Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
106039 GERRARD EXCAVATING INC - CONTRACT - BID - 5927 TRILBY ROAD AND ZIEGLER ROAD IMPROVEMENT PROJ
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Trilby Road and Ziegler Road Improvement Project BID NO. 5927 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS August 16, 2005 — 3:00 P.M. (OUR CLOCK) SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 2 1375 Shemuut Street lltlay}r, ('olv;)T % 60261 Salts and Use Taxes for the State of Colcwadb Rttiunral Tmmyerlatitm District tRTD} and certain Colorado counties are collected by the Slate of Colorado and are included in the Certification of l�•kmution 41J_nyplicable Sulks i Use Taxes fine udir State collected I&w§), on any it< As mhpr than construction 'eel are tomtoaeteraidls cod into hebuildird phOad are to included in eo" rpt'iale bid items. Use r f premises: 6.16. CONTRACTOR shall atnfinc construction equipment, the stooge of materials and equipment and the ooppccrr��liam of weaken to the site and land aced area.% iclsttiried in and permitted Iry the Contract Documents and other land and areas permitted by laws and Regulations riglns-of-way, permits and casements, and shall nol unreasonably encumber the prtromes with construction equipment or ahcr materials or cyuipment. COIv`I'RAMR shall assume fuhl respxstsibility for may damnge to any such land or area, or to the owner or occupnat thcreor or of any adjacent land or anus. rosultintg front ale pert'armanco of the Work. Should any c1nim be< made by an)- such owner or accupart because of dad performance of the Work. CONTRACTOR skull promptly settle with such other party by negotiation or otherwise resolve the claim by arbtration or other dispute resolution proceeding or at Inw. CONTRACTOR shall, to the fullest extent permitted by Lawsand Regulations, indemnify and !told harmless OWNER. ENGNL•L•R. L•NGM-ER's Cortsultant nml anyone direrody or indirectly employed by any, of then, from and against all clanns. casts. losses and damgges arising out of or resulting from any claim or actin,kwal or equitable, brought I y Any sucil owner cc occupant against OW'NEI(, L•I`GNEIiR or any other party indemnified horeunclnr to the extent caused by or based upon (.'ONTItAC TOTt's perl'onnaalce of flit 1York 6.17. Tntnng the progress of tl,t tV"IC. COhiT.R,1CTOR shah keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Wok CONTRACTOR shall remove all Waste materials, rubbish and debris from and abort the premises is well as all tools applimtce-s, construction cquipmem •cod machinery and surplus materials. COMB -ACTOR shall leave the site clean urd Rudy li.+r occupancy by OWid1ER at Substantial Completion of the Work. CONTRACTOR shall resuxe to origiml audition all properly net designated for alteration by the Contract Documents. 618. CON TRACTOR shall out load nor per,nit tiny part of ant- structure to be loaded in tow ammtor that Will endkmger the structure. nor shall CON;'RAC'TOR subject any part of the Work, or adjacent properly to stresses or prtsiures that will endainer it. I(ecord Doeantears. tld;tx: octet au, cvraxnoxs taus dew t:uain; t�:� ta'ry or row'r cums.t�s �lorr odes rnd>>:x tata'.tsusr� 6.19. CONTRACTOR shall maintain in A safe place at the site oric record copy of all Drawings, Specificaations Addenda. Written Amendments, Changc Orders. Work Change Directives, Field Orders and Written interpretations and clarifications (issued pursuant to paragraph 9.a) in good order ind nnnotated to show all changes made during constniction These record documents together with all approved Samples And a counterpart of sill approved Shop Thawings will be available to INIG1NEER for reference. Upon oompletion of dnc Work, and r>_rior to release. of final._ ton neitt, these record documents. Samples and Shop Drawings will be delivered to F,NