 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.
....
ARTICLE 5—BONDS AND INSURANCE
Performance, Payment and Other Bonds:
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also 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
Government Financial Operations, U.S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act.
5.2. If the surety on any Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
5.3. Licensed Sureties and Insurers, Certificates of
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required. Such surety
and insurance companies shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions.
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5.4. A Shall
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
CONTRACTOR's Liability Insurance.
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers' compensation, disability
benefits and other similar employee benefit acts;
5.4.2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
5.4.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
RR
NINONe
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 5A
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, ENGTNEER'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
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
OWNER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's expense OWNER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
MORONI
emasiened by
eisker-eement of
Laws and Regulations
speeifieally required
by the Supplementafy
Conditions;
7' '4 .1 to fees d eharges ofe*aeffs and
a"Llteet9)'.
SOMWE-966A...
_
• I. r • Y Y • •- / • -
- ;
mli
5.9. OWNER shall not be responsible for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR, Subcontractors or others is
•.I,
.•it 111111
•
WNUM
.. 1. .
• I.
lift
• L•L r
�•
I•I�•=
.
��rrrl.�rrr...r1�-.Y
list' 11,50110
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 W/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
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 exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach. If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers and, if _..Thee .-AT-itingby^ _ �. .Y iatems ONWiER as as J hall
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 Beads a insurance required to be
purchased and maintained by the ether— y
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
*00ting pally shall so aefify the ether pa OWNER will
notify CONTRACTOR in writing within ten fifteen days
after feseipt delivery of the certificates (or- edw evidenee
Faquesto to OWNER as required by paragraph 2.7.
OWNER and GO�URAGTQR shall eaeh pfevide to the
preNided as the other may reasenably request. if e
p" does net Ya
Dee 5, shall notify the ether paFty i
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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
Completion of all the Work, such use or occupancy may
be accomplished in accordance with paragraph 14.10;
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
ARTICLE 6—CONTRACTOR'S
RESPONSIBILITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTORS representative at the site and shall have
authority to act on behalf of CONTRACTOR. All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents. CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNEWs 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
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 Citv's purchasing restrictions A
cgov of the resolutions are available for review in the
offices of the Purchasing and Risk Management
Division or the City Clerk's office.
6 4 2 Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement to certify that
the cement was not made in cement kihls that burn
hazardous waste as a fuel.
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal "Items.
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function and quality
required. Unless the specification or description
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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
by the resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute. ENGINEER may require
CONTRACTOR to furnish additional data about
the proposed substitute.
6.7.1.3. CONTRACTOR's Expense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR's expense.
6.7.2. Substitute Construction Methods or
Procedures: If a specific means, method, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may 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'
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGINEER and ENGINEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR, CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
6_8. Concerning Subcontractors, Suppliers and
Others.
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
6_9.
CONTRACTOR shall perform not less than 20
percent of the Work with its own forces (that is
without subcontracting). The 20 percent requirement
shall be understood to refer to the Work the value of
which totals not less than 20 percent of the Contract
Price.
6.8.2. if the SHPPlefflefttaFY--G0Rditiem Bidding
Documents require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER, -end —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
er-gani2afien so identified may be feveked en th-e
basis of reasonable ebjeetion after dffe-iiwesfigafier,
••41:..h a CONTD A!`TO L 11 L
e y o�_,ftute, the ccnmittr-i-i3eC"I be
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 furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER.
is • 1, a C 1, e_ titerer- Supplierwho is listed as n
ENGINEER, Cl i!'TNEZEWc Ce..sult.._«.. and nil eal._r
the t if the insureon ..
• seeh _el:e:e__ ..:_
�z
same.sepafate waiver- forms te be signed by any Subeeiitfaeter-�
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.
Permits:
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACTOR's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligations under paragraph 3.3.2.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales and use taxes on materials to be
permanently incorporated into the project. Said taxes
shall not be included in the Contract Price.
Address:
Colorado Department of Revenue
State Capital Annex
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
protect 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
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished or —
used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in the
General Conditions which may be supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the Work. Refer to Section —
00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that proposes
to use acceptable subcontractors. Subcontractors, suppliers, other persons
or organization listed and to whom OWNER or Engineer does not make written
objection prior to the giving of the Notice of Award will be deemed
acceptable to OWNER and ENGINEER subject to revocation of such acceptance
after the effective date of the Agreement as provided in the General
Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted by
OWNER prior to the Notice of Award will be required in the performance of
the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may —
be retained by the Bidder. A separate unbound copy is enclosed for
submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on
the form must be stated in words and numerals; in case of conflict, words
will take precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied by
evidence of authority to sign) and the corporate seal shall be affixed and _
attested by the secretary or an assistant secretary. The corporate address
and state of incorporation shall be shown below the corporate name.
7/96 Section 00100 Page 4
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
purposes required by paragraph 6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submittal Procedures.
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verified:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog _
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended _
use, fabrication, shipping, handling, storage,
assembly and installation pertaining to the
performance of the Work, and _
6.25.1.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and _
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and _
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents. _
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review
and approval of that submittal.
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such;variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition, shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contract-Documentp and be compatible with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Work:
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
writing.
6.30. CONTRACTOR's General Warranty and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR, Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6,30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by ENGINEER;
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30.2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13;
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.8. any correction of defective Work by
OWNER.
Indemnification:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting from the performance of the
Work, provided that any such claim, cost, loss or damage:
(i) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 631 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 ENGINEEKs Consultants,
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Survival of Obligations:
6.34. All representations, indemnifications, warranties
and guarantees made in, required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7—OTHER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(ii) CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and responsibilities of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
and —maim•^ liability a
pfep", knisufanee are se
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.
00.1
MM
0.1
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. ENGINEER's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGINEER's
visits and on -site observations are subject to all the
limitations on ENGINEER's authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation, during or as a result of ENGINEER's on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Project Representative:
9.3. If OWNER and ENGINEER agree, ENGINEER
will furnish a Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 9.13
Genditiens 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 narasranh 93
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
any Work requiring_ a SbM 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 Proiect, record the results
of these inspections and report to the
ENGINEER.
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions for
modification in Dmwin sg. or Specifications and
report these recommendations to ENGINEER.
Accurately transmit to CONTRACTOR
decisions issued by the ENGINEER.
9.3.2.7. Records.
9.3.2.7.2. Keep a diary, daily
report form, or log book, recording hours on
the iob site, weather conditions, data relative
to questions of work directive changes,
Change Orders, or changed conditions, list
of iob site visitors, daily activities, decisions,
observations in general and specific
observations in more detail as in the case of
observing test procedures; send copies to the
ENGINEER.
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
marts, as required, of the progress of the
Work and of the CONTRACTOR'S _
compliance with the progress schedule and
schedule of shop Drawing and sample
submittals.
9.3.2.8.2. Consult with ENGINEER in
advance of scheduling major tests,
inspections or start of important phases of the
Work. _
9.3.2.8.3. Draft proposed Change Orders
and Work Directive Changes, obtaining
backup material from the CONTRACTOR _
and recommend to ENGINEER Change
Orders Work Directive Changes and field
orders.
9.3.2.8.4. Report immediately to
ENGINEER and OWNER the occurrence of
any accident.
9 3 2 9 Payment Requests. Review applications
for payment with CONTRACTOR for compliance
with the established procedure for their
submission and forward with recommendation to
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 incoroorated in the
Work.
9.3.2.10. Completion.
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list of observed items
requiring correction or completion
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9.3.3. Limitation of Authority: The Representative shall
not:
9.3.3.1. Authorize any deviations from the
Contract Documents or accent any substitute
materials or equipment, unless authorized by the
ENGINEER.
9.3.3.2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR, Subcontractors or
CONTRACTOR'S superintendent.
9.3.3.4. Advise on, or issue directions relative
to or assume control over any aspect of the
means, methods, 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
ENGINEER.
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thereof, if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 1 I or 12.
Rejecting Defective Work.
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments.
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER's authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR, unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINEER's decision and: (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR. Such appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on Disputes.-
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing party's submittal, if
any, in accordance with this paragraph. ENGINEER'S
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC -A, "Dispute
Resolution Agreement", entered into between OWNER and
CONTRACTOR pursuant to Article 16, or (ii) if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
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 pursuant to Affiel
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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
Times) is required by the provisions of any Bond to be
given to a surety, the giving of any such notice will be
CONTRACTOR's responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 11—CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties,
responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at CONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in no
event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in
accordance with paragraph 9.11 if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
paragraphs 11.9.1 through 11.9.3, inclusive);
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
paragraph 11.6.2);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11.3.2, on the basis of the Cost of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 11.6).
Cost of the Work:
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall
be in amounts no higher than those prevailing in the
locality of the Project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. Payroll costs for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include without limitation
superintendents, foremen and other personnel
employed full-time at the site. Payroll costs for
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the
Work. Payroll costs shall include 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-reEirement benefits,,4%enuses
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 fumished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns from sale of
surplus materials and equipment shall accrue to
OWNER, and CONTRACTOR shall make provisions
so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. If required by OWNER,
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 terms of said rental
agreements. The rental of any such equipment,
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly —
employed by any of them or for whose acts any
of them may be liable, 4nd 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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
24 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of property insurance established by OWNER in
accordance with paragraph 5.9), provided they
have resulted from causes other than the
negligence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
settlements made with the written consent and
approval of OWNER. No such losses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's fee. If, however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary
facilities at the site.
11.4.5.8. Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The term Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTOR' 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 l I A.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 CONTRACTORS office at
the site.
11.5.3. Any part of CONTRACTORSs capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
11.5.5. Costs due to the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for
whose acts any of them may be liable, including but
not limited to, the correction of defective Work,
disposal of materials or equipment wrongly supplied
and making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kind and the costs of any item not specifically and
expressly included in paragraph 11.4.
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee; or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for costs incurred under
paragraphs 11.4.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.6.2.2. for costs incurred under
paragraph 11.4.3, the CONTRACTOR's fee shall
be five percent;
11.6.2.3. where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 11.4.2 and that any higher tier
Subcontractor and CONTRACTOR will each be
paid a fe
the next lewer tier- ; 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
CONTRACTORS 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
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the, partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full name
of each person or company interested in the Bid shall be listed on the Bid
Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each such
alteration is signed or initialed by the Bidder; if initialed, OWNER may
require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the
Invitation to Bid and shall be enclosed in an opaque sealed envelope marked
with the Project title, Bid No., and name and address of the Bidder and
accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders
Qualifications, and Schedule of Subcontractors as required in Section
00430. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation
"BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time
and date for receipt of Bids indicated in the Invitation to Bid, or any
extension thereof made by addendum. Bids received after the time and date
for receipt of Bids will be returned unopened. Bidder shall assume full
responsibility for timely delivery at the location designated for receipt
of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
7/96 Section 00100 Page 5
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 11 if:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
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 acknowledSes that
the OWNER has the right to add or delete items m
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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
26 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
reasenable time 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 thereof) specifically
to be inspected, tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and 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
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 year after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR.
13.12.2.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (and damage to other
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 am year
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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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.L 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
et seq.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
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
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
CONTRACTOM 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.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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 famish 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'
property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or Supplier fails
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
to furnish such a release or receipt in full,
CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien. Releases or waivers of liens and the consent of
the surety to finalize payment are to be submitted on
forms conforming to the format of the OWNER'S standard
forms bound in the Project manual
Final Payment and Acceptance:
14.13. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subject to paragraph 17 6 2 of these
General Conditions.
14.14. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment. Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Waiver of Claims:
14.15. The making and acceptance of final payment will
constitute:
14.15.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from
unsettled Liens, from defective Work appearing after
31
final inspection pursuant to paragraph 14.11, from
failure to comply with the Contract Documents or the
terms of any special guarantees specified therein, or
from CONTRACTORs continuing obligations under
the Contract Documents; and
14.15.2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15—SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than ninety days by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed. CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 11 and 12.
OWNER May Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
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 Pauli 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
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to
act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days' written notice to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR, including interest
thereon. The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 1 I and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
ARTICLE 16—DISPUTE RESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth in Exhibit GC -A, "Dispute
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 9.10, 9.11 and
9.12, OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the notice.
17.2. Computation of Time:
17.2.L When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
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 applyto this
Agreement. Reference to two pertinent Colorado statutes
are as follows;
17.6.2. If a claim is filed •OWNER is required by
law (CRS 38-26-107) to withhold from all payments to
CONTRACTOR sufficient funds to insure the
payment of all claims for labor, materials team hire
sustenance, provisions provender, or other supplies
used or consumed by CONTRACTOR or his
33
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
34 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
(This page left blank intentionally.)
E]CDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
authorized representative provided he can prove his identity and authority
at any time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the _
receipt of Bids provided that they are then fully in conformance with these
Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the amounts
of the Base Bids and major alternates (if any) will be made available after
the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and —
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work, to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.
Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER
believes that it would not be in the best interest of the Project to make
an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or of doubtful financial ability or fails to meet any
other pertinent standard or criteria established by OWNER. Discrepancies
between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in the
Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed for
those portions of the Work as to which the identity of Subcontractors,
Suppliers, and other persons and organizations is submitted as requested by
OWNER. OWNER also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials
7/96
Section 00100 Page 6
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
36 wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
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 r in question has arisen, and in no event shall
any such demeand be made after the dal 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)
xnt as ovfed llgoh16.5 below
no arbitration arising Out of or relating to Contract
Documents shall include by consolidation, joinder or in any
Other ENGINEER, ENGIN ER's other Consultant andrson or the officer
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
16A.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 16A 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 Subcontractor. Nothing of such
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 ENGINEER's Consultants thatst oes not otherwise exist or
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
applicable tute imetted limitstand shall remain suation spendedsunila en
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 1
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94)
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General
Conditions of the Construction Contract (EJCDC General Conditions
1910-8, 1990 edition with City of Fort Collins modifications) and
other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General
Conditions.
4.2.1.1.1 The following report(s) of exploration and tests
of subsurface conditions at the site of the Work:
Geotechnical Engineering Report and Pavement
Evaluation
Preliminary Pavement Thickness Evaluation Report
Douglas Road from Hearthfire Way east to Larimer
County Road 11
Proposed Widening/Improvements in conjunction with
Hearthfire Estate P.U.D.
Fort Collins, Larimer County, Colorado
Terracon Project No. 20015014
January 24, 2001
Prepared by Terracon
301 N. Howes Street
Fort Collins, Colorado 80521-0503
Contractor may rely upon the accuracy of the technical data
contained in the geotecbnical 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.
Time will be credited for inclement weather days that prohibit
the contractor from being able to accompolish any work on the
project. The amount of time credited will be as stated in
paragraph 12.3. The inclement weather day shall be agreed upon
by the contractor and the owner's on -site project representative
at the time of the delay.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
9/99
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL o OF THIS CHANGE ORDER
TOTAL C.O.o OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY: DATE:
Title:
APPROVED BY: DATE:
Title:
APPROVED BY: DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
9/99 Section 00950 Page 1
Section 00960
Application for Payment
Insert pages 1 - 4
9/99
APPLICATION FOR PAYMENT
PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR:
PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
NUMBER DATE AMOUNT
The present status of the account for this Contract is as follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date: By:
and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of the
Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder
delivers the executed Agreement to the OWNER, it shall be accompanied by
the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents to
OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart
is to be accompanied by a complete set of the Drawings with appropriate
identification.
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included
in the Contract Price. Reference is made to the General and Supplementary
Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
7/96 Section 00100 Page 7
Bid
Item
Number Description Quantity Units Unit Price Amount
Work Completed
This Month
Qty. Amount
Work Completed
Previous Periods
Clty. Amount
Work Completed Stored
To Date Materials
This
Amount Period
Total
Earned Percent
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work Completed
Work Completed
Work Completed
Stored
Bid
This Month
Previous Periods
To Date
Materials
Total
Item
This
Earned Percent
Number Description Quantity Units
Unit Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
I I ( C ( f I f I l I 1 f I 1 I I t f
STORED MATERIALS SUMMARY
On Hand Received
Item Invoice Previous This
Number Number Description Application Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00 $0.00
$0.00 $0.00
Northeast Area Overlay
NORTHEAST AREA OVERLAY
Date: May 21, 2003
The Engineers Joint Contract Documents Committee General Conditions govern the construction of this contract.
The following General Requirements supplement these General Conditions.
PROJECT GENERAL REQUIREMENTS
TABLE OF CONTENTS
SECTION
PAGE
01010
SUMMARY OF WORK............................................................................................
General Reqs.
2-4
01040
COORDINATION.....................................................................................................
General Reqs.
5-6
01310
CONSTRUCTION SCHEDULES.............................................................................
General Reqs.
7-8
01330
SURVEY DATA — (Contractor Supplied).................................................................
General Reqs.
9
01340
SHOP DRAWINGS...................................................................................................
General Reqs.
10 - 12
01410
TESTING...................................................................................................................
General Reqs.
13- 14
01510
TEMPORARY UTILIITIES......................................................................................
General Reqs.
15
01560
TEMPORARY CONTROL........................................................................................
General Reqs.
16- 17
01570
TREE PROTECTION...............................................................................................
General Reqs.
18 - 19
01580
TRAFFIC REGULATION — (Contractor Supplied) .................................................
General Reqs.
20 - 21
01700
CONTRACT CLOSEOUT........................................................................................
General Reqs.
22
01711
SITE CLEANUP.......................................................................................................
General Reqs.
23
01720
PROJECT RECORD DOCUMENTS.......................................................................
General Reqs.
24
U:\CFarver\Cmig\Northeast Area Overlay\Generai Requirements
General Reqs. - 1
Northeast Area Overlay
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. The Work shall consist of the construction of the outlined improvements:
BID NO. 5799
Date: May 21, 2003
1. County Road 11 from the north property line of Storybook Subdivision north (approx. 9600 feet) to _
Douglas Road. The construction of these improvements includes widening the existing 30' road to
36' wide, the addition of a right and left turn lane at Country Club Road, a left turn lane at Richards
Lake Intersection and a left turn lane at Brightwater Drive. Work also includes paving a 3 inch
asphalt overlay the entire length of the project and constructing a 2' gravel shoulder on both sides of
the new asphalt pavement.
2. Douglas Road from County Road I west (approx. 4330 feet) to just west of the Hearthfire -'
Subdivision entrance. A right and left turn lane will be added at the Hearthfire Way intersection. The
construction of these improvements includes widening the existing 30' roadway to 36' wide and
paving a 3 inch asphalt overlay the entire length of the project. —
County Road 11•
The construction of these improvements to County Road 11 includes rotomilling the asphalt and base 6
feet wide and 4.5 inches deep at the edge of the existing roadway from Storybook Subdivision north to
Richards Lake Intersection (approx. 4330 feet), both sides of the roadway, and replacing with black base
to widen the road to 36 feet. The scope of work also includes: embankment on the east side of County
Road 11 both north and south of Country Club Road, a left and right turn lane at Country Club Road, a
left turn lane for northbound traffic at Richards Lake and Brightwater Intersections, paving existing
residential driveways in with asphalt or concrete, and a 3 inch asphalt overlay on the entire roadway from
Storybook Subdivision north to the Douglas Road Intersection. Other tasks associated with this project
include removals, relocation, adjustments of existing features, installation of new fire hydrants and
waterline stubs associated with the Maple Hill Subdivision.
Douglas Road: The construction of these improvements to Douglas Road includes rotomilling the asphalt and base 6 feet
wide and 4.5 inches deep at the edge of the existing roadway from County Road 11 west (approx. 4330
feet) on both sides of the roadway, and replacing with black base to widen the roadway to 36 feet, and a
left and right turn lane at Hearthfire Way for westbound and eastbound traffic. Embankment on the north
side of Douglas Road at the Hearthfire Way entrance and also include topping the entire roadway from
County Road 11 to just west of the Hearthfire Subdivision entrance with a 3 inch asphalt overlay. All
existing residential driveways along Douglas Road will be paved with 3 inches of asphalt, back to Right -
of -Way, and several will have drain pipes installed across the existing driveway to improve drainage.
Other tasks associated with this project include adjustments of existing features, installation of dual 36"
RCP drain pipes, and 15" irrigation pipe for the Setramont Highlands HOA.
Richards Lake/County Rd.11 and Hearthfire/Douglas Rd Intersections:
The construction of the improvements to these intersections includes tying into the established elevations
at the existing subdivisions to create positive drainage. The scope of work shall include leveling courses _
and/or taper milling approximately 200 feet past the intersections.
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 2
Northeast Area Overlay Date: May 21, 2003
ELCO Waterline:
1. ELCO Water District Contractor:
ELCO Water District will hire there own contractor to install several different pipe crossings that will
service the Lind Property Filing 1. Some work will be at the developer's expense and will be done by the
Elco Water District and their Contractor, however this work will need to be coordinated with this project
to ensure that all installations are tested and inspected prior to the final lift of asphalt being placed on
County Road 11.
2. ELCO waterline work done by COFC Contractor:
This work shall consist of the installation of 4 Fire Hydrant Assemblies and an 8" pipe crossing to service
the Maple Hill Subdivision. The City of Fort Collins contractor will be required to patch ALL waterline
crossings (Work done by ELCO Contractor and City of Fort Collins Contractor).
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during construction.
2. Restore all areas disturbed to match surrounding surface conditions.
3. The Owners Field Representative must approve the condition of all replaced and/or restored areas
prior to final payment
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
The following items shall be coordinated between the Contractor and the Owners Field Representative.
A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental agencies
when prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is
necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed
scope of work schedule and any items, which would affect their daily operation.
E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
UTILITIES
Water:
Elco Water District
493-2044
Storm Sewer.
City of Fort Collins, Colorado
221-6589
Sanitary Sewer.
Boxelder Sanitation District
498-0604
Electric:
Poudre Valley REA
226-1234
Gas/Electric:
Xcel Energies
225-7847
Telephone:
Qwest Communications
224-7558
Traffic Operations:
City of Ft. Collins, Colorado
221-6630
Cable Television:
Comcast Cable
493-7400
U:\CFarver,Craig\Northeast Area Overlay\General Requirements
General Reqs. - 3
Northeast Area Overlay
Date: May 21, 2003
Elco: Mike Scheid
Elco Water District
493-2044
Electric:
Poudre Valley REA
226-1234
*Utility Locates
Under A One -call @ system
1-800-922-1987 —
AGENCIES
Occupational Safety & Health Administration
(OSHA):
844-3061
Poudre Fire Authority
Non -Emergency:
221-6581
Emergency: 911
City of Fort Collins Police Department
Non -Emergency:
221-6550
Emergency: 911 _
Larimer County Sheriffs Department
Non -Emergency:
221-7177
Emergency: 911
Postmaster. US Postal Service
Bill Adams:
225-4111
Ambulance: Poudre Valley Hospital
Non -Emergency:
484-1227
Emergency: 911
Transportation:
Transfort:
221-6620
Traffic Engineering:
221-6630
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\General Requimnents
General Reqs. - 4
Northeast Area Overlay
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
Date: May 21, 2003
A. Coordinate operations under contract in a manner, which will facilitate progress of the Work. The
Contractor shall also coordinate with the Utility Companies and City Traffic Department whose Work is
separate from the General Contractor's contract.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and
manner of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding
neighborhoods to provide satisfactory access at all times and keep them informed at all times.
E. Keep traffic areas and temporary residential accesses free of excavated material, construction equipment,
pipe and other material and equipment.
F. Keep fire hydrants and utility control valves free from obstruction and available for use at all times.
G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives.
H. Provide and maintain temporary approaches or crossings at streets and residences.
1.2 SCHEDULE AND MILESTONES
The Contractor shall submit a detailed project schedule showing milestones and the critical path for
Northeast Area Overlay. This schedule shall be agreed to by both the Owner and Contractor. It shall be
made in writing and signed by both parties.
The progress schedule shall be monitored closely during construction and may be updated by written
agreement of the parties as changes occur in the project progress. If the milestones are not met, the Owner
may utilize the remedies provided in paragraph 15.6 of the Supplementary Conditions as well as any other
remedy provided by the Contract Documents or provided by law or equity. The Owner may also assess
liquidated damages as outlined in Article 3, Section 3.2 of the Agreement.
1.3 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
1. Contractor shall participate in the conference accompanied by all major Subcontractors.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to
project.
3. Contractor shall submit in writing proposed daily construction hours to Engineer for approval.
4. Contractor shall designate all access roads and parking areas in writing to the Engineer for approval.
5. The Engineer shall invite all utility and irrigation companies involved.
6. The Utilities will be asked to designate their coordination person, provide utility plans, and their
anticipated schedules.
7. The Engineer shall introduce the Project Representatives.
WCFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 5
Northeast Area Overlay
Date: May 21, 2003
B. Additional project coordination conferences will be held prior to start of construction for coordination of
the Work, refining project schedules, and utility coordination.
C. The Engineer may hold coordination conferences, to be attended by all parties involved, when the
Contractor's operations affect, or are affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Engineer.
1.4 PROGRESS MEETINGS
A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at
other times as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Engineer and Project Manager.
4. Others as may be requested by Contractor, Engineer or Owner.
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
5. Review Milestone Schedule.
6. Discuss the work scheduled for the next two weeks.
7. Discuss the surveying needed for the next week.
D. The Engineer or a Project Representative shall preside at meetings and record and distribute minutes to the _
participants.
E. The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the
progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets,
when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures
accurate monthly project pay estimates.
END OF SECTION
U:\CFarver\Ciaig\Northeast Area Overlay\General Requirements _
General Reqs. - 6
Northeast Area Overlay
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
Date: May 21, 2003
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review
of tentative schedule by parties attending the pre -construction conference. This schedule will show how
the contractor intends to meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual
progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will retum one copy to Contractor with revisions suggested or necessary for coordination of the
Work with the needs of Owner or others.
C. The schedule must show how the street, water line, concrete and paving work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones.
B. Equipment, Materials and Submittals schedule.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for
equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen,
when requested by Owner or Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
U:\CFarver\Cjaig\Northeast Area Overlay\General Requirements
General Reqs. - 7
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
Northeast Area Overlay
Date: May 21, 2003 _
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
the Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, —
techniques, sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs: - 8
Northeast Area Overlay
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
Date: May 21, 2003
A. The Owner will provide the construction surveying for the Project. City of Fort Collins Survey Crews will
perform the surveying required.
B. The Owner will make the projects CAD drawings available to the Contractor upon request.
C. The Contractor must submit a survey request to the Surveyors a minimum of 48 hours prior to needing
surveying work done.
D. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the
survey personnel shall notify the contractor with the date on which the requested work will be completed.
E. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
F. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and
allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for
the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument.
G. The Contractor shall be responsible for transferring the information from the construction stakes to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other
structures and items in accordance with the information on the stakes and grade sheets supplied by the
Owner.
END OF SECTION
WCFarver�Craig\Northeast Area Overlay\General Requirements
General Reqs. - 9
Northeast Area Overlay
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
Date: May 21, 2003
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. The Engineer will not accept Shop Drawings or other submittals from anyone but the Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by the Engineer prior to
the time set forth in the approved schedule will be reviewed at any time convenient to the Engineer before
the time required by the schedule.
C. Any need for more than one resubmission, or any other delay in obtaining the Engineer's review of
submittals, will not entitle the Contractor to an extension of the Contract Time, unless delay of the Work is
directly caused by failure of the Engineer to return any scheduled submittal within 10 days after receipt in
his office of all information required for review of the submittals or for any other reason which prevents the
Engineer's timely review.. Failure of Contractor to coordinate submittals that must be reviewed together
will not entitle the Contractor to an extension of Contract Time or an increase in Contract Price.
D. Resubmit a corrected submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals,
stamped by the Contractor and properly marked by the Engineer, are at the site and available to workmen.
F. Only use Shop Drawings which bear Engineer's mark "NO EXCEPTION TAKEN" in the performance of
the Work.
Review status designations listed on Engineer's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN —
Signifies material or equipment represented by the submittal conforms to the design concept, complies with
the information given in the Contract Documents and is acceptable for incorporation in the Work.
Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the
submittal are to be transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms to the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in
accordance with Engineer's notations. Contractor is to proceed with the Work in accordance with
Engineer's notations and is to submit a revised submittal responsive to notations marked on the returned
submittal or written in the letter of transmittal. —
3. REJECTED
Signifies material or equipment represented by the submittal does not conform to the design concept or
comply with the information given in the Contract Documents and is not acceptable for use in the Work.
Contractor is to submit submittals responsive to the Contract Documents.
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 10
Northeast Area Overlay
Date: May 21, 2003
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information sheets,
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in
design, operation, or maintenance. But these submittals do not constitute a basis for determining that items
represented thereby conform to the design concept or comply with the information given in the Contract
Document. The Engineer reviews such submittals for general information, but not for substance.
1.2 SUBMITTAL REGISTER
A. The Contractor shall complete the Submittal Register and submit with the Final Construction Schedule
submittal. The Contractor must resubmit an updated Submittal Register with each application for progress
payment. A format of the Submittal Register is provided below, Contractor should reproduce this format,
(or an approved alternate) for this register.
B. Instructions for Completing the Submittal Register:
Column 1: References, specification section, and paragraph in which submittal is requested. This will be
done for each item of equipment or material.
Column 2: Describe types of submittal required, i.e., shop drawing, certificate, etc.
Column 3: List the material or item for which submittal is required.
Column 4: Contractor shall provide the date that he intends to make each submittal.
Column 5: Contractor shall provide that date by which each submittal must be approved to accomplish
timely incorporation into the project.
Column 6: Contractor shall provide the mailing date of the initial submittal made to the Owner.
Column 7: Contractor shall record the review action of the Owner to the last submittal for the item,
equipment, or material.
Column 8: Contractor shall record the mailing date of subsequent submittal for each item, equipment,
and material until submittal is accepted by Owner.
Column 9: Contractor may record remarks as necessary to coordinate with other submittal or provide
necessary information.
1.3 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be famished.
1. Detailed installation drawings showing foundation details and clearances required for construction.
2. Relation to adjacent or critical features of the Work or materials.
3. Field dimensions, clearly identified as such.
4. Applicable standards, such as ASTM or Federal Specification numbers.
5. Drawings, catalogs or parts thereof, manufacturer's specifications and. data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Engineer to determine that the materials and equipment conform to the design concept and
comply with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which
Engineer will review for general information but not for substance.
c. For Engineer to determine what supports, anchorages, structural details, connections and services
are required for materials and equipment, and the effect on contiguous or related structures,
materials and equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to
enable Engineer to review the information effectively.
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - II
Northeast Area Overlay
Date: May 21, 2003
B. Manufacturer's standard drawings, schematics and diagrams:
1. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 8 1/2" x I V.
3. Clearly mark each copy to identify pertinent products and models.
4. Individually annotate standard drawings, which are furnished, cross out items that do not apply,
describe exactly which parts of the drawing apply to the equipment being furnished.
5. Individually annotate catalog sheets to identify applicable items.
6. Reproduction or copies of portions of Contract Documents:
a. Not acceptable as complete fabrication or erection drawings.
b. Acceptable when used as a drawing upon which to indicate information on erection or to identify
detail drawings.
7. Clearly identify the following: —
a. Date of submission.
b. Project title and number.
c. Names of Contractor, Supplier and Manufacturer.
d. Specification section number, specification article number for which items apply, intended use of —
item in the work, and equipment designation.
e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract
Documents.
f. Deviations from Contract Documents.
g. Revisions on resubmittals.
h. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of products,
field measurements and field construction criteria, and coordination of the information within the
submittal with requirements of the Work and the Contract Documents.
1.4 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in -such sequence as to cause no
delay in the Work or in the work of any other contractor.
B. Minimum number required:
1. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. _
1.5 RESUBMISSION REQUIREMENTS
A. Make corrections or changes required by Engineer and resubmit until accepted..
B. In writing, call Engineer's attention to deviations that the submittal may have from the Contract Documents.
C. In writing, call specific attention to revisions other than those called for by Engineer on previous
submissions.
D. Shop Drawings
1. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 12
..M
Northeast Area Overlay
SECTION 01410
TESTING
1.1 GENERAL
Date: May 21, 2003
A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for
collecting and forwarding samples. Do not use any materials or equipment represented by samples until
tests, if required, have been made and the materials or equipment are found to be acceptable. Any product,
which becomes unfit for use after approval hereof, shall not be incorporated into the work.
B. All materials or equipment proposed to be used may be tested at any time during their preparation or use.
Fumish the required samples without charge and give sufficient notice of the placing of orders to permit the
testing. Products may be sampled either prior to shipment or after being received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise
provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in
accordance with the latest standards and tentative methods of the American Society for Testing Materials
(ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such
information is included under the applicable sections of the Specifications. Any modification of, or
elaboration on these test procedures (which may be included for specific materials under their respective
sections in the Specifications) shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
1. Soil tests, except those called for under Submittals thereof
2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by
Owner.
3. Concrete tests, except those called for under Submittals thereof.
4. Asphalt tests, except those called for under Submittals thereof.
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, the Contractor shall also be
responsible for and shall pay all costs in connection with testing required for the following:
1. All performance and field testing specifically called for by the specifications.
2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under
section 1.2 above.
3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to
pave, pour, or fill on schedule for any reason except by action of the Engineer.
B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require
testing.
U:\CFarvenCraig\Nonheast Area Overlay\General Requirements
General Reqs. - 13
Northeast Area Overlay
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
Date: May 21, 2003
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests
of all items of Work, including that of his subcontractors, to ensure conformance to the functional
performance of this project. This control shall be established for all construction except where the Contract
Documents provide for specific compliance tests by testing laboratories or engineers employed by the
Owner. The Contractor's control system shall specifically include all testing required by the various
sections of these Specifications.
B. Superintendence: The Contractor SHALL employ a full time Superintendent to monitor and coordinate
all facets of the Work. Superintendent shall be on site when work is in progress (i.e. weekend work). The
Superintendent shall have adequate experience to perform the duties of Superintendent.
C. Quality Control: Contractor's quality control system is the means by which he assures himself that his
construction complies with the requirements of the Contract Documents. Controls shall be adequate to
cover all construction operations and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed,
instructions received from the Engineer and actions taken as a result of those instructions. These records
shall include evidence that the required inspections or tests have been performed (including type and
number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial
action, and corrective action taken. Document inspections and tests as required by each section of the
Specifications. Provide copies to the Engineer weekly.
END OF SECTION
1
U:\CFarveriCraig\Northeast Area Overlay\General Requirements
General Reqs. - 14
Northeast Area Overlay
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
Date: May 21, 2003
B. The Contractor will be responsible for furnishing water in reasonable amounts for execution of the
work. The Contractor shall coordinate and schedule with the Owners' Field Representative for the Elco
Water District to select the appropriate fire hydrant and set the hydrant meter. .
C. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system.
2. Unnecessary waste of water will not be tolerated.
D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1. Only Owner shall operate existing valves and hydrants.
1.2 SANITARY FACILITIES
A. Contractor shall furnish temporary sanitary facilities at each site for the needs of construction workers and
others performing work or furnishing services on the Project. Furnish a minimum of two portable toilets at
the trailers (if office trailers are required) and a minimum of one at each project work site or as required to
accommodate the number of personnel working on site.
B. Contractor shall properly maintain sanitary facilities of reasonable capacity throughout construction
periods.
C. Contractor to enforce the use of such sanitary facilities by all personnel at the site.
D. Place facilities out of public view using the greatest practical extent.
END OF SECTION
U:\CFarver\Ciaig\Northeast Area Overlay\General Requirements
General Reqs. - 15
Northeast Area Overlay Date: May 21, 2003
SECTION 01560
TEMPORARY CONTROLS
1.1 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 muffling devices, and operated _
in a manner to cause the least noise consistent with efficient performance of the Work
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be
kept moist with water or by application of a chemical dust suppressant. Chemical dust suppressant shall not
be injurious to existing or future vegetation.
C. Dust control within the lime deposit area shall conform to the project's health and safety plan. At a
minimum, the lime area shall be covered as soon as possible after compaction has been obtained to _
minimize surface drying and dust. Dust control for this area may involve multiple watering and/or
continuous watering to maintain a moist surface.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other
substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction
activities.
Measures in general will include:
1. Control of runoff
2. Trapping of sediment
3. Minimizing area and duration of soil exposure
4. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the
erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to
construction activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route -construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual and Plan.
U:\CFarver\Craig\Northeast Area Overlay\General Requirements _
General Reqs. - 16
Northeast Area Overlay
1.5 SECURITY
Date: May 21, 2003
A. Contractor is responsible for protection of the site and all Work, materials, equipment and existing facilities
thereon, against vandalism.
B. No claim will be made against the Owner by reason of any act of an employee or trespasser, and the
Contractor shall make good all damage resulting from his failure to provide security measures as specified.
C. Security measures will be instituted to protect owners of existing facilities during normal operation, but
will also include such additional security fencing, barricades, lighting, watchman services or other
measures as Contractor feels is required to protect the site.
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 17
SECTION 00300
BID FORM
Northeast Area Overlay
Date: May 21, 2003
SECTION 01570
TREE PROTECTION _
A. Tree Barriers:
All trees which will be preserved, but are within the limits of construction, must be protected from all
damage associated with construction. A sturdy, physical barrier (fluorescent orange in color) must be fixed
in place around each tree for the duration of construction. This barrier will be placed no closer than six (6)
feet from the trunk, or one-half of the drip line, whichever is greater. The barrier itself must be fixed so it
cannot be moved easily, but the material can be flexible, such as orange safety fence attached to metal T-
posts driven into the ground, but must act as an effective deterrent to deliberate or accidental damage of
each tree. The Project Engineer or Manager must approve actual materials and location of barrier.
The movement or storage of equipment, material, debris, or fill within these required protective barriers is
completely prohibited.
In situations where the construction will come closer to a tree than six (6) feet, the orange barrier must still
be erected. However, additional padding must be placed around the trunk of each tree starting at ground
level and proceeding up the trunk to a height of six or seven feet. Padding should be a minimum eight (8)
inches thick, and made of a material strong enough to protect the bark from accidental impacts with hand
tools or power equipment.
B. Accidental Poisonine:
During the construction, the Contractor shall not cause, or permit the cleaning of equipment or material _
within the root zone of any tree. The Contractor shall not store or dispose of waste material including, but
not limited to; paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life of a tree,
within the root zone of each tree, or group of trees.
C. Root Pruning Specifications:
When the cutting of tree roots is necessary, each final cut must be made as cleanly as possible for all roots
over three (3) inches in diameter using the following method:
1. The line of excavation will be drawn out and appropriate excavation equipment used to clear the area
at least six inches in front of the actual finished excavation line. Roots can then be cut using tools such
as axes, stump grinders, or trenchers. --
2. Each root over three (3) inches in diameter will then be cut cleanly back to the excavation line using
stump grinder operated by an experienced licensed arborist. A sharp hand or bow saw is acceptable for _a
roots under three (3) inches in diameter. Axes and trenchers do not cut roots cleanly and will not be
used for final root cuts.
D. Contractor shall coordinate with the Owners' Field Representative prior to and during the tree
protection erection and root pruning activities. Owners' Field Representative, at his/her opinion,
will contact the City Forester and/or City Arborist for advice and approval of the tree protection
measures taken by the Contractor and also the City's advice and approval during the root pruning
activities.
E. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to
any tree preserved on this project.
U:\CFarver\Craig\Northeast Area Overlay\Geneml Requirements
General Reqs. - 18
Northeast Area Overlay
Date: May 21, 2003
F. Violation of Specifications and Penalties for Damaging Trees:
Any violation of these specifications will lead to penalties based on the type of violation and/or the
resulting damages, and may be grounds for the termination of this contract.
The penalties will be assessed based on the amount of damage done and the total value of that tree, or
group of trees, prior to the damage. The minimum penalty will be $100.00. Penalties for any damage will
be based on the total value of the tree as determined by the City Forestry Division staff and the severity of
the damage as a proportion of the total value of that tree. This could include up to the full value of the tree.
As an example, there are two American Elm trees to be preserved on another project. Thev are
valued at $7,960 and $6,667 for the south and north trees respectively. The south tree is
approximately 100 inches in circumference; therefore each inch is worth one -hundredth of the
value, or $79.60 per inch. Similarly, the north tree is 91 inches in circumference, making each
inch worth $73.26. To extend this to penalties paid, if one inch of the bark on the south tree is
scuffed, the penalty would be $100 (the minimum allowed); if two inches are damaged, the penalty
would be $159.20 and so on up to 50% of the circumference of the trunk. If 50% or more is
damaged, the full value of the tree will be assessed as a penaltv. (This example serves to illustrate
how damages will be assessed).
This method of assessing penalties will be applicable to all trees not marked for removal on the
project, accidental poisoning and improper pruning.
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\General Requirements
General Reqs. - 19
Northeast Area Overlay
SECTION 01580
TRAFFIC REGULATION
1.1 TRAFFIC CONTROL
Date: May 21, 2003
A. The traffic control for this project shall be the responsibility of the Contractor. Traffic control is
defined as those devices necessary to channelize vehicular and pedestrian traffic through the project.
B. The Contractor and/or Traffic Control Contractor must submit traffic control plans and coordinate all traffic
control with the City's Traffic Control Coordinator. The traffic control plans must be submitted and
approved 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. The traffic access/control plan limitations for handling traffic for these projects are described below.
County Road 11: Minimum of one lane in the north and south bound direction during
flagging operations.
Douglas Road: Minimum of one lane in the east and west bound direction during flagging
operations.
Local Residential Access: Local access must be maintained at all times. City of Fort Collins will
coordinate with the homeowners so driveways can be closed for short
periods of time.
Country Club Road: Normal traffic movements through the intersection at all times with
controlled turn movements to the south and north.
Richards Lake Road: Normal traffic movements through the intersection at all times with
controlled turn movements to the north and south.
Any modifications to the traffic control plan must be approved by the City's Traffic Control Coordinator
and the Engineer.
E. Vehicle, bike and pedestrian, access to all side streets and private drives shall be maintained at all times.
The Contractor will. develop an access control plan in coordination with adjacent property owners, and
submit it in conjunction with the traffic control plan to the Engineer for approval prior to the start of any
Work. Pedestrian traffic shall be maintained at all times, utilizing temporary sidewalks when necessary.
F. The Contractor must work with the adjacent residents to provide and maintain sufficient access for them
during the duration of the project. It will be the Contractors responsibility to coordinate and communicate
with the residents during construction.
G. The Contractor must maintain, at their cost, access to all businesses during their business hours. It will be
the Contractors responsibility to coordinate and communicate with the businesses during construction.
H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, and
U:\CFarver\Ctaig\Northeast Area Overlay\General Requirements
General Reqs. - 20
Northeast Area Overlay
other materials and equipment.
Date: May 21, 2003
I. The Contractor shall keep fire hydrants and utility control valves free from obstruction and available for
use at all times.
J. The Contractor shall provide and maintain, at their cost, temporary driveway approaches on driveways
open to traffic at all times to insure that the approaches are smooth, compacted, and will not prohibit or
inhibit the use of the driveway. The driveway approaches must be maintained seven days a week. In the
case of bad weather the Contractor must repair the driveways immediately following the storm and must
work to maintain access during the storm.
1.2 WORK AREA SAFETY
A. The Contractor shall maintain a safe work area and protect area residents, motorists, bicyclists, pedestrians,
and children from work area hazards.
B. The Contractor shall provide all work area safety control devices, such as barricades and safety fence
around all excavations and drop-offs.
C. Work area safety control devices will not be paid for separately. Cost for this equipment should be
included in the lump sum cost for the work items which will require work area safety control devices.
1.3 PARKING
A. Provide suitable parking areas for the use of all construction workers and others perforating work or
furnishing services in connection with the Project so as to avoid interference with public traffic, Owner's
operations, or construction activities.
END OF SECTION
U:\CFarver\Cmig\Northeast Area Overlay\General Requirements
General Reqs. - 21
Northeast Area Overlay
SECTION 01700
CONTRACT CLOSEOUT
Date: May 21, 2003
1.1 SUBSTANTIAL COMPLETION
A. Substantial Completion for the Northeast Area Overlay shall be defined as the completion of all
earthwork, pavement, concrete work, striping, signage landscaping, and any other pertinent items as
required for this project. The roadways must be opened to traffic.
B. Substantial Completion dates or times are outlined in Section 00520 - Agreement.
1.2 FINAL COMPLETION A. Final Completion shall be defined as the completion of all Work including cleanup, Project Record
Documents shall be turned over to the Owner, all punch list items completed, and all processing of all ^
change orders. The Work must be ready for final payment and acceptance.
B. Final Completion will be subject to the terms outlined in Section 00520 - Agreement.
END OF SECTION
UACFarver\C+aig\Northeast Area Overlay\General Requirements _
General Reqs. - 22
Northeast Area Overlay
SECTION 01711
SITE CLEANUP
1.1 GENERAL
A. Execute cleanup, during progress of the Work, and at completion of the Work.
B. Adequate cleanup will be a condition for recommendation of progress payments.
1.2 DESCRIPTION
Date: May 21, 2003
A. Store volatile wastes in covered metal containers and dispose off site.
B. Provide on -site covered containers for the collection of waste materials, debris and rubbish.
C. Neatly store construction materials, such as concrete forms, when not in use.
D. Broom clean adjacent paved surfaces and rake other adjacent surfaces.
E. The streets adjacent to the construction area shall be cleaned of debris generated by the project by the
Contractor at the earliest opportunity, but in no case shall the street be left uncleaned after the completion
of the day's work. It shall be the Contractor's responsibility to provide the necessary equipment and
materials to satisfactorily clean the roadway at no additional cost to the project. The City's Street
Department will sweep the street at an approximate hourly rate of $70.00 for a minimum of 2 hours. The
Contractor must sign a Contract with the City Street Department prior to requesting street sweeping.
If the streets are not cleaned by the Contractor within 24 hours after having been given notice from
the Project Engineer, the Project Engineer will have the Streets Department sweep the streets at the
rates listed above and will back charge the Contractor for expenses incurred.
1.3 DISPOSAL
A. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams
or waterways.
B. Remove waste materials, clearing materials, demolition materials, unsuitable excavated materials, debris
and rubbish from the site at least weekly and dispose of at disposal areas furnished by Contractor away
from the site.
END OF SECTION
WCFarverCraig\Northeast Area Overlay\General Requirements
General Reqs. - 23
Northeast Area Overlay Date: May 21, 2003
SECTION 01720
PROJECT RECORD DOCUMENTS
1.1 GENERAL
A. Maintain at the site one record copy of:
1. Documents and samples called for in General Conditions 6.19.
2. Field Test Records.
3. Certificates of compliance.
1.2 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. File documents and samples in accordance with the specifications section numbers.
B. Maintain documents and samples in a clean, dry, legible condition and in good order. Do not use record -
documents for construction purposes.
1.3 RECORDING
A. Label each document "PROJECT RECORD" in neat large printed letters.
B. Record information concurrently with construction progress. _
1. Do not cover Work until required information is recorded.
C. Marking of Project Records.
1. Legible and with a dark pen or pencil.
2. Ink shall not be water based or subject to easy smearing.
D. Mark Drawings to record actual construction. _
1. Field dimensions, elevations, and details.
2. Changes made by a Modification.
3. Details not on original Drawings.
4. Horizontal and vertical locations of underground utilities and appurtenances referenced to a minimum
of three permanent surface improvements.
5. Depths of various elements in relation to project datum.
6. Location of utilities and appurtenances concealed in the construction, referenced to visible and
accessible features of the structure.
1.4 SUBMISSION
A. Accompany submittal with transmittal letter in duplicate containing:
1. Date.
2. Project title and number.
3. Contractor's names, address, and telephone number.
4. Index containing title and number of each Record Document.
5. Signature of Contractor or his authorized representative.
END OF SECTION
U:\CFarver\Craig\Northeast Area Overlay\Gweral Requirements _
General Reqs. - 24
A
. aY
Northeast Area Overlay Date: May21, 2003
NORTHEAST AREA OVERLAY
The Colorado Division of Highways Standard Specifications for Road and Bridge Construction" (1999), except as
revised herein, is hereby adopted as a minimum standard of compliance for this project. The City of Fort Collins
Storm Drainage Construction Standards, City of Fort Collins Water Utilities Standard Construction Specifications,
City of Fort Collins Design Criteria and Standards for Streets, and City of Fort Collins Work Area Traffic Control
Handbook, shall also serve as minimum standards of compliance for this project. They are not included in the
contract documents, but may be obtained at the appropriate City Departments. It shall be the Contractor's
responsibility to purchase and familiarize themselves with all of the City Department Specifications. These
project specifications, City Department specifications, and CDOT standard specifications are considered minimum
standards for compliance on this project. In those instances where the CDOT Standard Specifications conflict with
the City specifications listed above, the City specifications shall govern. In those instances where the CDOT
Standard Specifications conflict with any of the provisions of the preceding Sections 00001 through 01750, General
Requirements, the preceding sections shall govern.
PROJECT CONSTRUCTION SPECIFICATIONS
INDEX OF REVISIONS
SECTION
PAGE
202
REMOVALS
..............................................................................................................
Technical Specs
2-3
203
EXCAVATION AND EMBANKMENT
...................................................................
Technical Specs
4-5
208
EROSION CONTROL...............................................................................................
Technical Specs
7
210
RESET STRUCTURES
.............................................................................................
Technical Specs
8-9
304
AGGREGATE BASE COURSE..............................................................Technical
Specs
10
306
RECONDITIONING..................................................................................................
Technical Specs
11
401
PLANT MIXES PAVEMENTS - GENERAL .......................... .-.................................
Technical Specs
12-17
403
HOT BITUMINOUS PAVEMENT...........................................................................
Technical Specs
18-20
506
RIPRAP......................................................................................................................TechnicalSpecs
21-22
603
CULVERTS AND SEWERS....................................................................................
Technical Specs
23
604
MANHOLES, INLETS AND METER VAULTS ......................................................
Technical Specs
24
607
FENCES.....................................................................................................................
Technical Specs
25
608
SIDEWALKS AND DECORATIVE CROSSWALKS ..............................................Technical
Specs
26
609
CURB AND GUTTER
...............................................................................................
Technical Specs
27
619
WATER LINES..........................................................................................................
Technical Specs
28
630
TRAFFIC CONTROL DEVICES (Contractor Supplied) ........................................
Technical Specs
29-32
UACParver\Cmig\Northeast Area Oveday\Technical Specs
Technical Specs -1
Northeast Area Overlay Date: May 21, 2003 ,
REVISION OF SECTION 202 _
REMOVALS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 is revised to include the following:
The Contractor shall remove and dispose of all concrete driveways, irrigation structures, pipe, structures, asphalt, fence,
trees and any other obstructions that are designated for removal by the Engineer. All such removals will be measured in
the field, and quantities agreed to by the Contractor and the Engineer.
Subsection 202.02 is revised to include the following:
Clearing and Grubbing — This work shall consist of removing and hauling offsite juniper bushes (approx. 250 lineal
feet) and small caliper trees (2" Dia.). This item will be paid for as a lump stun.
Remove Trash Pile — This work shall consist of removing rocks, concrete washout, barbed wire fence, dead trees and
bushes located on the Southwest corner of the Heartltfire Entrance. This item will be paid for as a lump sum.
Disposal Site - Materials designated for removal shall become property of the Contractor, unless noted in the
specifications or specified by the Engineer to be salvaged or stockpiled. It shall be the Contractor's responsibility to
obtain disposal sites for all unusable material, which is removed.
Subsection 202.03 is revised to include the following:
Rotomill Asphalt Pavement (0" — 4.5") — This work requires a full depth removal of asphalt pavement six feet wide on r
both sides of the existing roadway in designated areas. This work shall include hauling this ntaterial by truck from the
milling operation to the fill areas. This item will be paid for by the square yard.
NOTE: All Asphalt Rotomillings shall become the property of the City of Fort Collins. This material shall be placed as
bottom lifts in the fill areas as directed by the Engineer. The placement of this item will be paid for separately under
Borrow Onsite Material (Asphalt Rotomillings).
Subsection 202.07 is revised to include the following:
Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and straight vertical line. Pieces of
concrete which, due to the Contractor's operations, crack or break beyond the limits of construction shall be saw cut, or --
removed to the nearest joint, and removed and replaced at the Contractor's expense. The limit of the repair will be
determined by the Engineer. The initial saw cutting to remove existing concrete and/or asphalt shall be considered
incidental to the Work and shall not be paid for separately under this item.
Removal of concrete, asphalt and/or obstructions as described in section 202.01 beyond the limits designated by the
Engineer will be the responsibility of the Contractor and will not be paid for under this section.
Subsection 202.08 is revised to include the following:
Remove Type R Inlet Deck — This work shall consist of jack -hammering the existing concrete inlet deck located at the
Northwest corner of Richards Lake Road and County Road 11 Intersection. It shall be the Contractor's responsibility to
remove any concrete and mbar and haul offsite. This item will be paid for as a lump sum.
Subsection 202.11 is revised to include the following:
The Contractor and the Engineer shall field measure and agree upon the quantity to be removed before the work
commences. Should the Contractor fail to request the Engineer to measure any work, the Contractor shall not be
compensated for materials that were not measured by the Engineer.
UACfarver\Ctaig\NortheaA Area OverhffecWcal Specs
Technical Specs - 2
Northeast Area Overlay
Date: May 21, 2003
The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul, disposal, and
stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for
each bid item in Section 202.
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
202-01 Asphalt Taper Mill (Profile 0"-2') — (SY)
202-02 Rotomill Asphalt Pavement (0"- 4.5") — (SY)
202-03 Remove Existing Tree Stumps (Avg. Width = 12" Dia.) — (EA)
202-04 Remove Concrete Driveways (4" Thick) — (SF)
202-05 Remove Pipe (RCP, CMP, PVC) — (LF)
202-06 Remove Fence (Various Types) — (LF)
202-07 Demolition of Farm House (Country Club Rd. and County Rd. 11) — (LS)
202-08 Remove Vertical Curb and Gutter — (LF)
202-09 Remove Type R Inlet Deck — (LS)
202-10 Clearing and Grubbing — (LS)
202-11 Remove Trash Pile — (LS).
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and
incidentals and for doing all work involved in removals and rotomilling, including excavation, backfill, haul and disposal,
as specified in these specifications, and as directed by the Engineer. All saw cutting involved in removing the necessary
items in order to complete the Work shall be considered incidental to the Work and will not be paid for separately.
UACfarveACraig4Northeast Area Overlay\Technical Specs
END OF SECTION
Technical Specs - 3
C
n
SECTION 00300
BID FORM
PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
Place 215 North Mason / Purchasing Div.
Date July 15, 2003
1. In compliance with your Invitation to Bid dated June 19, 2003
and subject to all conditions thereof, the undersigned
ConnelI Resources, Inc. a **(Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor)** authorized to do business
in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of 5% of the total amount of the bid ($
in accordance with the Invitation To Bid and
Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond;for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this Bid.
The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows: Traveler's Casualty & Surety. One Tower Square
Hartford, CT 06183
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
7/96 Section 00300 Page 1
0
Northeast Area Overlay bete: May 21, 2003 —
REVISION OF SECTION 203 _
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
Subsection 203.01 Is revised to include the following:
Unclassified Excavation - This shall consist of excavation of all materials on the site to final grades, excluding the bid y
items listed in Section 202. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its
original state. This item shall be measured from the plans and cross sections, and will be paid for by the cubic yard This
item shall be paid according to plan quantity.
Embankment (Complete in Place) - All excavated material, except the material being hauled and disposed, shall be
placed as embankment and compacted, to final grades, as specified in Section 203.07. The embankment quantity was not
adjusted to allow for shrinkage during compaction. This item will be paid according to plan quantity by the cubic yard. _
Topsoil - (stripping, stockpiling, placing) - All areas that have suitable topsoil material shall be stripped to a depth of 6
inches. This material shall be stockpiled and placed after the final grades have been established. This item shall include
stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil material forback ofwalk and
curb areas, parkway areas, and other designated areas. This item shall be paid according to plan quantity.
Borrow Onsite Material (Asphalt Rotomillings) - All Asphalt Rotomillings shall become the property of the City of _
Fort Collins. This item includes the placement and compaction of this material as bottom lifts in the fill areas as
directed by the Engineer. This item will be measured in the field and paid for separately by the cubic yard.
Borrow Suitable Fill Material - This shall include supplying, placing, and compacting of a suitable fill material as
directed by the Engineer. This item will be measured in the field and paid for by the ton. This item will not be paid for as
Embankment. Borrow material will only be used for fill if there is a shortage of suitable material onsite and/or as
directed by the Engineer.
Muck Excavation (Complete in Place) — This shall include excavation of unsuitable material, supplying and placing
Class I or 2 Structural Backfill, Pit Run or an approved fill, re -compacting material to finish grade, and haul and disposal
of unsuitable material. Muck Excavation of material from rain or weather damage will not be paid for and is entirely the
Contractor's responsibility. This item shall be measured in the field, and will be paid for by the cubic yard.
Borrow ABC (Class 5 or 6) — This work shall consist of placing aggregate base Nurse material behind all asphalt
driveways to transition from new asphalt to existing grade.
Potholing — The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic signal
conduit and other existing utility lines and shall be performed every 100 lineal feet or as deemed necessary by the
contractor. All related work, including excavation, backfilling, shoring, labor and number of hours will not be measured
and paid for separately, but shall be included in the work. Repair of damaged existing utility lines caused by the
Contractor will be at the Contractor's expense. Potholing will be paid as a lump sum item. _
Regrade Borrow Ditch (Douglas Road) — This work shall consist of grading the borrow ditch at all driveway culvert
crossings along Douglas Road. This shall include excavation and final alignment according to finish grade. All labor,
equipment and associated costs to be included in price. These items will not be paid separately under items in section
202, 210, 603, or 604.
Embankment and subgrade material shall be compacted to 95% of maximum density at +/- 2% optimum moisture. r
Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk,
and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum moisture.
Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the
U:\CfhnvrNCraieNortheast Area Overlay\Tednical Specs
Technical Specs - 4
Northeast Area Overlay Date: May 21, 2003
Engineer. Minor cuts and fills shall be considered incidental to the work, and shall not be paid separately under
this section. If unsuitable subgrade is encountered and the Engineer directs the Contractor to over excavate the material,
the Contractor shall use Aggregate Base Courses (Class 5 or 6), Class I or 2 Structural Backfill, Pit Run or an approved
fill to backfill the over excavated area if there is not any acceptable material onsite. This Work will not be paid for
separately but will be paid under the Muck Excavation item. The proposed material shall meet the following minimum
requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Aggregate Base Coarse shall be 0.11.
After specified compaction has been obtained, the subgrade under the curb, gutter, sidewalk, and pavement shall
be proof -rolled with a heavily loaded rubber tired roller, fully loaded water truck, or approved equal.
Those areas which produce a rut depth of over one-half (1/2) inch or which crack the subgrade after pumping and
rebounding shall be ripped, scarified, wetted or dried if necessary, and recompacted to the requirements for density and
moisture at the Contractor's expense. Where unsuitable material is encountered, the Engineer may require the Contractor
to remove the unsuitable materials and backfill to the finished grade with approved material. The completed subgrade
shall be proof -rolled again after placement of approved material. This will be paid for at the contract unit price for
Muck Excavation.
The Contractor shall refer to the plans for regrading information. This work shall include all excavation, embankment,
and grading required to prepare these sites for landscaping.
Subsection 203.04 is revised to include the following:
The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections
specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 feet.
Subsection 203.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
203-0l Unclassified Excavation — (CY)
203-02 Embankment -CIP — (CY)
203-03 Topsoil —(Stripping, stockpiling, placing) 6" Depth — (CY)
203-04 Borrow Onsite Material (Asphalt Rotomillings) — (CY)
203-05 Borrow Suitable Fill Material — (CY)
203-06 Muck Excavation — CIP — (CY)
203-07 Borrow ABC (Class 5 or 6) — (TON)
203-08 Potholing — (LS)
203-09 Regrade Borrow Ditch (Douglas Road) — (LF)
lJACfarver\Craig\Northeast Area OverlaffechnicalSpecs
Technical Specs - 5
Northeast Area Overlay Date: May 21, 2003
The above prices and payments shall include hill compensation for famishing all labor, materials, tools, equipment, and
incidentals and for doing all work involved in Unclassified Excavation, Embankment, Haul & Dispose, Topsoil
(stripping, stockpiling, placing), Muck Excavation, Borrow ABC and Median Hardscape Shaping, including without
limitation, haul, stockpiling, placing of material, watering or drying soil, compaction, proof rolling, finish grading, and
disposal of unusable materials, as shown on the plans and as specified in these specifications, and as directed by the —
Engineer.
END OF SECTION
U:\CfarverlCraigWortheast Area Overlay\TechnicalSpecs
Technical Specs - 6
Northeast Area Overlay
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
Subsection 208.05 is revised to include the following:
Date: May 21, 2003
All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as
outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price.
No measurement for payment shall be made for maintenance of Erosion Control devices. This item will be paid for as a
lump sum price to the Contractor.
Working in or Crossing Watercourses and Wetlands — Construction vehicles should be kept out of watercourses to
the extent possible. Where in channel- work is necessary, precautions must be taken to stabilize the work area during
construction to minimize erosion control. The channel (including bed and banks) must always be re -stabilized
irmnediately after in -channel work is completed. Where a live (wet) watercourse must be crossed by construction
vehicles during construction, a Temporary Stream Crossing must be provided for this purpose.
Subsection 208.07 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
208-01 Erosion Control — (LS)
The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment,
and incidentals and for doing all work involved in installing and maintaining erosion control, complete -in -place, as
specified in these specifications, and as directed by the Engineer.
UACfarver,Craig\Northeast Area Overlay\Technical Specs
END OF SECTION
Technical Specs - 7
Northeast Area Overlay Date: May 21, 2003 r.
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
Subsection 210.10 is revised to include the following:
Work contained in this Subsection shall meet the requirements of the current ELCO WaterDistrict Standard Construction
Specifications or other applicable water utility agency standard construction specifications.
The Contractor shall cooperate and coordinate with the ELCO Water District or other applicable water utility when
shutting off water to minimize downtime to customers. The Contractor shall also coordinate work involving the
relocation of fire hydrants, water meters, curb stops, and water valves, and lowering water and sewer service lines, and
water lines. The Contractor shall supply all materials required to complete the work that is not supplied by the City or
other applicable water utility, and these materials shall be included in the costs of each item. This shall include, but not
be limited to; new copper line and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper
fittings, stop boxes, and meter pits will be required at each location.
All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving operations.
All structures located within a concrete pavement shall be adjusted prior to opening the roadway.
The Contractor shall perform all work needed to ensure that said structures can be readily adjusted and shall have all —
necessary materials on hand prior to commencing the work. The adjustments shall be made as noted below.
All structures shall be adjusted to be Y4", +/- I/8" below the pavement surface.
The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into manholes,
valve boxes, or other structures during the construction process. In the event that a structure was not properly adjusted
(i.e. too high or too low) or the structure was covered and not adjusted after the paving operation, written notice will be
given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within 5 working
days. In the event that the structure is not adjusted within said time frame; the Engineer shall have the right to engage a
third party to complete the work, and to withhold the cost of such work from payments due the Contractor.
If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around the
structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid for under
the bid item for Asphalt Patching.
Adjust Valve Box (ELCO Water District) — Valve boxes located within asphalt pavement shall be adjusted by
removing the existing pavement around the valve box, adjusting the valve by turning it to the proper grade, trimming the
existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material of the same
grade and quality as the adjacent pavement.
If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the top
section of the valve box is in poor condition, the Contractor shall excavate around the top section of the valve box and
remove and replace the top section with a longer section supplied by the Contractor. The excavation shall then be back
+c
filled with Non -Shrink backfdl to the top of subgrade, and then, material of the same grade and quality as the adjacent
pavement shall be placed.
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in the opinion of the
Engineer, the Contractor is negligent and breaks the valve box, the valve box shall be replaced at the Contractor's
expense. This item will be paid under Adjust Valve Box — (EA).
U:\C&rver\Ctaig\Northeast Area Overlay\Tcchmcal Specs
Technical Specs - 8
Northeast Area Overlay Date: May 21, 2003
Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by removing an
area of pavement with a minimum diameter one foot (l') larger than the structure (centered on the structure). This shall
be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise
the structure to the proper grade, then spreading and mechanically compacting bituminous material of the same grade and
quality as the adjacent pavement.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the
pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy under traffic
shall be replaced. This item will be paid under Adjust Manhole Ring/Cover — (EA).
Relocate Mailboxes — This item will consist of relocating existing mailboxes to locations on the plans. The mailboxes
must be relocated at the beginning of the construction and must be accessible to the owner and the U.S. Postal Service at
all times. All relocation work must be governed by the U.S. Postal Service. This item will be paid per each mailbox
relocated.
Traffic Signs - Prior to commencement of any construction that will affect traffic signs of any type, the Contractor shall
contact the City of Fort Collins Streets Division and the City Project Inspector for removal of the signs. The COFC
Streets Division will remove these signs and reset all traffic signs upon project completion.
Subsection 210.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ( ).
210-01 Adjust Valve Box (ELCO Water District) — (EA)
210-02 Adjust Manhole Ring/Cover— (EA)
210-03 Relocate Mailboxes — (EA)
The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment, and
incidentals, and for doing all the Work involved in adjusting structures, complete -in -place, including non -shrink backfill,
concrete, metal shims, bituminous materials, haul and disposal, excavation, bedding material, backfill, and compaction as
shown on the plans, as specified in these specifications, and as directed by the Engineer.
lJACfarver\Craig\Northeast Area OverlaffechnicalSpecs
END OF SECTION
Technical Specs - 9
Northeast Area Overlay
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is revised as follows:
Subsection 304.01 is revised to include the following:
Date: May 21, 2003
This work shall consist of placing Aggregate Base Course (Class 5 or 6) over previously prepared pavement subgrade
approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and shall meet the
requirements of Subsection 703.03.
Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP) - This work shall consist of placing 4" Thick Aggregate Base
Course material along the edge of pavement the entire length of the project. This work shall be completed with the use of
a shouldering machine.
The proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.1 I
Subsection 304.06 is revised to include the following:
Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as
determined by ASTM D698.
Subsection 304.07 is revised to include the following:.
Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly if the
moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured or
paid for separately, but shall be included in the price for Aggregate Base Course.
Soil sterilization shall be soolied under all new asphalt paving and shall be considered incidental to the work.
Sterilization shall not be paid for separately under this item. —
Subsection 304.08 is revised to include the following:
The accepted quantities of Aggregate Base Course will be paid for at the contract unit price per ton.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
304-01 Aggregate Base Course (Class 5 or 6) - (TON)
304-02 Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP) - (TON)
The above prices and payments shall include firU compensation for furnishing all labor, materials, tools, equipment and
incidentals and for doing all work involved in Aggregate Base Course including haul, sterilization, and water. The work
will be complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
UACfarvetlCraig\Narheast Area Overlaffechnical Specs
Technical specs -10
Northeast Area Overlay
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as follows:
Subsection 306.02 is revised to include the following:
Date: May21, 2003
The top 8" of the fill areas shall be reconditioned by scarifying and recompacting. The subgrade shall be thoroughly
mixed and dried or moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface
shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement
or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement.
All defective work shall be corrected as directed by the Engineer. The surface shall be protected and maintained until
base course or pavement has been placed. If the Contractor chooses to use roadbase as a fine grading material or a
material to mitigate over excavated or rain damaged areas this shall be entirely the Contractor's cost and shall be
considered incidental to the Work. The Contractor shall be paid for reconditioning, if reconditioning has been attempted,
and muck excavation in the event that unsuitable material is encountered and removed at the direction of the Engineer. It
shall be at the Engineer's discretion to determine if the Contractor has made a sufficient effort to control the moisture in
the subgrade material and made a reasonable effort to recondition the subgrade.
Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work.
Sterilization shall not be paid for separately under this item.
Subsection 306.04 is revised to include the following:
The accepted quantities of Reconditioning will be paid for at the contract unit price per square yard.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
306-01 Reconditioning (8") - (SY)
The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment, and
incidentals and for doing all work involved in Reconditioning, complete -in -place, including compaction, wetting or
drying, and finish grading, as shown on -the plans, as specified in these specifications, and as directed by the Engineer.
UACfamr\Creig\Northeast Area OverlayWechnical Specs
END OF SECTION
Technical Specs - I I
Northeast Area Overlay
REVISION OF SECTION 401 & 703
PLANT MIX PAVEMENTS — GENERAL & AGGREGATES
Section 401 and 703 of the Standard Specifications is hereby revised as follows:
Date: May 21, 2003
Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer.
A job mix formula shall be determined by the Contractor and submitted to the Engineer for approval a minimum of
one week prior to the beginning of construction for each proposed change. The Contractor shall provide the
Engineer with an asphalt mix design report from an independent testing laboratory acceptable to the
Engineer. The report shall state the Mix properties, optimum oil content, job mix formula and recommended mixing
and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor.
If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may
charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of a Nuclear ^-
Asphalt Oven.
For Superpave Mixes, delete Table 401-2 and replace with the following:
TARIM..AfilA
Grading Test Procedure
Minimum Test
Sampling Frequency
Result
All Gradings CP L-5109 Method B
80
One per 10, 000 metric tons (10,000 tons) or
fraction thereof minimum
In subsection 401.02, delete the second, third, and fourth paragraphs and replace with the following:
1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure 52(CP52-99),
including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly within
the Master Range Table, Tables 703-3A, B, and C, before the tolerances shown in Table 401-1 are applied. The _
weight of lime shall be included in the total weight of the material passing the 75 mm (No. 200) sieve. The
restricted zone boundaries shown for all gradings in Tables 703-3A, 703-313, and 703-3C are to be used as
guidelines in nix design development. However, the job -mix gradation is not required to pass above or below
the restricted zone boundaries.
2. The name of the refinery supplying the asphalt cement and the source of the anti -stripping additive.
3. A sufficient quantity of each aggregate for the Department to perform the tests specified in section-2.2.1 of CP52.
In subsection 401.02 delete Table 401-1, including the footnotes, and replace with the following:
401-I13itumen Content
Recycling Agent
Bituminous Pavement - Item 403
f0.3%
t0.2%o
the 9.5 mm (;/s=) and larger sieves t6%
the the 4.75 amt (No. 4) and 2.36 run (No. 8) sieves t5%
the 600 min (#30) sieve f4%
the 75 mm 0200) sieve f2%
[When 100%passing is designated, there shall be no tolerance. When 90- 100% passing is designated,
u.\c&rver\CraiS\Northeast Area Overlsy\Technical Specs
Technical Specs -12
Northeast Area Overlay Date: May 21, 2003
90shall be the minimum; no tolerance shall be used.
Delete Subsection 401.07 and replace with the following:
Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice.
The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the
temperatures specified in Table 401-3 and the Engineer determines that the weather conditions permit the pavement to be
properly placed and compacted.
Table 401-3
Placement Temperature Limitations in °C
Compacted Layer
Minimum Surface and Air
Thickness in
Temperature °C (OF)
mm (inches)
Top
Layers Below
Layer
Top Layer
<38 (l %2)
15 (60)
10 (50)
38 (1'Fi) - <75 (3)
10 (50)
5 (40)
75 3 or more
1 7 45
2(35)
Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the
new pavement is to be placed.
If the temperature fails below the minimum air or surface temperatures, paving shall stop.
The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing for more than 10
calendar days during the period specified in Table 401-3A, below. The Contractor shall immediately place a temporary
hot bituminous pavement layer on any surface that has been planed or recycled and can not be resurfaced in accordance
with the above temperature requirements within 10 calendar days after being planed or recycled. The minimum thickness
of the temporary hot bituminous pavement layer shall be 50 mm (2 inches). The Contractor shall perform the quality
control required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All applicable
pavement markings shall be applied to the temporary layer surface. The Contractor shall maintain the temporary layer for
the entire period that it is open to traffic. Distress which affects the ride, safety, or serviceability of the temporary layer
shall be immediately corrected to the satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be
removed when work resumes.
Table No. 401-3A
Perinds Remtirino flvariev of Traa+oA C..rfanm
- - -
Location by Elevation
- - - -------------
Period During Which Planed or Recycled
Surfaces Must be Overlaid within Ten Days
All areas below and Including 2100 in
October 1 to March 1
7000 feet
All areas above 2100 in (7000 feet) up to
September 5 to April 1
and including 2600 in 8500 feet
All areas above 2600 in (8500 feet)
August 20 to May 15
In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following
U:\Cfarver\Craig\Northeast Arm Overlay\Technical Specs
Technical Specs -13
Administrative Services
Purchasing Division
City of Fort Collins CITY OF FORT CQLLINS:
ADDENDUM No. 1
BID #5799
NORTHEAST AREA OVERLAY
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5799 Northeast Area Overlay
OPENING DATE: July 15, 2003, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above,
the following changes are hereby made.
I. At the Pre -Bid, the ELCO Water District presented us with a new Standard Detail for a Typical.
Fire Hydrant Installation. This detail is included in the addendum as an attachment.
II. There is a need to make a clarification regarding the installation of the 24" RCP pipes that
cross County Road 11 shown in the "City of Fort Collins" plan set on sheets 12, 13 and 14.
These pipes shall be installed under the existing 14" ELCO water line and clearance shall
meet the current ELCO Water District Standard Specification.
III. It is necessary to install a 1' extension on the existing fire hydrant at the southwest corner of
Richard's Lake Road and County Road 11.
IV. In our Technical Specifications on page 19, in Table 403-1 there was a typing error which
stated that the Lab Compaction (Revolutions) for Grading S and SG is 109.
This number should be changed to 100 Revolutions for Grading S and SG.
If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
Page -1-
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
Connell Resources, Inc.
CONTRACTOR
BY:
Davi S "mp o
ADDRESS:
4305 E. Harmony Road Fort C011ins, Colorado
8. BID SCHEDULE (Base Bid) 80528
PLEASE USE 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.
SPECTF LY SUBMITTED:
\ July 15, 2003
Signat-ir?� Date
David E. Simpson - ice President
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Sheri C. Welch
Address 4309 E Harmony Roams_
Fort Collins, Colorado 80528
Telephone (970) 223-3151 (970) 223-3191 Fax
7/96 Section 00300 Page 2
Northeast Area Overlay
Date: May 21, 2003
The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown
in the following table:
Asphalt Grade
Minimum Mix Discharge
Temperature, °C aF *
Minimum Delivered
Mix Temperature, °C **
PG 58-28
135 (275)
113 (235)
PG 58-22
138 (280)
113 (235)
PG 64-22
143 (290)
113 (235)
AC-20 Rubberized
160 (320)
138 (280)
PG 76-28
160 (320)
138 (280)
PG 70-28
149 (300)
138 (280)
PG 64-28
149 (300)
138 (280)
PG 58-34
149 (300)
138 (280)
* The maximum mix discharge temperature shall not exceed the minimum discharge temperature by
more than 17*C (30 (*F) .
** Delivered mix temperature shall be measured behind the paver screed.
Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces --
a workable mix and provides for uniform coating of aggregates (95%minimum in accordance with AASHTO T 195), and
that allows the required compaction to be achieved.
Subsection 401.16 is hereby revised to include the following:
The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the _
roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer.
In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following:
when the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG 58-34), and
the surface temperature falls below 85*C (185 °F), no further compaction effort will be permitted unless approved. If the
mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, orPG 64-28) and the surface temperature falls --
below 110*C (230 °F), no finiher compaction effort will be permitted unless approved.
Subsection 401.17 is hereby revised to include the following: All pneumatic tire rubbers shall be equipped with rubber skirts.
In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows:
UACfar mkCraigNortheast Area Overlay\Technical Specs
Technical Specs -14
Northeast Area Overlay
TABLE 703-3A
Master Range Table for Hot Bituminous Pavement (Grading S)
Date: May21, 2003
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 mm (1 fi'1
25.0 mm (1")
100
19.0 mm (3/.")
90 - 100
12.5 mm (!6")
9.5 mm (/a-)
4.75 mm (#4)
2.36 mm (#8)
23 - 49
34.6
34.6
1.18 mm (# 16)
22.3
28.3
600 mm (#30)
*
16.7
20.7
300 mm (#50)
13.7
13.7
150 mm (#100)
75 mm (#200)
2-8
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
UACfarvcr\Crai¢\Northeast Area Overlay\TechnicalSpecs
Technical Specs -15
Northeast Area Overlay
Date: May 21, 2003
TABLE 703-3B
Master Range Table for Hot Bituminous Pavement (Grading SX)
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 nun (I W)
25.0 nun (1")
19.0 arm (%')
100
12.5 mm (%")
90 - 100
9.5 mm (/s-)
'
4.75 mm (#4)
'
2.36 mm (#8)
28 - 58
39.1
39.1
1.18 mm (# 16)
25.6
31.6
600 mm (#30)
*
19.1
23.1
300 mm (#50)
15.5
15.5
150 mm (#100)
75 nun (#200)
2 - 10
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
TABLE 703-3C r-
U:\Cfarver\Craig\Northeast Area Overlay\Technical Specs
Technical Specs -16
o-�
Northeast Area Overlay Date: May 21, 2003
Master Range Table for Hot Bituminous Pavement (Grading SG)
Sieve
Size
Percent by Weight
Passing Square Mesh
Sieves
Restricted Zone Boundary (Guideline)
Minimum
Maximum
37.5 mm (1 %2")
100
25.0 nun (1 ")
90 - 100
19.0 mm (Y4')
12.5 nun (%2'1
9.5 nun (/s-)
4.75 mm (#4)
*
39.5
39.5
2.36 mm (#8)
19 - 45
26.8
30.8
1.18 nun (#16)
18.1
24.1
600 mm (#30)
*
13.6
17.6
300 mm (#50)
11.4
11.4
150 mm (#100)
75 mm (#200)
1-7
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
UACfar,cr Craig4Northeast Area Overlaffechnical Specs
END OF SECTION
Technical Specs -17
Northeast Area Overlay Date•. May 21, 2003
REVISION OF SECTION 403
HOT BITUMINOUS PAVEMENT
Section 403 of the Standard Specifications is hereby revised as follows: —
Subsection 403.01 is revised to include the following:
Asphalt Patching - HBP Grading S & SG shall be used in locations as directed by the Engineer. These quantities will be
restricted to small areas which require hand placement methods and conventional paving equipment cannot be utilized.
Hot Bituminous Pavement -This shall consist of constructing one or more courses of HBP Grading S & SG over existing -
pavement or subgrade surfaces previously prepared by the contractor or City of Fort Collins Crews.
Subsection 403.02 is revised to include the following:
Laboratory Mix Design - Grading S & SG - The mix designs shall be prepared by an independent laboratory
acceptable to the Engineer and shall be submitted by the Contractor to the Engineer for approval a minimum on one (1) _
month prior to the beginning of paving for this project. The criteria for the mix design is as follows:
HBP Grading S & SG
ESAL's = County Road 54 = 365,000
Binder: Grading S - PG 64-28 / Grading SG - PG 64-22
Designed according to the most recent set of SUPERPAVE Specifications available. ^
SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRETERIA
A request made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP. This plan
shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines
that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving
operations will be allowed to resume. —
Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 200/6 reclaimed material will be
allowed for HBP Grading SG. -"
The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end
for the year, shall be completed to the full thickness required by the plans. The Contractofs Progress Schedule shall
show the methods to be used to comply with this requirement.
PAVEMENT SECTION: County Rd.11 Douglas Road
Grading S 3" 3"
Grading SG 4.5" 4.5"
The design mix for Grading S, SX, and SG shall conform to the following:
UACfarvet\Craig\Noithesst Area Overlay\Technieal Specs
Technical Specs -1S
Northeast Area Overlay
TABLE 403-1
Date: May 21, 2003
Property
Test
Grading S
Grading SG
Gradingsx
Method
N/A this Project
Air Voids, percent at:
CPL 5115
N (initial)
> 11.0
> 11.0
> 11.0
•(design)
3.0-5.0
3.0-5.0
3.0-5.0
N maximum
> 2.0
> 2.0
> 2.0
Lab Compaction (Revolutions):
CPL 5115
N (initial) (a)
8
8
(a)
N (design) (b)
109
109
(b)
N maximum a
174
174
a)
Stability, minimum (a)
CPL 5106
42
42
(a)
for information
Aggregate Retained on the 4.75 mm
CP 45
60
60
60
(No. 4) Sieve with at least two
Mechanically Induced Fractured
Faces, % minimum
Accelerated Moisture Susceptibility
CPL 5109
80
80
80
Tensile Strength Ratio (Lottman),
Method B
minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
205 (30)
Strength, kPa(psi)
Method B
Grade of Asphalt Cement
PG 64-28
PG 64-22
PG 64-22
Top Layer
Grade of Asphalt Cement Layers
PG 64-28
PG 64-22
PG 64-22
Below To
Voids in the Mineral Aggregate
CP 48
14.0
12.0
(a)
VMA %minimum a)
Voids Filled with Asphalt (VFA) %
Al MS-2
65 - 75
65 - 75
(a)
(a)
OWEN
(a) Current CDOT Design Criteria
(b) Residential 50, Collector 75, Arterial 100
Note: AIMS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 turn (No. 4) sieve shall be approached
with caution because of constructability problems.
Subsection 403.03 is revised to include the following:
Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower
than 225degree F.
Emulsified Asphalt for tack coat shall be Grade CSS-lIt. The tack coat shall consist of a 1:1 dilution (one (1) part
emulsified asphalt to one (1) part water. The application rate for tack coat shall be approximately 0.1 gallons per square
yard.
UACfarve6CraiglNorlheast Area Overlay\Technical Specs
Technical Specs -19
Northeast Area Overlay Date: May 21, 2003
'The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter
immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and
perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical
edges on all sides of the area to be patched "
Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The minimum
lift thickness for Grading SX shall be one (1) inch and Grading S shall be (1 'h) inch. HBP Grading SG shall be placed in equal lifts not exceeding four (4) inches and the minimum lift thickness shall be three (3) inches. Overlaying layers of
Hot Bituminous Pavement shall not be placed until the lower layer has cooled sufficiently to provide a stable material
which will support the equipment without nutting, shoving or moving in any manner. Tack coat shall be placed between all lifts.
NOTE: Any levellue courses placed shall be paid for at the contract unit price for Asphalt Paver Leveling
Courses
Subsection 403.04 shall include the following:
Hot Bituminous Pavement Grading SG, and S, will be measured by the ton and paid for at the Contract Unit Price for
Asphalt Patching and Hot Bituminous Pavement. Pavement cutting, excavation, subgrade preparation, haul and disposal, _
bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work
necessary to complete each hot bituminous pavement item will not be paid for separately but shall be included in the unit
price bid. —
Load slips shall be consecutively numbered for each day and shall include batch time.
Subsection 403.05 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
403-01 Hot Bituminous Pavement - Grading S - 3" Depth (PG 64-28) - (TON)
403-02 Hot Bituminous Pavement - Grading SG - 4.5" Depth (PG 64-22) - (TON)
403-03 Asphalt Paver Patching - Grading S - 3" Depth @ Driveways (PG 64-28) - (TON)
403-04 Asphalt Paver Leveling Courses - Grading S (PG 64-29) - (TON) —
403-05 Asphalt Patching Grading SG - 4.5" Depth (PG 64-22) - (TON)
The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment, and _
incidentals, and for doing all the work involved in Hot Bituminous Pavement and Asphalt Patching, including pavement
cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling, surface preparation, and bituminous —
materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed by the
Engineer.
END OF SECTION
U:\Cf w&1\CmiS\Northeast Area Overlay\Technical Specs
Technical Specs - 20
Northeast Ares Overlay
REVISION OF SECTION 506
RIPRAP
Date: May 21, 2003
Section 506 of the Standard Specifications is hereby revised as follows:
Subsection 506.01 is revised to include the following:
This work consists of the construction of riprap sections with riprap, Type II bedding and covered with topsoil in
accordance with these specifications and in conformity with the lines and grades shown on the plans or established
grades.
Subsection 506.02 Is revised to include the following:
Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be gray to blue gray in color or as
approved by the Engineer.
Rock used for riprap shall be hard, durable, angular in shape and free from cracks, over -burden, shale and organic
matter. Thin, slab type stones, rounded stones and flaking rock shall not be used. Removed concrete shall not be
used for riprap without specific written approval by the Engineer. Service records of the proposed material will
be considered by the Engineer in determining the acceptability of the rock. Neither breadth nor thickness of a single
stone shall be less than one-third (1/3) its length.
Bedding material shall conform to the specification for Type II Filter material as per the City of Fort Collins Storm
Drainage Design Criteria and Construction Standards (Table 12-3) or CDOT Class A filter material (Section
703.09).
Subsection 506.03 is revised to include the following:
Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where this is not
possible, the underlying materials shall be compacted to 95% of maximum density as determined by ASTM D
698. The bottom of the excavation shall have a uniform slope, be reasonably smooth, free from mounds and
windrows and free of debris prior to placing the filter material.
Bedding material shall be placed on top of the subgrade material prior to riprap installation at all locations of riprap
sections shown on the plans. The layer shall be shaped to provide the minimum thickness of bedding material as
shown on the details of the plans.
Riprap material shall be placed immediately after the bedding material is placed and in a manner to provide a well -
graded mass of stone with minimum voids. Riprap may be machine -placed with sufficient handwork to minimize
disturbance of the bedding material layer. This material shall be placed to the required thickness and grade shown
on the details of the plans.
Topsoil material shall be used to backfill and bury the entire riprap bed area and compacted to insure thorough
settling of the topsoil within the rock voids. The top three inches (3") of the topsoil shall be loosely placed. This
material shall be placed to the required thickness as shown on the details of the plans. The contractor shall utilize,
when appropriate, existing topsoil on site.
Subsection 506.04 is revised to include the following:
Riprap sections specified in the plans will be paid for at the contract unit price per TON. The unit price bid shall
include all costs associated with installation of the bedding material, riprap and topsoil including excavating for the
placement of these materials, all materials, delivery, stockpiling and handling of the riprap.
U:\Cfarver\CraigWortheast Area Overiay\Technical Specs
Technical Specs - 21
Northeast Area Overlay bate: May 21, 2003
Subsection 506.05 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
506-01 15' X 20' Type H Riprap w/6" Topsoil —(TON)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and topsoil, complete -in -
place, including haul and stockpile of materials, handling of the riprap and finish grading of the surface as shown on
the plans, as specified in these specifications, and as directed by the Engineer. —
END OF SECTION
UAC&rvdCnu¢\Northeast Area Overlay\TechnicalSpecs
Technical Specs - 22
Northeast Area Overlay
REVISION OF SECTION 603
CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised as follows:
Subsection 603.01 is revised to include the following:
Date: May21, 2003
This work shall consist of the construction of Reinforced Concrete Pipe, Corrigated Metal Pipe, pipe connections,
and joint encasement in accordance with the plans, specifications, and the Larimer County Urban Design Standards.
It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The
Contractor shall include in the Work all the necessary items to complete the Work including but not limited to
excavation, bedding, backfill, and compaction.
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
603-01 12" CMP — (LF)
603-02 12" CMP - FES — (EA)
603-03 15" RCP Class III — (LF)
603-04 15" RCP Class III - FES — (EA)
603-05 24" CMP — (LF)
603-06 24" CMP - FES — (EA)
603-07 24" RCP Class III — (LF)
603-08 24" RCP Class III — FES — ( EA)
603-09 36" RCP Class III — (LF)
603-10 36" RCP Class III — FES w/Trash Rack (EA)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all Work involved in installing pipe and encasing joints, complete in -place, as shown
on the plans, as specified in these specifications, and as directed by the Engineer. Concrete and/or Asphalt patching
will be paid for separately under the appropriate item.
UACfarvMCiaig\Northeast Area Overlaffechnical Specs
END OF SECTION
Technical Specs - 23
BID #5799 BID SCHEDULE
Project: Northeast Area Overlay
Date: 06/1612003
N
Number
Number
Description
p tion
Estimated
Quantity
Unit
Unit Cost
Item Cost
Northeast Area Overlay Quantities:
202-01
Asphalt Taper Mill (Profile 0%2")
450
SY
375
202-02
Rotomill Asphalt Pavement (0"-4.5")
14,084
SY
Z
r
ZB?o
Ja1ii"IZ
202-03
Remove Existing Tree Stumps (Avg. Width = 12" Dia.)
40
EA
9�
S 00
202-04
Remove Concrete Driveways (4" Thick)
3.300
SF
6
202-05
Remove Pipe (RCP, CMP, PVC)
210
LF
1-7 W
5t(075 ?o
202-06
Remove Fence (Various Types)
545
LF
D b 1
327 OV
202-07
Demolition of Farm House (Country Club Rd. and County Rd. 11)
1
LS
_
5� Z50V
3 ?jp Do
202-08
Remove Vertical Curb and Gutter
60
LF
�'_0
z 10 -
202-09
Remove Type R Inlet Deck
1
LS
y10 a=
si/D V
202-10
Clearing and Grubbing
1
LS
_
173r700°
1 35012
202-11
Remove Trash Pile
1
LS
8m)°Sr
g7-05T
203-01
Unclassified Excavation
250
CY
3
$7-5 T
203-02
Embankment -(CIP)
250
CY
203-03
Topsoil -(stripping, stockpiling, placing) 6" Depth
2,525
CY
3 �9
9
203-04
halt Rotomillln Borrow Onstte Material As s
(Asphalt 9)
1,786
CY
1 o
"
Z.16-79°p
203-05
Borrow Suitable FIN Material
9,301
CY
Ie 20
5"7 1_1'1_ •it:!F`
203.06
Muck Excavation - (CIP)
100
CY
2,7
t
0
203-07
Borrow ABC (Class 5 or 6) - (CIP)
100
TON
► 1 00
_fir—'7150
1 1 00 00--
203-08
Potholing
1
LS
1 r50 to
203-09
Regrade Borrow Ditch (Douglas Road)
2,000
LF
019
.1
1 r.1O0 °^
208-01
Erosion Control
1
LS
I D'7S to
210-01
Adjust Valve Box (ELCO Water District)
23
EA
195y..
w yB5
210-02
Adjust Manhole Ring/Cover
3
EA
31i5 00
r 00
I D'SS
210-03
Relocate Mailboxes
32
EA
1 l fJ 40
3�j2.0
304-01
Aggregate Base Course (Class 5 or 6)
300
TON
I'2. tlw
31.FA
304.02
Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP)
1,420
.TON
I Z C!P
I irbyD 03
306-01
Reconditioning (8")
15.150
SY
p S
rj -15-7
403-01
Hot Bituminous Pavement - Grading S - 3" Depth (PG 64-28)
10,950
TON
'10
00
403.02
Hot Bituminous Pavement- Grading SG - 4.5" Depth (PG 64.22)
4,230
TON
.�Int
_
403-03
Asphalt Paver Patching - Grading S - 3" Depth @ Driveways (PG 64.28)
600
TON
-7D eo
A74DDp we
403-04
Asphalt Paver Leveling Courses - Grading S (PG 64-28)
650
TON
sip
Zb. 000�-
403.05
Asphalt Patching -Grading SG - 4.5" Depth (PG 84-22)
100
TON
9e O0
9 p� IF
506-01
15' X 20' Type H Rip Rap w/6' Topsoil
24
TON
Ll n SO
la 11164
603-01
12"CMP
408
LF
ZZZS
01, -7Fj 00
603-02
603-03
12' CMP - FES
15" RCP Class III
22
EA
9S e0
21 D°I O 01
114
LF
tit p. 7
y 713�—
603-04
603.05
15' RCP Class III -FES
24" CMP
2
EA
226SO9
1 7�—
-
603-06
24' CMP - FES
53
2
LF
EA
3
xq
II Ing�
603.07
24' RCP Class III
200
LF
_1;
y1e se
9 ",� 00
603-08
24' RCP Class III - FES
3
EA
3'�c Op
I 'On; go
603-09
36' RCP Class 111
240
LF
_ 4bb 09
IOIr 2� 00
603-10
36' RCP Class III - FES w/rrash Rack
4
EA
1050 oo
_yam 4T
r
604-01
Area Inlet
3
EA
155#0 02
$4 105u W
604.02
Reset and Pour Type R inlet Deck
1
- EA
607-01
Replace Fence with new (Woven Wire W/T-Post)
545
LF
too
q �Z
607-02
Relocate 3 Rail Dowel Fence wMo Climb Fabric
280
LFZ—
Section 00300 Page 3
Northeast Area Overlay
REVISION OF SECTION 604
MANHOLES, INLETS, AND METER VAULTS
Section 604 of the Standard Specifications is hereby revised as follows:
Subsection 604.01 is revised to include the following:
Date: May 21, 2003
This work shall consist of the construction of COFC Area Inlets, CDOT Type R inlets and providing and
maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins Storm
Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and
familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill, —
compaction, and installation and maintenance of erosion control into each item listed in this section.
The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of the
cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes with water.
All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as
outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the
price. No measurement for payment shall be made for maintenance of Erosion Control devices.
Subsection 604.02 is revised to include the following:
Proportioning shall conform to the requirements for Class B concrete as described in Section 601.
Subsection 604.08 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
604-01 Area Inlet — (EA)
604-02 Reset and Pour Type R Inlet Deck — (EA)
The above prices and payments shall include fill compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all work involved in constructing inlets, constructing manholes, and installing and
maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer.
UACfary ACra4NortheastAreaOvertaffechnicalSpecs
END OF SECTION
Technical Specs - 24
Northeast Area Overlay
REVISION OF SECTION 607
FENCES
Section 607 of the Standard Specifications is hereby revised as follows:
Subsection 607.01 is revised to include the following:
Date: May21, 2003
Replace Fence with new (Woven Wire w/T-Post) - This work shall consist of installing new Woven Wire Fence with
T-Posts along the Jewett Property for approximately 545 linear feet upon completion of the pipe installation and slope
and seeding work.
Relocate 3 Rail Dowel Rail Fence with "no climb" Fabric — This item consists of relocating the existing fence with no
climb fabric and will be paid for by the linear foot. The existing fence that is to be relocated has no climb fabric on it
presently, but may not be able to be salvaged and could possibly need to be replaced.
Install Temporary Orange Safety Fence (Jewett Property) - This work shall consist of installing orange safety fence
along the Jewett Property to create a barrier between the horses in the open pasture and project limits. This fence will
remain in place until the permanent woven wire fence is installed. It shall be the responsibility of the Contractor to
maintain this fence during the entire length of the project.
Install 6' Privacy Fence (Hotchkiss Property) — This work shall consist of constructing a 6' fence with Premium cedar
materials, including 4" X 4" posts 8 feet on center, 3 - 2" X 4" rails per section and I" X 6" Dog-eared pickets.
Subsection 607.04 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
607-01 Replace Fence with new (Woven Wire w/T-Post) — (LF)
607-02 Relocate 3 Rail Dowel Fence w/No Climb Fabric — (LF)
607-03 Install Temporary Orange Safety Fence (Jewett Property) — (LF)
607-04 Install 6' Privacy Fence (Hotchkiss Property) — (LF)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all work listed above: complete in place, as specified in these specifications, and as
directed by the Engineer.
UACfarver\CraigWortheast Area Overlaffechnical Specs
END OF SECTION
Technical Specs - 25
Northeast Area Overlay
REVISION OF SECTION 608
SIDEWALKS AND DECORATIVE CROSSWALKS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 is revised to include the following:
Date: May 21, 2001
This work shall consist of the construction of concrete driveways, in accordance with the plans and specifications.
Required saw cutting will be incidental to the work and will not be measured or paid for separately. The use of
aggregate base material for fine grading or over excavated area will not be paid for separately.
Subsection 608.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the
exception the minimum 28 day compressive strength shall be 3500 psi.
Subsection 608.05 is revised to include the following:
The Concrete Driveways (6") item will be measured by the square foot of finished flatwork.
Subsection 608.06 is revised to include the following: —
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Ply Item and Pay Unit
The pay unit is denoted by ().
608-01 Concrete Driveway (6") — (SF)
The above prices and payments shall include full compensation for finishing all labor, materials, tools, equipment,
and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous flatwork, access
ramps, drive approaches, and driveways, complete -in -place, including haul, concrete materials, finishing the surface,
saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
UACfarver\Craig\Northeast Ain Overlaffechnical Specs
END OF SECTION
Technical Specs - 26
Northeast Area Overlay
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised as follows:
Subsection 609.01 is revised to Include the following:
Date: May 21, 2003
This work shall consist of the construction of cast in place vertical 6" curb and gutter, in accordance with the details
and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes construction of
new curb and gutter sections, complete and in place, measured along the flow line. Removal of curb and gutter is not
included in this section, but will be measured and paid separately as described in Section 202.
It is the Contractor's responsibility to adequately protect their Work from damage by weather, vandalism, or other
causes until such time as it is accepted by the City. If traffic control devices are used to protect the work, they shall
not be paid for separately, but shall be included in the work
Subsection 609.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the
exception the minimum 28 day compressive strength shall be 3500 psi.
Subsection 609.07 is revised to include the following:
The accepted quantity of curb and gutter will be paid for at the contract unit price per linear foot.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
609-01 Vertical Curb & Gutter (30") - (LF)
The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment,
and incidentals,
and for doing all work involved in constructing vertical curb and gutter, variable height curb and
gutter, concrete median curb, complete -in -place, including haul, concrete materials, finishing the surface; saw cutting
joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
tJACfarver\Craig\Northeast Area Overlay\Technical Specs
END OF SECTION
Technical Specs - 27
Northeast Area Overlay
REVISION OF SECTION 619
WATER LINES
Section 619 of the Standard Specifications is hereby revised as follows:
Subsection 619.01 is revised to include the following:
Date: May 21, 2003
This work shall include installing PVC Pipe, gate valves, tees, tapping saddles, plugs, reaction blocks, fire hydrants and joining to existing lines and other items as shown on the plans and as designated by the Engineer. This work
shall meet the requirements of the current Elco Water District Standard Construction Specifications. It shall be
the Contractors responsibility to purchase and familiarize themselves with these specifications. _
All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental
to the work and will not be paid for separately. This includes, but is not limited to excavating and backfilling, valve
boxes, plugs, thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and all materials incidental
to completing the installation and connections to existing water lines.
Subsection 619.05 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
619-01 14" X 8" Tapping Saddle — (EA)
619-02 8" Tapping Gate Valve w/ Valve Box — (EA)
619-03 8" PVC Pipe C900 w/Tapped Plug and Blowoff— (LF)
619-04 Fire Hydrant Assemblies (EA)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in installing PVC water pipe and valves, connecting to existing .,
water lines according to Elco Water District Standards, complete -in -place, as shown on the plans, as specified in
these specifications, and as directed by the Engineer.
U:\Cfarver\Craig\Northeast Area Overky\Technical Specs
END OF SECTION
Technical Specs - 28
Northeast Area Overlay
REVISION OF SECTION 630
TRAFFIC CONTROL DEVICES
Section 630 of the Standard Specifications is hereby revised as follows:
Subsection 630.01 shall be revised as follows:
Date: May 21, 2003
This work shall consist of famishing, installing, moving, maintaining and removing temporary traffic signs, advance
warning arrows panels, barricades, channeling devices, and delineators as required by the latest revision of the
"Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of Fort Collins"'Work
Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the City of Fort Collins'
"Design Criteria and Standards for Streets, Subsection 1.4, "Barricades, Warning Signs, Signal Lights", July, 1986.
This work includes use of the above devices to channelize or direct traffic away from the work zone, but does not
include work zone protection. It is the Contractor's responsibility to protect his work zone and to protect Pedestrians
and Bicyclists from potential hazards arising from his work until such time as the work has been completed and can
be opened to traffic.
Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item.
In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern.
Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the
hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will be
subject to the Engineer's discretion.
Traffic control devices shall be removed from the site immediately upon completion of the Work, but not before the
concrete has cured sufficiently to allow vehicular traffic to use it.
Subsection 630.02 shall include the following:
All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the
MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be
maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out
information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed
out information, information written in long -hand style, etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid
confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents
affected by any information the sign may present.
Subsection 630.05, the second paragraph shall include the following:
The reflective material shall be AP 1000 Polyester (Reflexite Corporation), 3M Type III or Transparent (Reflexite
Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than the types named
as approved by the Engineer.
Subsection 630.09 shall be revised as follows:
Tra is control on this project is the responsibility of the Contractor.
U:\Cfarver\Craig\Northeast Area Overlay\Technical Specs
Technical Specs - 29
Northeast Area Overlay Date: May 21, 2003 r
For this project, a Traffic Control Plan shall be prepared. The Traffic Control Plan shall be submitted for
approval to the Traffic Division by 12:00 noon, two working days prior to the commencement of work
(Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday
by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic
Control Plan has been approved Failure to have an approved Traffic Control Plan shall constitute cause for the City
to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no
adjustment in the contract time.
The Traffic Control Plan shall include, as a minimum, the following:
(1) A detailed diagram which shows the location of all sign placements, including advance
construction signs (if not previously approved), fines doubled for speeding slgns and speed limit
signs; method, length and time duration for hine closures, and location of flag persons.
(2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited
to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III
barricades; cones; drum channeling devices; advance warning flashing or sequencing arrow panel.
Certain traffic control devices may be used for more than one operation or phase. however, all
devices required for any particular phase must be detailed and tabulated for each phase.
(3) Number of flaggers to be used
(4) Parking Restrictions to be in affect.
Approval of the proposed method of handling traffic is intended to indicate minimum devices needed to control
traffic. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract.
Parking Restrictions shall be clearly shown on the Traffic Control Plan, including the location and quantity of "NO
PARKING" signs, the date to be placed, and the date to be removed. Failure to have an approved Traffic Control
Plan, including the Parking Restriction information listed above shall constitute cause for the City to stop work, as
well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the
contract time.
Subsection 630.09 shall be revised as follows:
Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a
valid Driver's License, a current American Traffic Safety Services Association (ATSSA) certification as a Worksite
Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor.
(Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City
representative, for each TCS utilized on this project.)
U:\CfhrveeCraig\Northeast Area Overlay\Technical Specs
Technical Specs - 30
Northeast Area Overlay
Date: May 21, 2003
One TCS shall be designated as the Lead TCS. The Lead TCS shall have a minimum of one-year experience
as a certified TCS. The Lead TCS shall be on site at all times during the construction. Qualifications shall be
submitted to the Engineer for approval a minimum of one week prior to commencement of the work.
The Lead TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the work.
The Lead TCS cellular phone number will be made available to the Engineer, Inspector, and the General
Contractor
It is the intent of the specifications that the Lead TCS be the same person throughout the project. If the Lead
TCS is to be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice and
qualifications shall be submitted for approval of the Lead TCS replacement.
Payment for the TCS shall be Included in the lump sum pay item.
The TCS's duties shall include, but not be limited to:
(1) Preparing, revising and submitting Traffic Control Plans as required.
(2) Direct supervision of project flaggers.
(3) Coordinating all traffic control related operations, including those of the Subcontractors, City
Streets Department, and suppliers.
(4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school
districts and other affected agencies and parties prior to construction.
(5) Maintaining a project traffic control diary which shall become part of the City's project records.
(6) Inspecting traffic control devices on every calendar day for the duration of the project.
(7) Insuring that traffic control devices are functioning as required.
(8) Overseeing all requirements covered by the plans and specifications, which contribute to the
convenience, safety and orderly movement of traffic.
(9) Flagging.
(10) Setting up and maintaining traffic control devices.
(11) Attending weekly progress meetings as requested by the Engineer and/or Contractor.
Traffic control management shall be maintained on a 24-hour per day basis. The Contractor shall make
arrangements so that the Traffic Control Supervisor or their approved representative will be available on
every working day, "on call" at all times and available upon the Engineer's request at other than normal
working hours.
All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor.
UACfarver\Craig\Nottheast Area Overlay\TechnicalSpecs
Technical Specs - 31
Northeast Area Overlay
Date: May 21, 200.3
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control _
Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available
at all times.
Subsection 630.13 shall be revised as follows:
The Contractor shall supply and pay all costs associated with the traffic control for this project.
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
630 Traffic Control - (LS)
Flaggers and all incidental equipment will not be measured and paid for separately, but shall be included in the
Work
The flaggers shall be provided with electronic communication devices when required. These devices will not be
measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but
shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and
paid for separately, but shall be included in the Work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
MUTCD, if approved; however, no additional payment will be made for the larger signs.
The City shall not be responsible for any losses or damage due to theft or vandalism.
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing.
NOTE: Full closures on arterials and collectors, including those listed above, will be allowed under extreme
circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be approved a
minimum of one week prior to the commencement of work and/or the time required to adequately notify the
public through the media.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: Full closures on all Douglas Road shall be allowed as shown on the traffic control plans only if aooroved
by Larimer County.
U:%CfarverlCraig\Northeast Area Overlaffechnical Specs
END OF SECTION
Technical Specs - 32
EAST LARIMER COUNTY WATER
DISTRICT
STANDARD CONSTRUCTION SPECIFICATIONS
WATER MAINS
OCTOBER, 1992
Revised: April 26, 2002
9
Project:
Northeast Area Overlay
Date:
06/1612003
e Number N
Number
Description
Estimated
Quantity
Unit
Unit Cost
Item Cost
607-03
Install Temporary Orange Safety Fence (Jewett Property)
545
LF
607-04
Install 6' Privacy Fence (Hotchkiss Property)
150
LF
608-01
Concrete Driveway (6")
3,300
SF
Z
609-01
Vertical Curb and Gutter (30")
60
LF
12- 9
7So aO
619-01
14" X 8" Tapping Saddle
1
EA
Z CSpO°
z�[,-p00
619-02
8" Tapping Gate Valve w/Valve Box
1
EA
(�� Su o0
13Z5 00
619-03
8" PVC Pipe C900 wRapped Plug and Blowoff
20
LF
is
Z IoD o0
619-04
Fire Hydrant Assembly
4
EA
%700 °O
I n 00
rbw
Subtotal Northeast Area Overlay Quantities:
$
7
8 '7
189 yD
Landscapina
Quantities:
-
Restore Landscape Rock Areas for Private Owners
1
LS
11 00 V
/ 1 00 09
•
Replace Railroad Ties
i
LS
�=
1JG0 W
-
6' Blue Spruce Pine Trees
8
EA
55b`L*
ob
-
Relocate Existing Sprinkler Heads
i
LS
Z2on e-9
Miscellaneous Quantities:
Contract Bond
626-01 Mobilization
630-03 Traffic Control
Subtotal Northeast Area Overlay Landscaping Quantities:
Subtotal Northeast Area Overlay Misc. Quantities:
1 LS to %cyc no
1 LS
1 LS 4K OM =°
$ 9-741, z89 4D
_Nl'>i� Fit,_.tO2En�5F.rtEwtTY-fbufL"C410uSrtlJ�liWe IiIWCL�D�Oail..:aHf1=1Vte1E ��tp¢�
�Y I n, beb
Section 00300 Page.4
SECTION
01010 .
01600 .
01656
01666 . .
TABLE OF CONTENTS
TITLE
. . . . . . . . . . . . Summary of Work
. . . . . . . . . . . . . Materials, Equipment,
and Workmanship
. . . . . . . . . . . . Disinfection of
Domestic Water Lines
. . . . . . . . . . Testing the Piping
System
01710 . . . . . . .
. . . . . . .. Site Cleanup
01720 . . . . . . .
. . . . . . . Project Record
Drawings
02221 . . . . . . .
. . . . . . . Trenching, Backfilling
and Compacting
02224 . . . . . . .
. . . . . . . Pipe Boring and
Jacking
02225 . . . . . .
. . . . . . Spanned Pipe Casing
02575 . . . . . . .
. . . . . Pavement Repair and
Resurfacing
02615 . . . . . . .
. . . . . . Ductile Iron Pipe
02622 . . . . . . .
. . . . . . Plastic Pressure Pipe
02641 . . . . . . .
. . . . . . . Valves
02644 . . . . . . .
. . . . . . . Fire Hydrants
02646 . . . . . . .
. . . . . . . Service Lines, Meters,
and Appurtenances
02713 . . . . . . .
. . . . . . Water Distribution
Systems
03300 . . . . . . .
. . . . . . Cast -in -Place Concrete
03400 . . . . . . .
. . . . . . . Precast Concrete
Standard Detail
Drawings
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SCOPE
A. The purpose of this document is to present the East
Larimer County Water District's criteria for the
construction of 6-inch through 16-inch water mains, water
services and all appurtenances associated with these
mains and services. It is to be used by Owners,
Developers, Consultants or Design Engineers, and
Contractors as guidelines for the design and construction
of said mains, services, and appurtenances.
1. In the case of water mains larger than 16-inch,•the
Owner, or his representative, shall submit
construction specifications to the District for
review, prior to the District's approval of
construction drawings.
B. These specifications are intended to be sufficiently
detailed to provide adequate definition of the work to be
performed and to insure the quality of that work.
1. The contractor shall make himself thoroughly
familiar with the provisions and the content of
these Specifications.
C. These specifications are composed of written Material
Specifications and Standard Drawings: The interpretation
of any section, or of differences between sections shall
be made by the District.
1. When a conflict occurs between or within standards,
specifications, or drawings, an interpretation shall
be made by the District.
1.2 SPECIFICATION DOCUMENTS
A. Definitions.
1. DISTRICT - the authorized representative of the
East Larimer County Water District.
2. OWNER - the developer, corporation, association,
01010-1
partnership, or individual who has entered into an
Agreement with the District and for whom the work is
to be provided.
3. CONSULTANT - the partnership, corporation, or
individual who is registered as a professional
engineer, according to Colorado statutes, and who
is hired by the owner, and is empowered to act as
his agent.
4. CONTRACTOR - the corporation, association,
partnership, or individual who has entered into
an Agreement with the Owner to perform the work.
5. STANDARD STREET SPECIFICATIONS - The current City
of Fort Collins, Larimer County, or State Department _
of Transportation design criteria for streets, as
project location dictates.
6. ENGINEER - The Engineer of the District, or his
authorized representative.
7. CONSTRUCTION INSPECTOR - Authorized representative of the District, who is assigned to make inspections
for contract performances, standards, and contract
compliance.
8. CONSTRUCTION DRAWINGS - Detailed and working
drawings, including plan, profile, and detail sheets —
of proposed utility improvements, approved by the
District.
9. PROJECT RECORD DRAWINGS - Detailed drawings which
show actual construction and contain field
dimensions, elevations, details, changes made to
the construction drawings by modification, details
which were not included on the construction
drawings, and horizontal and vertical locations of
underground utilities.
a. Project Record Drawings are usually
construction drawings which have been modified
to contain the information listed above.
10. OR AN APPROVED EQUAL - as approved to being equal
by the District.
a. Reference Section 01600.
01010-2
11. PROVIDE - furnish and install complete in place
12. REMOVE - remove and dispose.
13. SHALL - a mandatory,"ondition.
14. WORK - the entire completed construction or the
various separately identifiable parts required to be
furnished. Work is the result of performing
services, furnishing the labor and furnishing and
incorporating materials and equipment into the
construction.
15. AWWA - American Water Works Association.
16. ACI - American Concrete Institute.
17. ASTM - American Society for Testing and Materials.
18. ANSI - American National Standards Institute.
19. AASHTO - American Association of State Highway and
Transportation Officials.
20. CDOT STANDARDS Colorado Department of
Transportation Standard Specifications for Road and
Bridge Construction.
B. Interpretation
1. These Specification's contain many command sentences
which are directed at the Contractor unless
otherwise stated.
2. The Contractor shall request clarification, in
writing, of all apparent conflicts by contacting the
District. The District will not be responsible for
any explanations, interpretations, or supplementary
data provided by others.
1.3 COORDINATION WITH THE DISTRICT
A. The Contractor is responsible for coordinating the work
with the District.
B. Connections to existing pipelines.
1. All connections shall be made at a time authorized
by the District, which will least interfere with
01010-3
service.
2. Only the District shall operate existing valves,
hydrants, curb stops, and other control units,
including those used for filling and testing.
3. Reference Section 02713.
1.4 WORK SEQUENCE
A. Contractor shall coordinate the sequence of activities,
taking in to account work by others; possible easement
requirements; Local, State, and Federal permit
requirements; and District Construction Sequence. Note
that any County or City road access permits) as required
for the project shall be the responsibility of and
obtained by the Contractor. Any Federal or State road
access permit(s) as required for the project shall be the
responsibility of and obtained by the District.
B. Contractor shall coordinate the beginning of work,
excavation near ditches, railroads, road cuts, pipe
filling, chlorination testing and pressure testing with
the District, and any affected agencies, such as ditch
companies, Public Service Company, Platte River Power
Authority, etc. prior to beginning construction.
C. Contractor shall coordinate backfilling operations and
testing with the District.
1.5 NOTIFICATIONS
A. Contractor shall contact the District, the Engineer, all
utilities, and other concerned agencies, at least 48
hours (exclusive.of holidays and weekends) prior to
working in areas near underground utilities.
B. Contractor shall pothole and verify location of all
existing utilities prior to commencing construction to
avoid conflicts.
C. Contractor shall give the Engineer and the District 24
hours (exclusive of holidays and weekends) notice prior
to inspections and testing.
D. Contractor shall notify the District, as well as the
City, County or State, a minimum of one week prior to
beginning work in any public right-of-way.
w`
01010-4
1.6 SAFETY AND PROTECTION
A. Contractor shall be responsible for initiating,
maintaining and supervising all safety precautions and
programs in connection with the work. Contractor shall
take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage,
injury or loss to:
1. Employees on the work and other persons who may be
affected.
2. The work and materials or equipment to be
incorporated therein, whether in storage on or off
the site.
3. Other property at the site or adjacent thereto,
including, but not limited to trees, shrubs, lawns,
walks, pavements, roadways, structures and utilities
not designated for removal, relocation or
replacement in the course of construction.
B. Contractor shall comply with all applicable laws,
ordinances, rules, regulations and orders of any public
body having jurisdiction for the safety of persons or
property or to protect them from damage, injury or loss;
and shall erect and maintain all necessary safeguards for
such safety and protection.
1.7 SPECIAL REQUIREMENTS
A. Any employee(s) of the pipeline Contractor, or any
Contractor -assigned sub -contractor, who do not perform
work in a proper and skillful manner shall, at the
written request of the District, be removed from the
project by the Contractor and shall not be on the project
without written approval of the District.
Should the Contractor fail to remove the identified
person(s) or fail to furnish skilled and experienced
personnel, or proper personnel for the successful
performance of the work, the District may suspend the
work by written notice until compliance is achieved.
B. All items and work not covered by these specifications
shall be discussed with the District, and the contractor
shall receive approval from the District, in writing,
Prior to commencing the work.
01010-5
C. All work must be accepted by the District prior to being
placed in service.
D. District furnished material.
1. If the District furnishes any materials, the
Contractor shall be responsible for such materials
once they have been picked up or delivered to the
job site. _
2. Contractor shall repair, in a manner acceptable to
the District, or replace any 'District furnished
material', which has been damaged or stolen, at his
own expense.
3. The Contractor is responsible for the careful
inspection of District furnished material at the
time of delivery.
4. The District is responsible for the quality and
operational design aspects of any District furnished
material.
x..
01010-6
SECTION 01600
MATERIALS, EQUIPMENT AND WORKMANSHIP
1.1 MATERIALS AND EQUIPMENT
A. Contractor shall furnish all materials, equipment, labor,
and all other facilities and incidentals necessary for
the execution, disinfection, testing, and completion of
the work, with the exception of any such items furnished
by the District.
1. Reference Section 01010 and 02646.
B. All materials and equipment shall be of good quality and
new, except as otherwise provided in these
specifications.
I. When requested by the District, the Contractor shall
furnish satisfactory evidence (including
manufacturer's certification) as to the kind and
quality of materials and equipment, and their
compliance with these specifications.
a. The District shall test any manufacturer's
material it deems necessary.
b. It is the Contractor's responsibility to insure
the manufacturer's materials meet these
specifications.
C. All materials and equipment shall be installed and used
in accordance with the instructions of the applicable
manufacturer, fabricator, supplier or distributor, except
as otherwise provided in these specifications.
D. The specification of materials and equipment shall be
understood to be representative of a quality of
performance, operation and construction acceptable to the
District.
1. The District shall evaluate all written requests for
product substitution.
a. Such requests shall include detailed product
literature and a description of benefits which
might be achieved by this substitution.
01600-1
E. In approving materials or equipment for installation, the
District assumes no responsibility for injury or claims
resulting from failure of the materials or equipment to ..»
comply with applicable National, State, and local safety
codes orrequirements, or the safety requirements of a
recognized agency; or failure due to faulty design
concepts, or defective workmanship.
1.2 WORKMANSHIP
A. Contractor shall provide competent, disciplined, suitably
qualified personnel to lay out the work and perform the
construction.
B. The construction standards, tests and methods outlined in
these specifications are considered adequate to produce `
the product desired by the District.
1. The District may evaluate alternative methods of
construction upon written request.
a. Requests for alternative methods of
construction shall include detailed --
descriptions of the equipment, methods and
controls needed for the alternative, and a
description of the benefits which might be
achieved by this substitution.
01600-2
SECTION 01656
DISINFECTION OF DOMESTIC WATER LINES
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the filling and disinfection of
potable water distribution lines.
B. The District alone shall operate existing valves to
prevent the disinfectant solution from flowing back into
the line supplying the water or into adjacent parts of
the in-service distribution system.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Reference the Forwards to AWWA B300-80 and AWWA C651-86.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Hypochlorites.
1. Reference AWWA B300-87.
B. Adhesive.
1. Permatex No. 1.
PART 3 - EXECUTION
3.1 GENERAL
A. The contractor shall flush and satisfactorily disinfect
new water lines prior to placing them in service, in
accordance with AWWA C651-86.
B. Filling pipe:
1. The District shall operate existing valves to fill
the pipe, open air blow -offs, and hydrants.
01656-1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
3.2 PRELIMINARY FLUSHING
A. The District shall flush pipelines at a minimum velocity
of 2.5 ft./sec., in order to remove foreign material
prior to disinfection.
1. Preliminary flushing shall not be performed if the
tablet method of disinfection is approved by the
District.
3.3 METHODS
A. General.
1. The District shall:
a. Determine the disinfection method to be used.
b. Approve the method for disposal of flushing
water.
I
C. Sample and test flows .from the pipe system
extremities until clear, potable water is
obtained.
B. Tablet method.
1. The tablet method consists of placing calcium
hypochlorite granules and tablets in the water main
during construction, and filling the main with
potable water when installation is completed.
a. The tablet method shall not be used if trench
water or foreign material has entered the water
line, or if the water temperature is below
forty-one degrees Fahrenheit (five degrees
Celsius).
i. If trench water or foreign material has
entered. the water line, or if the water
temperature is below forty-one degrees
Fahrenheit, the continuous -feed method of
chlorination shall be used.
b. Calcium hypochlorite granules shall be placed
at the upstream end of the first section of
pipe, at the upstream end of each branch main,
01656-2
and at 500 foot intervals.
i. Reference Table 1, AWWA C651-86.
C. 5-gram calcium hypochlorite tablets shall be
placed in each section of pipe, hydrant,
hydrant lateral, and other appurtenances.
i. Reference Table 2, AWWA C651-86.
d. Tablets and granules shall be placed in
sufficient number and amount to produce a
minimum chlorine concentration in the treated
water of 50 milligrams per liter.
e. Except in hydrants and joints, tablets shall be
attached with an approved adhesive, and shall
be on the top of the interior of the pipe in
such a manner that there is no adhesive on the
tablet except on the broad side of the tablet
next to the pipe surface.
i. Reference paragraph 2.1.B.
f. The District shall introduce water into the
pipes at a velocity of less than 1 ft./sec.
g. The chlorinated water shall be retained in the
lines for a minimum of 24 hours, at which time
the treated water must contain no less than 25
milligrams per liter of chlorine throughout the
entire length of the main.
C. Continuous -feed method.
1. The continuous -feed method of disinfecting water
mains consists of placing calcium hypochlorite
granules in the main during construction, completely
filling the main to remove all air pockets, flushing
the completed main to remove the particulates, and
filling the main with potable water chlorinated so
that after a 24 hour holding period in the main,
there will be a free chlorine residual of not less
than 10 milligrams per liter.
a. Calcium hypochlorite granules shall be placed
in the pipe sections during construction.
i. Reference Section 3.3.B.1.c.
01656-3
b. Preliminary flushing shall occur.
i. Reference Section 3.2 and AWWA C651-86.
C. 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.
d. 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.
D. Slug Method.
1. The slug method of disinfecting water lines shall be
used only at the direction of the District.
a. Reference AWWA C651-86.
3.4 FINAL FLUSHING
A. After chlorination, the District shall assist the
contractor to 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.
3.5 BACTERIOLOGICAL TESTS
A. An accredited water quality control laboratory, as
previously approved by the District, shall collect
samples from the pipeline after final flushing, and prior
to placing water lines in service, to test for
bacteriological quality to show the absence of coliform
organisms. Payment for testing shall be the
responsibility of the Contractor.
B. The number and frequency of samples shall be determined
by the approved laboratory based upon AWWA C651-86.
01656-4
1. In no case shall the number of samples be less than
one (1) .
3.6 REPETITION OF PROCEDURE
A. If the initial disinfection, or subsequent disinfections,
fails to produce satisfactory samples, the main shall be
reflushed and resampled. If the samples are still not
satisfactory, the main shall be rechlorinated by the
continuous -feed or the slug method of chlorination until
satisfactory results are obtained.
B. If the residual is less than 25 milligrams per liter, as
stated in Paragraph 3.3, the water lines shall be
rechlorinated by the continuous -feed or slug method of
chlorination and retested.
01656-5
SECTION 01666
TESTING PIPING SYSTEM
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the hydrostatic testing of water
distribution lines.
B. Once the pipeline has been filled and disinfected, and
backfilling has been completed and approved, a pressure
test shall be conducted.
1. The contractor shall provide all equipment and
personnel to perform the hydrostatic test. Pressure
testing equipment shall be approved by the District
prior to commencing testing.
a. Test equipment shall be able to maintain a
continuous internal pipe pressure of 150 psi.
and accurately measure leakage from the pipe
over a 2 hour, minimum, test period.
b. The maximum allowable pressure gauge increment
shall be 5 psi.
C. A water meter shall be used to measure the
amount of water used in pressurizing the
system.
2. The District will record times, leakage readings and
pressure over the test period.
C. Testing shall not occur until at least 7 days have
elapsed since the last concrete thrust restraint was
cast.
1. A minimum of 72 hours shall elapse if
high -early -strength cement is used.
D. Testing shall not occur until after the pipeline has
been chlorinated and flushed.
E. Pipe shall remain filled with water for a minimum of 24
hours prior to the hydrostatic pressure test.
01666-1
F. Unless prior permission is given by the District, the
hydrostatic pressure test shall be performed against all
valves within the new piping system. _
1.2 PRESSURE TEST
A. "Leakage" is the quantity of water that must be added to
the pipeline to maintain a pressure of within 5 psi. of
the specified test pressure, after the air has been --
expelled and the pipe has been filled with water.
B. Test pressure. —
1. For steel pipe, ductile iron pipe, cast iron pipe,
and PVC pipe, the minimum test pressure. shall be 150
psi.
2. A residual pressure of within 5 psi. of the test
pressure shall be maintained for a. minimum of 2
hours.
C. The maximum allowable leakage for. each test section of
ductile iron pipe, cast iron pipe, steel pipe, and PVC
pipe is determined by the following formula:
1/2 where: L = maximum allowable
L = ND(P) H leakage, in gallons.
7400 N = number of joints in
the length of —
pipeline.
D = nominal pipe
diameter, in _
inches.
P = average test pressure
during the leakage
test, in psi.
H = number of test hours.
1. Reference AWWA C600-77.
D. Testing and Leakage.
1. Unless prior written permission is given by the
District, a test section shall not be any longer
than the length of pipe between adjacent line
valves.
1.3 PASSING
01666-2
A. If the tests disclose leakage greater than that
specified the defective materials and joints shall
be located and repaired.
1. The tests shall be repeated until the leakage is
less than the maximum allowed.
B. With the exception of obvious leaks, passing of the
pressure test shall be on the basis of maximum
allowable leakage per section tested.
C. All visible leaks shall be repaired regardless of
maximum allowable leakage.
01666-3
SECTION 01710
SITE CLEANUP
1.1 GENERAL
A. Site cleanup shall be executed during the progress of the
work, and at the completion of the work.
1.2 EXECUTION
A. Construction materials shall be neatly stored.
B. Containers shall be provided for the collection of waste
material and debris.
1. Containers shall be stored out of the right-of-way.
C. Volatile wastes shall be stored in clearly marked,
covered metal containers and removed daily.
D. Construction material, equipment, waste containers,
construction buildings, parking etc., shall only be
allowed within the limits of the construction easement.
1. Any off -site storage of construction material,
equipment, waste containers, construction buildings,
parking, etc. shall be allowed only after the
Contractor has obtained the written permission of
the property owner.
E. Upon completion of the construction, the job site shall
be restored to its original condition.
1. Contractor shall restore any land that will not be
paved with asphalt, or concrete, to its original
condition.
a. All topsoil shall be restored to its original
quality.
b. Any areas which are stripped of vegetation
prior to or during construction shall be
reseeded.
2. All exterior paved surfaces shall be broom cleaned,
and left in good repair.
1.3 DISPOSAL
01710-1
A. In order to maintain an orderly site, waste material and
debris shall be removed periodically.
B. Volatile wastes shall be removed daily.
01710-z
SECTION 01720
PROJECT RECORD DRAWINGS
1.1 RECORDING OF DRAWINGS
A. Accurate Project Record Drawings shall be compiled by the
Contractor and provided to the District prior to
Preliminary acceptance of the Work.
B. Each sheet of the drawings shall be labeled "DRAWINGS OF
RECORD" in neat large printed letters.
C. Construction information shall .be recorded concurrently
with construction progress.
D: Project Record Drawings shall be marked legibly and with
an indelible pen.
E. Project Record Drawings shall record actual construction
and contain the following:
1. Field dimensions, elevations, and details.
2. Changes which are made by a modification.
3. Details which are not on the original Construction
Drawings.
4. Horizontal and vertical locations of underground
utilities and appurtenances referenced to a minimum
of three permanent surface improvements.
5. Depths of various elements of work in relation to
project datum.
1.2 MAINTENANCE OF PROJECT RECORD DRAWINGS DURING
CONSTRUCTION
A. Project Record Drawings shall be stored apart from
documents used for construction.
B. Project Record Drawings shall be maintained in a clean,
dry, legible condition and in good order.
1. Project Record Drawings and any documents used for
the preparation of said Drawings shall not be used
for construction purposes.
01720-1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
1.3 SUBMISSION —
A. Project Record Drawings shall be submitted to the
District with a transmittal letter, in duplicate,
containing:
1. Date. —
2. Project title.
3. Contractor's name, address and telephone number.
4. Developer's name, address, and telephone number.
5. Title and number of each Record Document.
B. Project Record Drawings shall be submitted on 24" x 3611,
3 mil (minimum) reproducible, double -matte mylar.
1. No acceptance of the utility lines will be made
until the Project Record Drawings are received and
accepted by the District.
01720-2
SECTION 02221
TRENCHING, BACKFILLING AND COMPACTING
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers construction staking, excavation and
trenching; including subsurface drainage, dewatering,
preparation of.subgrades, pipe bedding, backfilling,
compacting, and finish grading for underground pipelines,
service lines and appurtenances.
1.2 QUALITY ASSURANCE
A. Soil compaction tests shall be performed in accordance
with:
1. ASTM D698 - Standard Method of Test for Moisture
Density Relations of Soils.
2. ASTM D2049 - Standard Method of Test for Relative
Density of Cohesionless Soils.
B. Construction Staking.
1. Construction staking shall be performed with
qualified, competent personnel.
2. All survey notes and construction staking notes
shall be entered into bound, hard cover field books.
3. Staking of the work shall be at a maximum of 50 foot
stations.
4. Offsets shall be staked so that vertical and
horizontal alignment may be checked.-
5. All survey data, which is developed by the
Contractor or the Developer's Engineer in performing
surveys which are required by the work, shall be
available to the District for examination throughout
the construction period.
1.3 JOB CONDITIONS
A. Drainage and groundwater.
02221-1
1. All excavations and trenches shall be kept free from
excess groundwater during construction.
2. Any water which is encountered in the trench shall
be removed to the extent necessary to provide a firm
subgrade, to permit joints to be made in the dry,'
and to prevent the entrance of water into the.
pipeline.
3. Surface runoff shall be diverted as necessary to
keep excavations and trenches free from water during
construction.
4. The excavation or trench shall be kept free from
water until the structure, or pipe to be installed
therein, is completed to the extent that no damage
from hydrostatic pressure, flotation, or other cause
will result.
5. Water shall be prevented from entering into
previously constructed pipe.
6. The pipe under construction shall not be used for
dewatering.
B. Sequencing.
1.. Pipeline installation shall be performed within 300
linear feet of trench excavation limit.
a. If construction is occurring in an open field,
this distance may be amended, at the District's ..
discretion.
2. Initial trench backfill shall, be performed within 50 _
linear feet of pipeline installation.
a. If construction is occurring in an open field,
this distance may be amended, at the District's
discretion.
3.. Where excavation is a hazard to automotive or
pedestrian traffic, the amount of open trench and
the time duration of that opening is to be
minimized.
a. The contractor shall coordinate the amount and
duration of road closure with the appropriate
02221-2
Traffic Department.
C. Underground obstructions.
1. It shall be the responsibility of the Contractor to
field verify all existing Drawing of Record
information obtained from the District.
2. Contractor shall notify each affected utility owner
and request utilities to be field located by surface
reference at least 48 hours prior to trenching or
excavation.
3. In situations where conflicts may exist, the
contractor shall expose and verify the size,
location, and elevation of underground utilities and
other obstructions, sufficiently in advance of
construction to permit changes to be made to the
Construction Drawings.
a. In the case of a conflict, the Contractor shall
notify the District and the affected utility
company.
b. In the case of a conflict, the proposed work
may be modified at the District's discretion.
4. Existing improvements, adjacent property, utilities,
trees, and plants that are not to be removed shall
be protected from injury or damage. resulting from
the Contractor's operations.
S. If the Contractor removes any underground
obstructions, the following shall apply:
a. Drainage culverts may be salvaged, stored and
reused in the original location, if prior
approval is obtained from the appropriate
agency.
i. All other underground obstructions shall
be replaced with new materials.
b. The area in which the underground
obstruction was located shall be restored
to original condition, or better.
1.4 MAINTENANCE AND CORRECTION
02221-3
A. Contractor shall maintain and repair all trench
settlement and make necessary repairs to pavement,
sidewalks or other structures which may be damaged as a
result of backfill settlement.
1. Contractor.shall warrant work for a period of two
(2) years after completion and preliminary
acceptance of the work. At end of the two year
warranty period a final inspection shall be
completed by the District and, if no problems are
noted, final acceptance will be given.
B. Contractor may perform such maintenance and repairs by
subcontract.
1. If the contractor chooses to subcontract the
warranty work, he shall submit to the District, a
copy of the subcontract, or the work authorization,
as evidence of the contractor's faithful intention
to perform any repairs which may become necessary
during the two-year warranty period.
PART 2 - MATERIALS
2.1 STABILIZATION MATERIAL
A. If the existing soil in the trench bottom is judged to be
unsuitable by the District, the top 6-inches of the pipe
subgrade shall be removed and replaced with a -'
stabilization material.
1. Stabilization material is crusher -run rock, --•
conforming to ASTM D448, or CDOT #357.
SIZE
PERCENT PASSING
2"
95-100
1"
35- 70
1/2"
10- 30
#4
0- 5
B. Acceptable types of filter fabric and their manufacturers
are: .�
1. Mirafi 140 and 500 x, by "Celanese"
02221-4
2. Bidim C-28 and C-34.
3. True Tex M G-100, by "True Temper"
4. Fibretex Grade 150, by "Crown Zellerbach".
2.2 BEDDING MATERIALS
A. Granular material.
1. Uniformly graded material, conforming to CDOT 067.
SIZE
PERCENT PASSING
1"
100
3/4"
90-100
3/8"
20- 55
#4
0- 1G
#8
0- 5
B. Select soil.
1. Excavated material which is free from rocks, clods,
and stones greater than 1 1/2 inch in any dimension,
and which meets other requirements of trench
backfill material.
2. Granular material.
a. Reference paragraph 2.2.A.
C. Barrier material.
1. Soil Classification.
a. GC - clayey gravels, gravel -sand -clay mixtures.
b. SC - clayey sands, sand -clay mixtures.
C. CL - inorganic clays of low to medium
plasticity, gravelly clays, sandy clays, silty
clays, clean clays.
d. Material may be finely divided, suitable, job
excavated material free from stones, organic
matter and debris.
D. Hydrant gravel.
02221-5
1. Reference Section 02644.
2.3 TRENCH BACKEILL MATERIAL
A. Trench backfill material shall be placed from a point
12-inches above the pipe to 12-inches below the ground
surface or to the bottom of the pavement subgrade,
whichever is greater.
B. Trench backfill material shall be either soil excavated
from the trench, or imported soil.
1. Any soil used for trench backfill, shall be free
from frozen matter, stumps, roots, brush, other
organic matter, cinders or other corrosive material,
debris, and any rocks or stones which are larger ^
than 6-inches, in any dimension.
a. Rocks or stones which are larger than 3-inches,
in any dimension, shall not be placed within one —
foot of pavement subgrade, or within one foot of
the finished surface of unpaved areas.
2. If imported soil is used for trench backfill, it
shall meet CDOT specifications for Class #2.
PART 3 - EXECUTION
3.1 PREPARATION
A. Topsoil shall be stripped from areas which .are to be
disturbed by construction and stockpiled
1. Topsoil shall be segregated from non -organic trench ^
excavation material, and debris.
3.2 TRENCHING
A. Trenches shall be excavated by open cut methods, except
where boring or tunneling is indicated, shown on
drawings, or approved by the District.
B. Trench width shall be maintained to within 3 inches of ,.
that specified on plans.
C. Care shall be used when operating mechanical equipment in
locations where it may cause damage to trees, buildings,
culverts, or other existing property, utilities, or
structures above or below ground.
02221-6
D. Mechanical equipment shall be designed and operated in
such a manner that the bottom elevation of the trench can
be controlled with uniform trench widths and vertical
sidewalls which extend from the bottom of the trench to
an elevation one foot above the top of the installed
pipe.
E. Trench alignment shall be sufficiently accurate to permit
pipe to be aligned properly with an 8 inch minimum
clearance between the pipe and the sidewalls of the
trench.
1. The trench sidewall shall not be undercut in order
to obtain clearance.
F. Contractor shall over -excavate a minimum of six inches
below the bottom of the pipe wherever the trench bottom
is rock, shale, or other unsuitable material.
1. Over -excavation shall be backfilled and compacted
with acceptable Granular Material.
a. Reference paragraph 2.2 A.
G. Preparation of trench bottom.
1. Trench bottoms shall be graded uniformly to provide
clearance for each section of pipe.
2. Loose material, water, and foreign objects shall be
removed from the trench.
3. The contractor shall provide a firm subgrade, which
is suitable for application of bedding material.
4. Wherever unstable material is encountered in the
bottom of the trench, said material shall be
over -excavated to a depth suitable for construction
of a stable subgrade.
a. The depth suitable for construction of a stable
subgrade shall be determined by the Engineer.
b. The over -excavation shall be backfilled with
stabilization material and compacted a's
required by the District.
i. Reference paragraph 2.1.
02221-7
11
H. Stockpiling excavated materials.
1. Suitable material for backfilling shall be
stockpiled in an orderly manner, and a minimum of 2
feet from the edge of the trench.
2. Excess excavated materials not suitable or not
required for backfilling shall be removed and
disposed.
3. Excavated material shall not be stockpiled against
existing structures or appurtenances.
I. Limiting trench widths.
1. Trenches shall be excavated 'to a width necessary to
provide an 8-inch minimum working space between the
pipe and the trench walls for proper pipe
installation, joining, and bedding.
2. The maximum trench width at an elevation 12 inches
above the top of the installed pipe, shall be 2
barrel diameters of the pipe, or 32 inches,
whichever is greater.
a. If the width of the trench, 12 inches above the
top of the pipe, exceeds the maximum allowable
trench width, a higher strength pipe or special
pipe bedding shall be provided, as required by
soil loading conditions and as determined by
the District.
3. If PVC pipe is used. and the maximum cover over the
pipe exceeds 17 feet, a granular material shall be
placed to an elevation of 1 foot above the top of `
the pipe, and compacted to 95% of maximum relative
density, as per ASTM D2049.
3.3 PIPE BEDDING
A. Placement and compaction.
1. Reference Pipe Bedding Detail.
2. Bedding material shall be distributed and graded to
provide uniform and continuous support beneath the
pipe at all points between bell holes, or pipe
joints.
02221-8
a. Pipe shall not be supported by the bells.
3. To prevent vertical or lateral displacement of pipe,
3/47 COOT #67 specification washed rock bedding
material shall be deposited and compacted uniformly
and simultaneously a minimum of four inches (4")
under and on each side to top of pipe. Note - In
unstable conditions; i.e., rock, water, wet soils,
etc., the District may require COOT #357
specification bedding.
4. Granular bedding material shall be compacted in
accordance with these Specifications.
B. Ground water barriers shall be constructed in such a
manner as to impede passage of water through bedding
material for the full depth of the granular bedding
material, and the full width of the trench.
1. Ground water barriers shall be approximately four
(4) feet long and spaced not more than 400 feet
apart.
2. Material shall be as specified by the ditch company
which controls the irrigation ditch.
a. If there is no ditch company, the District
shall determine the material to be used.
3.4 BACKFILLING AND COMPACTION
A. Trenches shall be backfilled promptly after the pipe has
been installed and inspected.
1. Backfill around manholes and valve boxes shall be
compacted with hand -operated equipment.
2. Reference paragraph 1.3.B.2.
B. Sheeting removal (if the Contractor elects to use
sheeting).
1. Do not remove sheeting prior to backfilling.
2. Use effective methods to protect the construction,
other structures, utilities and properties during
sheeting removal.
02221-9
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
Connell Resources,Ia%. 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 $ 5% of hid amount for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby
made a part hereof to enter into a Construction Agreement for the construction of
Fort Collins Project, NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the 1penal 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 1
3. Voids left by sheeting removal shall be filled with
dry sand.
4. Sheeting which is left in place shall be cut off at
an elevation 1-1/2 feet below the finish grade of
unpaved areas, or the subgrade of paved areas.
C. Backfill material shall be deposited in uniform
horizontal layers which may not exceed six (6) inches
(compacted depth), in all areas.
1. Other thickness may be used with the prior written
approval of the District.
D. Methods and equipment which are appropriate for the
backfill of material shall be employed.
1. Backfill equipment or backfilling methods which
transmit damaging shocks to the pipe, are not to.be
used.
E. Compaction shall not be performed by jetting or water
settling. ..
F. If compaction can not be obtained with job excavated
material; trench backfill material shall be imported.
G. Topsoil shall be replaced to the depth of stripping over
all areas which are to receive vegetation.
H. Excess excavated materials and materials not suitable for ^
backfill shall be removed from the site.
3.5 FIELD QUALITY CONTROL
A. Field compaction control.
1. Field tests will be conducted to determine
compliance of compaction methods with specified
density in accordance with`ASTM D2922 (Tests for
Density of Soil and Soil -Aggregate In Place by
Nuclear Methods).
2. Compaction tests shall be performed at a depth of
1.5 feet above the top of the pipe and in 1 foot
vertical increments up to the finish grade.,
a. Compaction tests shall be performed at least
once every 100 linear feet, as measured along
the length of the pipe.
^
02221-10
I
b. If the District determines that reliable and
uniform results are produced by the
contractor's construction techniques, the
frequency of testing may be changed to once
every 300 feet.
B. Compaction shall be to the following minimum densities:
(Reference ASTM D698 or AASHTO T99 unless otherwise
indicated).
1. Barrier material
2. Pipe bedding.
95% of maximum density.
a. Compacted granular material: 80% of maximum
relative density (ASTM D2O49).
b. Carefully compacted select soil: 90% of
maximum density.
C. Barrier material
3. Trench backfill.
95% of maximum density.
a. Paved roadways, sidewalks and other areas which
are to be paved.
i. Top four feet: 95% of maximum density.
ii. Remainder of trench: 90% of maximum
density.
b. Gravel roadways: 95% of maximum density.
C. Fields and all other areas: 90% of maximum
density.
d. Under footings, foundations or structures:
100% of maximum density.
e. All other locations: 95% of maximum density.
C. Moisture content.
1. All compacted backfill shall be within 2% ('+/-) of
the optimum moisture content of the soil as
determined by ASTM D698.
02221-11
2. Water shall be added to the material, or the
material shall be harrowed, disced, bladed, or
otherwise worked to insure a uniform moisture _
content, as specified.
02221-12
SECTION 02224
PIPE BORING AND JACKING
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the furnishing and the installation
of buried casing pipe, installed either by open -cut,
boring or jacking.
1.2 QUALITY ASSURANCES
A. Design Criteria.
1. Specified thickness for pipe and casings are based
upon the superimposed loads and not upon the loads
which may be placed on the pipe as a result of
jacking operations.
a. Increased pipe strength shall be provided as
necessary to withstand jacking loads.
B. Construction Criteria.
1. Contractor shall obtain the necessary permits from
the appropriate entities (County, City, railroad,
ditch company, etc), prior to commencing
construction. The District shall be responsible for
obtaining Federal or State road access permit(s).
2. Contractor shall obtain the bonds or the indemnity
which are required by the permits, for protection
against any damage and interference, with traffic
and service, which are caused by the construction
activities.
PART 2 - PRODUCTS
2.1 CASING PIPE - SMOOTH STEEL
A. The minimum yield point of smooth steel casing pipe shall
be 35,000 psi.
B. The minimum wall thickness of smooth steel casing pipe
shall. be as as determined by the agency granting the
02224-1
crossing permit. In no event shall the minimum wall
thickness be less than 3/8".
C. The ends of smooth steel casing pipe shall be beveled for
field welding.
D. Buried smooth steel casing pipe shall have a coal -tar ^'
enamel exterior coating, which conforms to AWWA C203-86,
Section 2 (when required by the Construction Drawings).
1. If the Contractor elects to omit the coal -tar enamel
exterior coating, 1/16 inch shall be added to the
required thickness of the casing pipe. _
2.2 ACCESSORIES
A. Casing Seals.
1. Casing seals shall be prefabricated with high
density rubber and stainless steel straps. —
2. The acceptable type and manufacturer of casing seals
are:
a. Pipeline Seal and Insulator Co., Model W.
b. Or an approved equal. '-
B. Chocks.
1. Chocks are required for support of all, cased carrier
piping and shall be prefabbed as available from
Powerseal as Model 4810, or approved equal.
C. Grout.
1. Grout shall consist of 1 part Portland Cement and 3
parts sand.
PART 3 - EXECUTION
3.1 CASING INSTALLATION
A. General.
1. Vertical and horizontal offset staking shall be ..
provided at both ends of bored or jacked crossings.
02224-2 �"
a. Horizontal alignment shall not be deviated from
by more than 6 inches.
b. Grade shall not be deviated from by more than 3
inches, as measured from the pipe invert.
2. Open trench excavation shall not be permitted where
boring or jacking is specified.
3. The earth which is displaced by the casing, shall be
removed from the construction site.
4. Wherever it is indicated in the Construction
Drawings, the casing shall be installed by open -cut
methods.
a. Reference Section 02221.
B. Smooth Steel Pipe.
1. Adequate equipment shall be provided so as to insure
a smooth, continuous, and uniform casing with no
exterior voids.
2. Each section of pipe shall be welded with a full
penetration butt weld around the entire
circumference of the joint to form a watertight
continuous conduit capable of resisting all
stresses, including jacking stresses.
C. Grouting.
1. All spaces between the casing and the earth shall be
filled with grout.
2. Grouting operations shall be performed in a sequence
which will preclude any deflections which exceed 5
percent of the tunnel diameter.
3. After the grout is in place, each hole shall be
plugged in order to prevent the backflow of grout.
3.2 CARRIER PIPE INSTALLATION
A. Reference Section 02615.
B. Support chocks shall be individually attached to the pipe
as specified by the manufacturer.
02224-3
a. Each pipe shall have a minimum of 3 chocks per pipe
section.
C. The annular -space between buried casing and the carrier
pipes shall be left vacant..
D. The ends of the casing pipe shall be sealed with casing
seals.
02224-4
SECTION 02225
SPANNED PIPE CASING
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the furnishing and the installation
of spanned (or aerial) pipe casing.
1.2 QUALITY ASSURANCES
A. Design Criteria.
1. Specified thickness for casing pipe is based upon
the suspension loads.
a. Increased pipe strength shall be provided as
necessary to withstand projected suspension
loading.
B. Construction Criteria.
1. Contractor shall obtain the necessary permits from
the appropriate entities, prior to commencing
construction. Or, in the case of public rights -of -
way, the District shall be responsible for obtaining
the necessary access permits.
2. Contractor shall obtain the bonds or the indemnity
which are required by the permits, for protection
against an.y damage and interference, with traffic
and service, which are caused by the construction
activities.
PART 2 - PRODUCTS
2.1 CASING PIPE AND SUPPORT MEMBERS - SMOOTH STEEL
A. The minimum yield point of smooth steel casing pipe shall
be 35,000 psi.
B. The minimum wall thickness of smooth steel casing pipe
shall be determined by the agency granting the crossing
permit. In no event shall the minimum wall thickness be
less than 3/8".
02225-1
1. Reference District Detail Drawing titled "Spanned
Crossing Detail". C. The ends of smooth steel casing pipe shall be beveled for
field welding.
D. Support member steel shall be a minimum of 5/8" in
thickness.
1. Reference District Detail Drawing titled "Spanned
Crossing Detail".
E. All casing pipe and support member material shall be
coated with a rust inhibitive epoxy paint exterior
coating of a neutral grey or tan color.
2.2 ACCESSORIES
A. Casing Seals.
1. Casing seals shall not be required when interior
void area between carrier piping and casing pipe is
sealed with insulation as specified in Section 2.2,
C. below.
B. Chocks.
1. Chocks are required for support of all cased carrier
piping and shall be prefabbed as available from ^'
Powerseal as Model 4810, or approved equal.
C. Insulation.
1. All void areas within spanned (or aerial) casing -
pipe shall be completely filled with injected .
polyethylene foam insulation.
PART 3 - EXECUTION
3.1 CASING INSTALLATION
A. General.
1. Vertical and horizontal offset staking shall be
provided at both ends of spanned casing
installation.
a. Horizontal alignment shall not be deviated from
02225-2 .�
LL�
by more than 6 inches.
b. Grade shall not be deviated from by more than 3
inches, as measured from the pipe invert.-
B. Steel Pipe.
1. Adequate equipment shall be provided so as to insure
a continuous and uniform casing.
2. Each section of pipe and support members shall be
welded with a full penetration butt weld around the
entire circumference of the joint to form a
watertight continuous conduit capable of resisting
projected suspension stresses.
C. Insulating.
1. Polyethylene foam insulation'shall be injected
through each injection port and each end of casing
to completely fill all voids between carrier piping
and casing.
3.2 CARRIER PIPE INSTALLATION
A. Reference Section 02615.
B. Support chocks shall be individually attached to the pipe
as specified by the manufacturer.
a. Each pipe shall have a minimum of 3 chocks per pipe
section.
02225-3
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 15th day of July , 2003, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth
above.
PRINCIPAL
Name: Connell Resources, Inc.
Address. 4305 E. Harmony Road
Fort Collins, CO 80528
By;
\\7\\\�►R\ w
mac. —•' �� � \�
• .�.�
(SEAL)
SURETY
Travelers Casualty and Surety Company of
America
Hartford, CT 06183
Title: Attorney -in -Fact_
(SEAL)
7/96 Section 00410 Page 2
SECTION 02575
PAVEMENT REPAIR AND RESURFACING
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers surface obstructions which the
Contractor must remove and replace, such as pavement,
drives, curbs, gutters, sidewalks, and similar surfaces,
as required to perform the work.
1. Contractor has the option of protecting instead of
removing and replacing obstructions that interfere
with the work.
1.2 The words "Standard Street Specifications", as used
herein, refer to the current City of Fort Collins,
Larimer County or State Department of Transportation
Design Criteria and Standards for Streets.
PART 2 MATERIALS
2.1 AGGREGATE, ASPHALT AND CONCRETE
A. All materials, such as but not limited to aggregate,
bituminous material, and concrete, which are used in the
repair of surface obstructions, shall conform to the
"Standard Street Specifications".
PART 3 - EXECUTION
3.1 MANHOLE FRAMES AND VALVE BOXES.
A. Prior to placing the base course, manhole frames and
water valve boxes shall be raised to final grade.
B. Foreign matter which is introduced into manholes and
valve boxes by the work, shall be removed immediately to
provide free access to these facilities.
C. All valve boxes and manhole rings shall be straight and
properly aligned.
1. Valve boxes shall be inspected by placing a valve
02575-1
key on the operating nut to assure a proper
alignment.
3.2 ASPHALT AND CONCRETE, INCLUDING BASE AND GRAVEL SURFACING
A. Contractor shall remove, dispose of, and restore asphalt,
concrete pavement, curbs, drives, sidewalks and gravel
surfacing in accordance with the "Standard Street
Specifications" of the appropriate agency.
3.3 CONCRETE SURFACING
A. With the exception of improvements on private property, _
asphalt,concrete drives, curbs, gutters, sidewalks, and
similar structures shall be removed, disposed of, and
restored in accordance with the "Standard Street
Specifications" of the appropriate agency.
3.4 FIELD QUALITY CONTROL
A. Subgrade-, aggregate base course, and bituminous pavement
shall be compacted in accordance with the "Standard
Street Specifications".
B. Concrete.
1. Reference the "Standard Street Specifications".
2. Reference Section 03300.
02575-2
SECTION 02615
DUCTILE IRON PIPE
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers ductile iron pipe.
B. Pipe shall be furnished complete with all fittings,
flanges, specials and other accessories.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handling
1. Slings, pipe tongs or skids shall be used for
handling pipe.
2. Pipe or fittings shall not be dropped.
a. Dropping pipe or fittings onto cushions is also
forbidden.
3. Pipe shall not be handled in any manner which will
cause damage.
B. Storage
1. Lubricant shall be stored and used in a manner which
will avoid .contamination.
2. Rubber gaskets shall be stored in a cool, dark
location away from grease, oil and ozone producing
electric motors.
3. The maximum stacking heights of pipe as listed in
Tables 1 and 2 of AWWA C600-77, shall not be
exceeded.
PART 2 - PRODUCTS
2.1 DUCTILE IRON PIPE
A. All ductile iron pipe, with push -on joints, shall be
manufactured in accordance with ANSI A21.51-86(AWWA
02615-1
C151) .
B. All ductile iron pipe, with flanged, flat faced joints,
shall be manufactured in accordance with ANSI
A21.15-83(AWWA"C115).
C. Ductile iron pipe which is less than 12 inches in
diameter shall be Class 52 pipe.
D. Ductile iron pipe which is 12 inches in diameter or —
larger shall be Class 51 pipe.
E. All ductile iron pipe shall have nominal laying lengths
of either 18 or 20 feet.
1. Random pipe lengths are not acceptable.
2.2 FITTINGS AND COUPLINGS
A. All fittings and couplings shall be manufactured in -
accordance with AWWA C104-85, C110-77, and C111-85.
B. All fittings and couplings shall have one of the —
following types of connections:
1. Flanged. —
2. Mechanical joint.
3. Push -on.
C. All fittings and couplings shall be made of either
gray -iron or ductile iron, and have a minimum pressure
rating of 150 psi.
2.3 JOINTS
A. All mechanical and push -on joints shall be manufactured
in accordance with ANSI A21.11-85(AWWA C111).
1. All gaskets shall be made of synthetic rubber.
2. Lubricant shall be that which is specified by the _
pipe manufacturer.
3. All nuts and bolts shall be manufactured in
accordance with ANSI-A21.11-85(AWWA C111)
B. All ductile iron pipe with threaded flanged joints shall
02615-2 ""
be manufactured in accordance with ANSI A21.15-83(AWWA
C115).
1. All flanges shall be sized and drilled in accordance
with ANSI B16.1, Class 125 Cast -Iron Flange.
2.4 PIPE LINING
A. All ductile iron pipe shall have a standard thickness
cement mortar lining.
1. Ductile iron pipe which .is less than 12 inches in
diameter shall have a cement mortar lining with a
minimum thickness of 1/16 inch.
2. Ductile iron pipe which is larger than 12 inches in
diameter shall have a cement mortar lining with a
minimum thickness of 3/32 inch.
B. All ductile iron pipe lining shall conform to ANSI
A21.4-85(AWWA C104).
2.5 PIPE COATINGS
A. All ductile iron pipe shall have a bituminous coating on
the pipe exterior.
1. The minimum thickness of the bituminous coating
shall be 1 mil.
2.6 ACCESSORIES
A. All tie rods shall conform to ASTM A307.
1. All steel rods shall be of a standard weight and
shall conform to ASTM A1201 standard weight.
2. All washers shall be plain steel and conform to ANSI
B27.2.
B. Protecto Wrap Tape shall be #200 or #200A
PART 3 - EXECUTION
3.1 INSTALLATION
A. Pipe and fittings shall be examined for cracks, dents,
abrasions or other flaws prior to installation.
02615-3
1. Defective pipe and fittings shall be marked and
removed from the site.
B. Reference Section 02713.
C. Cutting the pipe.
1. The pipe shall be cut smooth, straight and at right
angles to the pipe axis, with a saw or an abrasive
wheel.
2. The pipe or cement lining shall not be damaged —
during the cutting operation.
3. The cut ends and rough edges of the pipe shall be
ground off so they are smooth. _
4. The cut end of the pipe shall be beveled for push -on
joints. —
D. Field joints
1. Push -on joints shall be used in underground
locations, unless indicated otherwise on the Project
Drawings.
2. All joints shall be watertight and free. from leaks.
3. Joints shall not be deflected beyond the maximum
values as specified in Tables 5 and 6 of AWWA
C600-77.
4. After initial acceptance of the waterline, the
Contractor shall be responsible for the repair of
any leak.which is discovered within a two year
period.
E. Loose polyethylene encasement
1. Polyethylene encasement shall be used whenever the
resistivity of the native soil is less than 2,500
ohm -centimeters, or as required by the District. —
2. All polyethylene encasement for ductile iron pipe
shall conform to ANSI 21.5-82(AWWA C105).
a. Polyethylene shall be a minimum of 6 mils
thick.
02615-4
b. Polyethylene encasement may be installed by
Methods A, B or C. of ANSI 21.5-82(AWWA C105).
3. Rips, punctures or other damage to the polyethylene
encasement shall be repaired with adhesive tape or
with a short length of polyethylene, which shall be
wrapped around the pipe and secured in place with
tape.
4. A sealed encasement shall be maintained on the pipe
with the polyethylene.
a. The polyethylene shall be taped to existing
lines and to the ends of other overlap
sections.
b. Sections of polyethylene shall overlap each
other by 1 foot.
5. When polyethylene is used, the bedding and
backfilling shall be controlled so that the
polyethylene is not torn or damaged.
6. Loose polyethylene encasement shall be used at these
additional, buried locations:
a. Valves and fitting with flanged or mechanical
joints.
b. Bolted fitting, such as couplings.
C. Tie rods and joint harness.
3.2 JOINT INSTALLATION
A. Push -on joints
1. Dirt, oil, grit, excess coatings, and other foreign
matter shall be removed from the inside of the bell
and the outside of the spigot.
2. The gasket shall be inserted.
3. A thin film of lubricant shall be applied to the
inside surface of the gasket and the spigot end of
the pipe.
4. The joint surface shall not be allowed to come in
02615-5
contact with the ground.
5. The pipe shall have a depth mark prior to assembly _
to insure that the spigot end is inserted the full
depth of the joint.
6. The joint shall be completed, taking care that the
spigot is inserted to the depth mark.
a. Stabbing of pipe shall not be allowed.
b. Under no circumstances shall joints be seated
utilizing powered mechanical equipment.
B. Mechanical joints
1. Dirt, oil, grit, excess coating 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 of the bell, the outside of the spigot, and
the gasket.
3. Nuts shall be alternately tightened on opposite
sides of the pipe to produce equal. pressure on all
parts of the gland.
4. A torque limiting wrench shall be used, and bolts
shall be tightened to the following torque values:
Bolt Size
Tor ue(Ft.
Lbs.) —
5 8"
40 -
60
3/4"
60 -
90
1"
70 -
100
1 1/4"
90 -
120 —
5. Holes in mechanical joint bells shall straddle the
top centerline.
C. Mechanical couplings
1. Dirt, oil, grit, excess coating, and other foreign
matter shall be removed from each end of the pipe.
2. Any cut ends or rough edges of the pipe shall be
02615-6
ground off so that they are smooth.
2. The gap between pipe ends being coupled shall be
less than one inch and .greater than 1/4 inch.
D. Flanged joints
1. Pipe shall be extended completely through screwed -on
flanges.
2. The pipe and the flange face shall be machine
finished in a single operation.
3. Any restraints on the pipe which will prevent
uniform gasket compression or cause unnecessary
stress in the flanges shall be eliminated.
4: Mechanical connections shall not be assembled until
all flanged joints, which are affected, have been
tightened.
5. Bolts spaced on opposite sides of the pipe shall be
alternately tightened to assure uniform gasket
compression.
6. Holes in flanges shall straddle the top centerline.
02615-7
SECTION 02622
PLASTIC PRESSURE PIPE
PART 1 - GENERAL
1.1 DESCRIPTION
A. This Section covers plastic pressure pipe.
1. All pipe shall be furnished complete with all
fittings, specials, and other accessories.
1.2 USE
A. Unless otherwise approved by the District plastic
pressure pipe shall be utilized for all new water main
installation.
1.3 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handling
1. Pipe shall be handled with slings, pipe tongs or
skids.
2. Pipe or fittings shall not be dropped.
a. Dropping pipe or fittings onto cushions is also
forbidden.
3. Care must be taken to prevent .damage to the pipe and
fittings by impact, bending, compression, or
abrasion.
B. Storage
1. Lubricant shall be stored and used in a manner which
will avoid contamination.
2. Rubber gaskets shall be stored in a cool, dark
location away from grease, oil and ozone producing
electric motors.
3. Pipe shall not be stacked higher than 5 feet.
4. Pipe shall be stored on a flat surface which
provides even support for the pipe barrel.
02622-1
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 ATTORNEYS) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C.
Bensler, Kelly T. Urwiller, 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 full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -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 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 ,. ritings 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.
a. Pipe shall not .be stored in such a way as to be
supported by the bell. _
5. Any.pipe which exhibits any signs of ultraviolet
deterioration, shall not be used.
PART 2 - PRODUCTS —
2.1 PLASTIC PRESSURE PIPE
A. All plastic pressure pipe shall be manufactured in
accordance with AWWA C900-75.
B. Plastic pressure pipe shall be Class 150, with a —
dimension ratio of 18 (DR 18) or Class 200, with a
dimension ratio of 18 (DR 18) in areas of higher
distribution pressure, as designated by the District. C. All joints on plastic pressure pipe shall be push -on,
. using an integral bell with an elastomeric-gasket. _
D. The following are acceptable manufacturers of plastic
pressure pipe: —
1. Johns -Manville
2. Certainteed
3. Gifford -Hill
4. Carlon —
E. All plastic pressure pipe shall have a nominal laying —
length of 20 feet.
1. Random pipe lengths are not acceptable.
2.2 FITTINGS
A. Reference Section 02615. —
2.3 COUPLINGS
A. Reference Section 02615. —
02622-2
PART 3 - EXECUTION
3.1 INSTALLATION
A. Pipe and.fittings shall be examined for cracks, dents,
abrasions or other flaws prior to installation.
1. Defective pipe and fittings shall be marked and
removed from the site.
B. Reference Section 02713.
C. Cutting the pipe.
1. The pipe shall be cut smooth, straight and at right
angles to the pipe axis, with saws or pipe cutters
which are designed specifically for the material.
2. When installation involves spigot joints the pipe
end shall be beveled in accordance with the
manufacturer's recommendations.
3. When installation involves mechanical joints the
pipe end shall remain smooth and straight.
4. Burrs shall be removed, and -all dust shall be wiped
off of the jointing surfaces.
D. Field Joints.
1. Push -on joints shall be used.
2. All joints shall be watertight and free from leaks.
3. Joints shall not be deflected beyond the maximum
values as recommended by the pipe manufacturer.
4. After the initial acceptance of the waterline, the
Contractor shall be responsible for the repair of
any leak which is discovered within a two year
period.
3.2 JOINT INSTALLATION
A. Push -on joints.
1. Dirt, oil, grit, excess coatings, and other foreign
matter shall be removed from the inside of the bell
and the outside of the spigot.
02622-3
2. The gasket shall be inserted into the bell of the
pipe. _
3. A thin film of lubricant shall be applied to the
inside surface of the gasket and the spigot end of
the pipe.
4. The joint surface shall not be allowed to come in
contact with the ground.
5. The pipe shall have a depth mark prior to assembly
to insure that the spigot end is inserted the full
depth of the joint.
6. The joint shall be completed, taking care that the
spigot is inserted to the depth mark.
a. Stabbing of pipe shall not be allowed.
b. Under no circumstances shall joints be seated
utilizing powered mechanical equipment.
7. Previously completed joints shall not be disturbed
during the jointing operation.
B. Plastic pressure pipe shall not be installed without the use of tracing wire.
1. A single, braided, 12-gauge, insulated copper wire —
(to be used as a tracing wire) shall be taped to the
top of all pipe using vinyl "E" tape (Winmore #413-E
or approved equal). _
a. The tracing wire shall be one piece, installed
in a continuous run between access points
(trace wire terminal boxes located either right
or left of all new project fire hydrant
assemblies)and connected to any existing tracer
wire at ends of project to form continuous —
loop. At points where wiring splices may be
required, exposed ends of the tracing wire
shall be securely twisted together and secured
with a watertight epoxy splicing adapter to
prevent separation. The spliced section shall
then be securely attached to the top of the
pipe with vinyl "E" tape.
2. Contractor shall check tracing wire installation for
02622-4
continuity at each access point (trace wire terminal
box installed adjacent to each new project fire
hydrant assembly) as the.project progresses and
prior to compacting previously installed piping. In
the event that continuity test reveals a loss of
continuity, the Contactor shall locate the break and
repair damage prior to proceeding on with the
installation of further piping and tracing wire.
Upon substantial completion of the project the
complete tracing wire installation shall be checked
for continuity by ELCO Water District staff. The
project will not be approved for service until such
time as all continuity tests pass.
02622-5
SECTION 02641
VALVES
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers valves, Valve operators, valve boxes,
and appurtenances used for water distribution lines.
1.2 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Precautions shall be taken to prevent damage to materials
during delivery and storage.
B. Valves shall be stored off of the ground and away from
materials that could contaminate potable water systems.
C. Precautions shall be taken to keep all joints and
internal parts clean.
PART 2 - PRODUCTS
2.1 GENERAL
A. All valves shall open counter -clockwise (left).
B. All buried valves shall have a 2-inch square operating
nut.
1. All operating nuts shall be painted black.
C. Any valve which will be placed in a vault, shall have a
valve operator which is specifically approved by the
District.
2.2 GATE VALVES
A. All gate valves shall be a resilient seat type and
manufactured in accordance with AWWA C509-87.
1. All gate valves shall have an epoxy coated interior.
B. All gate valves shall be provided with two 0-ring type
stem seals, in accordance with Section 4.8 of AWWA
C-509-87. Gate valves must meet or exceed requirements as
set forth by AWWA C-515.
1. Acceptable manufacturers of gate valves are:
a. Mueller.
b. American Flo Control.
No substitutions will be allowed.
2.3
BUTTERFLY VALVES
A.
All
butterfly valves shall conform to AWWA C504-80.
1.
All butterfly valves shall have an epoxy coated _
interior.
2.
All flanged butterfly valves shall be the short body
type. —
3.
All butterfly valves shall be Class 150B.
4.
The operator torque shall be as specified in AWWA
C504-80, Appendix A.
5.
Acceptable manufacturers of butterfly valves are:
a. Mueller.
b. Approved equal.
2.4
VALVE BOXES —
A.
Main Line Valves
'1.
All valve boxes shall be Tyler 5 1/4 inch shaft, —
screw -type with the word "WATER" cast into the lid.
2.
All valve boxes shall be Tyler 6860 series, # 6 -'
base.
3.
A11 valve boxes for gate valves 8" in size or larger —
shall be equipped with a sand bonnet.
No
substitutions will be allowed. _
2.5
AIR
RELIEF/VACUUM RELIEF VALVES
A.
Materials and Construction
1.
Air relief and vacuum relief valves shall have an
02641-2 "'
integral type assembly which will function both as
an air release and vacuum valve.
2. All air relief and vacuum relief valves shall be
rated at a working pressure of 150 psi. and a
minimum hydrostatic test pressure of 250 psi.
3. The size of air relief and vacuum relief valves
shall be as noted on the Construction Drawings.
4. Taps for air relief and vacuum relief valves shall
be made with a tapping saddle.
5. Connections:
a. The inlet connection for air relief and vacuum
relief valves shall be 2-inches in diameter
with a tapered iron pipe thread conforming to
AWWA C800-66.
b. Connections on the outlet side of air relief
and vacuum relief valves shall be threaded and
shall be protected to minimize entry of debris
and dirt into the valve.
6. The body of all air relief and vacuum relief valves
shall be either cast iron, conforming to ASTM
A48-Class 35A, or ductile iron, conforming to ASTM
A27-GR U60-30.
7. The working parts and seats of air relief and vacuum
relief valves shall be brass, stainless steel, or
other non -corroding material.
8. The float of air relief and vacuum relief valves
shall be stainless steel.
9. All air relief and vacuum relief valves shall be
watertight to a pressure of 150 psi.
10. A vacuum check shall be provided where required on
Construction Drawings.
B. Manufacturers
1. Acceptable air release and vacuum relief valves, and
their manufacturers are:
a. APCO Combination Air Release Valve, by Valve
02641-3
and Primer Corporation.
b. Crispin Universal Air Valve, by Multiplex
Manufacturing.
C. CAV Combination Air Release and Vacuum Valve,
G.A. Industries Inc -'
2.6 CHECK VALVES
A. Acceptable check valves and their manufacturers are:
1. G.A. Industries, Inc., 250 D with renewable bronze
seat.
2. American Darling, 52 SC.
3. Mueller, "Detector Gravity".
B. All check valves shall be rated at a working pressure of —
150.psi.
PART 3 - APPLICATION
3.1 VALVE TYPE
A. Valves 12" or larger in size and valves installed within
pressure zones maintaining 100 p.s.i. or greater,.as
determined by the DISTRICT, shall be butterfly valves. An --
exception to this requirement will be that all wet tap
connections shall be made with gate valves.
PART 4 - EXECUTION
4.1 INSTALLATION -'
A. Valves and valve boxes shall be examined for cracks,
dents, abrasions, and other flaws prior to installation. _
1. Defective valves and valve boxes shall be marked and
removed from the site.
B. Valves
1. Valves shall be joined in the same manner used for --
joining ductile iron fittings.
02641-4
2. The valve shall be installed in such a manner that
the operating nut is perpendicular to the pipe.
3. The joined valve shall be supported in place on
compacted granular material, with a concrete block
(cinder block not acceptable) supporting the valve
body.
a. Reference Section 02221.
4. All installed valves shall be securely wrapped in 8
mil plastic.
C. Valve Boxes
1. Valve boxes shall be installed on.all buried valves.
2. Valve boxes shall be installed so that no stress is
transmitted to the valve.
3. Valve operators which are mounted to one side of the
valve, shall be located to the south or west of the
valve.
4. 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.
a. 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.
b. Other valve box types shall be adjusted as
required on the Construction Drawings.
4.2 AIR RELIEF/VACUUM RELIEF VALVES
A. Air relief and vacuum relief valves shall be installed at
high points, and as shown on the Construction Drawings.
B. Air relief and vacuum relief valves shall be installed in
accordance with the standard District detail.
4.3 OPERATION
A. Valves which have been accepted by the District, shall be
operated by District personnel only.
02641-5
SECTION 02644
FIRE HYDRANTS
PART 1 - GENERAL
1.1 DESCRIPTION
A. This Section covers dry -barrel fire hydrants.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Fire hydrants shall be handled, stored, and protected in
such a manner as to prevent damage to materials,
coatings, and finishes.
B. Fittings and joints shall be kept free from dirt, oil and
grease.
PART 2 - PRODUCTS
2.1 GENERAL
A. All fire hydrants shall be manufactured in accordance
with AWWA C502-85.
1. The fire hydrant valve, 1" square operating nut, and
the nozzle caps shall open clockwise (right).
B. The auxiliary gate valve on the hydrant lateral shall be
a 6-inch resilient seat gate valve with a valve box.
1. Reference Section 02641.
C. The hydrant tee on the main line shall be a swivel tee.
D. Acceptable fire hydrant models and their manufacturers
are:
1. Mueller Super Centurion with epoxy coated shoe.
2. American Flo Control Waterous Pacer WB-67-25OX with
epoxy coated shoe.
No substitution will be allowed.
2.2 MATERIALS AND CONSTRUCTION
02644-1
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 9th day of April 2003.
STATE OF CONNECTICUT
} SS. Hartford
• 1►• • oi:�tII110C•Itb;
maw
i/F}t1�R'iF6NRl �1 a' L NARMORD, 9i t, 9 S 2p
OWN. ,l a CONN. o ? • D
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
r
George W. Thompson
Senior Vice President
On this 9th day of April, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn,
did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof
a.TL7 �
tit p��,p t4
S' My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
1, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 15 th day of
July 2003.
r�D�Jt�,IY ANp yG ? 6A6U.t�rL
i NARTFORID, O
k%
KoriM.Johanson
Assistant Secretary, Bond
A. All fire hydrants shall be a dry -barrel type with a
break -away traffic flange, designed for a working
pressure of 150 psi.
B. All fire hydrants shall have a minimum main valve box
opening size of 5-1/4 inches.
C. Shoe inlets shall be 6 inches, with mechanical joint -
fittings.
D. Fire hydrant laterals shall be buried a minimum of 5
feet, unless otherwise directed by the District.
E. The fire hydrant pumper nozzle shall be 4-1/2 inches in
diameter with 6 threads per inch.
1. Pumper nozzle threads shall be right handed.
F. Fire hydrant hose nozzles shall be 2-1/2 inch diameter
with 7-1/2 threads per inch.
1. Hose nozzle threads shall be right-handed.
G. All fire hydrants shall have a 1 inch square operating
nut.
H. All fire hydrants shall be painted yellow by the
District.
2.3 HYDRANT GRAVEL
A. Hydrant gravel shall be well graded crushed stone or
r-
gravel, conforming to ASTM-D448, CDOT #67, as listed
below:
SIZE PERCENT PASSING
1„ 100
3/4" 90 - 100 —
3/8" 20 - 55
#4 0 - 10
#8 0 - 5 _
PART 3 - EXECUTION
3.1 INSTALLATION
02644-2
A. Fire hydrants shall be installed in accordance with the
standard District detail.
B. The Developer's Engineer shall provide offset staking for
both vertical and horizontal control.
C. The joining of laterals, valves, and hydrants shall be
handled in the same manner as pipe.
1. The hydrant shall be installed vertically plumb with
the pumper nozzle facing the direction shown on
plans.
a. The vertical distance from any finished surface
to the centerline of the pumper nozzle shall
not be less than 18 inches, nor greater than 22
inches.
2. The hydrant shall be set to the elevation staked, to
insure that the bury line is at the final grade.
D. The hydrant shall be supported on a minimum of 18 inches
of compacted hydrant gravel.
1. The hydrant shall be supported with a concrete block
(cinder block not acceptable) or poured in place
concrete, 12" X 12" X 4" in size.
E. A concrete thrust block, with a minimum bearing surface
area of 4.5 square feet, shall be placed behind the
hydrant shoe.
1. A sheet. of 8 mil polyethylene film shall be placed
between hydrant shoe and concrete thrust block, as
well as completely around the riser from the shoe up
to the bury line.
2. Care shall be taken when placing thrust blocks so
that hydrant drain holes remain free of
obstructions.
F. After pouring the thrust block, hydrant gravel shall be
placed to a depth of 12" above the hydrant shoe.
1. Hydrant drain holes shall remain free of
obstructions.
G. Hydrants which are placed in concrete sidewalks or
pavement, shall maintain six inches of horizontal
02644-3
clearance between the concrete and the hydrant barrel.
1. The space between the concrete and the barrel shall
be filled with asphalt or gravel.
H. All hydrants shall conform to the Uniform Fire Code,
Section 10.206 (1979).
1. There shall not be a post, fence, vehicle, growth,
trash, storage, or other material or thing, within 5
feet of a fire hydrant.
2. The ground surrounding the fire hydrant shall slope
away from the hydrant at a minimum grade of 2%.
I. After installation of the hydrant is complete, the
oil/grease reservoir shall be checked to insure that it
is full.
1. If it is necessary to fill the reservoir, it shall
be filled with the oil/grease which is specified by
the hydrant manufacturer.
3.2 OPERATION
A. Fire Hydrants which have been accepted by the District,
shall be operated by District personnel only.
02644-4
SECTION 02646
SERVICE LINES, METERS AND APPURTENANCES
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the materials and installation of
corporation stops, service lines, meters, meter setters
and meter pits.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. The product shall be handled, stored, and protected in a
manner which will prevent damage to materials, coatings
and finishes.
B. All material shall be kept clean and free from dirt.
1.3 INSTALLATION OF SERVICE TAPS
A. Only District personnel shall make service taps on mains
which have passed preliminary or final acceptance.
B. The Contractor shall not make any taps on newly
constructed mains prior to approval by the District.
C. All service line taps shall be installed using tapping
saddles.
1. Taps on existing lines shall be made with a tapping
saddle and shall be completed by District personnel
only.
D. Tapping equipment shall be of good quality, used for the
purpose intended and used in accordance with
manufacturer's instructions.
1. Reference Section 01600.
E. The District reserves the right to make taps in lieu of
the contractor and the right to deny permission for any
main to be tapped.
F. The contractor shall give forty-eight hours advance
notice to the District before any tap is made.
02646-1
1.4 MAINTENANCE AND CORRECTION
A. The contractor shall maintain and repair all service -
lines and any associated appurtenances which leak, were
installed incorrectly, or otherwise prove to be
defective, for a period of two (2) years after final
completion and acceptance of the work.
1.5 METER SETTERS
A. Unless it is otherwise specified, meters, strainers, and
meter setters for 1 1/2-inch and 2-inch meters shall be —
.purchased from the District.
1. Meter settings for 1 1/2-inch and 2-inch meters
shall be exterior settings only.
2. Meter settings for 1 1/2-inch and 2-inch meters
shall be installed in accordance with the standard
District detail.
B. Unless it is otherwise specified, meters and strainers
for 3-inch and larger meters shall be purchased from the
District.
1. Meter settings for 3-inch and larger meters shall be
exterior settings only.
2. Meter settings for 3-inch and larger meters shall be "-
installed in accordance with the standard District
detail.
1.6 METER PITS
A. 3/4-inch and 1-inch meters pits shall be installed by the
District, or Contractor by prior authorization. Decision
for installation responsibility shall be noted on Final
Constructions Plans for the Project.
1. Meter pits shall be 20 inches in diameter, a minimum
of 48 inches in length,) and shall be constructed of _.
"spiral-lite" plastic only.
a. All meter pits shall have a notched bottom.
2. Meter pit covers shall be constructed of cast
aluminum with rubber inner lids. All lids shall be
02646-2
pre -drilled with 1 3/4" center hole for touch read
head installation.
a. The minimum allowable opening for meter pit
covers shall be 11 inches diameter.
b. All meter pit covers shall have a 27/32"
worm -lock with a Standard Waterworks pentagon
head.
3. Acceptable meter pit covers and their manufacturers
are:
a. Ford, #W3 or approved equal.
B. 1 1/2-inch and 2-inch meters pits shall be installed by
the Contractor.
1. Meter pits shall be constructed from standard 48
inch inside diameter precast concrete manhole
sections.
a. Reference Section 03400.
2. Meter pit covers shall be an aluminum manhole ring
and cover with a 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.
C. 3-inch and larger meter vaults shall be installed by the
contractor.
1. Meter vaults shall be constructed from precast
concrete box sections designed for H-20 bridge
loading.
a. Vault dimensions for different size meters are
as follows:
Meter Size Inside Vault Dimension
3" 6' x 7'
4" 7' x 7'
6" 8' x 8'
8" and larger determined by District
02646-3
2. Unless it is otherwise specified, meter vault covers
shall be an aluminum manhole ring and cover with a --
24-inch diameter opening.
a. All meter vault covers shall have a 27/32" _
worm -lock with a Standard Waterworks pentagon
head.
PART 2 - PRODUCTS
2.1 TAPPING SADDLES
A. All tapping saddles shall have a bronze or brass body,
with bronze double flat straps or brass hinge assembly
and bronze nuts.
1. Outlet threads 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.
2.2 CORPORATION STOPS.
A. All corporation stops shall conform to AWWA C800-66.
1. All corporation stops shall be copper flare.
2. Corporation stop inlet threads for tapped saddles
shall be "cc" type only.
3. Corporation stop outlets may be installed using a
compression connection only with prior written
permission of the District.
4. Corporation stops shall be used for all taps which
are 1-inch and smaller.
5. Corporation stops shall incorporate ball valves
only.
a. Plug valves will not be allowed.
02646-4
B. Acceptable models and manufacturers of corporation stops
are:
1. Mueller B-2500.
2. Ford F-600.
3. There will be no substitutions allowed.
2.3 COPPER SERVICE LINES
A. Copper pipe shall be used for service lines which are
2-inches and smaller.
B. All copper services shall conform to the Appendix to AWWA
C800-66.
1. The copper for copper services shall be Type K,
only.
2.4 COUPLINGS
A. All couplings shall be copper flare.
B. Acceptable couplings and their manufacturers are:
1. Mueller #H-15403.
2. Ford #C44-"d".
a. "d" equals the diameter of the service.
3. There will be no substitutions allowed.
Exception Note - Compression couplings may be used in the
case of 1 1/2" or 2", "K" copper only.
2.5 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 1-inch and
smaller.
02646-5
D. Acceptable 3/4-inch and 1-inch curb stops and their
manufacturers are:
1. Mueller #H-15155.
2. Ford #B44-333M and #B44-444M.
3. There will be no substitutions allowed.
2.6 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-15024.
2. Ford B-22-33M
3. There will be no substitutions allowed.
C. Valve boxes for 3-inch and larger services.
1. Reference Section 02641
2.7 TAPPING SLEEVES
A. All 1 1/2" and 2" taps shall be made with SST tapping
sleeves.
PART 3 - EXECUTION
3.1 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.
1. There will be no exceptions made for water mains
which are located in private roadways.
B. The contractor shall obtain permission to tap, and
scheduled an inspection of the tap, from the District's
Operations Manager.
1. A minimum of 24 hours notice is required on all tap
inspections.
02646-6
a. There will be no exceptions to the 24 hour
notice requirement.
C. The contractor shall adjust stop boxes to final grade as
determined by the grade stake.
1. Grade stakes shall be a placed a minimum of five
feet from the location of the stop box.
2. Grade stakes shall not be disturbed prior to
inspection of the service by the District.
D. The contractor shall mark the ending location of all
water services with .a wood or metal up -right.
3.2 CORPORATION STOPS
A. Taps shall not be made within two feet of any joint or
fitting.
B. Taps shall be separated by at least two feet (measured
along the pipe length), even when taps are made on
opposite sides of pipe.
3.3 SERVICE LINES
A. All service lines shall be a minimum of 54 inches and a
maximum of 66 inches below the final grade.
B. When backfilling the service trench, care shall be taken
so that no stones larger than 3" are resting against the
service line.
C. Service trenches shall be subject to compaction
specifications.
1. Reference Section 02221.
3.4 CURB STOPS
A. The contractor shall adjust the curb stop box to 1/2-inch
above final grade prior to final inspection.
B. Curb stop box shall be fully extended to surface grade
and screwed onto the curb stop.
C. Curb stop box shall be plumb, so that a shut-off key can
02646-7
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 futures 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.
be placed on the curb stop.
3.5 INSPECTION
A. The contractor shall insure that the curb stop,
corporation stop, and any couplings remain exposed until _
after the inspection and the approval for backfill is
given by the District.
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 District's Operations Manager.
1. A minimum of 24 hours notice is required on all tap
and service inspections.
a. There will be no exceptions to the 24-hour
notice requirement.
D. The water shall be turned on at the curb stop by District
personnel only.
02646-8
SECTION 02713
WATER DISTRIBUTION SYSTEM
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers the installation of water
distribution lines.
1.2 QUALITY ASSURANCE
A. Water system installations shall conform to the
regulations of the Colorado Department of Health, and the
Water Quality Control Commission.
B. Construction staking.
1. Reference Section 02221.
C. Horizontal alignment shall not deviate more than 6
inches.
D. Vertical alignment shall not deviate more than 3 inches,
as measured from the pipe invert.
E. The minimum effective area of thrust blocks, shall be as
specified in standard District detail.
1.3 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Reference Sections 02615, 02622, 02641, 02644, and 02646.
1.4 JOB CONDITIONS
A. Foreign material, including trench water, shall not be
permitted to enter the pipe.
B. Debris, tools, clothing, or other material shall not be
permitted in the pipe.
C. In order to prevent water, debris, and animals from
entering the pipe, the open ends of the pipe shall be
plugged with a blocked, watertight plug when pipe laying
is not in progress.
D. Effective measures shall be used to prevent uplifting or
02713-1
floating of the pipeline prior to completion of the
backfilling operations.
E. Pipe shall not be installed under the following
conditions:
1. When the trench contains water.
2. When weather conditions are unsuitable.
a. Temperature is less than -5 degrees Fahrenheit.
b. Snowing. C. Raining.
d. High winds.
3. When the trench bottom is unstable.
F. Pipe and appurtenances shall be protected against
dropping and damage.
1. Pipe and appurtenances shall not be used if they are
damaged.
PART 2 - PRODUCTS
2.1 PIPE
A. The same type of pipe material shall be used for each
size pipe. --
1. Pipe material shall not be interchanged, except
where another type of pipe material is specifically r
indicated.
B. Reference Sections 02615 and 02622.
2.2 VALVES
A. Reference Section 02641.
2.3 HYDRANTS
A. Reference Section 02644.
2.4 SERVICE LINES, METERS, APPURTENANCES
02713-2
A. Reference Section 02646.
PART 3 - EXECUTION
3.1 INSPECTION
A. Pipe barrel and fittings shall be free of dirt or other
foreign objects prior to installation:
B. Pipe and fittings shall be inspected for cracks, dents,
abrasions or other flaws prior to installation.
C. Pipe and fittings with damaged linings or coatings shall
be rejected.
1. Defective pipe shall be marked and removed from the
site.
3.2 PREPARATION
A. Trenching, backfilling and compaction.
1. Reference Section 02221.
B. Connections.
1. The location and elevation of the existing pipe
shall be verified prior to construction.
3.3 PIPE INSTALLATION
A. All pipe shall be installed with the bells pointing in
the direction that the work is progressing.
B. The contractor shall employ effective measures to prevent
the opening of joints during bedding and backfilling
operations.
C. The joint shall be completed in accordance with the
applicable pipe material specification and the pipe shall
be adjusted to the correct line and grade as each length
of pipe is placed in the trench.
D. The pipe shall be secured in place with the specified
bedding tamped under and around the pipe.
E. The pipeline shall be installed so that a uniform
02713-3
positive or negative grade is maintained between the
designed high and low points.
F. The minimum depth of cover shall be 4 1/2 feet from the
finished.grade to the top of the pipe, except as
otherwise indicated on the Drawings.
G. The maximum depth of cover shall be 5 1/2 feet from the
finished grade to the top of the pipe, except as
otherwise indicated on the Drawings.
H. Concrete encasement of water mains shall not be allowed.
1. At any location where water mains cross sewer lines
and the sewer is above the water main or there is
less than 18 inches of vertical clear distance below —
the water main, the crossing shall be constructed by
casing of the main. The casing shall be PVC pipe of
a larger diameter and extend 5 feet each way from
the point of crossing. The ends of the casing pipe `
shall be sealed by means of prefabricated casing
seals. No casing pipe fill material shall be used in
such instance.
a. Reference Section 02224..
3. Suitable backfill or other structural protection
shall be provided to prevent settling or failure of
the higher pipe.
3.4 THRUST RESTRAINT
A. Anchorage and Blocking.
1. Reference District Details - Typical Thrust Blocks
and Typical Thrust Restraint. ..
2. Concrete thrust blocks for preventing pipe movement
shall be provided at all mechanical joint plugs,
wyes, tees, crosses, bends that deflect 11-1/4
degrees or more, reducers and valves. Mechanical
joint anchor coupling fittings shall, be provided to
restrain all valves to tees.
3. The minimum size of thrust blocks shall be
determined from the table in the standard District _
detail.
4. Thrust block bearing shall be excavated into
02713-4
undisturbed soil.
a. All loose soil shall be disposed of, and the
Location where the thrust block is to be poured
shall be carefully shaped to provide a uniform
bearing surface -of the required size.
b. Thrust block bottom shall be flat, and sides
shall be vertical.
5. The thrust block shall be formed to provide access
to fittings, valves and hydrants.
6. The thrust block shall be extended from the fitting
or valve to be blocked, to solid undisturbed earth..
a. Thrust blocks shall be constructed so that
joints and drain holes are clear and
accessible.
7. Concrete shall be separated from fittings, valves
and hydrants by an 8 mil polyethylene film.
a. Concrete shall not be poured directly on or
over fittings.
8. The District shall be notified 24 hours before
concrete is placed.
3.5 INSTALLATION OF PIPELINE APPURTENANCES
A. Valves, meters, hydrants and other appurtenances to the
water distribution lines shall beinstalledat the
locations shown on the Construction Drawings, or as
approved by the District to accommodate field conditions.
1. Measurements of the actual location of appurtenances
shall be made prior to backfilling for recording in
the Project Record Drawings.
B. All dead-end waterlines will be plugged and have a thrust
block poured against the plug.
1. Dead-end waterlines that .will be extended in the
future shall have the valve which controls that
section of waterline left in the off position.
C. Blow -offs will not be allowed to be permanently installed
on dead-end waterlines.
02713-5
1. Dead-end waterlines shall have a fire hydrant or air
relief valve assembly installed at the end of the
waterline to facilitate the discharge of air and
water from the waterline.
a. If the waterline is to be extended in the
future, a fire hydrant may be installed
temporarily, until the extension occurs. In
such case and when an air relief valve assembly
is utilized in place of a fire hydrant, the air
relief valve assembly shall be moved at the
time of future extension of the main, to either
the end of said extension or to the next high
point of the line.
D. Blow -offs which are installed by the contractor during
construction shall be permanently sealed and abandoned at
the main prior to acceptance of the waterline.
3.6 PROTECTION OF METAL SURFACES
A. If the supplied material has not been factory coated, or
the coating has been damaged by installation, the
material shall be protected by one of the following two
methods:
1. Two coats of coal tar paint shall be applied to
ferrous metal rods, rebars, clamps, bolts, nuts and
other accessories which are subject to submergence
or contact with earth or fill material, and are not
encased in concrete.
a. The first coat of coal tar paint shall be
applied to a dry, clean surface.
b. The first coat of coal tar paint shall be
allowed to dry before the second coat is
applied.
2. Ferrous metal rods, rebars, clamps, bolts, nuts and
other accessories which are subject to submergence
or contact with earth or fill material, and not
encased in concrete shall be protected with coal tar
paint and with Protecto Wrap.
02713-6
SECTION 03300
CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.1 DESCRIPTION
A. This Section covers cast -in -place concrete for thrust
restraints, encasements, and cut-off walls, including
forms, reinforcing steel, finishing and curing, and other
appurtenant work.
1. Reference Section 02575 and the Standard Street
Specifications.
PART 2 - MATERIALS
2.1 CEMENT
A. All Cement shall be Portland Cement.
1. Portland Cement shall conform to ASTM C150.
2. Portland Cement shall be Type V.
2.2 AGGREGATES
A. All fine and course aggregate shall conform to ASTM C33.
2.3 WATER
A. All water shall be free from objectionable quantities of
silt, organic matter, alkali, salts, and other
impurities.
2.4 ADMIXTURES
A. An air -entraining agent shall be used in all concrete.
1. All air -entraining agents shall conform to ASTM
C260.
B. A water -reducing admixture may be used, if approved by
the District.
1. A water -reducing admixture shall conform to ASTM
C494, for Type A or Type D chemical admixture.
03300-1
2. The water -reducing admixture shall not contain any
calcium chloride.
3. The water -reducing admixture shall be compatible
with the cement being used. _
C. The contractor shall be responsible for any difficulties
arising or damages occurring as a result of the selection
and use of an admixture.
2.5 CONCRETE REINFORCEMENT
A. All deformed reinforcing bars shall conform to ASTM A615
or ASTM A617.
1. All bars shall be either Grade 40 or 60.
B. All welded steel wire fabric shall conform to ASTM A185.
PART 3 - CONCRETE
3.1 GENERAL
A. All concrete shall be Class A.
B. Concrete shall not be placed if air temperature is less
than 40 degrees Fahrenheit, or greater than 90 degrees
Fahrenheit.
C. Finished concrete shall be protected for a minimum of
three days after placement, and maintained at a minimum
temperature of 50 degrees Fahrenheit during that period.
1. Concrete shall be allowed to cure for a minimum of _
24 hours after the concrete is placed.
2. Backfill may be placed over thrust blocks as soon as
the concrete has set, but compaction will.not be
allowed for a minimum of 24 hours after the concrete
is placed.
D. Concrete shall have a minimum of 6 sacks per cubic yard,
and shall be allowed to develop a minimum compressive
strength of 3000 psi. at 28 days.
3.2 CLASS A CONCRETE
03300-2
A. Class A concrete shall be used for all concrete
structures, thrust blocks, protective pads, and concrete
fills.
B. Class A concrete shall have a maximum allowable
water/cement ratio of 0.50, by weight.
1. The water/cement ratio may be increased to 0.56, by
weight, if a water -reducing agent is used.
a. Reference paragraph 2 A .B.
C. Class A concrete shall have a minimum 28 day compressive
strength of 3000 psi.
03300-3
0.1 FT.-0.2 FT
CONCRETE BLOCK
24 INCH MIN.
BLOCK
7
4.5' MIN, COVER
OR INSULATED
-HYDRANT DRAIN OPENINGS
MUST REMAIN CLEAR OF
OBSTRUCTIONS
MEGALUG
RESTRAINED
COUPLING
6" C-900 PVC PIPE
18 IN.
HYDRANT GRAVEL
NOTES
NO LANDSCAPING (TREES, SCRUBS, BOULDERS, ETC.), RETAINING
WALLS OR FENCES ALLOWED WITHIN 4 FEET OF FIRE HYDRANT.
FIRE HYDRANT PIPING, VALVES, ETC. SHALL BE WRAPPED IN
POLYETHYLENE.
ADAPTED FROM CITY OF FORT COLLINS STANDARD CONSTRUCTION
SPECIFICATIONS.
Approved Palntl
Brand: Aervoe Supreme Rust Shield
Colorl #5009 Equipment Yellow
54 INCHES
MINIMUM
66 INCHES
MAXIMUM
RESILIENT SEAT
GATE VALVE
8 MIL SHEET OF
POLYETHYLENE
BOX
ROAD SURFACE
TRACER 'WIRE
(PVC WATER
MAIN ONLY)
SNIVEL TEE
THRUST BLOCK
TRACE MIRE TERMINAL BOX
INSTALLED EITHER RIGHT OR LEFT
OF EACH FIRE HYDRANT ASSEMBLY
1 1
2' -0' �� Fire Hydrant 11
PLAN VIEW
TRACE WIRE TERMINAL
BOX INSTALLATI❑N
Revised: 061903 by REM SPECIFICATION 02644
EL_C❑ WATER DISTRICT
DETAILo TYPICAL FIRE HYDRANT INSTALLATION I
DRAREM DATE5/00
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. See attachment "A"
1. Name of Bidder: Connell Resources, Inc.
2. Permanent main office address:
3. When organized: 1949
4305 E. Harmony Road Fort Collins, H528
4. If a corporation, where incorporated: 1982 - Colorado
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 50 + years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
See attachment "B"
7. General character of Work performed by your company:
Grading, paving, 11tilties. aggregate supply 100%
K,
W
10
Have you ever failed to complete any Work awarded to you?
If so, where and why? No
Have your ever defaulted on a contract?
If so, where and why?
Are you debarred by any government agency?
If yes list agency name.
7/96
No
Section 00420 Page 1
SECTION 03400
PRECAST CONCRETE
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section covers precast concrete products and
accessories for meter pits, meter vaults, and vaults for
air relief and vacuum relief valves.
1.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. All precast concrete parts shall be handled, stored, and
protected in a manner which will prevent damage to
materials.
PART 2 - PRODUCTS
2.1 PRECAST CONCRETE PRODUCTS
A. Barrels and flat slab tops of manholes and vaults shall
conform to and be designated as ASTM C478, and shall be
made with Type II Cement.
B. Concrete and Reinforcing Materials
1. Reference Section 03300.
2. Minimum reinforcement for bases of manholes and
vaults shall consist of welded wire fabric, 4 x 4 -
W4 x W4.
3. Minimum reinforcement for base beams, supporting
manholes or vaults, shall consist of 3 No. 5 bars
longitudinally and No. 4 bars at twelve inch centers
transversely.
C. Mortar shall be one of the following:
1. Sand -Cement grout, using the following ratio of
ingredients:
a. One part Portland.Cement; conforming to ASTM
C150, Type II.
03400-1
b. Two parts sand; conforming to ASTM C144.
C. -1/2 part hydrated lime; conforming to ASTM
C207, Type S.
2. Pre -mixed non -shrinking Grout; the acceptable types
and manufacturers of which are listed below:
a. Master Builders; "Embeco Mortar".
b. Sonneborn; "Ferrolith G-D.S. Redi-Mixed".
C. Or an approved equal.
3. Job -mixed grout, using the following ratio of
ingredients:
a. One part Portland Cement; conforming to ASTM
C207, Type II.
b. One part sand; conforming to ASTM C144.
C. One part shrinkage correcting aggregate; the
acceptable types and manufacturers of which are
listed below:
i. Master Builders; "Embeco Aggregate".
ii. Sonneborn; "Ferrolith. G-D.S.".
iii. Or an approved equal.
D. Ring and Cover.
1. Acceptable ring and covers are:
a. Neenah, R-1706.
b. Or an approved equal.
E. Steps.
1. All steps shall be made of one of the following
materials.
a. Aluminum.
b. Copolymer polypropylene plastic, conforming to
ASTM C478 and ASTM C497.
03400-2
2. Acceptable steps and their manufacturers are:
a. Comco; 12653B.
b. Neenah; R-1982-W.
C. M.A. Industries; PS-2-PFS.
d. Or an approved equal.
3. All steps shall be spaced 12" apart, (on center)
F. Preformed -Plastic Gaskets.
1. All preformed plastic gaskets shall conform to
AASHTO M198.
2. The diameter of preformed plastic gaskets shall be 1
1/2-inches for a 48-inch diameter manhole.
3. Acceptable preformed plastic gaskets and their
manufacturers are:
a. "Ram-Nek"; K.T. Snyder Co.
b. "Rub'r-Nek"; K.T. Snyder Co.
C. "Kent Seal"; Hamilton -Kent Manufacturing Co.
d. Or an approved equal.
4. Gaskets shall not be set if the outside air
temperature is less than 10 degrees Fahrenheit.
a. Gaskets may be set when the air temperature is
below the minimum allowable, if the gasket is
preheated.
PART 3 - EXECUTION
3.1 PREPARATION
A. Trenching, Backfilling, and Compaction.
1. Reference Section 02221.
3.2 METER PIT MANHOLE AND VAULT CONSTRUCTION
03400-3
A. Meter pit manholes and vaults shall be constructed at the
locations indicated on the approved Construction Drawings
or as stated by the District to accommodate field
conditions.
1. The locations of meter pit manholes and vaults shall
be referenced to a minimum of two permanent surface
references, and recorded on the "Drawings of
Record".
a. Reference Section 01720.
B. The manhole section or vault shall be set plumb.
1. Precast adjustment rings shall be used to bring the
ring and cover to grade.
C. Manhole and vault sections shall be joined to lids using
preformed flexible plastic gasket material.
1. All joint surfaces shall be kept clean, dry, and
warm during installation.
D. All lifting holes and other imperfections shall be filled
with mortar.
E. The ring, cover, and precast adjustment rings shall be
installed.
03400-4
EAST LARIMER COUNTY WATER DISTRICT
STANDARD CONSTRUCTION DETAILS
OCTOBER, 1992
Revised: April 26, 2002
�a wp�
Z2 7o0
YATDR❑VIEW
i I
i
i Trace w ire, 12-gauge-�^
insulated copper ^,� J
DROP LID -ISIDE VIEW
iClean 3/4 inch rock
French drain well
(
i
i I
i.
i TOP - SIDE VIEW
IBEX. AND LID DETAIL
Not To Scale
Box installed to grade -
to either right or left
of all new fire hydrant
assemblies.
INSTALLATION DETAIL
Not To Scale
Note, Box and lld assembly shall be cast
iron Tyler Slip -Type Model 6865 (top only)
or approved equal.
SPECIFICATION - 02622
e�o E-LCO WATER DISTRICT JI
°EMM` TRACE WIRE TERMINAL BOX DETAIL
REM I -10/98
HYDRANT. AWWA C502 w/ 1'
SQUARE OPEN RIGHT
OPERATING NUT
LINE
1/3 CUBIC YARD GRAI
OR CRUSHED ROCK
UNDISTURBED
MATERIAL \
THRUST BLACK � " " .1 '
HYDRANT SHOE SECTION VIEW
(MECHANICAL OINT)
MJ HYDRANT MJ x MJ VALVE
I v
ANCHOR ADAPTER SWIVEL HYDRANT TEE-/
(3'-0- MIN.) PLAN VIEW
TYPE 1
5' MIN. CDVER
GLAND
TRACE VIRE TERMINAL BOX
INSTALLED EITHER RIGHT DR LEFT
OF EACH FIRE HYDRANT ASSEMBLY
v
20-01 \-Fire Hydrant
PLAN - VIEW
TRACE WIRE TERMINAL
BOX INSTALLATION
SPECIFICATION - 02G."
EL_CO WATER DISTRICT
'CAI`' TYPICAL FIRE HYDRANT INSTALLATION VDCM �1Ef1 /QQ
WATER LINE
VE BOX
BUTTERFLY VALVE
(AWWA C504)
NOTE: ALL VALVES OPEN LEFT l
ATER LINE
1
1
\MECHANICAL JOINT
1
1
A -A
BUTTERFLY VALVE DETAIL -�
MECHANICAL J❑INT
TOP OF VALVE BOX SHALL
BE SET 1/8'-1/2' BELOW
SURROUNDING ASPHALT
6'
'WATER' CAST IN TOP
OF VALVE BOX COVER 1
VALVE BOX SHALL BE SCREWED____
CREWED r
-�
DOWN 6' & BURIED BELOW
GRADE IF INSTALLED IN A 4'-0' MIN. 4'-0' MIN.
NON -PAVED ROADWAY
BACKFILL TO BE HANDPLACED PIECE VALVE BOX
AND COMPACTED
2' OPERATING NUT - GATE VALVE (AWWA C500) j
OPEN LEFT
MECHANICAL JOINT
TRACER WIRE TAPE
TO TOP OF PIPE
GATE VALVE DETAIL WATER LINE
SPECIFICATION 02641
,AD ELCO WATER DISTRICT
DRAWN:
DETAIL•
VALVE DETAIL DLS 2/00 J
i— FLANGE 90°ELBOW
VARIABLE
BLIND FLANGE
( 6K
6' DUCTILE IRON
VALVE BOX RISER PIPE
1/8' WEEP HOLE — EACH SIDE
MIN. BURY 90°ELBOW
u� WATER MAIN
ONCRETE THRUST BLOCK
tau TEE 6" GATE VALVE
WW ,
au �� 6' DUCTILE IRON
PIPE FROM MAIN * � —UNDISTURBED EARTH
45' ELBOW
THRUST BLOCK
85 REBAR
SPECIFICATI❑N - 02713
\� 2' 0' MIN.
4 CUBIC FEET
COARSE GRAVEL
AT ELBOW
FOR DRAIN SUMP
REVISED: 5/16/94
EEC❑ WATER DISTRICT
DETAILS
BLOW OFF ASSEMBLY - TYPE " A" DRAWNRKB
DATE8
/91
NOTESi
1) ALL FITTINGS TO BE FORD OR APPROVED EQUAL.
2) ALL FITTINGS TO BE I.P. OR AWWA THREADS BY COPPER FLARE.
3) METER IDLERS TO BE INSTALLED TO ASSURE PROPER ALLIGNMENT
UNTIL METER IS INSTALLED (5/8'- FORD 42, 3/4'- FORD M3 IDLER).
4) COPPER METER SETTERS,
5/8'X3/4' SETTER = FORD MODEL V 82-W-22-33
11 SETTER = FORD MODEL V 84-W-22-44
5) METER PIT CONES 6 COVERS,
SINGLE METER PIT = FORD MODEL W-3-TP CONE W/ELECTRONIC
METER READING COVER.
DOUBLE METER PIT = FORD MODEL W-3-TTP CONE W/ELECTRONIC
METER READING COVER.
ROADWAY
FROM -
MAIN
SECTION A -A
TER MAIN
TO
STRUCTURE
METER
TYPE ' K' COPPER -
BED IN PEA GRAVEL
6'.ALL DIRECTIONS
GENERAL UTILITY CONTRACTOR METER PIT CONTRACTOR
I�LOCATION OF ORIGINAL CURB STOP 6 HOX
N£TER PIT CONTRACTOR TO REMOVE CURB
STOP BOX AND RETURN BOX TO ELCO
�---EASEMENT
FROST LID
4. 5' MIN.
COPPER METER SETTER
12'PEA GRAVEL
CORP. STOP (FORD F-700, F-600 OR EQUAL)
BRASS DOUBLE STRAPPING SADDLE
(SUBJECT TO DISTRICT APPROVAL)
8 MN
CURB STOP BOX 3' 20 D[A. X 3'
METER PIT -
METER PIT 6 METER
INSTALLATION BY
BY METER PIT
CONTRACTOR
3' PIGTAIL
3/4' ' K' COPPER
CURB STOP
12, MIN.
PLAIN END W/TAPE COVERING -
PEA GRAVEL BASE
CONTINUED TO STRUCTURE BY OWNER
SPECIFICATION-02646 REVISED:
ELCII WATER DISTRICT
DRAWN,
DETAIL' TYPICAL/", = 3/4'. & 11 METER & SERVICE DETAIL IRKB
03/02
DATEi
10/91
GENERAL COMPANY INFORMATION
Title:
Address:
Phone:
Fax:
Contact person for this project:
Established:
Date of incorporation in Colorado
Previous company titles:
Connell Resources, Inc.
4305 East Harmony Road
Fort Collins, CO 80528
(970) 223-3 151
(970)223-3191
David E. Simpson — Vice President
1949
1969
Loveland Excavating prior to 1982.
Connell Resources, Inc, has been located in Fort Collins since 1991 having moved
our headquarters from Loveland, Colorado. We have operated as Connell Resources, Inc.
since 1982. Prior to 1982 we operated as Loveland Excavating Company. We also
maintain an office and operations in Steamboat Springs, Colorado. We are a locally
owned, full -service site development contractor with expertise in asphalt production,
paving, earthwork, pipeline construction, and aggregate processing. We are licensed to
work in all the cities and counties along the Colorado Front Range and are pre -qualified
with the Departments of Transportation in Colorado and Wyoming.
We have the capacity and desire to serve our customers' daily needs in a
professional and friendly manner on projects involving asphalt paving, earthmoving,
pipeline, storm drainage and materials supply. We also have the expertise to select and
manage quality subcontractors as necessary, to expand our line of services, and to better
address our varied client desires. Additionally, we can respond to your budgetary
requirements through negotiations or with a traditional sealed bid. Connell Resources
prides itself on its ability to bring projects in on time and within budget for our clients.
\\Donna\c\Forms\Pre-Qualification\General Company.doc
NOTES,
1) ALL FITTINGS TO BE FORD OR APPROVED EQUAL.
2) ALL FITTINGS TO BE I.P. OR AVWA THREADS BY COPPER FLARE.
3) DOUBLE METER PIT = FORD MODEL W-3-TTP CONE W/ELECTRONIC
METER READING COVER.
FROM -
MAIN
ROADWAY
SECTI❑N A —A
MAIN
3'
1
GENERAL UTILITY CONTRACTOR METER PIT CONTRACTOR
LOCATION OF ORIGINAL CURB STOP 6 BOX
METER PIT CONTRACTOR TO REMOVE CURB
STOP BOX AND RETURN BOX TO ELCO
�--EASEMENT--� 1'
1 I FROST LID
I I
A
0-
METER # 1 �� i) INVERTED KEY METER
VALVE WITH LOCKING TABS
(FORD BVII-333W OR EQUAL)
- - TO DOUBLE METER SETTER
- - STRUCTURE MI (FORD U20-43 x 7 1/2
OR APPROVED EQUAL)
4. 5' M I N.
TO CURB STOP .BOX 3'
-
- - STRUCTURE #2
METER #2
SINGLE 1' SERVICE LINE TO METER PIT
TYPE 'K' COPPER - I CURB STOP
/� BED IN PEA GRAVEL
/ 6' ALL DIRECTIONS
W\]CORP. STOP (FORD F-700, F-600 OR EQUAL) 12'PEA GRAVEL -I 12' MIN1
BRASS DOUBLE STRAPPING SADDLE
(SUBJECT TO DISTRICT APPROVAL) PEA GRAVEL BASE -�'
SPECIFICATI❑N 02646
A
8'
-WU \ ANGLE METER COUPLING
TERS FORD L-32 OR EQUAL
20' D 1 A. X 3'
METER PIT -
METER PIT 6 METER
INSTALLATION BY
METER PIT
CONTRACTOR
3' PIGTAILS
3/4' ' K' COPPER
PLAIN END W/TAPE COVERING -
CONTINUED TO STRUCTURE BY OWNERS
REVISED: 03/02
ELCO WATER llISTRICT
DETAIL' DOUBLE METER & SERVICE DETAIL
nwN, DATE
RKB 10/91
MANHOLE COVER
1-3/4' DIA. OPENING CENTERED
FOR TOUCH READ INSTALL
f
INSTALL LID 1/2'
ROAD SURFACE ABOVE FINAL GRADE\
Qm7blmd ADJUSTMENT RINGS
(AS REQUIRED)
MANHOLE RUNGS
12' 0. C.
#145R ROADWAY BOX
4.5' MIN. PREFAB 4'—y
MANHOLE
GATE VALVE-
2' MINIMUM
METER
WATER MAIN
1-1/2' THROUGH 2'
TYPE 'K' COPPER ARMOUR -FLEX TUBING-\ -
.AND GROUT BEFORE BACKF�LLOUT
1' IRON PIPE SUPPORTS
BLOCKS
24'
48'
16' MAX.
BRASS TAPPING SLEEVE 6' LAYER OF
(SUBJECT TO DISTRICT APPROVAL) FORD 70 SERIES COPPER 3/4' TO 1-1/2'
SETTER OR APPROVED EQUAL GRAVEL
BEDDING OF WATERMAIN- 1-1/2'=15'VV76-15B-11-66
SEE ELC❑ STANDARD BEDDING DETAIL 2'=15'VV77-15B-11-77
SPEC I F I CAT I ❑N; 02646 -ALL FITTINGS TO BE AWWA OR I. P. BY COPPER FLAIR OR COMPRESSION
e4 ELCH WATER DISTRICT
AVPh OATEN
DETAIL- LARGE WATER SERVICE DETAIL - 1-112" THROUGH 2" REM 9/99
ASPHALTIC GROAT
3• DR LARGER MAI
1-3/4' OPENING CENTERED CONCRETE ADJUSTMENT RING
FOR TDUCH READ INSTALL
�j x</i 16' MAX.
•: ALUMINUM Y.H. STEPS 12' O/C
RESTRAINING
Roo c1YP)
GATE VALVE (TYP)
METER
C
DRESSER COUPLING
12' HIM (TYP)
RESTRANH4 •:
ROD (TYP) •.
•� w W •�
PIPE ENCASED IM MASTIC •� •�•, • •• WITHSHIMS
OCK VI HIMS OCK •••: �' ,;
BLOCK -OUT GROUTED ��• •,
0 0 0 O O 0
\� O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 •:
2-Y4 CONTINUOUS
4' MIN.
2' MIN.
8' LAYER 1' ROCK `-FDOTER-12' VIDE X 8• HIGH
PRECAST OR CAST IN PLACE
SPECIFICATION; 02646 & 03400 SHEET 1 OF 2
EL,C❑ WATER DISTRICT
DRAWN DATE,
DETAIL, LARGE METER VAULT DETAIL -SIDE VIEW REM 10/99
THP
l T1
ANCHOR RODS�(TYP)
GATE VALVE GA VALVE.
LLJ
DRESSER COUPLING GATE VALVE METER
M
FULL SIZE BYPASS
MFTFR VAHI T DIMENSIONS
METER SIZE
A
B
C
D
3'
6'
7'
2' 3' M I N,
1' MIN,
4"
7'
7'
3' MIN.
l' 3' MIN.
6"
8'
8'
3' MIN.
1' 6' MIN.
8•
DETERMINED BY ELC❑
PRECAST CONCRETE VAULT DESIGNED FOR M-80 BRIDGE LOADING
GENERAL NOTESI
1. If pressure reducing valve is
required it shall be installed
inside building, immediately
following the main shut-off valve.
SPECIFICATION: 02646 & 03400 SHEET 2 OF 2
ELCII
WATER DISTRICT
DRAWN, DATE
ETA"' LARGE METER VAULT DETAIL-TGP VIEW REM 10/99
' K' COPPER
.TER MAIN
CORP. STOP (FORD F-700, F-600 OR EQUAL)
Ilk \BRASS TAPPING SLEEVE
(SUBJECT TO DISTRICT APPROVAL)
_BEDDING OF WATERMAIN-
SEE ELCO STANDARD BEDDING DETAIL
SPECIFICATION 02646
CURB BOX WITH
MINNEAPOLIS THREADS
(MUELLAR H-10300)
CURB STOP WITH INVERTED KEY
(MUELLAR H-102 SRIES OR EQUAL)
4. 5' MIN.
-ALL FITTINGS TO BE AN11A OR I.P. BY COPPER FLAIR
REVISED: 10/94
AkO ELCO WATER DISTRICT
ETAlb TYPICAL CURB STOP & WATER SERVICE DETAIL r RKB 10/91
PADLOCK WINGS - ❑PTI
1' 90' METER ELL
COPPER FLARE TO
METER SWIVEL
1' x 1' x3/4' M I P/
PACK JOINT TEE
n 1' BADGER METER
MODEL 40
F--
1' 90' METER VALVE
COPPER FLARE TO
METER SWIVEL
.3/4' METER ANGLE VALVE
3/4' FIP x COPPER FLARE
,1' K-COPPER (TYPICAL)
SIDE VIEW
TO HOUSE
(3/4' SERVICE)
TO FIRE
PROTECTION
SYSTEM
'*�1' PACK JOINT TEE
AND HANDLE .
FROM WATER MAIN
NOTE,
1. ALL FITTINGS TO MEET ELCO
WATER DISTRICT SPECIFICATIONS
2. METER PIT 24'x48' CONE 12'x24'
3. TAP MAIN 1'
SPECIFICATIONt 02713
ELCII WATER DISTRICT
DETAILS TYPICAL HOME FIRE PROTECTION METERING SYSTEM
AC DEV�, pE R Ep.cT LARrMFR Cfltl TY ,WA ER ,DI TRICT < 1987)_ �, r
RB10/91
I—':
i 1' -0'
(
4
4' -0' i
i A20
i 4, y�
4'-0"xt'-O'XO'-6" d
CONCRETE FOOTINGS
j NOTEi
i CLOSE ALL PIPE
PENETRATIONS w/ GROUT.
i.
FROST -PROOF M.H. CON
iPRE -CAST CONCR
GRADE RINGS
M.H. STEPS °
•s
i AIR RELEASE AND
VACUUM VALVE
s,
BRASS NIPPLE ;►
i. GROUT
s
CONCRETE FOOTINGS w/ �.
i2-J4 BARS
i4' -0' I. D.
PLAN
LINE
PRECAST CONCRETE M. H. SECTION
2' GALVANIZED STEEL PIPE
AIR VENT LINE
FLEXIBLE COUPLING Aj
COMPACTED GRANULAR MATERIAL
LOCATION
2" GALVANIZED AIR
VENT LINE \
\ /,I" G.V.
i SECTION A —A
i-
SPECIFICATION 02641
I/40 /4 MESH
GROUT
3' -6' MIN.
SCREEN /4x1/4 MESH
SADDDDLE. FLANGE. OR BOSS FITTING
—COMPACTED GRANULAR MATERIAL
NOTESi
I. VENT TO BE SURFACED AT
FENCE LINE, IRRIGATION
5' DITCH OR AS ELSEWHERE
SPECIFIED BY DISTRICT.
E. IF COVER SITUATED WITHIN
GRAVEL ROADWAY LEAVE
COVER 4' BELOW SURFACE.
l -
ELCO WATER DISTRICT
i •DETAIL, AIR RELIEF/VACUUM VALVE DRAWNo ilATL,
WITH VAULT I RKB 8/91
i
i
CARRIER PIPE
I
CASING CHOCKS - 3 PER PIPE,
SECTION W 6' CENTERS
I PIPE
rrNTERLINE SECTION
` FND SECTION
f NOTE,
CASING CHOCKS TO� BE POWERSEAL MODEL 4810
(STANDARD CONFIGURATION) OR EQUAL.
I MANUFACTURER,
POWERSEAL PIPELINE PRODUCTS CORP.
P.O. BOX 2014
WICHITA FALLS, TX. 76307
(800) 433-0932
I
SPECIFICATION; 02224
minim SEAL 6 STAINLESS
STEEL BANDS
IIN
PIPE
4WK ASSEMBLY
EEC❑ WATER DISTRICT .Kr
r
AYNW DA E
DETAIU BURIED CASING DETAIL I2.K.b. 12/28/93
Eq. I INsuE EACH
I- P
[➢
I— s
ELEVATION
EXPANSION PIER
N.T.S.
ASPHALT IELT PR=
f s IARS
IS SAM
e. 1 ,.
VC
f 1!NA �
P =,
SECTIIIN
RRM11
GIROM AT EACH 00 TO BE
PIEL$ SOLID TR ACCEPT ANCHM
AM TO RESTRAIN Nf• CARRIER
PIPE EITTRIR. NRAP CHIS GE CASING AND
4r IITnRtt WIT" PLASTIC TG PRGTECT
I�ufa NINE
RP.
ELEVATIM SECTION
ANCHOR PIER
N.T.S.
=RR.R s rwa
. PLAN
RRw
Nw RrAA RMN IORAI . _
CE ARRIM wa RRwA tlMp PK
NEAR
�I�IRWR R1WiRll.� � YIIRI VYAr N=WTOI.�
al
SECTInN
l N-t KT SPANNED CROSSING
loscomAlam
SPECIFICATION+ 02225 PIP` N.T.S.
.. ...oUM �' '" "' ELCO WATER DISTRICT AAD�UAaEDGC36SI�TERHATNENT 1
Inl ANIMI =T11L
I
I
I
I
I
I
I
I
I
I
I
TRENCH BACKFILL
I
O.D. 4' MIN.
/4 I.D. 4'
CONCRETE ARCH
TENCH BACKFILL
PLAIN CONCRETE
/4' WASHED ROCK COMPACTED f
UNDISTURBED SOIL j
SUBGRADE
DO NOT USE
I
MECHANICAL EQUIPMENT
i_
IN THIS ZONE
L
.CAREFULLY COMPACTED
SELECT SOIL
• ' ' PLAIN CON(
• • ` \ UNDISTL
T • . . /�
ol
_�- PIPE SUBGRADE
CONCRETE CRADLE
SPECIFICATION: 02221
L
• l
RET lREED SOIL
L
1
1
REVISED: 5/6/94
EEC❑ WATER DISTRICT
DRAWN DATE
DETAIL �I /� �f� Q RFT)D T I�i� PFTA T 1 p 10/91-r
A
��..
CONNELL RESOURCES, INC
SCHEDULE OF MAJOR 2003 COMPLETED WORK &
WORK -IN -PROGRESS
CONTRACT
PERCENT
JOB NAME
TYPE OF WORK
AMOUNT
JOB N
COMPLETE
LOCATION
GRADING, UTILITIES,
$614,020
2031001
1 %
EAGLE CLIFFS
PAVING
FORT COLLINS
PAVING
$1,497,568
2031002
1%
STATE HIGHWAY 60
GILCREST
GRADING
$68,105
2031003
100%
HARVESTPARK
FORT COLLINS
GRADING, PAVING
$97,990
2031004
0%
GARDENS ON SPRING CREEK
FORT COLLINS
UTILITIES
$93,300
2031005
0%
MARIANA COVE LIFT STATION REHAB
LOVELAND
CONCRETE
S49,401
2031006
0%
CSU REPLACE SIDEWALKS
FORT COLLINS
PAVING
$267,847
2031007
0%
LARIMER CO ASPHALT MISC. PATCHING 2003
LAKIMERCOUNTY
WATERLINE, PAVING
$755,510
2031008
0%
TIMBERLINE ROAD WATERLINE PH IA
FORT COLLMS
PAVING
$1,800,150
2031009
0%
FORT COLLINS 2003 ASPHALT OVERLAY
FORT COLLINS
GRADING, PAVING
$55,645
2031010
0%
MCKEE CANCER CENTER PARKING
LOVELAND
UTILITIES, GRADING
S1,063,000
2031011
0%
THUNDER MTN HARLEY DAVIDSON
PAVING
LOVELAND
CRUSHING
$137,169
2034001
100%
2003 SENECA CRUSHING
HAYDEN
CRUSHING
$184,187
2034002
0%
RIO BLANCO CRUSHING 2003
MEEKER
UPDATED AS OF 3131103
OWNER
CONTRACT TO
CONTACT
COMPLETE
DRAHOTA CONSTRUCTION
$
607,880
JEFFIENSEN
COOT
$
1,482,592
RYAN IDLER
THE WRITER CORPORATION
$
-
GREGG SEEBOHM
GOLDEN TRIANGLE
$
97,990
JEFF DINGWALL
CITY OF LOVELAND
$
93,300
ROD HAMILTON
COLORADO STATE UNIVERSITY
S
49,401
JIM STODDARD
LARIMERCOUNTY
S
267,847
TODDIUERGENS
FC-LOVELAND WATER DISTRICT17ST
S
755,510
SHARSHADOWEN
CITY OF FORT COLLINS
S
1,800,150
RICK RICHTER
ALLIANCE CONSTRUCTION
$
55,645
ALBERT HAMILL
R.C. HEATH
S
1,063,000
RANDY DEMARIO
SENECA COAL COMPANY
$
-
GREG KITCHEN
RIO BLANCO COUNTY
S
194,187
RON LEEPER
$ 6,457,502
NOT USE
HANICAL EQUIPMENT
'HIS ZONE
LIGHTLY COMPACTED
SELECT SOIL
F" WASHED ROCK COMPACTED
INDISTURBED SOIL
PIPE SUBGRADE
SPECIFICATION: 02221 REVISED: 5/6/94
ELCE WATER DISTRICT
)ETA I Lt
ri occ r RFT)TI T Nir, T�F-TD T i
niin I 1 n /Q1
% 1
SEE TRENCH WIDTH TABLE BELOW
2' MIN. 1
PIPE
I\
\.
i_
TRENCH WIDTH TABLE
PVC PIPE
DUCTILE IRON PIPE
AC PIPE
PIPE
DIAMETER
(Inches)
MAXIMUM
TRENCH WIDTH
(Inches)
PIPE
DIAMETER
(Inches)
MAXIMUM
TRENCH WIDTH
(Inches)
PIPE,.
DIAMETER
(Inches)
MAXIMUM
TRENCH WIDTH
(Inches).
4
4
6
6
30
g
32
8
3
10
12
34
36
10
12
14
34
36
136
12
14
36
42
4
1
44
4
SPECIFICATION: 02221
i EEC❑ WATER DISTRICT
D�gWµ DATE,
DETAI4 TIFTQ T I OVn 1n/gr
V-0"
TRENCH WALL
J
ro� /
v ro': ro� e'4 eqq � v.
q"i b'4 ro
sn
as
9�
SECTION A -A
SPECIFICATI❑N: 02221
V-0.
ENCASEMENT
#4-12" o/c BW
A
rB' MIN.
n
I
UNDISTURBED S01� ��\���� VARIES —SEE PROFILE
A
ELEVATION
EECO WATER DISTRICT
DETAILS CONCRETE ENCASED CROSSING (1) DRAM
DATEe
RKB 10/91
6' MIN.
( TYP)
PIPE OD
( TYP)
6' MIN.
(TYP)
D
D
•••
D �►
/D�•
D •►p
..►
• D
p.•D
D
•
D
D
. D
..•
p•• D
p
D► D
D
D •
D
D�
D
P�.p
P•.
D
►�J'. •p
D
••.
D
o
► D
• D. D \R►.gyp
p
••► . D
p• D
• D
. D D
► D
► D
C ••D
p •►p
D ••p
D ••D
p
p
D
D
CONCRETE ENCASEMENT
UNDISTURBED SOIL
6x6 W4xW4
8' MIN. LAP.
TIED EVERY 12'
CONCRETE PIPE ENCASEMENT DETAIL
SPECIFICATION: 02221
ELCO WATER DISTRICT
AWM DATE,
DETA
IL
' NG �) KB 1Of91
CONCRETE ENCASED , CROSSIC R
Water main
Swivel tee
Da 4 G A
A
Q 0 G& 0 `
�p o Q a 4
Va lve
Anchor coupling
Va l ve
Concrete thrust block -
See Typical Thrust Blocks Detail
NOTE: IN -LINE VALVES D❑ NOT REQUIRE ANCHOR
C❑UPLING RESTRAINT
SPECIFICATI❑N: 02713
77
ELCO WATER DISTRICT
DETAILt TYP T rAl TWPI ICT P -CTPA T NIT IDRAWN DATE, ocu o inn
CASE A CASE B L
CASE C
BEARING AREAS FOR VARIOUS FITTINGS <FTa>
SIZE
TEE L PLUG
900 BEND
43• MDM
22 1/V DOM
11 1/4• BEND
v
a0
SO
30
La
LO
r
960
So
La
La
10.
10.0
14.0
Za
ao
a.0
tr
140
lie
ILO
SO
10
11'
ISO
O.a
14.5
7.5
4.0
16•
m0
aD
ISO
I060
to
Ir
aLa
44.3
NO
iba
La
ar
mo
oft
ma
1a0
7.3
24v
OLS
715
As
mO
ILO
ar
aaa
Imo
KO
ue
17.0
ar
na 0
17a. a
sa 0
4e. a
K a
rr
1m o
sa7. a
u1a a
m a
as o
SPECIFICATION; 02713 & 03300
CASE D
IiRCN �
1
1
NOTE
11 ALL CONCRETE SHALL BE POURED AGAINST
UNDISTURBED EARTH.
21 THRUST BLOCKS SHALL BE USED FOR ALL
BENDS 2 it 1/4 • L ALL PLUGS.
31 ALL FITTINGS L PLUGS MUST BE VRAPED
WITH POLYETHYLENE TO PREVENT CONCRETE„
FROM ADHERING TO THE BATS OR PIPE.
1
1
i
ELCO WATER DISTRICT
DETAIL] TYPICAL THRUST BLOCKS SAWNo RKB DATE,
January 24, 2001
Pinecrest Development Company, LLC
4225 Westshore Way
Fort Collins, Colorado 80525
Attn: Mr. Tom Dugan
1 Terracon
301 N. Hawes • P.O. Box 503
Fort Collins, Colorado 80521-0503
(970) 484.0359 Fax: (970) 484-0454
APPROVED
By: P42__ Date: — ld'o3
® City of Fort Collins
Eneineering Department
Re: Preliminary Pavement Thickness Evaluation Report
Douglas Road form Hearthfire Way east to Larimer County Road 11
Proposed Widening/Improvements in Conjunction with Hearthfire Estates P.U.D.
Fort Collins, Larimer County, Colorado
Terracon Project No. 20015014
Terracon is pleased to submit this preliminary pavement thickness evaluation report for Douglas Road
(Larimer County 54) from the entrance of Hearthfire Estates P.U.D. and continuing east to Larimer County
Road (LCR) 11 in north Fort Collins, Colorado. Terracon has been requested to provide preliminary
pavement design thicknesses for design and cost estimating purposes.
Terracon has performed various subsurface explorations in the surrounding area, as well as previous pavement
reports for Douglas Road to the west of this section, and is very familiar with the expected existing pavement
and soil conditions to be encountered for the proposed widening and overlay portions of the roadway. We have
been contracted to further explore this section of roadway with 9 additional test borings drilled to approximate
depths of 10 to 15 feet below existing site grades. With available information presently on file for Douglas Road,
we are proposing the enclosed preliminary pavement thickness evaluation based on an assumed R-Value of 7
for the on -site subgrade soils. After completing the geotechnical engineering exploration for LCR 54 from
Hearthfire Way east to LCR 11. we will revise and confirm the enclosed information.
Previous Site Explorations Pavement Design and Construction
Terracon previously performed a geotechnical engineering analysis for a portion of Douglas Road from
Colorado Highway 1 east to approximately 1/8-mile east of LCR 13 in December of 1998. During this
pavement evaluation, Terracon's approach utilized ground penetrating radar (GPR) and falling weight
deflectometer (FWD) non-destructive testing procedures. For further information and findings thereof,
please refer to our "Pavement Evaluation Report' dated December 23, 1996. For the current pavement
thickness evaluation, as discussed with Pinecrest Development Company on January 19, 2001, we intend
on drilling test borings along the proposed widening alignment.
In May of 2000, we provided a geotechnical engineering exploration for Douglas Road, LCR 54, from
Highway 1 and continuing east to Hearthfire Way. This report provided information with regards to slope
stability and pavement thickness evaluation. The primary purpose was to evaluate the existing and
proposed embankment slopes designed for Douglas Road and provide additional retaining wall
Arizona a Arkansas ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ iowa ■ Kansas a Kentucky ■Minnesota a Missouri ■ Montana
Nebraska ■ Nevada a New rdexico ■ Oklahoma ■ Tennessee a Texas ■ Utah a 'Nisconsin ■ Momma
Quality Engineering Since 1965
Preliminary Pavement Thickness Evaluation Report --
Douglas Road - Larimer County Road 54
Fort Collins, Colorado
Terracon Project No. 20016014 _
Page 2
recommendations where necessary. For further information and findings thereof, please refer to our
"Geotechnical Engineering Report" dated May 15, 2000, Project No. 20005090. r
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) and Larimer County Urban Growth pavement'design criteria.
Local drainage characteristics of proposed pavement areas are considered to vary from fair to good depending _
upon location on the site. For purposes of this design analysis, fair drainage characteristics are considered to
control the design. These characteristics, coupled with the approximate duration of saturated subgrade
conditions, results in a design drainage coefficient of 1.0 when applying the AASHTO criteria for design. _
For flexible pavement design, the following data were used in accordance with Larimer County Urban Growth
design criteria. _
18-kip
Traffic ESAL
Initial Service-
Terminalabilit}j
Structural
Street
Category
ESAL
—10 Year
% Reliability
Serviceability
Number SN for
Value
Design
20 years
Lan'mer
I
CountyMajor
Road 54
Collector
100
365,000
85
4.5
25
3.23
i
Using an assumed R-value of 7, appropriate ESAL/day, environmental criteria and other factors, the above
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 600 psi (working stress 450 psi) was used for pavement concrete. The rigid
pavement thicknesses for each traffic category were determined on the basis of the AASHTO design equation.
Recommended alternatives for flexible and rigid pavements, summarized for each traffic area, are as follows:
Preliminary Pavement Thickness Evaluation Report
Douglas Road - Larimer County Road 54
Fort Collins, Colorado
Terracon Project No. 20015014
Page 3
Recommended Pavement Thickness
Asphalt Concrete
Aggregate
Plant Mix
Portland
Total
Traffic Area
Alter-
native
Surface Grading C
Base
Bituminous Base
Cement
pavement
Thickness
Course
Grading G
Concrete
Required
A
5.0
10.0
1
I 15.0
Douglas Road —
.B
3.0
4.5
I 7.5
LCR 54
C
6.0
� 6.0
Overlay
4.0
I 4.0
'The use of full -depth asphalt requires the written approval of the City of Fort Collins — Engineering Department.
Due to the cohesive nature the underlying subgrade soils, Terracon recommends the use of asphalt underlain
by aggregate road base material to act as a capillary break should surface infiltrate beneath the pavement
section.
Each alternative should be investigated with respect to current material availability and economic conditions.
Aggregate base course (if used on the site) should consist of a blend of sand and gravel, which meets strict
specifications for quality and gradation. Use of materials meeting Colorado Department of Transportation
(CDOT) Class 5 or 6 specifications is recommended for base course.
Aggregate base course should be placed in lifts not exceeding six inches and should be compacted to a
minimum of 95% Standard Proctor Density (ASTM 0698).
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
properties, optimum asphalt content, job mix formula and recommended mixing and placing temperatures.
Aggregate used in asphalt concrete should meet particular gradations. Material meeting Colorado Department
of Transportation Grading C and G specification is recommended for asphalt concrete. Mix designs should be
submitted prior to construction to verify their adequacy. Asphalt material should be placed in maximum 3-inch
lifts and should be compacted to a minimum of 95% Hveem density (ASTM D1560) (ASTM D1561).
Where rigid pavements are used, the concrete should be obtained from an approved mix design with the
following minimum properties:
Modulus of Rupture @ 28 days.......................................................... 600 psi minimum
Strength Requirements.............................:...................................................ASTM C94
Minimum Cement Content...................................................................6.5 sacks/cu. yd.
Preliminary Pavement Thickness Evaluation Report
Douglas Road - Larimer County Road 54
Fort Collins, Colorado
Terracon Project No. 20015014
Page a
• Cement Type......................................................................................... Type I Portland
• Entrained Air Content......................................................................................... 4 to 8%
• Concrete Aggregate................................................ASTM C33 and COOT Section 703
Aggregate Size .................................. :................................................. 1 inch maximum
• Maximum Water Content................................................................ 0.49 lb/lb of cement
• Maximum Allowable Slump............................................................................... 4 inches
Concrete should be deposited by truck mixers or agitators and placed a maximum of 90 minutes from the time
the water is added to the mix. Other specifications outlined by the Colorado Department of Transportation
should be followed.
Longitudinal and transverse joints should be provided as needed in concrete pavements for
expansion/contraction and isolation. The location and extent of joints should be based upon the final pavement
geometry and should be placed (in feet) at roughly twice the slab thickness (in inches) on center in either
direction. Sawed joints should be cut within 24-hours of concrete placement, and should be a minimum of 25%
of slab thickness plus 1/4 inch. All joints should be sealed to prevent entry of foreign material and dowelled
where necessary for load transfer.
Preventative maintenance should be planned and provided for 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.
General Comments
Terracon should be retained to review the final design plans and specifications so comments can be made. —
regarding interpretation and implementation of our geotechnical recommendations in the design and
specifications. Terracon also should be retained to provide testing and observation during excavation, grading,
and construction phases of the project.
The analysis and recommendations presented in this letter are based upon the data obtained from the borings
performed at the indicated locations and from other information discussed herein. This letter does not reflect --
variations, which may occur between borings or across the site. The nature and extent of such variations may
not become evident until construction. If variations appear, it will be necessary to reevaluate the
recommendations of this report.
TYPE OF WORK
GRADING, PAVING
GRADING
GRADING
GRADING, PAVING
UTILITIES, REMOVALS
GRADING, PAVING
PATCHING
UTILITIES, REMOVALS
GRADING, PAVING
GRADING
UTILITIES, GRADING
GRADING, PAVING
GRADING, PAVING
PAVING
PAVING
REMOVALS, PAVING,
GRADING
GRADING, PAVING
GRADING, PAVING
PAVING
GRADING, PAVING
PAVING
UTILITIES, GRADING
PAVING
REMOVALS, SEWER
GRADING, PAVING
GRADING, PAVING
UTILITIES, GRADING,
PAVING
GRADING
REMOVALS, GRADING
PAVING
REMOVALS, PAVING
REMOVALS
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2002 COMPLETED WORK & WORK-N-PROGRESS
CONTRACT
PERCENT
JOB NAME
AMOUNT
JOB#
COMPLETE
LOCATION
$112,965
2021001
100%
HERON LAKE RV PARK
FORT COLLINS
$149,005
2021002
100%
ROCKY MTN VILLAGE 5TH SUB
LOVELAND
$141,222
2021003
100%
REGISTRY RIDGE 4TH FILING
FORT COLLINS
534,905
2021004
100%
BROOKSTONE APARTMENTS PH 2
LOVELAND
$592,336
- 2021005
32%
LARIMER COUNTY COURTHOUSE
$12,420 2021006
$1,304,802 2021007
$5,028,811 2021008
$7,064,575 2021009
$94,333 2021010
$295,605 2021012
$1,359,700 2021015
$421,156 2021016
$893,475 2021017
554,721 2021018
$368,018 2021019
$1,330,774 2021020
$85,289 2021021
$38,166 2021022
$149,232 2021023
$116,663 2021024
$629,896 2021025
$66,406 2021026
$2,368,551 2021027
563,838 2021028
$176,030 2021029
$213,818 2021030
$124,639 2021031
100%
100%
59%
69 %
100%
100
100%
100%
100%
100%
62%
100%
100%
100%
99%
100%
100%
100%
80%
100%
100%
100%
100%
GRADING, PAVING 5356,719 2021032 100%
FORT COLLINS
CSU MISC. STEAM REPAIRS
FORT COLLINS
BERTHOUD 2ND STREET
BERTHOUD
WATERFRONT FIRST SUBDIVISION
LOVELAND
LARIMER COUNTY FAIRGROUNDS
LOVELAND
INTERSTATE HONDA
FORT COLLINS
MEAD 2002 STREET IMPROVEMENTS
MEAD
PC 2002 ASPHALT OVERLAY
FORT COLLINS
LARIMER COUNTY ASPHALT 2002
LARIMER COUNTY
SOUTH SHIELDS STREET IMPROVE
FORT COLLINS
McKEE PARKING EXPANSION
LOVELAND
FOSSIL CREEK COMMUNITY PARK
FORT COLLINS
LARIMER COUNTY 2002 RESURFACING
LARIMER COUNTY
COLLINDALE CLUBHOUSE
FORT COLLINS
ROLLAND MOORE PARK TENNIS COURTS
FORT COLLINS
PC GOOD SAMARITAN VILLAGE
FORT COLLINS
LOPEZ ELEMENTARY PARKING LOT
FORT COLLINS
FOSSIL CREEK PARKWAY
FORT COLLINS
SEASER'S SITE DEVELOPMENT
FORT COLLINS
SERENITY RIDGE @ WILSON HOMESTEAD
BERTHOUD
DRY GULCH VILLAGE SUBDIVISION
ESTES PARK
FERNDALE SUBDIVISION
FORT COLLINS
CSU 2002 DETERIORATED ROADS
FORT COLLINS
AGILENT TECH MOD REMOVAL
FORT COLLINS
LINMAR ACRES SUBDIVISION
UPDATED AS OF 3131103
OWNER
CONTRACT TO
CONTACT
COMPLETE
MJR COMPANY, LLC
$ -
MIRIAM J. FLOOD
GENESEE COMMUNITIES
$ -
RONSKARKA
U.S. HOME
$ -
GREGGSEEBOHM
DRAHOTA CONSTRUCTION
S
MILEBACKLAND
HENSEL PHELPS CONSTRUCTION
$ 402,788
JEFF SCHULTZ
GRACONCORPORATION
S
GERRY GRANAHAN
TOWN OF BERTHOUD
$ -
/.L. WALTER CONSULTING
GENESEE COMPANY/WATERFRONT
$ 2,061,813
RON SKARKA
THE NEENAN COMPANY
$ 2,190,018
BOB MESERVE
R.C. HEATH CONSTRUCTION
$ -
RANDY GATES
TOWN OF MEAD/JR ENGNEERNG
S -
KYLEAREND
CITY OF FORT COLLINS
S
RICK RICHTER
LARIMER COUNTY
$ -
TODDJUERGENS
CITY OF FORT COLLINS
E -
EILEEN BAYENS
ALLIANCE CONSTRUCTION
$ -
ALBERT HAMILL
CLARK CONSTRUCTION
E 139,847
MIKE SIMMS
LARIMER COUNTY
$ -
TODDIUERGENS
DRAHOTA CONSTRUCTION
S -
JEFFJENSON
EVERGREEN TENNIS
$
GEORGE STAHLN
R.C. HEATH CONSTRUCTION
$ 1,492
DAN WERNER
POUDRE SCHOOL DISTRIT R-1
$ -
JERRY GARRETSON
CITY OF FORT COLLINS
$ -
JOHN STEPHEN
DOHN CONSTRUCTION
E -
DAVID STOLTE
AU LAND DEVELOPMENT, LLC
$ 473,710
BILL ALBRECHT
KEARNEY & SONS EXCAVATING
S -
MIKE KEARNEY
LARIMERCOUNTY
$
TODD IUERGENS
COLORADO STATE UNIVERSITY
S -
JIM STODDARD
R.C. HEATH CONSTRUCTION
S -
STEVEORECCHIO
LARIMER COUNTY
S
Preliminary Pavement Thickness Evaluation Report
Douglas Road - Larimer County Road 54
Fort Collins, Colorado
Terracon Project No. 20015014
Page 5
We appreciate being of service to you in the pavement thickness evaluation phase of this project, and are
prepared to assist you during the final geotechnical engineering and construction phases as well. If you have
any questions concerning this report or any of our testing, inspection, design and consulting services please do
not hesitate to contact us.
Sincerely,
TERRACON
Prepare by:
David A. Richer, P.E.
Geotechnical Engineer
Enclosure (1): AASHTO Pavement Design Data
Copies to: Addressee (3)
1rerraco n
CLIENT:
Pinecrest Development Company, LLC
PROJECT: Douglas Road LCR 54 Widening/Improvements
PROJECT NO. 20015014 DATE: 1/24/01
LOCATIONHearthfire Way east to Larimer County Road 11
AASHTO 1993 PAVEMENT DESIGN - DQUQI.AS ROAD OR 44
RIGID PAVEMENT ANALYSIS
FLEXIBLE PAVEMENT ANALYSIS
(1) DESIGN E 18'S 100
365,000
(1) DESIGN E 18-S 365,000
(2) RELIABILITY
85%
(2) RELIABILITY 85%
(3) OVERALL DEVIATION
0.34
(3) OVERALL DEVIATION 0.44
(4) MODULUS OF RUPTURE
650
(5) MODULUS OF ELASTICITY
3,705.000
(6 LOAD TRANSFER
3.1
(4) R-VALUE (HVEEM STABILOMETER) 7
(7) MODULUS OF SUBGRADE REACTION
100
(5) SOIL RESILIENT MODULUS 4,885
(8) DRAINAGE COEFFICIENT
1.0
(9) INITIAL SERVICEABILITY
4.5
(6) INITIAL SERVICEABILITY 4.5
(10) TERMINAL SERVICEABILITY
2.5
(7) TERMINAL SERVICEABILITY 2.5
CALCULATED RIGID PAVEMENT THICKNESS, (IN)
5.44
CALCULATED STRUCTURAL NUMBER: 3.23
AYER NUMBER
PAVEMENT THICKNESS PAVEMENT THICKNESS,
PAVEMENT TYPE SECTION
CALCULATED STRUCTURAL NO.
DRAINAGE COEFFICIENT REQUIRED Sx
COEFFICIENT (INCHES)
- Sw
UPPER
0.44 5.0
ASPHALT SURFACE
1 2.20
2
0.11 10.0
AGGREGATE BASE
1 1.10
TOTAL 15.0
TOTAL 3.30 3.23
UPPER
0.44 3.0
ASPHALT SURFACE
1 1.32
2
0.44 4.5
PLANT MIX BASE
1 1.98
TOTAL 7.5
TOTAL 3.30 3.23
OVERLAY
0.44 4.0
OVERLAY ASPHALT SURFACE
1 1.76
2
0.24 4.0
(1) EXISTING ASPHALT SURFACE
1 0.96
3
0.10 6.0
(1) EXISTING AGGREGATE BASE
1 0.60
TOTAL 14.0
TOTAL 3.32 3.23
remark: (1) Existing
asphalt and aggregate base course thicknesses are based on site explorations
perforjmed on Douglas Road for previously related projects.
TYPE OF WORK
REMOVALS
GRADING, PAVING
GRADING, PAVING
UTILITES, GRADING
PAVING
GRADING, PAVING
GRADING, PAVING
STORM, REMOVALS,
GRADING, PAVING
GRADING, PAVING
PAVING
WATERLINE
PAVING
UTILITIES, GRADING
PAVING
UTTUTIES, GRADING
PAVING
SEWER, WATERLINE
GRADING
STORM, REMOVALS
PAVING
SEWER, STORM,
GRADING, PAVING
CRUSHING
REMOVALS, PAVING
UTILITIES, GRADING
PAVING
PAVING
PAVING
PAVING
GRADING, PAVING
IRRIGATION, PAVING
REMOVALS
PAVING
SEALCOATING
GRADING, PAVING
PAVING
PAVING
GRADING, PAVING
CONTRACT
PERCENT
AMOUNT
JOB#
COMPLETE
$134,621
2021033
100%
$725,329
2021034
100%
$545,027
2021035
99%
$36,794 2021036
$283,509 2021037
$1,489,716 2021038
$397,118 2021039
$246,662 2021040
$40,808 2021041
$66,723 2021042
$749,197 2021043
$750,776 2021044
$30,548 2021045
$85,507 2021046
$89,306 2021048
$914,088 2024001
$241,158 2024002
$80,847 2024003
$225,404 2024004
$97,993 2024006
$202,090 2024011
$155,184 2024013
$113,416 2024015
$215,328 2024016
$528,258 2024017
S249,361 2024019
$85,953 2024025
$170.842 2024030
$89,103 2024037
S58,400 2024048
100%
98 %
69 %
70%
33%
100%
100%
83%
69%
100%
100%
100%
100%
100%
100%
61%
100%
100%
100%
100
100%
100%
85%
100%
100%
100%
57%
JOB NAME
LOCATION
FORT COLLINS
EAST LAKE SUBDIVISION
LOVELAND
HIGHLAND MEADOWS 4TH PH I
LOVELAND
TIMBERS PUD
FORT COLLINS
RIGDEN FARM 2ND FILING
FORT COLLINS
CLYDESDALE PARK 2ND FILING
FORT COLLINS
RECONSTRUCTION OF CR 64
WELLINGTON
FAITH EVANGELICAL FREE CHURCH
FORT COLLINS
2002 MISC PATCHING
FORT COLLINS
TIMBERLINE ROAD PRV
FORTCOLLINS
VENTANA
WINDSOR
YANCY'S FOOD SERVICE
LOVELAND
TIMBERS PUD PHASE II
FORT COLLINS
KING MOTORS
LOVELAND
REGISTRY RIDGE 4TH FILING
FORT COLLINS
HWY 36 PRECAST BOX LYONS
LYONS
YAMPA VALLEY REGIONAL AIRPORT
HAYDEN
RIO BLANCO CRUSHING
MEEKER
HOLIDAY INN
STEAMBOAT SPRINGS
WEST END VILLAGE
STEAMBOAT SPRINGS
MULTI MODAL PHASE
STEAMBOAT SPRINGS
STEAMBOAT 2002 OVERLAY
STEAMBOAT SPRINGS
2002 CITY OF CRAIG OVERLAY
CRAIG
SUNDANCE PLAZA PARKING LOT
STEAMBOAT SPRINGS
STEAMBOAT HEALTH & RECREATION
STEAMBOAT SPRINGS
ROUTT COUNTY PAVING 2002
ROUTTCOUNTY
BIG VALLEY CHIP SEAL
STEAMBOAT SPRINGS
FOX / SNOW BOWL PLAZA
STEAMBOAT SPRINGS
SILVER SPUR, FILING 2
STEAMBOAT SPRINGS
CMAQ PAVING 2002
STEAMBOAT SPRINGS
YAMPA VALLEY MEDICAL CENTER
STEAMBOAT SPRINGS
OWNER
CONTACT
TODDJUERGENS
EAST LAKE HOA/MARIANA PARK $
GARY QUAKENBUSH
HIGHLAND PATIOS, LLC $
ANDY KRILL
TIMBERS LLC $
BYRON COLLINS
ADVOCATE CONSTRUCTION $
CARL GLASER
CLYDESDALE PARK LLC $
JAMES VICK
LARIMER COUNTY $
TODDJUERGENS
PiNKARD CONSTRUCTION $
ANDREW LAVAUX
CITY OF FORT COLLINS $
TRACY DYER
FC-LOVELAND WATER DISTRICT $
NATE GILL
VENTANA DEVELOPMENT $
ANDY KRILL
R.C. HEATH CONSTRUCTION $
CHRIS CLAFLIN
TIMBERS LLC $
BYRON COLLINS
MACRUM BUILDING SYSTEMS S
ED DOLAN
USHOME $
GREGG SEEBOHM
COOT g
DENNIS ALLEN
ROUTTCOUNTY $
BOBJONES
RIO BLANCO COUNTY $
RON LEEPER
HOLIDAY INN OF STEAMBOAT $
WALLY GEISE
CONNELL, LLC $
TONY CONNELL
DUCKELS CONSTRUCTION $
CHARLIE MAGNUSON
CITY OF STEAMBOAT SPRINGS $
DOUG MARSH
CITY OF CRAIG $
BILL EARLY
ASPEN GLOW VENTURES, LLC $
JAMES LARSON
SB HEALTH & RECREATION $
PAT CARNEY
ROUTT COUNTY $
TAMMIE JAKINO
BIG VALLEY HOMEOWNERS ASSOC $
JIM HECK13ERT
FOX CONSTRUCTION $
TOM FOX
DUCKELS $
JOE BACKURZ
CITY OF STEAMBOAT SPRINGS f
JOE ZIMMERMAN
YAMPA VALLEY MEDICAL CENTER $
MIKE SWINSICK
CONTRACT TO
COMPLETE
5,450
5,670
461,812
119,135
165,264
127,363
108,741
87,908
37,404
25,112
CONTRACT
PERCENT
TYPE OF WORK
AMOUNT
JOB
COMPLETE
GRADING, PAVING
$57,995
2024051
100%
PAVING
$4,233,390
2024052
3%
PAVING
$50,454
2024053
8%
JOB NAME
OWNER
CONTRACT TO
LOCATION
CONTACT
COMPLETE
GREASEMONKEY
BOB RUNDLE
$ -
STEAMBOAT SPRINGS
YVRA RUNWAY IMPROVEMENTS
ROUTT COUNTY
$ 4,106,388
HAYDEN
BOBIONES
SIDNEY PEAKS RANCH
SIDNEY PEAKS RANCH
$ 46,418
STEAMBOAT SPRINGS
MARK MUHA
$ 10,566,334
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2001 COMPLETED WORK & WORK -IN -PROGRESS
CONTRACT
PERCENT
JOB NAME
TYPE OF WORK
AMOUNT
JOB M
COMPLETE
LOCATION
REMOVALS
$38,100
2011001
100%
RM AVENUE CONCRETE REMOVAL
LOVELAND
REMOVALS, UTILITIES
$308,707
2011 D03
100%
SPORTSMAN/ McWHINNEY IMPROVE
STORM, PAVING, GRADING
LOVELAND
UTILITIES, STORM
$1,092,001
2011004
100%
RIGDEN PONDS/TIMBERLINE ROAD
GRADING, PAVING
FORT COLLINS
UTILITIES, STORM
$1,553,544
2011005
100%
HOME DEPOT/ SITE IMPROVEMENTS
GARDING, PAVING
LOVELAND
GRADING, PAVING
$76,368
2011006
100%
MARTIN & PALMER AVE IMPROVE
MEAD
PAVING
$51 416
2011008
100%
BEST BUY PARKING
FORT COLLINS
GRADING, PAVING
$49,497
2011009
100%
67TH STREET ACQUISITION
LOVELAND
REMOVALS, PAVING
$216,711
2011010
100%
CSU 2001 ASPHALT OVERLAY
FORT COLLINS
GRADING, PAVING
$103,576
2011011
100%
CSU ROCKWELL HALL PARKING LOT
FORT COLLINS
GRADING
$83,585
2011012
100%
RIST-BENSON RESERVOIR
LOVELAND
BORROW
$98,216
2011013
100%
CLYDESDALE LINER SUPPLY
FORT COLLINS
REMOVALS, GRADING
$7,405,415
2011015
99%
WESTCHASEP.U.D.
STORM, UTILITIES, PAVING
FORT COLLINS
STORM
$29,637
2011018
100%
PTARMIGAN STORM
WINDSOR
UTILITIES, STORM
$48,910
2011019
100%
NORTHERN HOTEL UTILITIES
FORT COLLINS
PAVING
$311,560
2011020
1000%
LARIMER COUNTY ASPHALT 2001
LARIMER COUNTY
GRADING, PAVING
$46.903
2011021
I00%
AGILENT LANDSCAPE PHASE 1
FORT COLLINS
PAVING
$84,793
2011022
100%
FORT COLLINS MISC. PATCHING 2001
FORT COLLINS
PAVING
51,340,732
2011023
100%
FORT COLLINS 2001 ASPHALT OVERLAY
FORT COLLINS
GRADING, PAVING
$117,789
2011026
100%
2002 PROTOTYPE ELEMENTARY SCHOOL
FORT COLLINS
STORM, GRADING
E242,081
2011027
100%
CSU VTH ROAD
PAVING
FORT COLLINS
UTILITIES, STORM
$129,467
2011028
100%
LARKS NEST P.U.D.
GRADING, PAVING
FORT COLLINS
GRADING, PAVING
$30,626
2011029
100%
POUDRE HEATH SERVICES
FORT COLLINS
GRADING, PAVING
$49,140
2011031
100%
WILLOWROCK DRIVE
LOVELAND
UTILITIES, STORM
$911,411
2011033
100%
AMERICAN EAGLE DISTRIBUTING
GRADING
LOVELAND
PAVING, STORM, GRADE
$3,421,174
2011034
75%
SEVEN LAKES NORTH STH SUB
UTILITIES, REMOVALS
LOVELAND
GRADING, PAVING
$102,675
2011035
100%
PRESTON CENTER
FORT COLLINS
PAVING
$60,788
2011036
100%
REGISTRY RIDGE FILING
FORT COLLINS
STORM, REMOVALS,
$347,302
2011037
100%
LARIMER COUNTY ROAD 17
GRADING, PAVING
LARIMER COUNTY
UPDATED AS OF 3131103
OWNER CONTRACT TO
CONTACT COMPLETE
McWHINNEY ENTERPRISES $ -
TROY McWHINNEY
McWHINNEY ENTERPRISES S -
DWAYNE WALKER
WHEELER CONSTRUCTION $
KEN SNEE
COLORADO STRUCTURES $
ED SMITH
TOWN OF MEAD $
JUDY HEGWOOD
CONLON CONSTRUCTION $
GORDON CHAPMAN
R.C. HEATH CONSTRUCTION $
RICK ELAM
COLORADO STATE UNIVERSITY $
JIM STODDARD
COLORADO STATE UNIVERSITY $
CASS BEITLER
LOUDEN IRRIGATING CANAL $
STEVE DIEKMAN
CLYDESDALE PARK, LLC E
CHAD WALKER
U.S. HOME $
GREGG SEEBOHM
WINDSOR INVESTMENTS, LLC $
TOM MUTH
ALLIANCE CONSTRUCTION $
BO BROWN
LARIMER COUNTY E
TODD JUERGENS
R.C. HEATH CONSTRUCTION E
STEVE ORECCHIO
CITY OF FORT COLLINS $
ERIKA KEETON
CITY OF FORT COLLINS f
RICK RICHTER
FCICONSTRUCTORS $
ROB LAWRENCE
COLORADO STATE UNIVERSITY E
JIM STODDARD
DOHN CONSTRUCTION S
SCOTTFABIAN
R.C. HEATH T
TERRY BEEN
WOOLAROC HOMEOWNERS E
JOE DEWEESE
DOHN CONSTRUCTION $
BRETT BROWN
TWIN LAKES DEVELOPMENT S
SCOTTBRAY
THE NEENAN COMPANY S
RON NEW
U.S. HOME E
GREGO SEEBOHM
LARIMER COUNTY E
TODD JUERGENS
74,054
855,294
CONTRACT
PERCENT
JOB NAME
OWNER
CONTRACT TO
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
COMPLETE
GRADING, PAVING
$223,229
2011039
100%
BOYD LAKE NORTH IST ADDITION
LAKEVIEW DEVELOPMENT
S -
LOVELAND
ROY REITZ
REMOVALS, GRADING
$35,920
2011040
100%
BUILDING 4 PATCHING & OVERLAY
AGILENT TECHNOLOGIES
S -
PAVING
FORT COLLINS
STEVE WALLY
GRADING, PAVING
$88,349
2011041
100%
MCKEE MEDICAL CENTER
ALLIANCE CONSTRUCTION
$
LOVELAND
ALBERT HAMMEL
UTILITIES, STORM
5790,837
2011042
100%
CROSSROADS BUSINESS PARK
DOHN CONSTRUCTION
$
GRADING, PAVING
LOVELAND
BRETT BROWN
REMOVALS, PAVING
$33,763
2011043
100%
HIGHWAY 14 PED/BIKE PATCH
MOUNTAIN CONSTRUCTORS
S -
FORT COLLINS
PAM DUNCAN
GRADING, PAVING
539,072
2011044
100%
JOFINSON FARM PAVING
WHEELER CONSTRUCTION
$
FORT COLLINS
KEN SNEE
GRADINQ PAVING
$44,543
2011045
100%
RIGDEN FARMS 2ND FILING
ADVOCATE, INC.
$
FORT COLLINS
CARL GLASSER
GRADING, PAVING
5550,501
2011046
100%
REGISTRY RIDGE 3RD FILING
U.S. HOME
$ -
FORT COLLINS
GREGG SEEBOHM
UTILITIES
$61,131
2014001
100%
WHISTLER ROAD LIGHTING
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
RICHARD BUCCINO
REMOVALS, GRADING
$1,300,269
2014002
100%
YAMPA VALLEY REGIONAL AIRPORT
ROUTT COUNTY
$ -
PAVING
HAYDEN
LOU GABOS
PAVING
$321,195
2014004
100%
CITY OF STEAMBOAT OVERLAY
CITY OF STEAMBOAT SPRINGS
$ -
STEAMBOAT SPRINGS
DOUG MARSH
PAVING
$215,889
2014009
100%
2001 CITY OF CRAIG OVERLAY
CITYOFCRAIG
$ -
CRAIG
BILL EARLY
GRADING, PAVING
$132,912
2014010
100%
STRAWBERRY PARK ASPHALT
STEAMBOAT SPRINGS SCHOOL RE-2
$
STEAMBOAT SPRINGS
RICK DENNEY
PAVING
$98,832
2014011
100%
ASPHALT TENNIS COURTS
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
MIKE MCCANNON
GRADING, PAVING
$149,071
2014015
100%
CRANDELL AVENUE PAVING
TOWN OF HAYDEN
S -
HAYDEN
PAVING
$139,913
2014016
100%
ROUTT COUNTY OVERLAY 2001
ROUTTCOUNTY
S -
ROUTTCOUNTY
LOU GABOS
PAVING
$80,098
2014020
100%
DIXON AIRPORT
CARBON COUNTY
S -
DIXON, WY
GRADING, PAVING
$72,655
2014021
100%
HAYDEN SCHOOL LOTS
HAYDEN PUBLIC SCHOOLS
S -
HAYDEN
JOESCUFCA
GRADING
5328,342
2014022
100%
COLOWYO
BOWER BROTHERS CONSTRUCTION
S -
MEEKER
BUD BOWER
PAVING
$147,355
2014023
100%
SOROCO SCHOOLS
SOUTH ROUTT SCHOOL DISTRICT
$ -
OAK CREEK
MERINDA BENNETT
PAVING
$68,046
2014028
100%
CMAQ PAVING PROGRAM
CITY OF STEAMBOAT SPRINGS
$
STEAMBOAT SPRINGS
PAVING
$60,550
2014034
100%
HILLSIDE VILLAGE APARTMENTS
REGIONAL AFFORDABLE LIVING
$
STEAMBOAT SPRINGS
CRUSHING
$126,790
2014036
100%
SENECA 2001 CRUSHING
SENECA COAL COMPANY
$
STEAMBOAT SPRINGS
GREG KITCHEN
$ 929,348
CONNELL RESOURCES, INC.
SCHEDULE OF MAJOR 2000 COMPLETED
WORK & WORK -IN -PROGRESS
CONTRACT
PERCENT
JOB NAME
TYPE OF WORK
AMOUNT
JOB q
COMPLETE
LOCATION
GRADING
$40,435
2001001
100%
PDQ
LOVELAND
GRADING
$153,018
2001002
100%
WATER FORD PLACE
LOVELAND
UTILITIES, STORM
$764,183
2001003
100%
THOMPSON VALLEY 2ND SUB
GRADING, PAVING
LOVELAND
UTILITIES, STORM
$349,558
2001004
100%
MARIANA BUTTE 12TH SUB
GRADING, PAVING
LOVELAND
GRADING, UTILITIES
$351,577
2001005
100%
PIKA VILLAGE
PAVING
LOVELAND
UTILITIES, STORM
$546,856
2001006
100%
OAKRIDGE BUSINESS PARK
GRADING, PAVING
FORT COLLINS
UTILITY
$63,177
2001007
100%
PRV VAULTS
LARIMER COUNTY
GRADING, PAVING
$40,661
2001008
100%
EVERGREEN PARK 2ND FILING
FORTCOLLINS
PAVING
$398,314
2001009
100%
LARIMER COUNTY ASPHALT
LARIMER COUNTY
GRADING
$128,582
2001010
100%
LONGMONT BUSINESS CENTER
LONGMONT
GRADING, PAVING
$610,730
2001011
100%
CARLSON FARMS
JOHNSTOWN
GRADING, PAVING
$51,493
2001012
100%
WINDSOR MEDICAL BUILDING
WINDSOR
UTILITIES, STORM
$1,376,377
2001013
100%
PTARMIGAN BUSINESS PARK
GRADING, PAVING
WINDSOR
PAVING
$79,380
2001015
100%
48"WATERLINE /HWY 34
LOVELAND
WATERLINE, STORM
$1,172,775
2001017
100%
VENTANA SUBDIVISION
GRADING, PAVING
WINDSOR
PAVING
51,020,328
2001018
100%
HWY 66 WIDENING
LONGMONT
CRUSHING
$151,292
2001019
100%
MOUNTAIN AGGREGATES CRUSHING
EMPIRE
GRADING, PAVING
$87,909
2001020
Iw/.
LCDC SHERIFF ADMINISTRATION
FORT COLLINS
GRADING, PAVING
$74,614
2001021
100%
THE RESERVE PHASE If
ESTES PARK
PAVING
$26,512
2001022
100%
WILLOW SPRINGS TENNIS COURTS
FORTCOLLINS
GRADING
$66,028
2001023
100%
ENGLE HOMES
LOVELAND
UTILITIES, REMOVALS
$2,910,259
2001024
100%
ROCKY MOUNTAIN VILLAGE IST SUB
GRADING, PAVING, STORM
LOVELAND
UTILITIES, STORM
$811,685
2001027
100%
REGISTRY RIDGE FILING 1 PHASE 2
GRADING, PAVING
FORT COLLINS
PAVING
590,574
2001028
100"/.
ROGERS ROAD EXTENSION
LONGMONT
GRADING, PAVING
5247,053
2001029
100%
BUCKHORN GLADE
MASONVILLE
PAVING
$1,444.650
2001030
100%
2000 FORT COLLINS REHAB
FORT COLLINS
GRADING, PAVING
$42,551
2001031
100%
HARMONY VILLAGE LOTS 5 & 7
FORT COLLINS
UTILITIES, STORM
$520,363
2001032
1000/0
MARIANA BUTTE IOTH
GRADING, PAVING
LOVELAND
UPDATED AS OF 3131103
OWNER - CONTRACT TO
CONTACT COMPLETE
TAFT CARLISLE, LLC $
DON MAROSTICA
TMC WATERFORD PLACE, LLC $
DON MAROSTICA
TAFT CARLISLE, LLC S -
DON MAROSTICA
U.S. HOME $
JERRY RICHMOND
MRP, LLC E
DON MAROSTICA
DRAHOTA CONSTRUCTION $
JEFFIENSEN
FC / LOVELAND WATER DISTRICT $
NATE
SHEPARDSON HOMES $
GREGG SEEBOHM
LARIMER COUNTY $
TODD JUERGENS
KB FUND IV E ROGER STERLING
ADVOCATE HOMES $
GRAHAM DEWITT
THE NEENAN COMPANY $
MELINDA EBLIN
WINDSOR INVESTMENTS, LLC $ -
TOM MUTH
TIERDAEL CONSTRUCTION q -
BILL WILLIAMS
VENTANA DEVELOPMENT, LLC $
ANDY KRILL
CITY OF LONGMONT S -
TOM THOMPSON
MOUNTAIN AGGREGATES S -
LEROY MARQUEZ
THE NEENAN COMPANY $
STEVE BURNS
SUMMIT LAND MANAGEMENT $ -
ANDY KRILL
EVERGREEN TENNIS COURTS $
GEORGE STAHLIN
ENGLE HOMES $
JEFF VOGEL
MCWHINNEY ENTERPRISES $ -
DWAYNE WALKER
U.S. HOME CORPORATION $
GREGG SEEBOHM
LAWRENCE CONSTRUCTION S -
STEVEFOSTER
HIGH MOUNTAIN LTD. $ -
JOHN MCKEAN
CITY OF FORT COLLINS S -
RICK RICHTER
ALLIANCE COSNTRUCTION $
JOEL HARDY
PRAIRIE LAND, INC. S -
BRUCE MCDANIEL
TYPE OF WORK
UTILITIES
PAVING
GRADING, PAVING
UTILITIES, STORM
GRADING, PAVING
REMOVALS, GRADING
PAVING
WATERLINE
PAVING
PAVING
GRADING, PAVING
PAVING
PAVING
PAVING
GRADING, PAVING
UTILITIES
GRADING, PAVING
GRADING
PAVING
UTILITIES, STORM
GRADING, PAVING
PAVING
GRADING, PAVING
REMOVALS, PAVING
REMOVALS
WATERLINE, REMOVALS
GRADING, PAVING
PAVING
GRADING, PAVING
GRADING
UTILITIES, STORM
GRADING, PAVING
STORM, GRADING
PAVING
PAVING
WATERLINE
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
$45,907 2001033 100%
$29,947 2001034 100%
$42,583 2001035 100%
$622,428 2001036 100%
$134,556 2001037
$261,037 2001038
$26,332 2001039
$28,230 2001040
$66,187 2001041
$121,354 2001043
$179,613 2001044
$34,151 2001045
$95,293 2001046
5463,982 2001048
$41,665 2001049
$41,104 2001050
$67,421 2001051
$377,159 2001052
$46,175 2001054
$128,176 2001055
$147,746 2001056
$29,482 2001057
$1,164,779 2001058
$87,500 2001060
$27,106 2001061
$4454,724 2001062
$480,738 2001064
$904,800 2001065
$585,307 2001067
$289,007 2001068
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
JOB NAME
LOCATION
FAIRBROOKE HEIGHTS P.U.D.
FORT COLLINS
CSU PEDESTRIAN TUNNELL
FORT COLLINS
UNIVERSITY COURT APARTMENTS
FORT COLLINS
MARIANA BUTTE I ITH SUBDIVISION
LOVELAND
MOBY"T' PARKING LOT
FORT COLLINS
GLACIERVIEW MEADOWS 12TH WATER
LIVERMORE
STONEHENGE
FORT COLLINS
FORT COLLINS ARMORY
FORT COLLINS
CENTRE AVE HEALTH & REHAB
FORT COLLINS
LINDENWOOD ESTATES
FORT COLLINS
CSU 2000 ASPHALT OVERLAY
FORT COLLINS
NORLARCO CREDIT UNION
FORT COLLINS
COLORADO COMMERCE CENTER
LOVELAND
THE PONDS @ OVERLAND TRAIL 2ND
FORT COLLINS
CIVIC CENTER OFFICE BUILDING
FORT COLLINS
ROLLING HILLS RANCH I TACO BELL
JOHNSTOWN
FORT COLLINS MISC. PATCHING
FORT COLLINS
THOMPSON VALLEY APARTMENTS.
LOVELAND
SHANNON APARTMENTS
LOVELAND
AGILENT BUILDING E PARKING LOT
LOVELAND
GARDNERSIGNS
FORT COLLINS
STERLING 2000 REHAB
STERLING
TAFT HILL WIDENING
FORT COLLINS
KOHL'S DEPARTMENT STORE
FORT COLLINS
HIGHLINE MOTORS OFFICEISHOP
FORT COLLINS
WALMART @ MULBERRY & LEMAY
FORT COLLINS
WATER VALLEY 6TH SUBDIVISION
WINDSOR
HP BUILDING 5 PARKING
FORT COLLINS
CSU EQUINE CENTER PARKING
FORT COLLINS
MADELINE COURT WATERLINE
LOVELAND
OWNER CONTRACT TO
CONTACT COMPLETE
ERIC BOOTON $ -
MBI CORPORATION $
ED RHOADARMER
VALLEY CREST HOMES $
TOM CROW
U.S. HOME $
JERRY RICHMOND
COLORADO STATE UNIVERSITY S
STEVE KEISS
GLACIERVIEW MEADOWS WATER $
RALPH GOBLE
STONEHENGE COMMUNITY ASSOC S
BOB ADDLEMAN
G.L. HOFF COMPANY $
JOEL
DRAHOTA CONSTRUCTION E
JEFFIENSEN
LINDENWOOD HOMEOWNERS $
PETE COT -TIER
COLORADO STATE UNIVERSITY $
JIM STO➢DARD
NORLARCO CREDIT UNION $
ED STOFKO
ABSOLUTEBUILDERS $
RICK BROWNING
GATEWAY AMERICAN PROPERTIES $
MARK HOLLENBECK
THE NEENAN COMPANY S
BOB MESSERVE
GILLAM DEVELOPMENT $
BRUCE GILLAM
CITY OF FORT COLLINS $
M. TIMM DEVELOPMENT S
LARRY MCGEE
DONALDSHANNON S
AGILENT TECHNOLOGIES $
ED VITTO
R.C. HEATH CONSTRUCTION $
KELLY
McATEE PAVING $
RON WEINGARDT
CITY OF FORT COLLINS $
EILEEN BAYENS
MURRAY & STAFFORD $
JOEL SCOTT
ME I CORPORATION $
EDRHOADARMER
GOLDBERG PROPERTY ASSOCIATES $
BEN DRAKE
WEST GOLD HOLDINGS $
KEITH WORLEY
HEWLETT PACKARD $
CHUCK KATTS
COLORADO STATE UNIVERSITY $
JAMES STODDARD
CITY OF LOVELAND $
ED RUSSELL
JULY 8, 2003
CITY OF FORT COLLINS
PLANHOLDERS LIST FOR
BID #5799
NORTHEAST AREA OVERLAY PROJECT
CONNELL RESOURCES
4305 E. HARMONY RD.
FT. COLLINS, co 80528
PH 970-223-3151
FAX 970-223-3191
QUALITY TRAFFIC CONTROL
216 RACQUETTE DR., #5
FT. COLLINS, CO 80524
PH 970-493-0865
FAX 970-493-0865
DURAN EXCAVATING
418 NORTH 9T" AVE.
GREELEY, CO 80631
PH 970-351-0192
FAX 303-659-3243
TARCO INC.
1401 RIVERSIDE AVE., STE 3
FT. COLLINS, CO 80525
PH 970-493-9006
FAX 970-493-9022
CARNES SERVICE
P O BOX 1258
WELLINGTON, CO 80549
PH 970-568-3632
FAX 970-568-3165
LAFARGE
1800 N. TAFT HILL RD.
FT. COLLINS, CO 80521
PH 970-407-3659
FAX 970-407-3900
GERRARD EXCAVATING
1739 S. COUNTY RD. 13C
LOVELAND, CO 80537
PH 970-669-1463
FAX 970-669-1964
ALL ABOUT SAFETY
12607 WELD COUNTY RD 76
EATON, CO 80615
PH 970-686-6644
FAX 970-686-6059
UNITED RENTALS
2456 E 9T" ST.
LOVELAND, CO 80537
PH 970-667-3620
FAX 970-667-3930
G. L. HOFF CONSTRUCTION
P O BOX 7448
LOVELAND, CO 80537
PH 970-669-3255
FAX 970-663-1566
TRAFFIC MASTERS
1304 DUFF DR. #14
FT. COLLINS, CO 80524
PH 970-221-3440
FAX 970-221-3480
TYPE OF WORK
GRADING
SEWER, STORM
REMOVALS
REMOVALS
PAVING
GRADING, PAVING
UTILITIES, GRADING
PAVING
GRADING, PAVING
REMOVALS, GRADING
UTILITIES, GRADING
PAVING
REMOVALS, GRADING
PAVING
REMOVALS, WATERLINE
STORM, GRADING, PAVING
STORM,GRADING
PAVING
REMOVALS, SEWER
GRADING, PAVING
WATERLINE
UTILITIES, STORM
GRADING PAVING
UTILITIES, GRADING
PAVING
PAVING
GRADING, PAVING
UTILITIES
GRADING, PAVING
UTILITIES
PAVING
PAVING
GRADING, PAVING
PAVING
UTILITIES, PAVING
GRADING, STORM
PAVING
PAVING, UTILITIES
REMOVALS, GRADING
PAVING
PAVING
GRADING, PAVING
CONTRACT PERCENT
AMOUNT JOB # COMPLETE
$36,300 2001069 100%
$48,093 2001070 100%
$26,780 2001071 100%
$28,612 2001072 100%
$217,913 2001073 100%
$834,691 2001074 100%
$147,440 2001075 100%
$902,403 2001076 100%
$619,088 2001077 100%
$340,977 2001078 100%
$1,823,001 2001079 100%
$2,042,801 2001080 100%
$373,585 2001081 100%
$301,237 2001082 100%
$6,253,272 2001083 98%
E108,465 2004001 100%
E2,457,864 2004002 100%
$145,187 2004003 100%
$241, 119 2004004 100%
$791,887 2004005 10(N.
$104,012 2004006 100%
S65,434 2004008 100%
$277,513 2004011 100%
$209,440 2004012 100%
$161,770 2004015 100%
$90,090 2004017 100%
$2,008,520 2004020 100%
$93,924 2004023 100%
$67,497 2004025 100%
JOB NAME
LOCATION
SCION PROJECT
FORT COLLINS
KENTUCKY FRIED CHICKEN
LOVELAND
ZIEL FARM DEMOLITION
WINDSOR
LOVELAND McDONALDS
LOVELAND
HP GENESIS IV LOOP ROAD
FORT COLLINS
CONAGRA
GREELEY
ROLLING HILLS RANCH PH 8
JOHNSTOWN
THE HOME DEPOT ® LOVELAND
LOVELAND
THE RESERVE 4TH
LOVELAND
SPORTSMANS WAREHOUSE
LOVELAND
WEST FIRST STREET IMPROVEMENTS
LOVELAND
ROSSUM DRIVE IMPROVEMENTS
LOVELAND
WEST FIRST STREET BRIDGE IMPROVE
LOVELAND
SOUTH SHIELDS WATERLINE IMPROVE
FORT COLLINS
HUNTERS RUN
LOVELAND
MID -VALLEY BUSINESS PARK
STEAMBOAT SPRINGS
RABBIT EARS PASS OVERLAY
ROUTT COUNTY
WAGNER RENTS
STEAMBOAT SPRINGS
SCHROCK-HELM OFFICE COMPLEX
STEAMBOAT SPRINGS
STEAMBOAT SPRINGS AIRPORT IMPR
STEAMBOAT SPRINGS
DIAMOND CREEK
STEAMBOAT SPRINGS
KUM & GO #928
STEAMBOAT SPRINGS
2000 CITY OF STEAMBOAT OVERLAY
STEAMBOAT SPRINGS
WESCOIN BUSINESS CENTER
STEAMBOAT SPRINGS
SILVER SPUR SUBDIVISION
STEAMBOAT SPRINGS
U.S. WEST CONDUIT RABBIT EARS
STEAMBOAT SPRINGS
RECONSTRUCT RCR 27 PH 2
ROUTTCOUNTY
HAYDEN 2000 PAVING
HAYDEN
STORM MEADOWS I, 300,400
STEAMBOAT SPRINGS
OWNER
CONTACT
DELTA CONSTRUCTION $
GREG ORR
McWHINNEY ENTERPRISES $
JENNIFER JOHNSON
VECTOR PROPERTIES $
ANDY KRILL
CHRISTOFFERSON COMMERCIAL $
LISA SUNDERLAND
M.A. MORTENSON $
DANNY SOWELL
THE NEENAN COMPANY $
STEVE BURNS
GILLAM DEVELOPMENT $
BRUCE GILLAM
COLORADO STRUCTURES $
ED SMITH
CEDAR VALLEY, LTD. S
KEN MOREY
ECKMAN & MITCHELL CONSTRUCT $
ERIC ECKMAN
CITY OF LOVELAND $
ED RUSSELL
MARIANA BUTTE PROPERTIES $
ROD HARR
FLATIRON STRUCTURES $
BRAD AMY
DOUBLE EAGLE CONSTRUCTION $
JAMES VICK
DOUBLE EAGLE CONSTRUCTION $
JAMES VICK/GREGG SEEBOHM
MID -VALLEY PARTNERS $
GUY ALCIATORE
CDOT g
VAN PILAUD
MAYS CONCRETE E
JANET DOROUGH
AMARON FOLKSTAD $
CRAIG BURNDAGE
CITY OF STEAMBOAT SPRINGS $
BILL WHELIHAN
DUCKELS CONSTRUCTION $
JOE BACKURZ
KRAUSE GENTLE CORPORATION $
MIKE SCHUELER
CITY OF STEAMBOAT SPRINGS E
BILL WHELIHAN
WESCOIN $
STEVE PETERSON
DUCKELS CONSTRUCTION $
CHRISTINE HUTTON
U.S. WEST $
MIKE PEPPLER
ROUTTCOUNTY $
LOU GABOS
TOWN OF HAYDEN q
MOUNTAIN RESORTS E
CHUCK McBRIDE
CONTRACTTO
COMPLETE
125,065
CONTRACT
PERCENT
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
PAVING
$66,749
2004027
100%
REMOVALS,GRADING
$5,290,767
2004035
100%
PAVING
GRADING, PAVING
$67,887
2004041
100%
PAVING
$64,060
2004042
100%
CRUSHING
$133,820
2004046
100%
PAVING
$147,165
2004047
100%
STORM, GRADE, PAVING
$563,767
2004048
100%
REMOVALS, UTILITIES
JOB NAME
OWNER CONTRACT TO
LOCATION
CONTACT COMPLETE
STRAWBERRY PARK CAMPUS 2000
STEAMBOAT SPRINGS RE 2 $ -
STEAMBOAT SPRINGS
RICK DENNY
COLORADO HWY 131
COOT $
STEAMBOAT SPRINGS
VAN PILAUD
BLM KREMMLING
VRGCONSTRUCTION $
KREMMLING
DON RAPP
FEDERAL EXPRESS PARKING LOT
KAHN CONSTRUCTION S -
STEAMBOAT SPRINGS
JOANNE RISTAU
SENECA CRUSHING 2000
SENECA COAL COMPANY S
STEAMBOAT SPRINGS
GREG KITCHENS
SILVER SPUR FILING 2
DUCKELS CONSTRUCTION $
STEAMBOAT SPRINGS
CHAR -LIE MAGNUSON
PARK PLACE
HERALDSTOUT $ -
STEAMBOAT SPRINGS
$ 125,065
CONNELL RESOURCES, INC.
UPDATED AS OF
6130102
SCHEDULE
OF MAJOR
1999 COMPLETED WORK
.
CONTRACT
PERCENT
JOB NAME
OWNER
TYPE OF WORK
AMOUNT
JOB #
COMPLETE
LOCATION
CONTACT
STORM
$595,033
991001
100%
PINE TREE VILLAGE STORM
PINE TREE VILLAGE LLC
LOVELAND
DON MAROSTICA
REMOVALS, GRADING
$650,723
991002
100%
CITY OF FC WATER TREATMENT
GARNEY COMPANIES
FORT COLLINS
JIM RICE
GRADING, UTILITIES
$204,231
991003
100%
WILLOW SPRINGS PH 2B
PARAGON POINT PARTNERS
PAVING
FORT COLLINS
BYRON COLLINS
UTILITIES, REMOVALS
$521,445
991004
100%
LARIMER COUNTY COURTHOUSE
HENSEL PHELPS CONSTRUCTION
FORT COLLINS
ALLAN BLIESMER
PAVING
$65,146
991006
100%
ORTHOPEDIC CENTER OF THE ROCKIES
THE NEENAN COMPANY
FORT COLLINS
MELINDA EBLEN
UTILITIES, STORM
$836,913
991007
100%
VILLAGES @ MARIANA BUTTE PH 2B
MRP, LLC
GRADING, PAVING
LOVELAND
DON MAROSTICA
GRADING, REMOVALS
$704,158
991008
100%
THOMPSON VALLEY P.U.D.
TAFT CARLISLE, LLC
LOVELAND
DON MAROSTICA
GRADING, UTILITIES
$1,912,149
991009
100%
CENTRE AVENUE EXTENSION
CSU RESEARCH FOUNDATION
PAVING
FORT COLLINS
KATHLEEN BYINGTON
UTILITIES, GRADING
$380,039
991010
100%
LAKESIDE NINE
LAKESIDE NINE, LLC
PAVING
LOVELAND
DON MAROSTICA
UTILITIES, GRADING
$743,639
991011
100%
EAGLE RIDGE APARTMENTS
KERBS CONSTRUCTION
PAVING
LOVELAND
REED HAWKES
GRADING, PAVING
$1,003,845
991012
100%
1999 FC STREET MAINTENANCE
CITY OF FORT COLLINS
FORT COLLINS
RICK RICHTER
GRADING, UTILITIES
$2,099,202
991013
100%
POUDRE VALLEY HEALTH SYSTEMS
M.A. MORTENSON
PAVING
FORT COLLINS
DENNIS ASHLEY
DEMOLITION, PAVING
$43,443
991014
1010%
HAISTON OIL SERVICE STATION
HAISTON OIL SERVICE STATION
FORT COLLINS
JEFF HAISTON
GRADING, PAVING
$266,132
991015
100%
MARIANA BUTTE 5TH SUB PH 3
U.S. HOMES
LOVELAND
RUSSELL HENSON
PAVING
$76,863
991016
100%
UPLANDS @ FISH CREEK
UPLANDS HOA
ESTES PARK
PETER HONDUIS
PAVING
$26,403
991017
100%
PIZZA HUT / ESTES PARK
WINTER ENTERPRISES
FORT COLLINS
MARTY BUCHANAN
UTILITIES, STORM
$96,641
991018
100%
EAGLE RIDGE OFF -SITE STREETS
McWHINNEY ENTERPRISES
GRADING, PAVING
LOVELAND
TROY McWHINNEY
GRADING, REMOVALS
$518,248
991019
100%
HARMONY VILLAGE
ALLIANCE CONSTRUCTION
FORT COLLINS
WILLIAM JOYNER
PAVING
$35,926
991020
100%
RAWHIDE ENERGY STATION
PLATTE RIVER POWER AUTHORITY
WELLINGTON
PAUL HOUSER
GRADING, PAVING
$31,236
991022
100%
MAITLAND DRIVEWAY & HOA
DAVE MAITLAND
FORT COLLINS
PAVING
$38,387
991023
100%
NORTHWOOD APARTMENTS
B & B ASPHALT
FORTCOLLINS
BRUCE JUELFS
GRADING, PAVING
$105,961
991026
100%
WESTGATE COMMERCIAL CENTER
SCHRADER OIL
FORT COLLINS
PERRY SCHRADER
SEWER, REMOVALS
$856,274
991027
100%
REGISTRY RIDGE OFF -SITE SEWER
DOUBLE EAGLE CONSTRUCTION
FORT COLLINS
GREGO SEEBOHM
PAVING
$16,382
991028
100%
MASTEC PATCHING
MASTEC
JOHNSTOWN
BRIAN JONES
GRADING, PAVING
$63,305
991029
100%
COTTONWOOD GLEN PARK
ENVIRONMENTAL CONCERNS
FORT COLLINS
DOUG SEVERANCE
TYPE OF WORK
GRADING, PAVING
GRADING, PAVING
GRADING, PAVING
GRADING, PAVING
GRADING, PAVING
PAVING
GRADING
UTILITIES, STORM
PAVING
GRADING, PAVING
PAVING
PAVING
GRADING, PAVING
UTILITIES, GRADING
PAVING
GRADING, PAVING
PAVING
GRADING
PAVING
GRADING, PAVING'
GRADING, PAVING
UTILITIES
UTILITIES, STORM
GRADING
GRADING, PAVING
GRADING
GRADING, PAVING
UTILITY, STORM
PAVING
PAVING
CONTRACT
AMOUNT
$1,064,368
$28,071
$40,209
$377,130
$58,546
$210,505
$74,515
$4,615,928
$250,078
$107,899
$100,334
$52,355
$586,242
$310,608
$196,753
$105,265
$109,629
$51,602
$218,081
$37,652
$1,161,367
$55,685
$294,023
$180,230
$138,711
$40,844
$78,539
PERCENT
JOB # COMPLETE
991030 100%
991031 100%
991032 100%
991034 100%
991035 100%
991036 100%
991037 100%
991038 100%
991039 100%
991040 100%
991041 J00%
991042 100%
991043 100%
991044 100%
991045 100%
991046 100%
991047 100%
991048 100%
991050 100%
991052 100%
991053
991054
991055
991056
991057
991059
991060
100%
100%
100%
100%
100%
100%
100%
JOB NAME
LOCATION
RIGDEN FARMS FILING I
FORT COLLINS
PACIFIC FINANCIAL CENTER
FORT COLLINS
GREELEY WEST HIGH SCHOOL
GREELEY
LCR 74E
LARIMER COUNTY
ED CARROLL MOTORS
FORT COLLINS
HP ASHPALT MAINTENANCE
FORT COLLINS
SW 14TH STREET IMPROVEMENTS
LOVELAND
REGISTRY RIDGE FILING I
FORT COLLINS
PRAIRIE TRAILS P.U.D.
LOVELAND
HEARTHFIRE 11
FORT COLLINS
ESTES PARK STREET IMPROVEMENTS
ESTES PARK
UNC PARKING LOTS
GREELEY
CLOVERLEAF PHASE II
FORT COLLINS
ROLLING HILLS RANCH IOTH
JOHNSTOWN
LARIMER CO ASPHALT PROGRAM
LARIMER COUNTY
MARIANA BUTTE IOTH
LOVELAND
THE BLUFFS @ PREGEL FARM
LOVELAND
HORSETOOTH TURN LANE
FORT COLLINS
BRUNNER FARMS 3RD & 4TH FILINGS
WINDSOR
MULBERRY COMMERCIAL PARK
FORT COLLINS
THE PONDS @ OVERLAND TRAIL 2ND
FORT COLLINS
CELESTICA OVERFLOW PARKING
FORT COLLINS
GREENBRIAR PH 3
LOVELAND
EATON COMMONS
EATON
PRAIRIE TRAILS P.U.D. UTILITY
LOVELAND
MORIAH ESTATES P.U.D.
WINDSOR
STANTON BRIDGE
FORT COLLINS
OWNER
CONTACT
WHEELER CONSTRUCTION
KEN SNEE
MBI CORPORATION
EDRHOADARMER
HASELDEN CONSTRUCTION
RICHARD GODEHN
LARIMER COUNTY
TODDJUERGENS
MARK YOUNG CONSTRUCTION
DAVID McMILLAN
HEWLETTPACKARD
MARY BARNETT
COULSON EXCAVATING
JACK SULLIVAN
U.S. HOME CORPORATION
GREGG SEEBOHM
BOEDECKER PRAIRIE TRAILS
KEN MOREY
HEARTHFIRE, LLC
TOM KENNEDY
TOWN OF ESTES PARK
GREG SIEVERS
G.L. HOFF CO.
PAT NORRIS
TOWER MANAGEMENT
ALEX BOGGS
GILLAM DEVELOPMENT
BRUCE GILLAM
LARIMER COUNTY
TODDJUERGENS
BRUCE MCDANIEL
PETERSBURG FAMILY, LLLP
SHAWN PETERSBURG
MOUNTAIN CONSTRUCTORS
JOE KUNTZ
DOUBLE EAGLE CONSTRUCTION
GREGG SEEBOHM
HAAG EXCAVATING
JERRY HAAG
GATEWAY AMERICAN PROP
MARK HOLLENBECK
DPR CONSTRUCTION
TRENT WOODWORTH
KAUFMAN & BROAD
JANNELLE SPEAKE
C.G. SMITH CONSTRUCTION
GEOFF / MATT SMITH
BOEDECKER PRAIRIE TRAILS
KEN MOREY
FORT COLLINS PAVING
KELLY HODGE
DOUBLEEAGLE
GREGG SEEBOHM
TYPE OF WORK
UTILITIES, GRADING
PAVING
PAVING
PAVING
PAVING
GRADING, PAVING
REMOVALS, CONCRETE
PAVING
REMOVALS, GRADING
PAVING
REMOVALS, GRADING
LANDSCAPING
GRADING, PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
STORM, REMOVALS
PAVING
GRADING, PAVING
UTILITIES, GRADING
PAVING, STORM
PAVING
PAVING
CRUSHING
GRADING, PAVING
CONTRACT
PERCENT
AMOUNT
JOB #
COMPLETE
$83,035
991061
100%
$207,569
991062
100%
$117,817
994001
100%
$1,184,692
994003
100%
$501,098
994007
100%
$59,138
994008
100%
$318,009
994016
100%
$366,598
994017
100%
$297,789
994018
100%
$195,823
994019
100%
$133,005
994020
100%
$258,783
994021
100%
$140,822
994023
100%
$75,445
994025
100%
$172,324
994026
100%
$60,552
994030
100%
$142,642
994031
100%
$105,460
994033
100%
$66,098
994036
100%
$96,000
994041
100%
$86,052
994042
100%
JOB NAME
LOCATION
OVERLAND VALLEY M.R.D.
FORT COLLINS
U.S. 36 / ESTES PARK
ESTES PARK
HERITAGE PARK
ROUTT COUNTY
CDOT OVERLAY-CRAIG
CRAIG
HAYDEN POWER PLANT
HAYDEN
IRON SPRINGS PARK CURB/WALL
STEAMBOAT SPRINGS
ENCLAVE Q STEAMBOAT SPRINGS
STEAMBOAT SPRINGS
STRAWBERRY PARK IMPROVEMENTS
STEAMBOAT SPRINGS
1999 HAYDEN WASHINGTON/LINCOLN
HAYDEN
COLOWYO ROAD IMPROVEMENTS
MEEKER
STEAMBOAT WEST WATERLINE
STEAMBOAT SPRINGS
1999 ROUTT COUNTY OVERLAY
STEAMBOAT SPRINGS
RIVER ROAD / COUNTY SHOP ROAD
STEAMBOAT SPRINGS
GRAND SUMMIT RESORT HOTEL
STEAMBOAT SPRINGS
YVRAIMPROVEMENTS
HAYDEN
WEST ROUTT FIRE TRAINING CENTER
HAYDEN
STOCKBRIDGE MULTI MODEL CENTER
STEAMBOAT SPRINGS
WEST ACRES TRAILER PARK
STEAMBOAT SPRINGS
ASPEN VIEW ESTATES
STEAMBOAT SPRINGS
SENECA CRUSHING
HAYDEN
TR1-STATE PAVING & IMPROVEMENTS
STEAMBOAT SPRINGS
OWNER
CONTACT
SCOTT CHARPENTIER
FLATIRON STRUCTURES
BRAD AMY
TYLOCKHART
CDOT
VAN PILAUD
UTILITY ENGINEERING CORP
HOWARD NOBLE
CITY OF STEAMBOAT SPRINGS
RICHARD BUCCINO
MRK CONSTRUCTION
MARK DAVIDSON
STEAMBOAT SPRINGS SCHOOL
STEAMBOAT SPRINGS
TOWN OF HAYDEN
FRANK FOX
COLOWYO COAL CO, LP
GORDON MERRIAM
MELDOR CONSTRUCTION
BO SIMON
ROUTT COUNTY
LOU GABOS
CITY OF STEAMBOAT
DOUG MARSH
COLORADO FIRST/PCL JOINT VENT
PATRICK MOLLARD
ROUTTCOUNTY
LOU GABOS
WEST ROUTT FIRE
TERRY MCCARTY
CITY OF STEAMBOAT
BRIAN FEENEY
BIG COUNTRY MANAGEMENT
TOM SIMMONS
PRECISION EXCAVATING
DAVEZEHNER
SENECA COAL COMPANY
BRAD BROWN
TRI-STATE G&T ASSOC.
DONALDCOOK
CONNELL RESOURCES, INC.
UPDATED AS OF
12131101
SCHEDULE
OF MAJOR
1998 COMPLETED WORK
CONTRACT
PERCENT
JOB NAME
OWNER
TYPE OF WORK
AMOUNT
JOB #
COMPLETE
LOCATION
CONTACT
GRADING, UTILITIES
$744,405
981001
100%
WILLOW SPRINGS PH 2A
PARAGON POINT PARTNERS
PAVING
FORT COLLINS
BYRON COLLINS
GRADING, UTILITIES
$126,061
991002
100%
BROOKSIDE Q WILLOW SPRINGS
THE GENESEE COMPANY
PAVING
FORT COLLINS
RONALD SKARKA
GRADING, UTILITIES
$956,109
981003
100%
SYMBIOS LOGIC
ALLIANCE CONSTRUCTION
PAVING, REMOVALS
FORT COLLINS
SCOTT JOSLIN
GRADING, STORM
$758,650
981004
100%
GATEWAY ROUNDABOUTS
SAUNDERS CONSTRUCTION
PAVING, REMOVALS
LOVELAND
MIKE KARLSON
GRADING, UTILITIES
$4,014,107
981006
100%
HP GENESIS IV PROJECT
M.A. MORTENSON
PAVING
FORT COLLINS
JEFF MADDEN
GRADING
$48,703
981008
100%
HP TEMPORARY RECYCLE LOT
MARK YOUNG CONSTRUCTION
FORT COLLINS
MARK YOUNG
GRADING, UTILITIES
$2,704,035
981009
100%
VIEWPOINTE
DAVID BURRUS
PAVING
WELLINGTON
GRADING, UTILITIES
$719,778
981010
100%
ARGYLE APARTMENTS
DAVIS BROTHERS CONSTRUCTION
PAVING
FORT COLLINS
TOM DAVIS
GRADING, UTILITIES
$303,848
981011
100%
WILLOW SPRINGS NORTH/SINGLE
PARAGON POINT PARTNERS
PAVING
FORT COLLINS
BYRON COLLINS
GRADING, PAVING
$148,134
981012
100%
PR- I TECHNOLOGY INFORMATION
FRANCIS CONSTRUCTION
FORT COLLINS
DOUG MCCARTHY
UTILITIES, STORM
$703,449
981013
100%
MARIANA BUTTE 5TH SUB PH l
U.S. HOMES
GRADING, PAVING
LOVELAND
RUSSELL HENSON
GRADING, PAVING
$148,298
981014
100%
ROLLING HILLS RANCH PH 11
GILLAM DEVELOPMENT
JOHNSTOWN
BRUCE GILLAM
PAVING
$63,437
981015
100%
STETSON CREEK
EMPIRE MANAGEMENT
FORT COLLINS
VERN MARTINSON
PAVING
$1,208,200
981016
100%
1998 FC STREET MAINTENANCE
CITY OF FORT COLLINS
FORT COLLINS
RICK RICHTER
GRADING, PAVING
$34,929
981017
100%
LAPORTE PLAZA PUD
GERALD THOMAS
LAPORTE
UTILITIES, STORM
$202,608
981018
100%
MARIANA GLEN 2ND SUB PH 5
BRAY ENTERPRISES
GRADING, PAVING
LOVELAND
SCOTT BRAY
GRADING, PAVING
$32,841
981020
100%
HARRIS MARINE CENTER
LUTHER HARRIS
FORT COLLINS
PAVING
$32,558
981023
100%
EVERITT OFFICE PARK
B & B ASPHALT MAINTENANCE
FORT COLLINS
BRUCE JUELFS
STORM, REMOVALS
$410,454
- 981024
100%
FRONT RANGE COLLEGE PARKING LOT
R.C. HEATH CONSTRUCTION
GRADING, PAVING
LOVELAND
LEM COUNCIL
PAVING
$110,150
981025
100%
EISENHOWER BLVD
MOUNTAIN CONSTRUCTORS
LOVELAND
JOE KUNTZ
UTILITIES, STORM
$978,905
981026
100%
HARMONY ROAD REALIGNMENT
CITY OF FORT COLLINS
REMOVALS, PAVING
FORT COLLINS
WARD STANFORD
PAVING
$49,567
981029
100%
MARTINEZ & EDORA TENNIS COURTS
EVERGREEN TENNIS COURTS
FORT COLLMS
GEORGE STAHLIN
REMOVALS, PAVING
$38,731
981032
100%
CSU FIELDHOUSE TRACK
SOUTHWEST RECREATION
FORT COLLINS
JOHN RENNER
GRADING, UTILITIES
$826,284
981033
100%
CLOVERLEAF COMMUNITY
TOWER MANAGEMENT
PAVING, STORM
FORT COLLINS
ALEX BOGGS
TYPE OF WORK
GRADING, PAVING
GRADING, REMOVALS
PAVING
REMOVALS, PAVING
PAVING
UTILITIES, PAVING
UTILITIES
GRADING, PAVING
GRADING, PAVING
REMOVALS, PAVING
GRADING, PAVING
GRADING, PAVING
GRADING, UTILITIES
PAVING, STORM
UTILITIES
GRADING, UTILITIES
PAVING, STORM
PAVING
GRADING, PAVING
PAVING
PAVING
UTILITIES
GRADING, REMOVALS
GRADING, UTILITIES
PAVING, STORM
PAVING
PAVING
UTILITIES
GRADING, UTILITIES
STORM
CONTRACT PERCENT
AMOUNT JOB# COMPLETE
$113,205 981034 100%
$67,066 981035 100%
$35,610 981036 100%
$86,404
$30,431
$34,107
$76,476
$214,048
$224,575
$127,246
$48,500
$318,915
$314,137
$133,479
$1,034,448
$552,636
$79,281
$77,393
$230,223
$140,315
$491,410
$666,505
$45,226
$35,321
$116,350
$1, I87,338
981037 100%
981039 100%
981040 100%
981041 100%
981042 100%
981043 100%
981045 100%
981046
981047
981048
981049
981050
981051
981052
981053
981054
981055
981056
981057
981058
981059
981061
981062
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
100%
JOB NAME
LOCATION
WINDSOR SCHOOLS
W INDSOR
HP GUARD SHACK RELOCATION
FORT COLLMS
COMFORT INN
LOVELAND
PARK SCHOOL DISTRICT
ESTES PARK
KENTUCKY FRIED CHICKEN
FORT COLLINS
WILLOW SPRINGS 5TH
FORT COLLINS
EAGLE RANCH IRRIGATION
FORT COLLINS
COUNTRY ACRES
JOHNSTOWN
ROLLING HILLS RANCH 4,6 & 7
JOHNSTOWN
HP PARKING LOT IMPROVEMENTS
FORT COLLINS
JFK PARKWAY IMPROVEMENTS
FORT COLLINS
HEARTHFIRE PUD
FORT COLLINS
VILLAGES @ MARIANA BUTTE PH I B
LOVELAND
VILLAGES @ ME OFFSITE UTILITY
LOVELAND
VILLAGES @ MARIANA BUTTE PH 2A
LOVELAND
HARMONY BRIDGE
FORT COLLINS
HWY 402 / HERON DRIVE
LOVELAND
SPRING CREEK IMPROVEMENTS
FORT COLLINS
QUAIL RIDGE
LONGMONT
HARMONY TECHNOLOGY PARK
FORT COLLINS
HORSESHOE LAKE P.U.D.
LOVELAND
EMERALD GLEN 6TH SUBDIVISION
LOVELAND
RESIDENCE INN OAKRIDGE
FORT COLLINS
AURORA HILLS SUBDIVISION
FORT COLLINS
HP GENESIS IV PHASE 2
FORT COLLINS
EAGLE RANCH ESTATES II
FORT COLLINS
OWNER
CONTACT
HASELDEN CONSTRUCTION
RICHARD GODEHN
THE NEENAN COMPANY
MIKE COLLENTME
WILLCO DEVELOPMENT LLLP
BILL ALBRECHT
PARK SCHOOL DISTRICT R-3
TONY PAGLIA
INFRA TECH ASPHALT
GREG MILEWSKI
PARAGON POINT PARTNERS
BYRON COLLINS
THREE EAGLES DEVELOPMENT
DWAYNE WALKER
GILLAM DEVELOPMENT
BRUCE GILLAM
GILLAM DEVELOPMENT
BRUCE GILLAM
HEWLETT PACKARD
KENT SULLIVAN
CITY OF FORT COLLINS
MATTBAKER
TARCO, INC.
JOE DOMENICO
MRP, LLC
DON MAROSTICA
MRP, LLC
DON MAROSTICA
MRP, LLC
DON MAROSTICA
EDWARD KRAEMER & SONS
JIM RENOE
WAGNER ENTERPRISES
VICKI WAGNER
EDWARD KRAEMER & SONS
JIM RENOE
TARCO, INC.
JEFF RECKARD
DPR CONSTRUCTION
RANDY STINEBAUGH
THE GENESEE COMPANY
RONSKARKA
GLEN PROPERTIES
SCOTT BRAY
ALLIANCE CONSTRUCTION
GREGG MEISINGER
FORTCOLLINS PAVING
KELLY HODGE
M.A. MORTENSON
JEFF MADDEN
THREE EAGLES DEVELOPMENT
DWAYNE WALKER
TYPE OF WORK
GRADING, UTILITIES
PAVING, REMOVALS
GRADING, UTILITIES
PAVING, STORM
GRADING, PAVING
GRADING, UTILITIES
PAVING, STORM
STORM, REMOVALS
GRADING, PAVING
PAVING
PAVING
GRADING, PAVING
GRADING
PAVING
STORM
PAVING
PAVING
PAVING
GRADING, PAVING
UTILITIES
GRADING, PAVING
GRADING, PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
CONTRACT
PERCENT
AMOUNT
JOB#
COMPLETE
$234,875
981063
100%
$619,943
981064
100%
$937,819
981065
100%
$2,064,022
981066
100%
$1,079,140
984001
100%
$196,674
984002
100%
$125,025
984003
100%
$74,525
984005
100%
$113,195
994007
100%
$333,773
984009
100%
$318,314
984010
100%
$289,31 I
984013
100%
$69,762
984014
100%
$724,110
984016
100%
$519,649
984018
100%
$65,183
984025
100%
$80,502
984027
100%
$69,220
984028
100%
$187,756
984029
100%
$393,576
984032
100%
$174,471
984035
100%
$175,014
984037
100%
$59,950
984039
100%
JOB NAME
LOCATION
THE OVERLOOK @ WOODRIDGE
FORT COLLINS
THE GATES @ WOODRIDGE
FORT COLLINS
SHAMROCK WEST
LOVELAND
BOYD LAKE NORTH 6TH SUB
LOVELAND
HAYDEN DRAINAGE IMPROVEMENTS
HAYDEN
MAYBELL BRIDGES
MOFFAT COUNTY
PASS CREEK
GRAND COUNTY
HOWELSEN ICE RINK
STEAMBOAT SPRINGS
WAGNER EQUIPMENT
HAYDEN
1998 CRAIG STREET OVERLAY
CRAIG
DOWNTOWN IMPROVEMENTS
HAYDEN
1998 STEAMBOAT PAVING PROGRAM
STEAMBOAT SPRINGS
THE VILLAS
STEAMBOAT SPRINGS
1998 ROUTT COUNTY PAVING
ROUTT COUNTY
EAGLE POINT TOWNHOMES
STEAMBOAT SPRINGS
HUNT DRIVEWAY
STEAMBOAT SPRINGS
CMC PARKING LOTS MAINTENANCE
STEAMBOAT SPRINGS
STATE PARK HIGHWAY 40
HAYDEN
PH 2 ROUTT COUNTY PAVING
ROUTT COUNTY
STEAMBOAT HIGH SCHOOL
STEAMBOAT SPRINGS
HILLTOP CONNECTOR ROAD
STEAMBOAT SPRINGS
CLARK'S GROCERY STORE
STEAMBOAT SPRINGS
MID VALLEY BUSINESS PARK
STEAMBOAT SPRINGS
OWNER
CONTACT
WOODCRAFTHOMES
TOM DUGAN
WOODCRAFT HOMES
TOM DUGAN
KAUFMAN & BROAD
MIKE KANALY
THE GENESEE COMPANY
RONSKARKA
COOT
DALEPYLE
DUCKELS CONSTRUCTION
JOE BACKURZ
DUCKELS CONSTRUCTION
JOEBACKURZ
CITY OF STEAMBOAT
RICHARD BUCCINO
WAGNER EQUIPMENT
JEFF ROSENDALE
CITY OF CRAIG
TOWN OF HAYDEN
RANDY
CITY OF STEAMBOAT
DOUG MARSH
NATIVE EXCAVATING
STUART HANDLOFF
ROUTTCOUNTY
DAVE BRAUDICA
FELDMAN STRATTON
LARRY FELDMAN
TERRY HUNT
COLOR -ADO MOUNTAIN COLLEGE
MIKE SAWYER
DUCKELS CONSTRUCTION
JOEBACKURZ
ROUTTCOUNTY
DAVE BRAUDICA
GE JOHNSON CONSTRUCTION
RICK SQUIRES
PRECISION EXCAVATING
DAVEZEHNER
CHRISMAN CONSTRUCTION
MARK GRAYSON
SUNSET BUILDERS
GARY GILLMAN
f
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
See attachment "B"
12. List your major equipment available for this contract.
See attachment "C"
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
See attachment "D"
15. Credit available: $ See attachment "E"
16. Bank reference: See attachment "E"
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
Upon request onlv
18. Are you licensed as a General CONTRACTOR? yes
If yes, in what city, county and state? All cities and counties What
class, license and numbers? in Colorado CDOT MOT
19. Do you anticipate subcontracting Work under this Contract? Ws
If yes, what percent of total contract? 6.7%
and to whom? V-"c lot- :� -«ale 11n0xy-Q
20. Are any lawsuits pending against you or your firm at this time? No
If
DETAIL yes,
7/96
Section 00420 Page 2
9IY y,W::_i1,�'
#4i#1*#**;*i*4iW4*#*###*'*4*4#*h***#}W*W#*#fffh}h4F*#4k*h44#f#1*;#*4f#f1*#*#4*i}FiY***f*4M*#fk***4#**h****4**#{4**1*#*hik4{#4##1#4#4♦
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS
YEAR NUMBER
NUMBER
DATE REN DATE DEPT
RATE
001 2000 GMC 1500 PICKUP TC
TRUCK 1
2000 1GTEK19T7YE384571
722BIK
OS/31/00 06/30/04
840
6.00
002 2000 GMC 1500 P ICKUP JM
TRUCK 1
2000 LOTEC14W2YE119619
4742BLU
09/21/99 11/30/03
810
6.00
003 199.9 GMC 2500 PICKUP TT
TRUCK 1
1999 1GTGC24R6XR721973
4627OLU
08/11/99 09/30/03
810
6.00
004 1999 GMC 1500 PICKUP CR
TRUCK 1
1999 2GTEK19T9X3.5S8978
43320LU
06/02/99 07/31/03
810
6.00
005 1999 GMC 1500 PICKUP EP
TRUCK 1
1999 IGTEC14WIXES36499
4118OLU
04/05/99 05/31/04
810
5.00
006 1999 GMC 1500 PICKUP JJ -
TRUCK 1
1999 1GTEC14W9XE533768
41183LU
03/23/99 05/31/04
810
6.00
007 1999 GMC 1500 PICKUP RS
TRUCK 1
1999 1GTEK14W9XE534101
41182LU
03/23/99 05/31/04
810
6.00
008 1999 GMC 1500 PICKUP RM
TRUCK 1
1999 1GTEK14W2XE534148
41181LU
03/23/99 05/31/04
810
6.00
009 2002 CHEV 1500 EXTCB CC
TRUCK 1
2002 2GCEK19T321230870
719DJX
12/14/01 01/31/04
810
6.00
010 1985 CHEV PU STM SHP
TRUCK 1
1985 IGCGC24MOFF307382
7099LY
05,/22/86 04/30/04
840
6.00
O11 1994 CHEV K1500 PKP TK
TRUCK 1
1994 1GCEK14K3RZ200381
3533MD
03/10/94 04/30/04
810
6.00
012 1994 CHEV K2500 JD
TRUCK 1
1994 1GCFK24K7RE202913
3532MD
03/1D/94 04/30/04
$10
6.00
014 1994 CHEV K1500 KN
TRUCK 1
1994 1GCEK14Z7RZ250178
7995MD
08/01/94 08/31/03
810
6.00
O15 1992 GMC PU ASPHALT CREW
TRUCK 1
1992 1GTEK14KONESS5395
663FWC
02/OS/96 03/31/04
840
6.00
016 1990 CHEV FLATBED DIRT CREW
TRUCK 1
1990 1GBRK34N2LE223432
12936WZ
02/06/96 07/31/03
840
6.00
017 1984 GMC 1 TON PICKUP DIRT CREW
TRUCK 1
1984 IGDHC34NOEVSOS469
13315WZ
OB/29/96 09/30/03
840
6.00
O18 1995 GMC 1/2 TON 4WD
TRUCK 1
1995 1GTEK14ZSSZ511040
22095LU
03/12/97 04/30/104
810
6.00
019 1995 GMC 1500 PU FL
TRUCK 1
1995 IMK14ZSSZSIIS07
22603LU
04/09/97 OS/31/04
810
6.00
020 1998 GMC 2WD PICKUP MT
TRUCK 1
1990 1GTEC14W4WZ507909
28540LU
OS/12/98 06/30/03
810
6.00
021 1994 CHEV K1500 DO
TRUCK 1
1994 IGCEK14ZSRZ215882
00182S6
04/18/94 06/30/04
840
6.00
022 1994 CHEV PKUP,DD
TRUCK 1
1994 1GCEK14Z7RZ110745
12729WZ
01/26/94 04/30/04
840
6.00
023 2001 CHEV 1500 PICKUP
TRUCK 1
2001 2GCEK19TO11116796
320ERC
04/10/01 06/30/04
840
6.00
. 024 2002 OMC 2500 PICKUP MD
TRUCK 1
2002 IOTHK24U42Z199249
, 720DJX
11/28/01 01/31/04
810
6,00
025 1991 GMC K1500
TRUCK 1
1991 IGTDK14ZGMESOG287
00266EG
11/03/90 04/30/04
640
6.00
026 1998 OMC 1500 PICKUP RW
TRUCK 1
1998 1GTEC14W2WZ543467
35979LU
08/10/98 09/30/03
810
6.00
027 2001 GMC 1500 PICKUP PC
TRUCK 1
2001 LGTEC14W71Z332211
317CWF
07/09/01 08/31/03
810
6.00
028 1991 OMC PU
- TRUCK 1
1991 10TEC14ZIMES06067
2183MC
03/19/93 04/30/04
640
6.00
029 2001 CHEV 2500 PICKUP LE
TRUCK 1
2001 1000C24USIZ236302
461CWB
02/16/01 04/30/04
810
6.00
030 2002 CHEV SUBURBAN BC
TRUCK 1
2002 3GNFK16Z12G242348
184GET
04/02/02 05/31/04
810
6.00
032 2000 GMC 1500 PU CF
TRUCK 1
2000 1GTEK19T3YE386990
177BSW
11/09/00 01/31/04
810
6.00
036 3.993 CHEV C1500
TRUCK 1
1993 LGCEC14Z9PE166798
734ANB
05/26/96 07/31/03
610
6.00
037 1997 GMC 1500 PICKUP - DO
TRUCK 1
1997 1GTEK14W3VZ535668
142BOWZ
04/17/97 06/30/04
$40
6.00
039 1995 OMC 1500 PICKUP DB
TRUCK 1
1995 1GTEK14ZISZS07809
S15HAN
04/23/97 OS/31/04
810
6.00
039 2001 FORD F250 PICKUP
TRUCK 1
2001 1FTNX21F31EB84225
617900
OS/03/01 06/30/04
840
6.00
040 3.998 GMC '3/4 TON YTT
TRUCK 1
1998 1GTGC24R2WZ508503
27973LU
09/17/97 11/30/03
810
6.00
041 1998 GMC 1500 PU JL
TRUCK 1
1998 20TEK19R6W1525844
3110OLU
01/16/98 03/31/04
610
6.00
042 1990 GMC 1500 PICKUP Mike F
TRUCK 1
1996 1GTEK19R4WE523816
31320LU
02/23/98 04/30/04
810
6.00
043 2006 GMC 1500 PICKUP GN
TRUCK 1
2000 1GTEC14KSYE309365
03291E
06/21/00 07/31/03
810
6.00
044 1998 GMC 1500 EXTENDCAB Mark F
TRUCK 1
1998 2GTEX19R9W1555145
2B539LU
05/08/98 06/30/03
810
6.00
045 1993 CHEV BLAZER JP
TRUCK 1
1993 1QHOT13WXP2159659
PHJ5496
03/21/96 07/31/03
810
6.00
046 1997 GMC YUKON BF
TRUCK 1
1997 JGKEK13RSVJ749575
301AGM
04/28/00 OS/31/04
840
6.00
047 2001 CHEV BLAZER ML
TRUCK 1
2001 1GNDT13W91K227523
726GEP
03/04/02 04/30/04
810
6.00
048 2001 CHEV BLAZER ME
TRUCK 1
2001 1GNDT13W21K242526
185GET
04/01/02 05/31/04
810
6.00
049 2001 CHEV 1500 PICKUP MM
TRUCK 1
2001 2GCEK19T211114946
910CWC
03/30/01 OS/31/04
810
6.00
050 1973 FORD BOOM TRK PIT
TRUCK 2 1973 P75FVS09991
44758LU
07/12/79 11/30/03
610
18.00
051 1983 FORD F600
TRUCK 2 1983 1FDMFGOHXDVA21676
267WZ2
07/27/94 10/31/03
840
18.00
052 1990 FORD STAKE - MANHOLE
TRUCK 2 1990 IFDXR82AXLVA14645
9609ME
02/09/96 03/31/04
$10
10.00
053 1990 GMC FUEL TRUCK
TRUCK 2 1990 LGDM1H1J6LJ606268
194WZ2
02/07/96 07/31/03
840
10.00
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release(Contractor)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
Pages
00020-1 - 00020-2
00100-1 - 00100-9
00300-1 - 00300-4
00400-1
00410-1 - 00410-2
00420-1 - 00420-3
00430-1
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00660-1
00670-1 - 00670-2
00700-1 - 00700-34
GC -Al - GC-A2
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-2
u
07-11-2003 08:38 CONNELL RESOURCES INC.
BY: DONNA PAGE: 2
EQ\LE02EQP
4 •a* EQUIPMENT MASTER #+•
!4##yfrt144f 4#a4#4!};44+'44#h4Y#iW44444W444444#44#4##4;44#+#4#44W}#4W44+44h44444h#4#44h444hk41444W4#h4#h1444a#aW4+f A44##4f44}4#4h a4}4•
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
REN DATE DEPT
RATE
054
1997
FORD F800 SVC TRK MO
TRUCK 2
1997
1FDXF80EXVVA39160
674BYG
03/26/97
05/31/04
810
20.00
055
1997
GMC 3SHD SERVICE TRUCK
TRUCK 2
1997
10DKC34F9VJ515396
14841WZ
O8/08/97
10/31/03
840
056
1995
FORD F450 ONE TON
TRUCK 2
1995
1FDLF4701SEA24900
22613LU
O5/15/97
07/31/03
890
20.00
7.00
057
1993
CHEV 1TODT PATCH
TRUCK 2
1993
1GBJC34F4PE113639
24070LO
04/22/97
06/30/03
810
7.00
O58
1986
GMC 1TN MANHOLE CREW
TRUCK 2
1986
1GDGC34W2GS506638
7361LY
05/01/87
02/28/04
840
059
1977
CHEV 2T FLATEED PVT MAINT
TRUCK 2
1977
CCE667V127512
176WZ2
02/11/94
04/30/04
840
7.00
15.00
060
1979
INTNL DUMP TRK
TRUCK 2
1979
AA185JHA31308
175WZ2
02/11/94
03/31/04
B40
20.00
061
1978
FORD SERV TRK
TRUCK 2
1978
R70BV13J6590
197W22
05/27/88
07/31/03
840
10.00
062
1990
FORD DIST TRK
TRUCK 2
1990
1FDXR82A8LVA19486
189WZ2
02/24/94
07/31/03
940
40.00
063,
1994
CHEV 350014D FLATBED LM
TRUCK 2
1994
1GBKC34F7RJ105761
22091LU
03/07/97
04/30/04
810
10.00
064
1994
ROSCO DISTRIBUTOR TRUCK
TRUCK 2
2994
1FDXK74CSRVA2S977
549BFG
03/29/02
05/31/04
840
065
2002
INTERNATIONAL DISTRIBUTOR TRUCK
TRUCK 2
2002
1HTSCABN52H509457
573BRT -
11/15/01
03/31/04
810
36.00
O66
2980
IHC 52500 DIST
TRUCK 2
1980
CA252KMU6378
313LV2
10/12/93
04/30/04
8.10
40.00
36.00
067
2989
MACK FLATBED TRUCK
TRUCK 2
1989
1M2N188YOKW027075
763LU2
07/21/95
02/28/04
010
35,00
066
1993
KENWORTH FUEL TRUCK LK
TRUCK 2
1993
2XKDDBSX6PM587923
1342LU2
04/01/99
06/30/04
810
35.00
069
1997
GMC 3500 VAN
TRUCK 2
1997
1GDHG31ROV1042131
907APJ
03/30/00
05/31/04
810
60.00
070
1994
GMC C3500 VAN
TRUCK 2
1994
1GDHG31X9RF520655
14833WZ
O8/08/97
10/31/03
640
15.00
071
1967
CRANE TRUCK
TRUCK 2
1967
692740
TITLE ONLY
07/11/97
810
18.00
072
2001
KENWORTH T800 FUEL TRUCK CK
TRUCK 2
2001
1NKDLS9X01J879403
809AUY
O1/24/01
02/26/04
810
35.00
079
2001
KENWORTH T300 SVC TRK JJ
TRUCK 2
2001
2N1(MHD7X91M876802
750EPK
22/05/00
02/28/04
810
35.00
080
1995
GMC TOPKICK SVC WF
TRUCK 211995
1GDK7HIJ2SJ515438
769LU2
04/22/98
06/30/04
810
20.00
081
2995
DODGE RAM 3500 SVC DS
TRUCK 2
1995
1B6MC36C3SS220966
2B537LU
05/15/98
06/30/03
810
20.00
082
1999
GMC 1 TON PLATFORM TRUCK
TRUCK 2
1999
1GDHC34RXXF022305
40675LU
02/24/99
03/31/04
840
083
1999
GMC 1 TON PLATFORM TRUCK MT
TRUCK 2
1999
IGDHC34MIXE021012
518ANC
02/24/99
03/31/04
810
10.00
084
2000
GMC 3500 FLATBED ME
TRUCK 2
2000
1GDHC34J3YF428714
992AND
02/18/00
03/31/04
810
10.00
085
2000
GMC 3500 FLATBED PC
TRUCK 2
2000
1GDHC34J6YF441411
993AND
02/18/00
03/31/04
810
10.00
10.00
086
2001
FORD F350 FLATBED JN
TRUCK 2
2001
1FDWF36F91EB01821
126CWD
OQ/17/01
06/30/04
810
10.00
087
2001
FORD F350 FLATBED
TRUCK 2
2001
1FDWF36FBIEA87944
349ERC
04/17/01
06/30/04
840
10.00
088
1983
FORD PATCH TRUCK
,TRUCK 2
1983
1FDXR80U9DVA33296
344GZG
O1/14/03
OS/31/04
840
25.00
099
1995
GMC WATER TRUCK
TRUCK 2
1995
1GDK7H1J1SJ506455
093 BHA
02/23/00
03/31/04
810
30.00
099
1995
GMC WATER TRUCK
TRUCK 2
1995
1GDK7HlJ35J506411
094ERA
02/28/00
03/31/04
810
30.00
100
1981
INTNL WATER TRK
TRUCK 3
1981
IHTD2167XBOB19955
1323LU2
06/22/94
03/31/04
840
35.00
101
1991
INTNL WATER TRK
TRUCK 3
1991
1HTSDZ7PXMH357894
10395LU -
11/01/96
11/30/03
840
35, 00
102
1981
INTNL WATER TRK
TRUCK 3
1981
IHTD2167XBGBI9793
1324LU2
06/06/94
03/31/04
810
35.00
103
1986
INTL TANDEM CUM
TRUCK 3
1986
IHSZJJWRXGHA13179
219WZ2
06/03/94
07/31/03
840
35.00
105
1981
FORD TANDEM DMP
TRUCK 3
1981
1FDYU90W8BBVJ0549
TITLE ONLY
02/16/87
810
40. 00
106
1979
FORD 7000 WATER TRUC
TRUCK 3
1979
R708VFBIS66
096ERA
09/19/91
03/31/04
810
20.00
109
1987
MACK TANDEM DOM
TRUCK 3
1987
1MIAYl0YXHM002590
605BRT
01/10/94
05/31/04
810
40.00
110
1987
MACK TANDEM DMP
TRUCK 3
1997
1M2AY10Y9H4002595
758LU2
01/10/94
05/31/04
840
40.00
Ill
1987
MACK TANDEM DMP
TRUCK 3
1987
1M2AY10Y6HM002S8S
678LU2
01/10/94
04/30/04
810
40.00
112
1987
MACK TANDEM DMP
TRUCK 3
1987
1M2AYl0Y3HM002592
677LU2
02/03/94
04/30/04
810
40.00
113
1978
INTNL WATER TRK
TRUCK 3
1978
62137HGB20487
1322LU2
10/17/94
03/31/04
810
35.00
114
1973
MACK WATER TRK
TRUCK 3
1973
DM68SS12858
TITLE ONLY
03/09/95
810
10.00
11S
1989
MACK TAND RWE13
TRUCK 3
1989
1M2AY04Y2KM005768
771AUY
04/10/96
07/31/03
840
40.00
116
1989
MACK TAND RW613
TRUCK 3
1989
LM2AY04Y4KM005769
556BFG
04/10/96
07/31/03
840
40.00
117
1988
FREIGHTLINER TANDEM
TRUCK 3
1988
1FUY2CYBBJP334718
560BFG
OS/01/98
06/30/04
940
40.00
119
1998
PETERBILT DUMP TRUCK
TRUCK 3
199E
3WPNAD7X1WF466510
095EHA
12/01/00
03/31/04
810
40.00
. 157
1999
PETERBILT TRACTOR
TRUCK 4
1999
1XP5P4EX7XD473913
727DGW
01/21/03
10/31/03
810
60.00
07-11-2003 08:38 CONNELL RESOURCES INC.
BY: DONNA
**44***R4R*4**#i**YR*Y44ki
+++ EQUIPMENT MASTER ++«
PAGE: 3
EQ\LE02EQP
*}rt*}*}h**yky*4#*****}w#*44h{}hh*}#h}hyifh{h*WWy4#}h4}{*y}}{4};}}f}*yk4}}hh}}}}}h44rt;**f}*hh4}}yh!}W}h}**}}hk1}}Yh}}h4}}#}f}y*hhh}Y♦
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
REN DATE
DEPT
RATE
♦####*##*#######W#######'4###/W/#t#####4/##//#####h###*Y14##/y#W##Yt####t#4#1#4###4###f##}###i####/##4########h########/#######k####•
160
1997 MACK CL713 TRACTOR
TRUCK 4
1997
1M2AD62Y4VW004762
047DGJ
09/20/96
10/31/03
840
60.00
161
PETERBILT TRACTOR MO
TRUCK 4
1985
1XP9D29X5FP180808
048OGJ
04/21/88
10/31/03
810
40.00
163
2001 KENWORTH T8009 TRACTOR
TRUCK 4
2001
IXKDP4EX71J872881
051DGJ
09/07/00
10/31/03
810
60.00
3.66
1990 MACK TT C14613
TRUCK 4
1990
1M2AA06YXLWO04570
482LUB
04/17/95
05/31/04
810
40.00
167
1990 MACK TT CH613
TRUCK 4
1990
1M2AA06Y7LW004722
481LUS
04/17/95
01/31/04
840
40.00
168
1990 MACK TT CH513
TRUCK 4
1990
1M2AA06Y6LW004727
480LU8
04/17/95
05./31/04
640
40.00
169
1990 MACK TT CH613
TRUCK 4
1990
1M2AA06Y5LW004573
483LUS
04/17/95
05/31/04
840
40.00
170
1990 MACK TT C4623
TRUCK 4
1990
1M2AA06Y2LW004725
478LU8
04/17/9S
05/31/04
810
40.00
172
1993 MACK TT CH613
TRUCK 4
1993
1M2AA13Y4PW019503
49SLUS
05/31/96
08/31/03
810
40.00
173
1993 MACK IT CH613
TRUCK 4
1993
1M2AA13Y6PW019504
688LU8
05/31/96
09/30/03
840
40.00
174
1993 MACK TT C14613
TRUCK 4
1993
1M2AA13Y8PW019505
486LUB
05/31/96
01/31/04
810
40.00
175
L993 MACK TT CH613
TRUCK 4
1993
1M2AA13YXPW019506
687LU8
OS/31/96
09/30/03
840
40.00
176
1995 MACK TT C14613
TRUCK 4
1995
1M1AA13Y3SW047225
787LU8
04/29/98
07/31/03
810
40.00
177
1995 MACK TT CH613
TRUCK 4
1995
1M1AA13YSSW047226
786LUS
04/29/98
07/31/03
810
40.00
170
1995 MACK TT CH613
TRUCK 4
1995
1MlAA13Y7SW047227
841BRT
04/29/98
07/31/03
810
40.00
200
CMI LOAD KING
TRAILERS
1990
184L48359L2116598
L45488
01/20/93
02/28/04
840
10.00
201
TRAIL KING TK20 LOWS
TRAILERS
1990
1TKA0482XLMDSGSBS
L44855
OS/11/93
06/30/04
810
10. 00
202
TRAIL KING TK100
TRAILERS
1997
1TKJOS337VM059109
L112893
12/14/98
09/30/03
810
20.00
203
MILLER TILT TRAILER
TRAILERS
1962
5291
R019847
07/14/95
07/31/03
840
20.00
204
CRI TILT BED TRAILER
TRAILERS
1995
ID06019604CO
L056639
09/01/95
09/30/03
810
5.00
205
CRI TILT BED TRAILER
TRAILERS
1996
ID28003536CO
R113646
07/26/96
07/31/03
640
5.00
206
CRI TILT BED TRAILER
TRAILERS
1996
IDOSO18977CO
L102939
09/23/96
09/30/03
640
5.00
207
CRI WATERLINE TEST TRAILER
TRAILERS
2000
ID06026445CO
295ATA
03/30/00
04/30/04
810
,
20.00
108
TRAIL KING TK130HDG TRAILER
TRAILERS
2001
ITKJOS3321MO74028
422BYT
10/17/00
01/31/04
810
20.00
210
1995 RED TRAILER
TRAILERS
1995
478SI42TXS1010829
917GPS
06/17/98
06/30/04
840
5.00
212
UTILITY TRAILER
TRAILERS
1975
7LS9074007
L059405
06/11/85
03/31/04
810
5.00
213
TRAILMOBILE TRAILER
TRAILERS
1979
T50203
L30799
04/03/89
01/31/04
840
5.00
214
1978 FRUEHAUF VAN
TRAILERS
1978
MAZ556914
L120344
07/20/98
10/31/03
810
5.00
216
1995 CMI LOAD KING 2060
TRAILERS
1995
1B4B40235S1119211
R115240
06/19/98
07/31/03
840
15.00
219
1995 CMI LOAD KING 2060
TRAILERS
1995
194B40230R1118879
R115241
06/19/98
07/31/03
810
15.00
220
HOBBS ENO DUMP
TRAILERS
1976
FHW623809
941BAI
01/14/77
10/31/03
810
15.00
222
CRI ROCK TRAILER #1
TRAILERS
1987
ID0615009CO
942BAI
02/01/87
10/31/03
810
15.00
223
CRI ROCK TRAILER H2
TRAILERS
1987
I➢0615226CO
943BA2
05/01/87
10/31/03
B10
15.00
224
1999 CLEMENT ROCK TRAILER
TRAILERS
1999
1C9BB32BSXM110357
L121082
12/05/98
01/31/04
810
15.00
225
FRUEHAUF DROP DECK TRAILER
TRAILERS
1980
FWT048702
139HSX
01/20/03
02/28/04
640
226
1999 LANDOLL TRAILER
TRAILERS
1999
ILHL40FHQXIA09706
420BYT
12/01/00
01/31/04
810
10.00
227
1997 RED RIVER TRAILER
TRAILERS
1997
4ZYLS422SV1000203
R115089
05/04/98
06/30/04
810
15.00
229
1996 RED RIVER TRAILER
TRAILERS
1996
IR9LB4230T1051103
R115090
05/04/98
06/30/04
910
15.00
229
1996 RED RIVER TRAILER
TRAILERS
1996
1R9LB4222T1051104
L113073
OS/04/98
06/30/04
610
15.00
230
1996 RED RIVER TRAILER
TRAILERS
1996
lR9LB4224T1051105
L113072
05/04/98
06/30/04
810
15.00
231
1996 RED RIVER TRAILER
TRAILERS
1996
119LB4226T1051106
L113071
05/04/98
06/30/04
810
15.00
232
1996 RED RIVER TRLR
TRAILERS
1996
1R91,B4227T1051096
L106078
06/25/96
08/31/03
810
15.00
233
1996 RED RIVER TRLR
TRAILERS
1996
1R91,84229T1051091
L106077
06/25/96
08/31/03
810
15.00
234
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB422ON1051007
L107766
10/21/94
11/30/03
810
15.00
235
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB4222N1051039
L44917
10/21/94
11/30/03
840
15.00
236
1992 RED RIVER TRLR
TRAILERS
1992
lR9LB4220N1051041
L44916
10/21/94
11/30/03
810
15.00
237
1992 RED RIVER TRLR
TRAILERS
1992
1R9LB422BN1051045
L44915
10/21/94
11/30/03
810
15.00
238
1986 LOAD KING STMDUMP
TRAILERS
1986
lt,035239G1013855
944SAI
05/18/99
10/31/03
$40
12.00
07-11-2003 0 8 : 3 6 CONNELL RESOURCES INC.
PAGE: 4
BY: DONNA EQ\LE02EQP
iif}Y444F*4h4*44444iki*4iw
•a• EQUIPMENT MASTER **i
t#4trt{14tttftyh{w*ttFt++tt4tttW{#tXttt}+tt{tw*tttk}t++{k{wtot#ttti+4th{tk{*ftt}44k+itattt}tXt{*t*X{ttt{f {}W{Xt4Wat}}y{tt#{*k4ttt4tt#
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS YEAR
NUMBER
NUMBER
DATE
BEN DATE DEPT
RATE
++awf{iaa+hwt++{+rartaiaa.+•fXrt#f}aaw{Fahwhfi+#w{Law•raw4+F#f}#aaW*af+}#«w##*r4*Wawf«}w#{4w#*awx«}#{4xr•#fr}wwiia++wrt*4h«i#wf
xaa#t#*{•
239
1985 LOADKING BTM DUMP
TRAILERS 1985
11,4S35234F1013356
945BAI
05/19/89
10/31/03
810
12,00
240
CMI LOAD KING BOTTOM DUMP
TRAILERS1994184B40239R1118735
L102933
07/01/96
08/31/03
810
12.00
241
CMI LOAD KING BOTTOM DUMP
TRAILERS 1994
1B4B40230R1118722
L102934
07/01/96
08/31/03
810
12.00
242
CMI LOAD KING BOTTOM DUMP
TRAILERS 1994
1B4B40237R1118734
L102935
07/01/96
08/31/03
810
12.00
243
CMI LOAD KING BOTTOM DUMP
TRAILERS 1994
1B484023OR1118882
L102936
07/01/96
08/31/03
810
12.00
247
71 BIRMINGHAM TRAILER
TRAILERS 1971
K7777H
582HSY
04/16/03
04/30/04
810
248
CMI LOAD KING TRAILER
TRAILERS 1995
1B4L4624851119252
L102937
07/01/96
08/31/03
840
12.00
249
CMI LOADKING 02TT TRAILER
TRAILERS 1994
1B4T29212R6118852
L102929
07/01/96
08/31/03
810
8.00
250
CHI 2V JOB TRAILER
TRAILERS 2002
I1)06028388CO
845HGJ
08/14/02
08/31/03
810
10.00
251
FRUEHAUF JOB TRAILER
TRAILERS 1959
C41271
L056615
06/28/79
02/28/04
810
2.00
252
BRWN VAN UTILITY TRL
TRAILERS 1960
M601979
L14486
05/06/06
12/31/03
610
254
BROWN VAN TRAILER
TRAILERS 1962
M625475
L26626
08/28/86
02/28/04
810
4.00
255
CLN STRICK VAN TRLR
TRAILERS 1968
B12647
419BYT
06/08/87
01/31/04
810
2.00
256
65 TRAILMOS VAN TRLR
TRAILERS 1965
B62037
L26400
08/25/88
02/28/04
840
2.00
260
TRL OFFICE/STUTE PIT
TRAILERS 1960
14276
W07492
07/13/87
12/31/03
610
2.00
269
79 ELDER FIELD OFFICE
TRAILERS 1979
PT6690
973GWA
02/02/02
10/31/03
840
2.00
270
ELDER FIELD OFF CL1 - WD
TRAILERS 1972
CT353
LU2099
12/15/83
12/31/03
810
2.00
271
CONST TRLR 24X60 CT
TRAILERS
1/9
840
272
CONSTR TRAILER -STUTE
TRAILERS 1 996
03/01/96
03/6
810
276
ELDER FIELD LAB CL2
TRAILERS 1983
382196
W07493
03/07/89
12/31/03
810
2.00
277
ELDER FIELD LAB CL2
TRAILERS 1988
323490
W16249
03/28/90
12/31/03
840
2.60
280
2001 PACE VC714TA2 TRAILER
TRAILERS 2001
4P2UB14261UO24183
021FUU
11/19/01
01/31/04
810
281
HOMEMADE FUEL TRLR
TRAILERS 1952
ST28111COLO
L22396
09/16/77
01/31/04
910
2.00
282
HOMEMADE FUEL TRLR
TRAILERS 1967
ID94082COLO
L053368
09/16/77
05/31/04
810
2.00
283
2002 C-10 TOWMASTER TRAILER
TRAILERS 2002
4MC16102LIG2713
948HGK
09/20/02
10/31/03
810
5.00
284
SOO BBL FRAC TANK
TRAILERS 1968
328
LU3555
OS/11/90
12/31/03
840
285
550 BBL FRAC TANK
TRAILERS1974
C34
LU4368
05/11/90
12/31/03
810
386
FRAC TANK 20000 CAL
TRAILERS 1984
A3464VB
KZ01019
08/10/94
04/30/04
840
5.00
288
1978 ETNYRE TANK TRLR
TRAILERS 1978
J6764
LU4882
11/23/94
02/28/04
810
5.00
289
CRI PORTABLE WATER TANK
TRAILERS 1999
CRI289
LU07209
11/10/99
11/30/03
810
5.00
290
HOMEMADE WATER STAND
TRAILERS 1981
ID610653COLO
WZ01016
04/20/81
12/31/03
840
2.00
291
HOMEMADE WATER STAND
TRAILERS 1981
ID610653COLO
04/15/81
810
2.00
292
1994 TIMPTE DYNA PUP
TRAILERS 1994
ITDE2002IRC086723
L053371
05/06/94
06/30/04
810
5.00
293
1994 TIMPTE DYNA PUP
TRAILERS '1994
1TDE2BO23RC086724
L053370
05/06/94
06/30/04
840
5.00
294
1994 TIMPTE DYNA PUP
TRAILERS 1994
ITDE2802SRC086725
L053372
05/19/94
06/30/04
810
5.00
295
1994 TIMPTE DYNA PUP
TRAILERS 1994
lTDE18027RC086726
LOS3369
05/19/94
06/30/04
910
5.00
296
1994 R6:W TRAILER
TRAILERS 1994
4RKUE162IRN004034
L120353
09/16/94
09/30/03
810
5.00
297
1994 RW TRAILER
TRAILERS 1994
4RWUE162XRN004033
L122841
04/13/99
04/30/04
810
5.00
298
L999 C-10 TOWMASTER TRAILER
TRAILERS 1999
4KRUC1624XL163094
L127654
09/09/99
11/30/03
910
5.00
304
2001 CAT. 93BG LOADER
EARTHMOV 2001
4YS02153
OBOCXD
OS/12/03
06/30/04
810
60.00
305
CAT 936F LOADER
EARTHMOV 1994
9MK00508
LUOS650
07/01/96
08/31/03
840
55.00
306
1999 CAT IT280 LOADER
EARTHMOV 1999.8CRO1192
955CXC
05/21/02
07/31/03
810
55.00
307
1998 CAT 938G LOADER
EARTHMOV 1998
6WS00923
W182433
05/21/02
06/30/04
810
60.00
308
2000 CAT 938G LOADER
EARTHMOV 2000
4YS01264
W182342
04/26/01
05/31/04
810
60.00
'309
1996 CAT 938F LOADER
EARTHMOV 1996
IKMO1619
0898GW
05/16/00
06/30/04
810
60.00
310
1996 CAT 938F LOADER
EARTHMOV 1996
1KM01610
088SGW
OS/16/00
O6/30/04
810
60.00
311
1996 CAT 950F LOADER
EARTHMOV 1996
SSK02204
W182434
05/16/00
06/30/04
810
60.00
312
1996 CAT 97OF LOADER
EARTHMOV 1996
7SK00693
W182435
OS/16/00
06/30/04
810
75. 00
07-11-2003 OB:38 CONNELL RESOURCES INC.
BY: DONNA
4W#f}hi#f M4i Rhtf ffi44##;#i
*** EQUIPMENT MASTER *•+
PAGE: 5
EQ\LE02EQP
1fff444{f #fff{fff{4##kf f.{W4}iff#iRti4f hifik4##i{f{f#44i 441fff4f#4f{{f44f /f####i#if/#ff##f 4fiW 444E ##iff#444ff#ff
{f hi {1k#//f Rf {f 1f #f #f
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE REN DATE DEPT
RATE
fff#/f4144i{f{ifflh{#/f+YY##4f###f#i#f#f##f{{ifi/f{#tY#4k##tkflf##f{f/f#f/if/#a##f{f14;f/#f44##i{{i{i{{###R#4if
{1{ff#{4#4f
i{{{f{filfk
313
CAT 966E
LOADER
EARTHMOV
1994
9YJ1176 -
W16178
07/01/96 08/31/03
840
75.00
314
CAT 97OF
LOADER
EARTHMOV
1995
7SK00498
W16176
07/01/96 08/31/03
840
75.00
316
CAT 98OF
LOADER
EARTHMOV
1995
8JN00614
W16177
07/01/96 08/31/03
840
75.00
317
1995 CAT
966F LOADER
EARTHMOV
1995
1SLO1427
W12343
02/15/96 03/31/04
810
75.00
318
1996 CAT
95OF LOADER
EARTHMOV
1996
SSK02584
W16199
08/30/99 09/30/03
840
60.00
319
2001 CAT
972G LOADER
EARTHMOV
2001
4WWOOS46
W12364
11/01/00 01/31/04
810
80.00
320
1996 CAT
980G LOADER
EARTHMOV
1996
2KROO646
W07494
11/01/00 12/31/03
840
85.00
321
2002 CAT
98OG LOADER
EARTHMOV
2002
AW1400417
CAT FINANCIAL
04/16/02 05/31/04
810
85.00
322
1998 CAT
9BOG LOADER
EARTHMOV
1998
2KR02177
W07045
07/19/02 08/31/03
810
85.00
325
1999 CAT
DSM DOZER
EARTM40V
1999
5ES00917
W074SO
08/03/00 10/31/03
810
55.00
326
1995 CAT
D9N DOZER
EARTHMOV
1995
6XJ01031
W07699
06/04/99 D7/31/03
810
115.00
327
1994 CAT
D6H XL DOZER
EARTHMOV
1994
9LK00451
W162343
05/01/99 05/31/04
810
60.00
328
1990 CAT
D4H DOZER
EARTHMOV
1990
OBPB3803
W16198
09/19/96 10/31/03
840
45.00
329
CAT D8N DOZER
EARTHMOV
1994
5TJ1710
W07039
07/01/96 08/31/03
810
100.00
334
1995 CAT
D3C TRACTOR
EARTHMOV
2995
SSLO1125
W12344
02/15/96 03/31/04
810
40.00
335
1994 CAT
D4H LPGIII DOZER
EARTHMOV
1994
9GJ00851
W016348
04/04/01 04/30/04
840
45.00
336
2002 CAT
D6R XL DOZER
EARTHMOV
2002
5LN03389
CAT FINANCIAL
04/16/02 OS/31/03
810
60.00
337
2000 CAT
09R DOZER
EARTHMOV
2000
7TLO127S
CAT FINANCIAL
04/01/02 05/31/03
810
115.00
338
1999 CAT
D6R XL DOZER
EARTHMOV
1999
5LN02037
CAT FINANCIAL
04/01/02 05/31/03
810
60.00
346
2000 VERMEER V5800 TRENCHER
EARTHMOV
2000
1VRM092WOY1000643
W182344
04/OS/02 O5/31/04
810
35.00
363
1996 CAT
623F SCRAPER
EARTHMOV
1996
SBKO0273
W182436
05/21/02 06/30/04
810
105.00
364
CAT 613C
SCRAPER
EARTHMOV
1986
92XO0942
LUD5610
OS/18/95 06/30/04
810
70.00
365
CAT 613E
SCRAPER
EARTHMOV
1978.
3SK05408
LU07110
04/30/94 04/30/04
810
10.00
367
1992 CAT
621E WATER WAGON
EARTHMOV
2992
6AS01463
W182345
04/02/97 05/31/04
810
105.00
368
1994 CAT
623F SCRAPER
EARTHMOV
1994
6BK00087
W182346
04/02/97 05/31/04.
810
105.00
' 369
1996 CAT
427F SCRAPER
EARTHMOV
1996
lDLOO276
W07040
06/11/97 08/31/03
810
115.00
370
1998 CAT
631E SCRAPER
EARTHMOV
1998
INSO1409
W074SI
08/03/00 10/31/03
810
120.00
311
1995 CAT
613C SCRAPER
EARTHMOV
1995
SLJ1058
W12365
11/14/00 01/31/04
810
70.00
372
1997 CAT
627F SCRAPER
EARTHMOV
1997
lDL00450
W182347
03/22/01 OS/31/04
810
115.00
373
2001 CAT
6270 SCRAPER
EARTHMOV
2001
AXFOO566
CAT FINANCIAL
04/01/02 OS/31/03
810
115.00
374
2001 CAT
6279 SCRAPER
EARTHMOV
2001
AXPOOS84
CAT FINANCIAL
04/01/02 05/31/03
810
115.00
375
97 CAT 631E SCRAPER
EARTHMOV
1997
1NBO140S
W162432
06/06/03 06/30/04
810
120.00
376
98 CAT 631E SCRAPER
EARTHMOV
1998
INBO1390
W182431
06/06/03 06/30/04
$10
120.00
401
1996 CAT
RR250B RD RECLAIMER (DIRT)
EARTHMOV
1996
3RR00092
W182400
05/12/03 06/30/04
810
90.00
402
1996 CAT
RR2509 RD RECLAIMER (ASPHALT)
EARTHMOV
1996
3RR00092
W162400
05/12/03 06/30/04
810
135.00
403
1994 CAT
140G GRADER
EARTHMOV,
1994
72VIG820
495AVF
02/15/96 03/31/04
810
55.00
404
1991 CAT
140C GRADER
EARTHMOV
1991
72VI4397
49GAVF
02/15/96 03/31/04
840
SS.00
405
1995 'CAT
140H GRADER
EARTHMOV
1995
2ZK00104
-493AVF
02/15/96 03/31/04
810
55.00
406
1997 CAT
140H GRADER
EARTHMOV
1997
2ZKO1847
969HWS
04/08/98 04/30/04
840
55.00
407
1997 CAT
140H GRADER .
EARTHMOV
1997
9TNO0467
LU07107
05/01/99 OS/31/04
810
55.00
' 408
1996 CAT
140C GRADER
EARTHMOV
1996
72VI7489 -
086BOW
05/16/00 06/30/04
810
5S.00
409
1996 CAT
]40G GRADER
EARTHMOV
1996
72V17513
087BOW
05/16/00 06/30/04
810
55.00
410
2001 CAT
140H GRADER
.EARTHMOV
2001
2ZKO6641
CAT FINANCIAL
06/01/01 05/31/04
810
55.00
411
1996 CAT
160H MOTOR GRADER
EARTHMOV
1996
9EJ00373
640BYG
12/27/01 01/31/04
610
55.00
420
CAT 8156
COMPACTOR
EARTHMOV
1988
17ZOO937
W064526
01/28/93 OS/31/04
840
80.00
421
1993 CAT
CP323 COMPACTOR
EARTHMOV
1993
6JD00392
W016350
04/OB/98 04/30/04
840
35.00
429
REX 3-3S
COMPACTOR
EARTHMOV
1999
HE1482 -
W12366
11/16/00 01/31/04
810
60.00
430
1995 DYNAPAC CA151PDB VIB ROLLER
EARTHMOV
1995
59810946
W82057
11/13/97 02/28/04
810
45.00
07-11-2003 08:38' CONNELL RESOURCES INC.
PAGE:
BY: DONNA 6
EQ\LEO2EQP
i 44ihhiii}}iii}i}}f}a}w}f} .
**• EQUIPMENT MASTER ***
i kiii}iiif i}ki}wii*4w}i4f}
44f44ff}kf}44#Ifi}ffi}}}yfFRyi#}yfi;yy}1k;4#y;4fi;ikf 44if}}fYyflf}ktky{*f{i4lkwakyf 4YY{tf{4{f}}}fif}f{##y#fifktt y}#F4fftf W4*f;}f 4t y♦
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
$EN DATE
DEPT
RATE
FffFif ffFfff Ff4Ffkfifff ff Fkflf kf kf ff Ylfkfffkfiff lfkfff hffff
Yfliflkkikififf4f
thif
4fkkf ff FFlRff kWf kki4fff4kFffffYhlfif}ff;lli
FiFlfffff
431
1996 DYNAPAC CAISID COMPACTOR
EARTHMOV
1996
59811109
W182348
04/29/98
05/31/04
810
45.00
432
1997 DYNAPAC CAI5IPD COMPACTOR
EARTHMOV
1997
59811485
W12367
12/29/99
01/31/04
810
45.00
435
REX 3-35 COMPACTOR
EARTHMOV
1994
HE1420
W182937
05/01/98
06/30/04
810
60.00
436
REX 3-35 COMPACTOR
EARTHMOV
1995
HE1428
W12301
12/14/98
12/31/03
810
60.00
437
REX 3-35 COMPACTOR
EARTHMOV
1990
HE1305
W07495
12/14/98
12/31/03
810
60.00
438
1998 CAT 81SF COMPACTOR
EARTEMOV
1998
IGN00616
W07452
08/22/00
10/31/03
810
80.00
439
MULTI QUIP RAMAX TRENCH COMPACTOR
EARTHMOV
2000
326003
W16248
11/14/00
12/31/03
840
22.00
441
1988 JOHN DEERE 8650 4WD TRACTOR
EARTHMOV
1988
RW8650RO09255
LU06872
10/20/98
11/30/03
810
50.00
442
1987 JOHN DEERE 8650 4WD TRACTOR
EARTHMOV
1987
RW8650HO08606
LU07060
02/04/99
03/31/04
810
50.00
443
1995 CASE 9280 4WD TRACTOR
EARTHMOV
1995
JEE0033628
7838PK
02/26/01
04/30/04
810
50.00
444
JOHN DEERE 8760 4WD TRACTOR
EARTHMOV
1990
RW87604002540
8048PK
05/17/01
OS/31/04
810
50.00
445
D350E-II CAT ARTIC TRUCK
EARTHMOV
2000
2XWO0291
W12372
11/21/02
01/31/04
$10
55.00
446
D35OE-II CAT ARTIC TRUCK
EARTHMOV
2000
2XWO0292
W12373
11/21/02
01/31/04
810
55.00
447
D350E-II CAT ARTIC TRUCK
BMT14MOV
2000
2XWO0293
W12374
11/21/a2
01/31/04
810
55.00
448
2000 CAT D300E ART DUMP TRUCK
EARTHMOV
2000
SKS00420
W182399
05/12/03
06/30/04
810
55.00
449
1997 CAT D25OE ART DUMP TRUCK
EARTHMOV
1997
STNO1190
W182398
05/12/03
06/30/04
810
50.00
450
2001 CAT 3308L EXCAVATOR
EARTHMOV
2001
GDR04693
05/12/03
810
451
2000 KOMATSU PC40OLC-6 EXCAVATOR
EARTHMOV
2000
A84095.
W82058
12/28/00
02/28/04
810
78.00
95.00
452
1999 KOMATSU PC40OLC-6 EXCAVATOR-
EARTHMOV
1999
A83243
W12345
12/28/99
03/31/04
810
95.00
454
1999 KOMATSU PC40OLC-6 EXCAVATOR
EARTHMOV
1999
AS3240
W16252
12/26/01
12/31/03
640
95.00
45S
CAT 325L EXCAVATOR
EARTHMOV
1993
OSNK00362
W182438
02/01/95
06/30/04
810
70.00
456
CAT 350L EXCAVATOR
BARTHMOV
1995
3KLOO490
W07700
05/1S/97
07/31/03
810
95.00
457
1997 CAT 330BL EXCAVATOR
EARTHMOV
1997
6DR00857
W182166
04/08/98
04/30/04
810
78.00
459
1999 CAT M318 WHEEL EXCAVATOR
EARTHMOV
1999
SAL02066
W16241
11/30/01
12/31/03
640
55.00
460
KOMATSU PC30OLC-5 EX
EARTHMOV
1995
23482
W182167
12/01/95
04/30/04
810
78.00
461
1998 KOMATSU PC30OLC-6
EARTM40V
1998
AB1101
W07453
09/30/98
10/31/03
810
78.00
462
KOMATSU PC150-6 EXCAVATOR
EARTHMOV
1998
K30228
W07496
12/14/98
12/31/03
810
40.00
463
KOMATSU PC220LC-6 EXCAVATOR
EARTHMOV
1997
A83217
W16303
12/14/96
01/31/04
840
60.00
464
1994 CAT 350L EXCAVATOR
EARTHMOV
1994
3MLOO201
W182336
05/01/99
OS/31/04
810
95.00
465
CAT 248 SKID STEER LOADER W/BLADE
EARTHMOV
2002
06LZO1382
972HWS
12/20/02
01/31/04
840
30.00
466
1997 CAT 416C BACKHOE
EARTHMOV
1997
5YNO0460
W07454
08/22/00
10/31/03
810
40.00
467
1993 CAT 416E BACKHOE
EARTHMOV
1993
SZKOOBBO
494AVF
02/15/96
03/31/04
810
40.00
466
CAT 416 LOADER/BACKH
EARTHMOV
1992
SPC162S9
W07041
07/01/96
08/31/03
610
40.00
469
CAT 436B LOADER/HACK
EARTHMOV
1993
6MJ00289
W12302
07/01/96
12/31/03
810
40.00
470
CRI 14' DRAG BOX
EARTHMOV
2001
12/01/01
B10
5.00
471
CAT 426 -LOADER BACKH
EARTHMOV
1992
078CO5421
LU05609
02/01/95
06/30/04
840
40.00
472
JD LANDSCAPE TRACTOR
EARTHMOV
1995
T0210CE808074
L1106576
03/27/95
06/30/04
810
40.00
473
93 JD LANDSCAPE TRACTOR
EARTHMOV
1993
T0210CE788404
LU06118
01/07/97
02/28/04
810
40.00
474
1997 JD 21OLE LANDSCAPE LOADER
EARTHMOV
1997
T021OLE829835
LU06088
12/15/97
02/28/04
810
40.00
475
1997 CASE S70LXT LANDSCAPE TRACTOR
EARTHMOV
.1997
JJG022SO91
LU06090
12/16/97
02/28/04
640
40.00
476
1998 JD 210 LANDSCAPE LOADER
EARTHMOV
1996
T021OLE848723
4758YO
09/08/98
10/31/03
810
40,00
477
2000 JD 21OLE LANDSCAPE LOADER
EARTHMOV
2000
T021OLES80421
551AVF
03/27/00
04/30/04
010
40.00
478
ROME TRH24-32 DISC
BARTHMOV
12TRH-1605
05/07/01
810
5.00
479
ROME TAW24-32 DISC
EARTHMOV
1975
12TAW-1343
03/30/01
810
5.00
480
2000 ASV 4810 TRACK DOZER
EARTHMOV
2000
ANCO0280
W182337
03/23/01
05/31/04
810
30.00
481
ROME TACW-16 DISC
EARTHMOV
2001
STACW-300
03/14/01
840
5.00
482
AMCO 02-2832 DISC
EARTHMOV
1999
99030139
LU07091
04/08/99
B10
5.00
483
2000 CAT 248 SKID STEER LOADER
EARTHMOV
2000
GLZOO697
986HWS
OS/19/03
06/30/04
840
22.00
0
07-11.2003 08:36 - CONNELL RESOURCES INC.
BY: DONNA
_ 1h}}}h4}kir}wr}!}}4rk}rrkh
**. EQUIPMENT MASTER *F4
wr}f{fwWwwfWr.}yf4a;WlW44w
PAGE: 7
EQ\LE02EQP
*###fYf;*14**;****;f*#**+f{;*;f;W1**!;*4Rf;}****}I***i;1*f hWkklffRWf**;4W;**;lkk*F****i**k**f;;*;;14**}4#**W;****WWk*4*#*4*{*{;y*I!*♦
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
HEN DATE DEPT
RATE
484
1999 BOBCAT 86314 LOADER
EARTHMOV
1999
514428614
W182169
03/05/99
04/30/04
810
22.00
485
1998 CASE 1845 SKID STEER LOADER
EARTHMOV
1998
JAF0250756
W16157
07/13/98
07/31/03
840
22.00
486
1992 GEHL SKID LOADER
EARTHMOV
1992
SX16064
W16156
07/08/98
07/31/03
840
22.00
487
1995 BOBCAT 853 LOADER
EARTHMOV
1995
512919993
W07042
08/12/96
08/31/03
810
22.00
488
1993 7438 BOBCAT
EARTHMOV
1993
509321184
W182439
06/14/96
06/30/04
810
22.00
489
CONNELL LAND LEVELER
EARTHMOV
HOMEMADE
- 09/18/95
810
10.00
490
AMCO DISC WOG2830-BG
EARTHMOV
566
09/12/94
810
5.00
491
BOBCAT 853H LOADER
EARTHMOV
1995
512816276
LU05611
02/23/95
06/30/03
810
22.00
492
CAT D25 WATER TRUCK
EARTHMOV
1984
25DB6884
W192440
04/10/95
06/30/04
810
45.00
493
CAT D35C ARTIC DUMP -WATER TANKER
EARTHMOV
1988
02GD00III
W182170
07/14/95
04/30/04
810
50.00
494
CAT D35C ARTIC DUMP -WATER TANKER
EARTHMOV
1988
020DO0112
W182441
07/14/95
06/30/04
810
50.00
495
1988 D35C ROCK TRUCK
EARTHMOV
1988
2GD00106
W12346
02/15/96
03/31/04
810
55.00
496
CAT 621 ROCK TRUCK
EARTHMOV
1980
04SP02633
W12368
12/15/98
01/31/04
810
55.00
497
CAT 621 ROCK TRUCK
EARTHMOV
1983
45P03571
W12369
12/15/98
01/31/04
810
55.00
498
2002 CAT 348 SKID STEER LOADER
EARTHMOV
2002
6LZ01230
W07697
06/11/02
07/31/03
810
22.00
499
1999 BOBCAT 763 LOADER
EARTHMOV
1999
512241574
W07448
10/04/02
10/31/03
810
22.00
500
CEDARAPIDS 2246 JAW
AGGREGAT
1999
PC224814899
S86BYG
01/31/03
04/30/04
810
337.00
501
ELJAY C54 CONE CRUSH
AGGREGAT
1995
41SO895
LU06082
10/02/95
08/31/03
810
421.00
502
CEDARAPID JAWCRUSHER 3042
AGGREGAT
1993
43617
W016349
10/06/93
05/31/04
840
343.00
503
PIONEER 74EVT PORT IMPACTOR
AGGREGAT
1997
74-OV-158
W16182
05/08/97
08/31/03
840
465.00
504
EL JAY 1316 PORT CONE/CONTROL HOUSE
AGGREGAT
1989
42POI88
753BPK
03/26/98
06/30/04
840
310.00
506
1998 PIONEER 2500 PORT IMPACTOR
AGGREGAT
1998
400119
W12370
12/29/99
01/32/04
810
596.00
507
FEEDER/SURGE HOPPER
AGGREGAT
1991
31591A
LU3790
02/28/91
03/31/04
810
15.00
508
CONTROL HOUSE
AGGREGAT
1975
BLW525635
L40111
03/06/91
03/31/04
810
40.00
509
CONTROL PANEL
AGGREGAT
1991
12550§1
04/01/91
810
510
SCREEN PLANT
AGGREGAT
12/03/81
810
4.00
512
EL -JAY PORT SCREEN PLANT
AGGREGAT
1972
43E1093
LU4779
07/20/93
05/31/04
810
25.00
513
EL -JAY PORT WASH PLANT
AGGREGAT
1963
43H381
071DCW
07/13/89
02/19/04
840
187.00
514
1999 JCI 6163-32 SCREEN DECK
AGGREGAT
1999
99H03S32
985HWS
02/09/99
06/30/04
840
20.00
515
CRI SCREEN DECK
AGGREGAT
1996
96HOIE32
LU06141
11/01/96
04/30/04
810
317.00
516
EL JAY PORT SCREEN PLANT 56230DB
AGGREGAT
1994
4310994
LU06058
04/07/97
05/31/04
810
25.00
S17
WAZEE ELECTRIC PANEL
AGGREGAT
1994
NONE
04/07/97
840
5.00
518
CRUSHER CONTROL HOUSE
AGGREGAT
1978
04078
WZ0704
09/30/00
02/28/04
810
519
CEDARAPIDS SF12.SURGE FEEDER
AGGREGAT
2000
49549
W82066
12/31/02
02/28/04
810
520
POWERSCREEN COMMANDER
AGGREGAT
1989
S103890
LU3748
10/25/91
01/31/04
$40
37.00
521
CEDRPDS SURGE FEEDER
AGGREGAT
43792
07/15/93
B40
10.00
522
FASTEC GX20 3 DECK WASH PLANT
AGGREGAT
2001
6203TWI9101
595BYG
03/27/02
04/30/04
010
78.00
523
CRI FEED HOPPER
AdGREGAT
2002
523CRI
W12375
91/16/03
01/31/04
810
15.00
525
SUPERIOR 36"X70' RADIAL STACKER
AGGREGAT
2002
3992A
W12371
12/31/02
01/31/04
810
526
PEERLESS 30"X110' RADIAL CONVEYOR
AGGREGAT
1997
23437
984HWS
03/27/02
06/30/04
840
527
SUPERIOR 30'X60' QT6➢ CONVEYOR
AGGREGAT
2000
4075,
W182171-
03/27/02
04/30/04
810
528
SUPERIOR 30"X60' QT6➢ CONVEYOR
AGGREGAT
2000
4074
W64527
03/27/02
OS/31/04
840
529
SUPERIOR 30"X110' POWER STACKER
AGGREGAT
2000
3464
979HWS
03/27/02
04/30/04
840
530
SUPERIOR 30"X60' QT60 CONVEYOR
AGGREGAT
2000
3999
W064523
03/27/02
05/31/04
840
531
EAGLE ROCK WASHER
AGGREGAT
10/11/83
810
5.00
532
CEDARAPIDS 30" X 60' CONVEYOR
AGGREGAT
1998
47743
W182442
05/05/00
06/30/04
810
5.00
533
EAGLE TWINSCREW WSHR
AGGREGAT
1976
9763
LU06079
10/04/85
05/31/04
840
15.00
534
CEDARAPIDS 30"960' CONVEYOR
AGGREGAT
1998
47530
W16245
12/14/98
12/31/03
840
5.00
07-11-2003 08:38 CONNELL RESOURCES INC.
BY: DONNA
' h;rtt;+h;iw+;i;wi4+#h;;x+ix
•** EQUIPMENT MASTER ***
PAGE: 8
EQ\LE02EQP
EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT
NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE
535 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47101 W82060 12/14/98 01/31/04 810 5.00
536 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47100
W07497 12/14/98 12/31/03 810 5.00
537 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47098 W16246 12/14/98 12/31/03 840 5.00
538 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1997 46587
W07498 12/19/98 12/31/03 810 5.00
539 EL JAY 36"X27, REJECT CONVEYOR AGGREGAT 1994 43H0494 W07001 04/07/97 07/31/03 610 5.00
540 PEERLESS CONVEYOR AGGREGAT 1977 13153E LU1813 01/08/80 12/31/03 940 7.00
541 PORT STK CONVYR 24"X50AGGREGAT 1980 OLU2153 LU2163 04/01/80 12/31/03 840 10.00
542 24"X50'CONVEYOR AGGREGAT 1991 9138001 980HWS 12/08/93 07/31/03 810 4.00
543 PEERLESS RADIAL STKR AGGREGAT 1994 22609 LU05608 02/17/95 06/30/04 810 10.00
544 N C RIPPLE BELT FEED AGGREGAT 1984 49664 W16250 05/00/84 12/31/03 840 10.00
545 CDRPDS 30"X60' CONVYR AGGREGAT 1994 44375 W182443 02/17/95 06/30/04 810 5.00
546 CDRPDS 30"X60' CONVEYOR AGGREGAT 1994 44377 W182444 02/17/95 06/30/04 410 5.00
547 CEDARAPID CONVEYOR AGGREGAT 1994 44372 W162172 02/15/96 04/30/04 610 5.00
549 PEERLESS CONVEYOR AGGREGAT 1971 11462C LU3166 OS/16/88 12/31/03 640 4.00
549 CEDARAPIDS CONVEYOR AGGREGAT 1993 44075 W182173 02/15/96 04/30/04 810 5.00
SSG PEERLESS CONVEYOR 24"X50' AGGREGAT 1971 11462A LU3165 05/16/88 12/31/03 640 4.00
551 PEERLESS 30"X100'CONVEYOR AGGREGAT 21887 12/01/93 640 5.00
552 CEDARAPIDS CONVEYOR AGGREGAT 1994 44374 W182174 02/15/96 04/30/04 810 5.00
553 CEDARAPIDS CONVEYOR AGGREGAT 1994 44373 W182175 02/15/96 04/30/04 810 5.00
554 CEDARAPIDS CONVEYOR AGGREGAT 1993 44072 W162176 02/15/96 04/30/04 810 5.00
555 PEERLESS 30"XSO'CONVEYOR AGGREGAT 1984 20121 989CXC 03/22/91 01/31/04 810 5.00
556 CEDARAPIDS 301OX60'CONVEYOR AGGREGAT 1990 41828 W16330 03/22/91 03/31/04 040 5.00
557 CEDARAPIDS 30NX601CONVEYOR AGGREGAT 1990 41812 W12347 03/22/91 03/31/04 810 5.00
SSE CEDARAPIDS 36"X60'CONVEYOR AGGREGAT 1990 4183.6 W12348 03/22/91 03/31/04 810 5.00
559 CEDARAPIDS 361IX60'CONVEYOR AGGREGAT 1990 41817 W12349 03/22/91 03/31/04 810 5.00
560 CEDARAPIDS 36OX601CONVEYOR AGGREGAT 1990 41015 W123SO 03/22/91 03/31/04 810 5.00
561 EL -JAY CONVEYOR 12'X30" AGGREGAT 1991 ID26001852CO WZ01046 09/05/91 10/31/03 840 4.00
562 PEERLESS 30"X60' CONVEYOR AGGREGAT 1990 21620 594EYO 03/03/93 04/30/04 810 5.00
563 PEERLESS 30'X90' CONVEYOR AGGREGAT 19498 07/16/93 840 6.00
564 CEDARAPIDS 36"X60' CONVEYOR27 AGGREGAT 1993 43686 W07648 12/01/93 06/30/03 840 5.00
565 CEDARAPIDS 306'X60' CONVEYOR AGGREGAT 1993 43689 W16171 12/01/93 08/31/03 $40 5.00
566 CEDARAPIDS 30'X60' CONVEYOR AGGREGAT 1993 43886 W182338 07/16/93 OS/31/04 810 5.00
567 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1993 43887
W182339 07/16/93 05/31/04 810 5.00
568 CEDARAPIDS 30"00' CONVEYOR AGGREGAT 1993 43888 W064525 07/16/93 OS/31/04 840 5.00
569 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1993 43889 W064557 07/16/93 05/31/04 840 5.00
570 HOWE-RICHARDSON SCALE 70'-CT AGGREGAT'1995 73.03851/H309875 08/01/95 840 10.00
571 FAIRBANKS SCALE -SE ASPHALT AGGREGAT 1995 H248720 04/26/95 840 15.00
572 CARDINAL SOT SCALE-TIMNATH CONNELL AGGREGAT 1991 C70358 10/28/93 810 10.00
573 FAIRBANKS SCALE -CAMILETTI AGGREGAT 7656F 05/27/86 840 6.00
$74 FAIRBANKS PORT SCALE - TELLIER AGGREGAT O826200TT/H581833 840 10.00
575 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47526 W16243 12/14/98 12/31/03 040 5.00
576 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47525 W16240 12/14/98 12/31/03 840 5.00
577 CEDARAPIDS 30"00' CONVEYOR AGGREGAT 1998 47524 W16247 12/14/96 12/31/03 840 5.00
570 CEDARAPIDS 36"160' CONVEYOR AGGREGAT 1998 47512 W16244 12/14/98 12/31/03 640 5.00
579 CEDARAPIDS 301100' CONVEYOR AGGREGAT 1997 46585 W16242 12/14/98 12/31/03 840 5.00
580 CRI SCALE CONVEYOR AGGREGAT 1998 07/01/99 840 5.00
581 CUMMINS DRr300 GEN AGGREGAT 1991 91427 W016352 07/01/93 05/31/04 840 20.00,
583 CAT 3306 GENERATOR AGGREGAT 1998 09NRO2209 W182177 12/23/98 03/31/04 840 30.00
07 - 11 -2003 08:38 CONNELL RESOURCES INC.
3Y: DONNA
Ytthr {a wwRrhYw*aWhahw{aYYY
EQUIPMENT MASTER +++
}}i}}ra rh 4fi ai;}rrh}k}Yh}ii
PAGE: 9
EQ\LE02EQP
♦**W**i***W*#*******Yi**YY*RR*Yr**k4Y***}*{itR4#*W{*fi**YYt*{W{***r**i*rY*1F****Fa*Y**};ar{i{*R*iYW**W*;{*kiY*4Y*t*;**Yk****iYY#{Y*t♦
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE BEN DATE DEPT
RATE
584 CAT 3306 GENERATOR W/ TRAILER
AGGREGAT
1999
09NR03050
W16139
05/01/99 06/30/03
810
30.00
585 MAXILITE MLA4H PORTABLE LIGHT
AGGREGAT
1994
940850
LU06091
12/12/97 02/28/04
810
2.00
566 MAXILITE ML4H PORTABLE LIGHT
AGGREGAT
1994
940857
LU06092
12/12/97 02/28/04
B10
2.00
587 CAI WEIGH BELT
AGGREGAT
2002
CRI587
W07698
06/30/02 07/31/03
810
590 RIP RAP GRIZZLY
AGGREGAT
12/15/88
810
S91 SCREEN TRAILER
AGGREGAT
1985
1D061382000
L29941
09/07/89 06/30/04
810
601 ASTEC PORTABLE ASPHALT PLANT
ASPHALT
1989
89 054
596BYG
12/09/02 04/30/04
810
350.00
602 CRI WEIGH BELT
ASPHALT
2001
602
W16175
08/31/03
840
603 CRI PUGMILL & SCALPING DECK
ASPHALT
2001
603
W16174
06/15/01 08/31/03
840
604 CEDARAPIDS PUGMILL
ASPHALT
42426/42427
07/24/90
810
105.00
605 CEDARAPIDS E400 PORT DRUM
ASPHALT
2000
699131
03/10/00
B10
500.00
606 30000 GALLON DELTA STORAGE TANK
ASPHALT
1979
112441
05/10/00
B10
607 24000 GALLON EATON STORAGE TANK
ASPHALT
1962
P6852
05/10/00
B40
608 SB ASPHALT CONTROL HOUSE
ASPHALT
2000
04/15/00
840
609 DISCHARGE CONVEYOR
ASPHALT
1999
CRIS09
W123SI
07/15/99 03/31/04
810
610 ASPHALT CONTROL PANEL
ASPHALT
03/31/96
B10
611 EZ BIN COMPUTER-610
ASPHALT
1996
04/19/96
810
612 ASPHALT CONTROL HOUSE
ASPHALT
1998
04/01/98
810
613 ASPHALT RECYCLE CONVERSION
ASPHALT
1998
04/01/98
810
614 ASPHALT TESTING OVEN
ASPHALT
1099
05/21/99
810
615 RAMSEY SCALE SYSTEM
ASPHALT
03/31/96
B10
616 (3) 200T STD HAVEN ASPHALT SILO
ASPHALT
1997
03/30/97
B10
611 100T PITSAVER ASPHALT SCALE
ASPHALT
1997
500397
04/07/97
B10
618 SIX BIN FEEDER
ASPHALT
1997
OS/31/97
B10
619 CAT 3412 GENERATOR
ASPHALT
2000
02WJ00485
W182178
03/21/00 04/30/04
810
620 EZ BLEND COMP 0630)
ASPHALT
1996
05/20/96
840
621 CAT 3508 GENERATOR W/ TRAILER
ASPHALT
1999
23ZO740S
S85BYG
02/25/03 04/30/04
810
250.00
622 2003 TJ-7S JOHN DEERE GENERATOR
ASPHALT
2003
1627
W182332
04/14/03 05/31/04
$10
623 DUSTEX RA1540 BAGHOU
ASPHALT
1974
728043
WZ00974
03/28/94 04/30/04
840
626 GENTEC HEAT EXCH
ASPHALT
1995
03835695
03/15/95
810
627 CEI 1500A OIL HEATER
ASPHALT
1995
H109295
05/22/95
840
626 STD HAVENS ASPH SILO
ASPHALT
1995
07/01/95
840
629 PC ASPHALT PLANT SETUP
ASPHALT
1997
06/01/97
810
630 CMI PTD300 PORTABLE DRUM
ASPHALT
1997
04/30/97
840
400.00
631 SB ASPHALT PLANT SETUP
ASPHALT
1997
07/01/97
840
633 BG-22S PAVER
ASPHALT
1986
BG225-X161
W064554
06/17/93 06/30/04
840
55.00
634 2001 LEE BOY 8500 PAVER
ASPHALT
2001
2623LD
W107479
09/2S/01 11/30/03
610
55.00
636 CR461 PAVER
ASPHALT
1994
443S5
W182445
09/15/94 06/30/04
810
05.00
636 GILCREST 613 PRO PAVER
ASPHALT
1996
2558
W182340
04/07/97 05/31/04
840
45.00
637 TOPCON ELECTRONIC LASER
ASPHALT
2000
13232
09/22/00
B10
636 1996 CAT NE851B PICKUP MACHINE
ASPHALT
1996
SBC00263
LU07135
- 09/22/98 08/31/03
840
40.00
639 CMI PR-500 PROFILER
ASPHALT
1990
519105
W182341
04/25/97 05/31/04
810
350.00
640 CS 8200 PROFILOGRAPH
ASPHALT
1996
6200-186-96
OS/28/96
$40
100.00
641 GRAYCO LL 5000 STRIPER
ASPHALT
A2573
06/01/96
840
10.00
642 POWER CURBER 150
ASPHALT
1997
IS00997890
W107480
09/17/97 11/30/03
810
100.00
643 2001 CAT APIOSSB PAVER W/PICKUP MACHINE
ASPHALT
1999
9EK00312
W07047
07/17/02 08/31/03
810
125.00
$44 2001 CAT AP1055B PAVER
ASPHALT
2001
A13800338
CAT FINANCIAL
03/23/01 OS/31/04
810
95.00
645 1978 SLAW KNOX SHOULDERING MACHINE
ASPHALT
1978
756003
W07043
04/05/99 08/31/03
810
35.00
07-11-2003 08:39 CONNELL RESOURCES INC. PAGE: 10
BY: DONNA EQ\LE02EQP
}w+tawhwaRwhra#4aa}aYwwaRx
«wR EQUIPMENT MASTER ahw
Axaa++xxxwwk+awwf«xw4+w++a
4;4i44};i4i;iihhYYl4hki#'hk;4;}4k;4M44;4Y4;;i4kh*#h«}*ih;44;kWx44*h*f*4i44*}4*#44R*#4*i44;4;44#Yif;;4WRkk4#hka;;44*h#}h;ik4«;R4;Y;4h*
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE REN DATE DEPT
RATE
646 1997. CAT AP1055B PAVER
ASPHALT
1997
BBM00206
W16197
09/14/01 09/30/03
840
95.00
647 1997 CAT CB224 C ASPHALT ROLLER
ASPHALT
1997
3AL00895
W064524
02/01/99 05/31/04
840
22.00
648 1997 HYPAC 530A RUBBER ROLLER
ASPHALT
1997
A091C45480
W12353
01/27/98 03/31/04
810
30.00
549 1993 HYSTER C340C ROLLER
ASPHALT
1993
C146C3149F
W182446
04/01/96 06/30/04
810
22.00
650 TOPCON ELECTRONIC LASER
ASPHALT
2000
12961
10/20/00
840
651 HYSTER PNEUM ROLLER
ASPHALT
1923
A91C3686G
LU0SS48
12/12/86 12/31/03
810
22.00
693 DYNAPAC CC10 DRUM CO
ASPHALT
1985
586004
W16180
12/01/93 08/31/03
840
20,00
654 DYNAPAC CC101 ROLLER
ASPHALT
1990
61310207
W182447
12/01/93 06/30/04
810
20.00
655 1997 HYPAC C530A PNEUM ROLLER
ASPHALT
1997
A09IC4549U
52SAVF
02/28/00 03/31/04
810
30.00
656 2001 CAT CB434C SMOOTH DRUM ROLLER
ASPHALT
2001
4DN00421
CAT FINANCIAL
06/20/01 05/31/04
610
45.00
657 HYSTER C766B DRUM
ASPHALT
1994
B20SC199SR
W182448
02/17/95 06/30/04
810
50.00
658 HYSTER C766B DRUM CO
ASPHALT
1995
B209C1901P
W064555
02/17/95 06/30/04
840
50.00
659 HYSTER C530A PNEU CO
ASPHALT
1994
A09IC4202P
LU05607
02/17/95 06/30/04
810
30.00
660 CAT CB434 DRUM COMP
ASPHALT
1991
03TF00069
W064556
02/01/95 06/30/04
840
45.00
661 HYSTER PNEU COMPCTR
ASPHALT
1971
4271R
LU05606
04/19/95 06/30/04
840
30.00
662 1996 DYNAPAC CC122 VIBR ROLLER
ASPHALT
1996
60112158
W12354
11/13/97 03/31/04
810
20.00
663 1996 DYNAPAC CC122 VIBR ROLLER
ASPHALT
1996
60112070
W16312
11/13/97 02/28/04
840
20.00
665 MELROE PLANER
ASPHALT
400101228
09/15/96
810
666 INC RAND SD-70D ROLLER
ASPHALT
1996
14SO77
WZO1001
12/01/98 01/31/04
840
70.00
661 ING RAND DD-32 ASPHALT ROLLER
ASPHALT
1999
IS9548
W07002 L
- 06/09/00 07/31/03
610
26.00
672 BROCE BROOM
ASPHALT
1985
2432
LU4484
08/12/93 08/31/03
840
20.00
673 BRUCE BROOM
ASPHALT
1986
2961
LU07199
04/06/95 06/30/04
810
20.00
674 ROSCO CHALLENGER BROOM
ASPHALT
2000
37007
962AVG
11/20/00 12/31/03
840
30.00
675 JOHNSTON 2-4000 SWEEPER
ASPHALT
2000
1J9VM4H32YC172027
653BYG
02/01/02 03/31/04
610
40.00
676 BRUCE RJ-350 BROOM
ASPHALT
2001
401061
654BYG
02/01/02 03/31/04
610
20.00
678 1992 CHEVY W/TEMP 210 SWEEPER
ASPHALT
1992
IGBJC34KSNE162875
WZ00962
01/27/98 03/31/04
840
35.00
660 CRI LIME TANK
ASPHALT
1994
12/01/94
B10
8.00
601 CRI LIME TANK
ASPHALT
1995
06019599CO
L056622
08/01/95 07/31/03
840
8.00
682 CHILDERS ASPH TANK
ASPHALT
1966
0966-0765
12/02/94
810
683 CEI ASPHALT TANK
ASPHALT
1995
T6119S
05/22/95
640
604 25000 GAL HOT OIL STORAGE TANK
ASPHALT
1973
23570
12SEUY
05/25/01 11/30/03
840
690 STEPHENCANFIELD CURB
ASPHALT
641192
840
10.00
692 GAC CUB 300T FAB MAC
ASPHALT
1995
004
08/22/95
840
5.00
693 MBW GP3000-15 CMPCTR
ASPHALT
1995
1353600
810
1.00
694 CIMLINE 8206 APPLIC
ASPHALT
1994
93250321
934AVG
05/31/04
840
20.00
698 DISTRIB SPRAY POT
ASPHALT
1993
1130
933AVO
09/03/93 05/31/04
$40
5.00
701 GORMAN RUPP 3" PUMP
SUPPORT
658876
06/19/78
810
3.00
702 TRASH PUMP 3"
SUPPORT
07/09/80
840
5.00
704 GORMAN RUPP 6" PUMP
SUPPORT
1993
1002835
LU4858
10/25/94 11/30/03
010
6.00
705 GORMAN RUPP 4" PUMP
SUPPORT
695646
02/10/86
B10
6.00
706 GORMAN RUPP 4" PUMP
SUPPORT
1986
853335
10/01/86
810
6.00
707 GORMAN RUPP 4" PUMP
SUPPORT
779190
10/01/86
840
6.00
708 HONDA TRASH PUMP
SUPPORT
1993
WAF-1009879
04/15/93
810
6.00
709 GOULD SUBMERS PUMP
SUPPORT
1995
OCT 95-133
06/01/95
810
6.00
710 GODWIN 6" SILENT PACK PUMP W/TRAILER
SUPPORT
2001
24095 75
619BYG
03/28/03 05/31/04
810
8.00
711 MONARCH WATER GUN
SUPPORT
03/30/88
810
8.00
712 GORMAN RUPP 2" PUMP
SUPPORT
898289
06/09/89
810
5.00
713 GORMAN RUPP PUMP
SUPPORT
918123
06/2l/B9
810
6.00
07-11-2603 08:38 CONNELL RESOURCES INC
BY: DONNA
w 44R4fIx4witMir#{}}*Mrl41w
•wR EQUIPMENT MASTER •*•
*}4Ri*4}R}i xxiii}ii*}}Xiif
PAGE: 11
EQ\LE02EQP
YR#WiMR RItWff#R*RfWWRM#Y RRkRRtRk4WWt4#WhMR RR4{!Mf#f WMW4kRRhkiW#Wf XMV{RtiWfh4WhWMW}R*RMRR}kVWkiRWW WhWtiWfRRi#}RWt#Whf {R#tRhRttf #W t{!4
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS YEAR NUMBER
NUMBER
DATE HEN DATE DEPT
RATE
WfRW#RRlftlfxWW#1}f#tkftfYR11RRWWWkW#kVWRtht t#ktWW##WWh{##M##WWMWWVWt4}MtV4V#WWtRWRRtRWttR4W4WitWt4RlfYthRV
RVRxWVW#}4t##{4f#f
xtR
RWW•
719 2000 GAL SKI➢ TANK
SUPPORT
06/20/94
810
3.00
720 2000 GAL SKID TANK
SUPPORT 1980 JOB6361
W16251
08/31/83 12/31/03
840
3.00
121 SKID FUEL TANK HMADE
SUPPORT
07/07/87
B10
2.00
722 SKID FUEL TANK
SUPPORT
12/01/91
S10
2.00
730 ING/RAND P185 COMPRESSOR
SUPPORT 1996 259365VIG321
956CXC
04/25/02 07/31/03
810
10.00
731 GRUNDOAIR 70 AIR COMPRESSOR
SUPPORT 2000 60137
07/28/00
B10
5.00
732 1993 CAT 3412 GENERATOR
SUPPORT 1993 SIZ13418
W07044
04/11/95 08/31/03
810
30.00
733 ING RAND P-185 COMP
SUPPORT 1992 204004U328
LU05648
07/01/96 08/31/03
810
5.00
734 ING RAND P-185 COMP
SUPPORT 1993 230212UCD328
LU05668
07/01/96 09/30/03
810
10.00
135 ,ING/RAND PISS COMPR
SUPPORT 1991 189407U9132B
LU4810
03/19/95 04/30/04
810
10.00
736 ING/RAND COMPRESSOR
SUPPORT 1986 142834
WZ00911
03/11/88 05/31/04
840
10.00
737 ING/RAND COMPRESSOR
SUPPORT 1986 15452SU86957
LU3611
03/11/88 12/31/03
810
10.00
130 HIXON 1165-1 PIPE LASER
SUPPORT 1995
01/25/96
BIG
2.00
739 L500 ELECTRONIC LEVE
SUPPORT 1996 7563/29121
05/01/96
810
740 L500 ELECTRONIC LEVEL
SUPPORT 1997 12033/45504
04/24/97
810
741 L520 ELECTRONIC LEVEL
SUPPORT 1997 1585/54146
09/26/97
810
743 NORTON 13HP SAW
SUPPORT 1997 97B00781
OS/19/97
810
10.00
745 ASPHALT CUTTER
SUPPORT
07/25/80
810
5.00
746 TOPCON TP-L3 PIPE LASER _
SUPPORT 2000 PY1062
06/01/00
910
747 COLEMAN FORKS MOD J6
SUPPORT 1966
03/26/86
810
146 PAVIFA PETROMAT MACH
SUPPORT FU50088104
610
20.00
749 BUILDING PAD LASER
SUPPORT 2000 22629
09/18/00
B10
750 GPS LAYOUT SYSTEM
SUPPORT 2001
05/11/01
810
25.00
751 2001 JOHN DEERE 6X4 GATOR
SUPPORT 2001 W006X4X059690
11/13/01
BIG
152 PANASONIC PIIX TOUGHBOOK 34 COMPUTER
SUPPORT 2001 1OKSA03688
11/07/01
810
755 CONCRETE FORMS
SUPPORT 1981
10/20/81
840
771 MEW PLATE COMPACTOR
SUPPORT 1996 1571321
NA
05/01/96
810
10.00
773 VIBROMAX COMPACTOR
SUPPORT 640330171
07/01/82
B10
5.00
774 CASE PLATE COMPACTOR
-SUPPORT 1987 0840021905
04/10/87
B10
5.00
775 MIKASA COMPACTOR
SUPPORT T2012
01/01/89
810
5.00
776 SRNS BACKFILL TAMPER
SUPPORT
O1/01/89
810
5.00
177 ACTION 9YD TRENCH BOX
SUPPORT 2002 A020111
07/18/02
810
2.00
779 ACTION COMPACTION WHEEL
SUPPORT 1993 6400W-X-06
01/01/96
BIG
2.00
779 ACTION 364EBC WHEEL
SUPPORT A930102
01/22/93
B10
780 MBW ASPH COMPACTOR
SUPPORT 1567963
04/28/93
840
5.00
781 ING/RAND GENERATOR
SUPPORT 1988 166667UB8802
LU06829
03/09/95 04/30/04
810
25.00
782 2002 MULTIQUIP GENERATOR
SUPPORT 2002 7700253
W064558
05/06/03 06/30/04
840
793 1997 CAT 3512 GENERATOR
SUPPORT 1997 2DN00948
W62059
12/03/02 02/28/04
840
30.00
184 CAT 3406E GENERATOR
SUPPORT 1993 02WBI3221
W16181
07/01/96 08/31/03
840
30.00
185 CAT 3412 GENERATOR.
SUPPORT 1993 OlZI4890
16179
07/01/96 08/31/03
840
30.00
166 1994 CAT 3412 GEN SET
SUPPORT 1994 81ZI6073
W07449
01/01/96 09/30/03
010
30.00
781 1995 MULTIQUIP 68KW GENSET W/ TRAILER
SUPPORT 1995 4AGHUISDGSCO20953
LU07059
02/13/99 03/31/04
810
30.00
786 LANDA PRBSSURE WASHER
SUPPORT 1999 P0399 12649
W01003
06/11/99 07/31/03
810
2.00
789 1982 JOHN DEERE 2240 6 DISK
SUPPORT 1982 432647
LU06089
01/16/98 02/28/04
810
15,00
790 TRENCH CAGE
SUPPORT
06/01/75
840
2.00
791 TRENCH BOX
SUPPORT - W00061431 2SP
04/01/01
B10
2.00
792 SEARS SNOWBLOWER
SUPPORT 1994 325206675
01/01/94
840
2.00
793 JOHN*DEERE SNOWBLOWER 1032D
SUPPORT 1996 M010320164130
12/24/96
840
5.00
SECTION 00020
INVITATION TO BID
07-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 12
By: DONNA - .EQ\LE02EQP
wY« EQUIPMENT MASTER «;w
w}hww♦hwa}+w#YhwYY«YihYriY
ttt*tffY4#F###tk#k**kk4N#t1#htth tlt*#iRt#ttiflt*Fftkf Ylttfhth}thF;FtYY#}#*kft;ht*;####ithitWktifRt4#ihi#*litt4
ktl*t#t*#F#4iF##thF#th
EQUIP
SERIAL
LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS YEAR
NUMBER
NUMBER
DATE REN DATE DEPT
RATE
i##*ift##t*kh##tFt#*#tN NhfYhY###4#######hikf#*######*fff ih klF;#t#W#;
ktfh####W4it#tt#ti#ttF#*fY#*W##*4ht**tYf
t*;*#t#4R#t*4FFt*ftt*t#t
794 RYLAND 9' HYD ANGLE PLOW
SUPPORT 1996
7296
12/17/96
640
5.00
795 BX8 SINGLE WALL BOY.
SUPPORT
88-4SW
01/01/93
810
796 B' NORTHERN SNOWPLOW
SUPPORT
913-023
02/11/94
840
797 CONFINE ENTRY TEST
SUPPORT 1994
04/01/94
810
2.00
798 PRESSURE WASHER
SUPPORT 1994
PHW5-20021Q
06/14/94
840
2.00
799 12" DEMO SAW
SUPPORT
09/08/95
810
2.00
g00 LANDA WASHER
SHOP
56998
02/13/79
810
2.00
802 HOSE PRESS EQUIPMENT
SHOP
6V6015 & 6V4860
02/01/86
810
803 WIGGINS FORKLIFT
SHOP 1980
374655
LU3016
09/09/87 12/31/03
810
15.00
$04 1988 P&H 22 TON CRANE -
SHOP 1988
55025
LU06644
07/08/98 07/31/03
810
50.00
805 KOEHRING MOTOSUG FOR
SHOP
W2180
B10
807 FUEL MANAGEMENT SYSTEM
SHOP 1996
06/27/96
B10
809 GRAY 2100 TIRE MACHINE
SHOP 1999
81-001119
04/19/99
B10
909 1999 PROSIGNA NOTEBOOK COMPUTER
SHOP 1999
1V93CTM4SIC3
05/06/99
B10
BID AUTO CRANE UNIT #061
SHOP 1998
404000104AAM0998
207455
10/01/96 10/31/03
810
811 EMC 100E PARTS WASHER
SHOP
0441798
06/11/99
810
012 2000 COMPAQ NOTEBOOK COMPUTER
SHOP 2000
3JOCDPS4F420
12/22/00
B10
813 2000 COMPAQ NOTEBOOK COMPUTER
SHOP 2000
3JOCDPB4F425
12/22/00
B10
814 2000 COMPAQ NOTEBOOK COMPUTER
SHOP 2000
3JOCDPB4F41Y
12/22/00
810
015 FUEL TANKS & PUMPS
SHOP
02/12/01
810
816 ENCO RADIAL DRILL PRESS
SHOP
87986
08/28/02
810
629 1995 CAT RC60 FORKLIFT
SHOP 1995
2PJ00764
147BPK
01/17/01 02/28/04
810
830 MILLER WLDR & FEEDER
SHOP 1981
900505
07/20/81
810
10.00
831 LINDE FEEDER WELDER
SHOP
BBID-26709
06/02/87
810
834 MILLER BIG 40 WELDER
SHOP
72-604289
02/11/94
840
835 SA-200 LINCOLN WELDER
SHOP
761291
09/16/96
810
836 LINC CLASSIC II WELDER A/P
SHOP 1997
U1970305SOO
W07004
04/04/97 07/31/03
810
837 LINO CLASSIC II WELDER PIT
SHOP 1998
U1980709097
W07499
11/03/90 12/31/03
810
839 BORTECH/YORK WELDER AND BORER
SHOP 2001
010758210
12/05/01
810
10.00
840 PREDATOR PRO WELDER
SHOP 2002
G0010230101D
04/12/02
810
641 LINCOLN K1406 4 WELDER
SHOP 2001
UIOIO111258
W07046
10/12/01 08/31/03
810
070 STORAGE SHED NO
SHOP
04/01/97-
810
$90 WASTE OIL HEATER
SHOP 1994
WO-F35OUL
11/23/94
840
907 CAT 140H GRADER- WAGNER
RENTAL
2ZK3667
07/08/02
B10
55.00
914 INTL TANDEM DUMP (SCHWARTZ)
RENTAL
810
25.00
915 95 FORD PICKUP
RENTAL 1995
lFTEX14N4SKB835G7
12075W2
10/31/03
840
6.00
926 1995 SEALMASTER SEALCOAT - TC
RENTAL 1995
926
947AVG
06/02/00 06/30/04
840
20.00
927 66 FORD WATER TRUCK-TC
RENTAL 1966
NEERGICS97
11859WZ
06/30/03
840
10.00
926 66 TRAILMOBILE VAN-TC
RENTAL 1966
AIIAIAARC60131
R114101
06/30/04
840
2.00
929 77 CREV IT FLATBED-.TC
RENTAL 1977 CCL337VI41191
1186OWZ
06/30/04
840
15.00
550 HYPAC C530AH ROLLER POWER EQUIP
RENTAL
901A22202047
LEASED
06/09/03
810
30.00
951 HYPAC C766C ASPHALT ROLLER POWER EQUP
RENTAL
90IC20902500
LEASED
OS/22/03
840
SOA0
953 HYPAC C779 ASPHALT ROLLER
RENTAL
B215C1651V
LEASE
05/05/03
840
50.00
954 CAT C8534 ASPHALT ROLLER
RENTAL
810
45.00
957 CAT 236 SKID STEER LOADER
RENTAL
04YZ00390
06/02/03
840
30.00
981 CRUSHING SPREAD
RENTAL
VARIOUS
05/OS/03 12/31/9S
840
310.00
1006 MINOLTA 5600 FAX
OFFICE 2001
03/19/01
810
1008 DESIGN JET 455CA PLOTTER
OFFICE
SC92JI1044
07/09/99
810
-11-2003 08:36 CONNELL RESOURCES INC. PAGE: 13
: DONNA EQ\LE02EQP
ixww+xrwafiaaalflRwYr!lwfilf
r«♦ EQUIPMENT MASTER ••"
«hRlYwrr#*x*aawYYa+aa!lff4
1*iki4*4i*ii#ik*R4i tf#*4*4fYh*i*i4ih4i4i44*144Y#Y##i*#k*k*R4**444#***Yik4*kk4*4ifi*ki4*ki4i444R4R4#i*R#*#*##t#*1}*#Y44YF4ii4i4Ri*R!
EQUIP
SERIAL LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS YEAR NUMBER NUMBER
DATE REN DATE
DEPT RATE
♦#}}*iik4*YY#4i*i*kk}4t4rk*!t1*f444YY4aY44Y
wi4*#4*iR4Y4#i#1*ttlh!*Y1441fi**#*A##**#f*#**#*ki4t44**#Y4i4i*iti#1##*aiki4i4rtt*f
41**R*
1009 BROTHERS MFC-4550 FAX MACHINE
OFFICE
02/16/97
810
1012 TI 8920 PRINTER
OFFICE 1993 47BI930046
12/23/93
810
1016 NEC 480 FAX MACHINE
OFFICE 1995 G19RS60779
02/15/95
810
1018 EDGE GRAPHICAL SYS
OFFICE 1995
06/01/95
810
1019 GTCO TABLET W/CONT
OFFICE 1995 36486TA0495-007
07/01/95
810
1021 CCAS/FERRELL SOFTWRE
OFFICE 1995 951107-01
12/15/95
810
1022 HP LASER PRINTER
OFFICE 1995
01/21/95
B10
1023 HP LASER PRINTER
OFFICE 1995
12/12/95
810
1027 VERTEK P133 COMPUTER GN
OFFICE 1995
12/15/95
B10
1031 ACT P120 COMPUTER WT
OFFICE 1996 ACT 14703
05/10/96
840
1035 ACT P166 COMPUTER T/C PIT
OFFICE 1997 T31795
11/07/97
B10
1036 ACT P166 COMPUTER SB
OFFICE 1997 T31796
11/07/97
810
1039 TRADEMARK P166 COMPUTER JD
OFFICE 1997 ISOH177674
12/01/97
940
1040 ACCT MODULAR DESK(3)
OFFICE 1996
03/19/96
B10
1041 OFFICE CHAIRS (12)
OFFICE
03/29/96
B10
1042 MGR OFFICE DESK (3)
OFFICE
04/18/96
B10
1043 MANAGER CHAIR
OFFICE
05/09/96
B10
1044 ACCOUNTING MODULAR DESK
OFFICE 1997
06/25/97
B10
1045 ESTIMATING DESK & TABLE
OFFICE 1997
11/26/97
810
1046 ACCOUNTING MODULAR DESK
OFFICE
04/23/98
810
1047 RON METRO CLASSIC DESK
_ OFFICE
08/07/98
B10
2048 VARIOUS OFFICE CHAIRS
OFFICE
09/29/98
810
1049 SECRETARY DESK & RETURN
OFFICE
09/18/98
810
1050 TRADEMARK P233 COMPUTER CAM PIT
OFFICE 1998 18OJ280937
02/18/98
840
3.051 ACT P233 COMPUTER SM
OFFICE 1998 ACT T032779
02/17/98
810
1052 ACT P350 COMPUTER AA
OFFICE 1998 T034189
08/06/98
810
1053 ACT P300 COMPUTER DR
OFFICE 1998 T034191
08/06/98
B10
1055 1998 COMPAQ NOTEBOOK COMP
OFFICE 7808534R
08/10/98
810
1056 TRADEMARK P333 COMP BF
OFFICE 18OJ980082 -
10/02/98
840
1060 OKIDATA ACCOUNTING PRINTER
OFFICE
04/17/98
B10
1064 GE MDS MOBILE RADIO
OFFICE - 9162781
04/26/93
B10
1066 MOTOROLA MTX810.(2)
OFFICE 191ASL2051/2052
02/11/94
840
1067 NEC/INTERWEST TELEPHONE SYS
OFFICE 1996
02/21/96
810
1069 LASERJET-3100SE FAX/PRINTER
OFFICE 1998 USS8015267
- 04/14/98
810 ,
1069 VODAVI TRIAD PHONE & VOICE MAIL
OFFICE
09/10/98
840
1070 1996 MAXON TRUNKS➢ RADIO
OFFICE 1996
06/10/96
810
1071 MAXTRAC 000 BASE RADIO
OFFICE 1996
06/01/96
840
1072 ADDITIONAL PHONES / PHONE CARD
OFFICE 2000
07/29/00
810
1073 OFFICE CHAIRS
OFFICE
10/20/00
B10
1080 AGTEK CAD SYSTEM
OFFICE
07/20/98
B10
1082 LAYOUT LASER
OFFICE
09/01/98
810
1083 WIN/X SOFTWARE AND LICENSES
OFFICE 2000
06/30/00
B10
1084 NETWORK SWITCHES
OFFICE
08/30/00
810
1065 SCO UNIX 505 -
OFFICE
11/30/00
810
1086 NICHE BID2WIN. SOFTWARE
OFFICE
02/23/01
B10
1087 TARANTELLA SOFTWARE & LICENSES
OFFICE
03/30/01
810
1068 AGTEK LAYOUT PACKAGE
- OFFICE 20237 / 20238
04/30/02
B10
1089 SB BID2WIN SOFTWARE & LICENSES
OFFICE
05/15/02
840
7-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 14
Y: DONNA EQ\LE02EQP
k4Wii;444i4h;Y4444Y44WWW4k
*** EQUIPMENT MASTER **"
444i4Wi444ii4Wi44i4i44/iki
•f h4ff{I h{444#h#44444#4h �#f444{fhf 444A4h4i*ih4i44{W#14hkhRfi4h{4k44hfth*A4444#1hh#hkhh4##A###Yf4i#44#{4hf44}{Wi{ii 4iih4{{444h if 4fi{k4
EQUIP
SERIAL LICENSE
PURCHASE LICENSE
DEFAULT
NUMBER
DESCRIPTION
CLASS YEAR
NUMBER NUMBER
DATE REN DATE
DEPT RATE
1; 4f yfflf4h4#kih{iY#4Y4#4k4##f1W#h#4hy4{1h##k44444hff
44hi}k#4ih4#h4hh1444h4#44h{h4hfh4i{44}t
4h14W44k
h4 i4{#h44fi 4hYf44i4444f #fltik#{f
1090
FC BID2WIN SOFTWARE UPGRADE
OFFICE
05/15/02
810
1100
OFFICE FURNITURE
OFFICE
08/30/78
810
1101
(3) 4 DRAWER DESKS
OFFICE
04/01/81
810
1102
OFFICE CHAIRS & TABLES
OFFICE
05/29/01
a10
1103
OFFICE FURNITURE SC
OFFICE
02/11/02
B10
1108
HP 4200 DTN LASER PRINTER
OFFICE 2003
CNBX239120
03/24/03
810
1109
HP 410ODTN LASER PRINTER
OFFICE 2001
USJN333
11/09/01
810
1110
REFRIGERATOR
OFFICE
03/06/97
810
1111
HP PAINTER/SCANNER/COPIER
OFFICE 2001
SGE09EGOCT
01/04/01
840
1112
HP LAPTOP COMPUTER TIC
OFFICE 2001
HP TW04
01/07/01
840
1113
COMPAQ PRESARIO AMD/K6 COMPUTER FIELD
OFFICE 2000
1V06F7NSHIBI
08/31/00
840
1114
DELL C500 COMPUTER SP
OFFICE 2000
JBDC30B
08/01/00
840
1115
PCs C566 COMPUTER GG
OFFICE 2000
07/28/00
810
1116
PCs C500 COMPUTER CL
OFFICE 2000
06/19/00
810
1117
PCs C500 COMPUTER AC
OFFICE 2006
06/19/00
830
ilia
PCs C500 COMPUTER DS
OFFICE 2000
-
06/19/00
810
1119
PCs P650 COMPUTER AGTEK
OFFICE 2000
06/19/00
810
1120
ACT P350 COMPUTER ML
OFFICE 2998
D29267
12/17/98
810
1121
ACT P350 COMPUTER DS
OFFICE 1999
D29340
12/17/98
810
1122
ACT P350 COMPUTER
OFFICE 1998
D27962
12/17/98
910
1123
ACT P350 COMPUTER MF
OFFICE 1998
D29432
12/18/98
810
1124
ACT P350 COMPUTER AM
OFFICE 1998
D29334
12/10/99
040
1125
ACT P300 COMPUTER GVL PIT
OFFICE 1998
D28613
12/17/98
s10
1126
ACT P350 COMPUTER JS
OFFICE 1998
12/18/96
810
1127
ACT P350 COMPUTER SW
OFFICE 1998
12/18/98
B10
1128
ACT P300 COMPUTER TEL PIT
OFFICE 1998
D29948
12/17/98
840
1129
P350 DUAL PROCESSORS COMPUTER
OFFICE 1999
10186
02/23/99
810
1130
COMPAQ PRESARIO AMD/K6 COMPUTER JD
OFFICE 2000
1X9CDCTMJIT8
02/04/00
840
1131
.IBM THINKPAD PIII 700 WW
OFFICE 2001
78 NBXR6
03/14/01
810
1132
IBM THINKPAD PIII 700 EP
OFFICE 2001
78 NSYCO
03/14/01
B10
1133
PCs PIII 800 COMPUTER SW
OFFICE 2001
03/02/01
810
1134
PCs AMD 1000 COMP -SHOP
OFFICE 2001
03/02/01
810
1135
PCs PIII B00 COMPUTER SM
OFFICE 2001
OS/01/01
810
1136
PCs PIII B00 COMPUTER BG
OFFICE 2001
05/01/01
B10
1137
PCs PIII 866 COMPUTER RT
OFFICE 2001
OS/17/01
830
1138
IBM THINKPAD PIII 700 BC
OFFICE 2001
1S262aE2U78NCAZO
03/28/01
810
1139
IBM THINKPAD PIII 933 TAM
OFFICE 2002
78 ZLGMS
04/04/02
810
1140
IBM THINKPAD PIII 933 EW
OFFICE 2002
78 ZLGZ7
04/04/02
810 -
1141
IBM THINKPAD PIII 933 CC
OFFICE 2002
78 ZLHA7
04/04/02
810
1142
PCs XEON SERVER
OFFICE 2002
06/17/02
810
1143
IBM THINKPAD PIII 1133 COMPUTER TC
OFFICE 2002
AKV7Z6G
06/2L/02
840
13.44
IBM THINKPAD PIII 1133 COMPUTER AM
OFFICE 2002
AKV7ZB5
06/21/02
840
114S
IBM THINKPAD PIII 1133 COMPUTER SP
OFFICE 2002
AKV7ZSH
06/21/02
840
1146
PCs XEON 2.0 ONZ SERVER
OFFICE 2003
02/07/03
840
1147
PCs P4 2.1 GHZ COMPUTER
OFFICE 2003
02/07/03
840
1148
PCs P4 2.4 GHZ COMPUTER TM
OFFICE 2003
05/21/03
810
1149
PCs P4 2.4 GHZ COMPUTER KH
OFFICE 2003
05/21/03
810
1150
PCs P4 2.6 GHZ COMPUTER EC
OFFICE 2003
- 06/26/03
840
07-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 15
BY: DONNA EQ\LE02EQP
4«w EQUIPMENT MASTER
;1F{Fi{4;4{RFF4;F;{;4fi;ii
EQUIP
SERIAL
LICENSE
PURCHASE
LICENSE
DEFAULT
NUMBER DESCRIPTION
CLASS
YEAR
NUMBER
NUMBER
DATE
REN DATE
DEPT
RATE
###Rk{#1#f##f##f###!4##M####+44#4#4iR;4Y4#444444#4###RR 4i444#k 44444k14##kF####44!#4h##44#!4#{#4!h##i#4;}w4#44444##4}#444#####4
#+Re44
1156 TOSHIBA 804121 COPIR
OFFICE
SP752423
02/11/94
840
1200 WAGNER RENTS 43.6 BACKHOE
RENTAL
810
50.00
1205 WAGNER RENTS 436 BACKHOE
RENTAL
B10
50.00
1210 WAGNER RENTS IT2B LOADER
RENTAL
e10
55.00
1220 WAGNER RENTS CP4,33 SHEEPSFOOT COMP
RENTAL
BID
60.00
1230 WAGNER RENTS TRENCHER
RENTAL
810
60.00
1235 8020 DITCH WITCH
RENTAL
810
55.00
3.240 WAGNER RENTS 2000 GAL WATER TRUCK
RENTAL
810
30.00
1245 WAGNER RENTS 3500 GAL WATER TRUCK
RENTAL
810
45.00
1250 WAGNER RENTS 33" WALK BEHIND COMP
RENTAL
810
30,00
1265 HARMONY PROPERTY BLD
OTHER
05/24/91
810
1266 HARMONY PROPERTY SHP
OTHER
12/12/93
BID
1267 MODULAR OFFICE BUILDING
OTHER
03/01/96
B10
1268 HARMONY PROPERTY PARTS HOUSE
OTHER
12/01/01
B10
2001 2000 CHEV 3500 PICKUP CL
TRUCK 1
2000
1GCHX34J2YR203951
S61EPF
04/26/02
OS/31/04
810
6.00
2002 2003 GMC 2500 PICKUP JW
TRUCK 1
2003
1GTHK24U13Z134084
989FWD
10/14/02
11/30/03
840
6.00
2003 2003 GMC 2500 PICKUP PS
TRUCK 1
2003
1GTHK24U73Z117421
460G0Y
10/14/02
11/30/03
810
6.00
2004 2002 FORD F1SO PICKUP BC
TRUCK 1
2002
1FTRX18L22KD25S68
469GDY
10/14/02
11/30/03
810
6.00
2005 3 FORD F250 PICKUP LD
TRUCK 1
2003
1FTNK21F13EA20801
470ODY
10/14/02
11/30/03
810
6.00
2006 1995 CHEV TAHOE AM
TRUCK 1
1995
1GNEK13X4SJ439323
VXB7518
10/01/02
08/31/03
840
6.00
07 003 FORD F2SO PICKUP EW
TRUCK 1
2003
1FTNX21F33EA71569
674GYD
04/24/03
05/31/04
610
6.00
2008 2003 CHEV 1500 PICKUP
TRUCK 1
2003
1GCEC14X03Z272087
07/08/03
BID
6.00
2009 2003 CHEV 2500 PICKUP
TRUCK 1
2003
1GCHC24153E373647
07/08/03
810
6.00
CONNELL RESOURCES, INC.
4305 EAST HARMONY ROAD, FORT COLLINS, CO 80528
PHONE: (970) 223-3151, FAX: (970) 223-3191
PRINCIPAL EMPLOYEES:
INDIVIDUAL
POSITION
EXPERIENCE
Richard Connell
President
44 Years Highway & Heavy Construction
William T. Welch
Vice -President
26 Years Construction Manager
Construction Manager
David E. Simpson
Vice-President/Estimating
33 Years Estimator, Project Manager
Arlene L. Connell
Secretary/Treasurer
20 Years Office/Financial Manager
Sheri C. Welch
Controller,
19 Years Office/Financial Manager
Assistant Secretary/Treasurer
Tony A. Connell
Vice -President,
21 Years Management
Division Manager
Robert A. Frank
Vice-President/Estimating
26 Years Estimator
Lloyd Deschene
Grading Supervisor
30 Years Highway & Heavy Construction
Clay Crisp
Site Supervisor
13 Years Highway and Heavy Construction
Connell Resources, Inc. has been in business as a locally owned contractor for over 40 years and
incorporated in the state of Colorado since 1969.
BONDING
Bond Surety: Travelers Casualty and Surety
One Tower Square
Hartford, CT 06183
(860)277-0111
Bond Agents: Flood and Peterson Insurance Company, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
P.O. Box 270370, Fort Collins, CO 80527-0370
Contact: Darlene Krings, (970) 226-3878
BANKING Wells Fargo
Fort Collins South
3500 John F. Kennedy Parkway
Fort Collins, CO 80522
Contact: Jim Davis (970) 223-3600
INSURANCE Zurich Commercial
P.O. Box 37038
Denver, Colorado 80237
Agents: Flood & Peterson Insurance, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
Contact: Chris Richmond, (970) 226-3878
Updated 4/16/02
Richard "Ben" Connell
President
Richard Ben Connell joined Loveland Excavating, Co in 1959 upon moving to
Loveland, Colorado. Having started as a pipe laborer, Ben progressed to a supervisor
within two years. Upon the death of one of the original partners in 1967, Ben took an
active management role in the company.
In 1969, Ben purchased 50% ownership in Loveland Excavating from the estate of the
original partner. In 1975, he purchased the remaining stock from the other partner. The
company changed its name in 1982 to Connell Resources, Inc. to reflect the ownership of
the company and its expanded market outside the Loveland area. The company continues
to be a family held corporation with Ben as the majority shareholder.
Under Ben's direction the company has expanded operations from utility work into a
turnkey grading, utility and paving contractor. The company has grown from 7
employees to an employment base of over 220 employees during the peak construction
period. Ben is actively involved in the day-to-day operations of the company and can
often be found driving the projects. The company currently has offices in Fort Collins
and Steamboat Springs.
Ben has been an active member of the Colorado Contractors Association and was on the
Board of Directors for three years.
m
William T. Welch, AIC, CPC Construction Manager/ Vice President
Provides oversight to project managers, estimators and trade supervisors; reviews quotations and
bids; assists project managers in negotiating contracts and change orders; makes information
technology assessments; project manager on major contracts.
Projects Representative of Skill Level:
Pre Construction Manager Larimer County Fairgrounds
The Neenan Company — Jim Neenan — (970) 495-6319
$2,693,477.00 Earthwork, utilities and paving
Project Manager Larimer County Courthouse
Hensel Phelps Construction Company — (970) 352-6565
$564,571.00 Earthwork, utilities and paving
Project Manager Poudre Valley Health Systems — South Campus
M.A. Mortenson Company - Mark Haynes - (303) 295-2511
$1,757,000 Earthwork, utilities, and paving
Project Manager
Project Manager
(The Neenan Co.)
Project Manager
(The Neenan Co.)
Senior Project Manager
(The Weitz Co.)
Senior Project Manager
(The Weitz Co.)
General Superintendent
(The Weitz Co.)
Assistant Project Manager
(Armco Contracting Ops.)
Hewlett-Packard Genesis IV Project, Fort Collins, CO
$4,500,000 Earthwork, utilities, and paving
Tim Walsh (303) 295-2511
Pacifica Inverness Office Building Project, Englewood, CO
$18,000,000 - 155,000 SF office building
Pacifica Point Office Building Project, Englewood, CO
$12,000,000 - 125,000 SF office building
Friendship Village of South Hills, Pittsburgh, PA
$9,000,000 - 155,000 SF living units and medical center
Rehoboth Beach Outlet Malls, Rehoboth Beach, DE
$8,000,000 — 75,000 SF Pre-engineered metal buildings
Ritz Carlton Hotel Project, Manalapan, FL
$32,000,000 - 640,000 SF resort hotel
Ohio River Steel Corporation, Calvert City, KY
$22,000,000 — 1,000,000 SF Pre-engineered metal building
MS Construction Management 1985, Colorado State University, Fort Collins, CO
BS Construction Management 1981, Colorado State University, Fort Collins, CO
Certified Professional Constructor, AIC Certification Commission November, 1998
AACE International (American Association of Cost Engineers) 1982 - Present
American Institute of Constructors 1991 - Present
American Society of Civil Engineers 1995 - Present
David E. Simpson Chief Estimator/ Vice -President
Provides estimating and project management for public and private projects.
Projects Representative of Skill Level:
Chief Estimator Larimer County Fairgrounds Project
The Neenean Company
Jim Neenan - 493-8797
Larimer County Engineering
Chief Estimator Larimer County Courthouse
Hensel Phelps Construction Company
970-352-6565
Fentress Bradbum Architects, Ltd. 303-772-5000
Chief Estimator Con Agra, Greeley, CO
The Neenan Company — Todd Dangerfield - 970 495-6319
KBN Engineers, Inc.- 970-395-9880
Chief Estimator Boyd Lake North Sixth Sub., Fort Collins, CO
The Genesee Co. — Ron Skarka — 303-526-9000
TST, Inc. — Shar Shadowen - 970-226-0557
Chief Estimator Eagle Ranch Estates, Windsor, CO
Three Eagles Development -Dwayne Walker
970-667-5155
TST, Inc. — Rich Dvorak- 970-226-0557
Chief Estimator Seven Lakes 5`s Subdivision, Loveland, CO
Twin Lakes Development — Scott Bray-970-663-1897
JR Engineering — Dan Matson-491-9888
Chief Estimator The Home Depot, Loveland, CO
Colorado Structures, Inc. — Scott Norman-719-522-0500
Galloway, Romero & Associates-303-770-8884
Chief Estimator Larimer County Road 17, Fort Collins, CO
Larimer County — Todd Juergens-970-498-5711
Larimer County Engineering
Coursework, Business, 1967-1969, University of Northern Colorado
Coursework, Industrial Construction Management, 1969-1971, Colorado State University
Over 100 hours of Management and Estimating classes through Fails Management, Inc. and the
Associated General Contractors of America.
Stacy "Bob" Gowing, P.E. Land and Resource Manager
Manages the entitlement and design process for Connell's land resources. Provides design
oversight for design/build projects and manages design consultants. Provides project
management for construction projects.
Projects Representative of Skill Level:
Development Project Manager Islands at Harmony Lakes, Fort Collins, CO
Connell Resources — Will Welch, (970) 223-3151
Approximately $10 million in site improvements
Design Project Manager National Resource Research Center, Fort Collins, CO
(Sear -Brown) The Everitt Companies — Tom Livingston, (970) 226-1500
10-acre federal office building site
Design Project Manager Rocky Mountain Marketplace, Loveland, CO
(Sear -Brown) McWhinney Enterprises — Troy McWhinney, (970) 962-9900
Design of a 40-acre retail center anchored by a 120,000 square
foot Super Target
Design Project Manager Millennium (Centena) Annexation, Loveland, CO
(Sear -Brown) Managed the annexation and infrastructure master planning for
this 1900-acre master planned community
Design Project Manager Rocky Mountain Village I" Subdivision, Loveland, CO
(Sear -Brown) Design management for the backbone infrastructure package for
a 220-acre master planned development
Design Project Manager Hewlett-Packard Loveland Expansion, Loveland, CO
(Sear -Brown) Site design for a 200,000 SF industrial development
Design Project Manager Hewlett-Packard Loveland Annexation and Masterplan
(Sear -Brown) Infrastructure masterplanning and design for the overall Hewlett-
Packard campus in Loveland, Colorado
Design Project Manager Rocky Mountain Business Park, Loveland, CO
(Sear -Brown) Site design and subdivision for a 5 lot commercial office park
Design Project Manager Hunter's Run Subdivision, Loveland, CO
(Sear -Brown) Site design, annexation and subdivision for a 90-acre, 200-unit
residential subdivision
B.S. Civil Engineering, 1986, Texas A&M University, College Station, Texas
Professional Engineer, Texas
Professional Engineer, Colorado
CONNELL RESOURCES, INC.
BONDING, BANKING, AND INSURANCE INFORMATION
Bonding
Bond Surety: Travelers Casualty and Surety
One Tower Square
Hartford, CT 06183
(860)277-0111
Bond Agents: Flood and Peterson Insurance Company, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
P.O. Box 270370, Fort Collins, CO 80527-0370
Contact: Darlene Krings, (970) 226-8710
Banking
Bank: Wells Fargo/Fort Collins South
3500 John F. Kennedy Parkway
Fort Collins, Colorado 80525
Contact: Jim Davis (970) 223-3600
(970) 225-7950
Insurance
Insurance Company: Zurich Commercial
P.O. Box 37038
Denver, Colorado 80237
Agents: Flood & Peterson Insurance, Inc.
4821 Wheaton Drive, Fort Collins, CO 80525
Contact: Chris Richmond, (970) 226-3878
\\Donna\c\Forms\Pre-Qualificalion\Insurance, Bond and Bank.doc
SECTION 00020
INVITATION TO BID
Date: June 19, 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
July 15, 2003 for the NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799. 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 improvements for widening County Road 11 from
just north of the Storybook Subdivision north to Douglas Road then west on
Douglas Road 650 feet past the Hearthfire Subdivision Entrance (approx. 3 miles
in length) includes: rotomilling the existing roadway 6 feet on each side,
overlaying the entire roadway with 3 inches of asphalt, earthwork, waterline
installation for the ELCO Water District, stormwater improvements, house
demolition, driveway culverts, shouldering, landscaping, fencing and re -grading.
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 June 23, 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 Fifty
Dollars ($50.00) per set. No partial sets will be issued.
The Contract Documents and Construction Drawings may be examined at:
1. City of Fort Collins, Purchasing Division.
2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado.
3. CMD Denver Plan Room, 8878 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 Tuesday, July 1, 2003 in Conference Room A at 281 North
College Avenue, Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid
proposal at this meeting.
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3
07/2001 Section 00020 Page 1
21. What are the limits of your public liability? DETAIL
See atatchment "F"
What company? Flood & Peterson Insurance Company
22. What are your company's bonding limitations? It has not yet been _
,necessary for an upper limit to be imposea
23. The undersigned
corporation to
verification of
Qualifications.
Dated at 8:00 a.m.
State of Colorado
County Of Larimer
hereby authorizes and requests any person, firm or
furnish any information requested by the OWNER in
the recital comprising this Statement of Bidder's
N
this 15
day of July
being duly sworn
20 03
poses and says that he is
hind that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this day of
2
(3 �Z atf�, �
Notary is�AT �w
NOTARY
al a
iras PUBLIC
My commission expires d��
7/96
Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
MR
L-
V96
SUBCONTRACTOR
Tu44N * "-6&1,YMR sf-tiuy)L
Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510Notice of Award
00520Agreement
00530Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date: February 17, 2004
TO: Connell Resources, Inc.
PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated July 15, 2003 for the above project
has been considered. You are the apparent successful Bidder and have been awarded
an Agreement for NORTHEAST OVERLAY AREA; Bid No. 5799.
The Price of your Agreement is Nine Hundred Seventy -Four Thousand Two Hundred
Eighty -Nine Dollars and Forty cents ($974,289.40).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be delivered
separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days
of the date of this Notice of Award, that is by March 3, 2004.
1. You must deliver to the OWNER three (3) fully executed counterparts of the
Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds)
as specified in the Instructions to Bidders, General Conditions (Article
5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare
your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to
you one (1) fully -signed counterpart of the Agreement with the Contract Documents
attached.
City of Fort Collins
NER
B : 4 _E
am s B. O'Neill II, CPPO, FNIGP
Di c or of Purchasing and Risk management
Title
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 17th day of February, in the year of 2004, and
shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Connell Resources, Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as improvements for widening County Road 11
from just north of the Storybook Subdivision north to Douglas Road then west on
Douglas Road 650 feet past the Hearthfire Subdivision Entrance (approx. 3 miles
in length) includes: rotomilling the existing roadway 6 feet on each side,
overlaying the entire roadway with 3 inches of asphalt, earthwork, waterline
installation for the ELCO Water District, stormwater improvements, house
demolition, driveway culverts, shouldering, landscaping, fencing and re -grading.
and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by Northstar Engineering, Inter -Mountain
Engineering, TST Engineering, and City of Fort Collins Engineering. The City of
Fort Collins Engineering is hereinafter called ENGINEER and who will assume all
duties and responsibilities and will have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the Work in
accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within 55 working days after
the date when the Contract Times commence to run as provided in the General
Conditions and completed and ready for Final Payment and Acceptance in accordance
with the General Conditions within 65 working days after the date when the
Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving in
a legal proceeding the actual loss suffered by OWNER if the Work is not completed
9/12/01 Section 00520 Page 1
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:
One Thousand One Hundred Fifty ($1,150.00) for each calendar day or
fraction thereof that expires after the Fifty-five (55) working day
period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for each
calendar day or fraction thereof that expires after the Ten (10)
working day period for Final Payment and Acceptance until the Work is
ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance
with the Contract Documents in current funds as follows: ($974,289.40),
Nine Hundred Seventy -Four Thousand Two Hundred Eighty -Nine Dollars and Forty
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
9/12/01 Section 00520 Page 2
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 950 of the Contract Price,
less such amounts as ENGINEER shall determine or OWNER may withhold in accordance
with paragraph 14.7 of the General Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests
of subsurface conditions and drawings of physical conditions which are identified
in the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the Contract
Price, within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of
paragraph 4.2 of the General Conditions; and no additional examinations,
investigations, explorations, tests, reports, studies or similar information or
data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or
data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within
the Contract Times and in accordance with the other terms and conditions of the
Contract Documents, including specifically the provision of paragraph 4.3. of the
9/12/01 Section 00520 Page 3
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
or discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as are
referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract Documents
and incorporated herein by this reference, and include, but are not limited to,
the following:
7.2.1Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4Consent of Surety
7.2.5Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
Cover Sheet: Sheet 0
City of Fort Collins -Engineering Dept.: Sheet 1-16 Project Layout/Mill Limits:
Sheet 17-18 Richards Lake Road & Cnty Rd. 11, Sheet 19 Details
Douglas Road Interim Improvements -Northstar Engineering: Sheet 1 Cover Sheet,
Sheet 2-5 Plan & Profile, Sheet 10-11 Signing & Striping, Sheet 12-13 Erosion
Control, Sheet 14-15 Driveway Details, Sheet 16 Details
Richards Lake P.U.D.-Inter-Mountain Engineering: Sheet CO Cover Sheet, Sheet Cl
Site Plan, Sheet C2-C6 Plan & Profile, Sheet C21-C22 Erosion Control, Sheet C26-
C28 Striping Plan, Sheet C31 Typical Section
Maple Hill-TST Engineering: Sheet 26-32 Overall Utility Plans
The Contract Drawings shall be stamped "Final for Construction" and dated. Any
revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 1, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract Documents pursuant
to paragraphs 3.5 and 3.6 of the General Conditions.
9/12/01 Section 00520 Page 4
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the
General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not without
limitations, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
9/12/01 Section 00520 Page 5
OWNER: CITYY OF FORT COLLINS
By: 1! -
JOH=t-11 ACH, CITY MANAGER
BY:
JAMS B. O'NEILL II, CPPO, FNIGP
IR CT OR OF PURCHASING
RI K MA AGE ENT
Date: �� c� 04
Attest:
Address off, giving plot ces:
_ ....
P. 0. Box
Fort Collins, CO 80522
Approved as to Form
�I V ( 1A_
Assistant City Attorney
CONT"CTOR: Connell
l� Resou ces, Inc.
By: JU��IXu
Title: klL' f�&5✓/ e �
Date: /4J r::Z622�
(CORPORATE SEAL)
Address for giving notices:
LICENSE NO.: I-
9/12/01 Section 00520 Page 6
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 &
J es P. O'Neill, II, CPPO, FNIGP
P rch sing/Risk Management Director
07/2001 Section 00020 Page 2
SECTION 00530
NOTICE TO PROCEED
Description of Work: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
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
00615 Payment Bond
00630Certificate of Insurance
00635Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670Application for Exemption Certificate
,eW..--,.--- -..
I
SECTION 00610
PERFORMANCE BOND
Bond No.
104252553
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Connell Resources, Inc.
(Address) 4305 E. Harmony Road, Fort Collins, CO 80528
Can 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 La orts Avej Fort Collins Colorado 80522 a (Music pa
Corporation) hereinafter referred to as the "OWNER", in the penal sum of
$974 289.40 _ in' lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 1—I day of x ,
20Z, _a copy of which is hereto attached and made a part hereof the
performance of The City of Fort Collins project, NORTHEAST AREA OVERLAY PROJECT;
Bid No. 5799.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of said
Agreement during the original term thereof, and any extensions thereof which may
be granted by the OWNER, with or without Notice to the Surety and during the life
of the guaranty period, and if the Principal shall satisfy all claims and demands
incurred under such Agreement, and shall fully indemnify and save harmless the
OWNER from all cost and damages which it may suffer by reason of failure to do
so, and shall reimburse and repay the OWNER all outlay and expense which the
OWNER may incur in making good any default then this obligation shall be void;
otherwise to remain in full force and effect.
7/96 Section 00610 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the Work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and it
does hereby waive notice of any such Change, extension of time, alteration or
addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
buainos£ in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each
one of which shall be deemed an original, this _Q day of M0)1� r
20 `, .
\�PRESENCE
A\�Q 1, tl� llJ'L� Connell Resources, Inc.
(Title)
4305 E. Harmony Road, Fort Collins, CO 80528
(Address)
(Corporate Seal)
IN PRESENCE OFt Other partners
By:
By:
IN PRXMCX OF: Surety
10Z2 By:
40� A orney- -Fact
Witness Rn 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 Bona.
7/96 Section 00610 Page 2
1
SECTION 00615
PAYMENT BOND
Bond No.
104252553
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Connell Resources§ Inc.
(Address) 4305 E. Harmony Road, Fort Collins, CO 80528
(an individual), (a Partnership), (a Corporation), hereinafter referred to as the
"Principal" and
(Firm) Travelers Casualty and Surety -Company of America
(Address) Hartford, CT 06183
hereinafter referred to as "the Surety", are held and firmly bound unto the Cit
of Fort Collins 300 Laporte Ave. Fort Colltn9l Colorado 60522 a (Municipal
Corporation) hereinafter referred to as "the OWNER", in the penal sum of
$974,289 40 in lawful money of the United States, for
the payment of which sum well and truly to be made, we bind ourselves, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Pri ipal entered
into a certain Agreement with the owNER, dated the IJ day of �,
20, a copy of which is hereto attached and made a part hereo f the
per ormance of The City of Fort Collins project, NORTHEAST AREA OVERLAY PROJECT;
Bid No. 5799.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractor*, 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.
1 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 a.aceptabla to the OWNER.
IN WITNESS WHEREOF, this instrument is execute
one of which shall be deemed an original, this
20�.
(Corporate Seal)
IN PRESENCE OF:
d in three (3) counterparts, each
�, day of '` C"CYl ,
Prine, al
gnnell Respurces Inc.
By- '/ ���/d�L'1
_ kllfe 4:9�n7)--
(T tle)
4305 E. Harmony Road, Fort Collins, Co 80528
(Address)
Other Partners
IN PRES C OF: Surety
/f Trav lers Casualty nd Surety Company of America
/' By : �
tto ey-in-Fact
Witness Myc: Hartford, CT 06183
(Address)
(Surety Seal)
NOTE: Date of Sand must not be prior to date of Agreement. If CONTRACTOR is'
Partnership, all partners should execute cord.
51.
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") bath made, constituted and appointed, and do ,by these
presents make, constitute and appoint: Connie X Boston, Donald B. Martin, Chris S, Richmond, Darlene Krings, William C.
Bensler, Kelly T. Urwiller, Russell J. Micbels, Linda M. Nikolaeff, Debra S. Morris, Mary M, Powell, Diane F. Clementson,
of Greeley, Colorado, their true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred to sign, exectrte 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 Attorney(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full forte 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 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 time and seal with the Company's seal bonds, recoguizauces, contracts of indeumity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undatalong, 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 Presider, 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 Auomeys-m-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 cetificate 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 ficsivsile 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.
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seats to be hereto affixed this 9th day of April 2003.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
V Apo
.}
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
ey
George W. Thompson
Senior Vice President
On this 9th day of April, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn,
did depose and say: that he/she is Senior Vice President -of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and whichexecuted the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in fudd force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of
,20 .
7 i 0 tls2
oowi. ;rCOOL
By�u�
Kori M. Johanson
Assistant Secretary, Bond
Travelers'
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.
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
7/96 Section 00630 Page 1
SECTION 00100
INSTRUCTIONS TO BIDDERS
ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE
PRODUCER 9104
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P O Box 270370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins, CO 80527
INSURED
Connell Resources, Inc.
4305 E. Harmony Road
Fort Collins, CO 80528-9527
rnvoowr_oc
INSURERS AFFORDING COVERAGE
INSURERA: Zurich
INSURERB: Pinnacol Assurance
INSURER C:
INSURER D:
INSURER E:
NAIC #
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.
A13LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE IMMIDDfYYI
POLICY EXPIRATION
DATE MM/DD/YY
LIMITS
A
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE O OCCUR
PD Ded:250
CP03757824
06/01/03
06/01/04
EACH OCCURRENCE
$ 1 000 000
X
DAMAGE TO RENTED _PREMISES (Ea occurrencel
$3OO OOO
$10,000
MED EXP (Any one person)
X
PERSONAL & ADV INJURY
$ j DOD ODD
GENERAL AGGREGATE
$2 000 000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PEO7 LOC
PRODUCTS - COMP/Op AGG
$2 OOO ODD
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNEDAUTOS
Drive Other Car-,
CP03757824
06/01/03
O6f01/04
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
BODILY INJURY
(Per person)
$
X
BODILY INJURY
(Per accident)
$
X
X
PROPERTY DAMAGE
(Per accident)
$
A
B
GARAGE LIABILITY
tEXCESS/UMBRELLALIABILITY
CLAIMS MADEAGGREGATE
$ 10 000
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
Dee'a cnba under
SPECIAL PROVISIONS below
OTHER
AUC3757825
4029651
O6/01/03
06/01/03
06/01/ 44
06f01/04
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
EACH OCCURRENCE
$
$
$10000000
$1O 00O 000
a
X WC STATU- OTH•
E.L. EACH ACCIDENT
$500 000
E.L. DISEASE - EA EMPLOYE
$500,000
E.L. DISEASE • POLICY LIMIT
$500,000
DESCRIPTION OF OPERATIONS r LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: Northeast Area Overlay Project
Certificate holder, Owner, Engineer, Engineer's Consultants are named as
additional insured, but only as respects liability arising out of work
performed by the named insured (Excluding Workers' Compensation).
CERTIFICATE HOLDER
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522-0580
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
ACORD 25 (2001/08) 1 of 2 #S273011/M248960
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:
NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
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:
You are hereby notified that on the _
Fort Collins, Colorado, has
for the
NORTHEAST AREA OVERLAY PROJECT; Bid No
20
day of , 20_, the City of
accepted the Work completed by
City of Fort Collins project,
5799.
A check is attached hereto in the amount of $ as Final Payment for
all Work done, subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and
guarantees will continue for the specified time from the following date:
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
7/96 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM:
(CONTRACTOR)
PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
1. The CONTRACTOR acknowledges having received payment, except retainage from
the OWNER for all work, labor, skill and material furnished, delivered and
performed by the CONTRACTOR for the OWNER or for anyone in the
construction, design, improvement, alteration, addition or repair of the
above described project.
2. In consideration of such payment and other good and valuable consideration,
the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR
voluntarily waives all rights, claims and liens, including but not limited
to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop
notices, equitable liens and labor and material bond rights which the
CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the
construction, design, improvement, alteration, addition or repair of the
above described project, against the OWNER or its officers, agents,
employees or assigns, against any fund of or in the possession or control
of the OWNER, against the project or against all land and the buildings on
and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished,
delivered or performed to or for the construction, design, improvement,
alteration, addition or repair of the project were furnished, delivered or
performed by the CONTRACTOR or its agents, employees, and servants, or by
and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have been
paid in full and have released in full any and all existing or possible
future mechanic's liens or rights or claims against the project or any
funds in the OWNER'S possession or control concerning the project or
against the OWNER or its officers, agents, employees or assigns arising out
of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter
made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants,
agents or assigns against the project or against the OWNER or its officers,
employees, agents or assigns arising out of the project for all loss,
damage and costs, including reasonable attorneys fees, incurred as a result
of such claims.
7/96 Section 00650 Page 1
5. The parties acknowledge that the description of the project set forth above
constitutes and adequate description of the property and improvements to
which this Lien Waiver Release pertains. It is further acknowledged that _
this Lien Waiver Release is for the benefit of and may be relied upon by
the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Signed this 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:
7/96
day of
Notary Public
Section 00650 Page 2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
on bond of
(Surety)
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final
Payment to the CONTRACTOR shall not relieve the Surety Company of any of its
obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day
of
(Surety Company)
In
ATTACH: Power of Attorney and Certificate of Authority of Attorney (s)-in- Fact.
7/96 Section 00660 Page 1
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
Insert State certificate here.
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232.2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(M)
lei
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the exempt project described below, This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the
structure, highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption cerffficate will result in revocation of your exemption certificate and other penalties provided
by law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side.)
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED,
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
"`vg , .T.�_..�: �..WZ.•Y�ry,.h�fin 1
�IT ' n �
n
J
lSibSKi1, 1..`Td
.... {LiYd'.t ;q., x fk ,:.... s.iti,2. A'vxT,.Hi .M4k•(
Trade name/DBA•
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E•Mail address:
federal Employer's Identification Number:
Bid amount for your contract:
Pax number.
Business telephone number.
Colorado withholding tax account number.
gym.. .. ..,_ ....... ,.... h .. �.
Name of exempt organization (as shown on contract): Exempt organization's number.
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number.
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project Is located)
Scheduled Month Day Year
Estimated Month Day Year
oonatntcdon start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge,
Signature of owner, partner or corporate officer.
Title of corporate officer.
Date:
00 NOT WRITE BELOW THIS LINE
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9199)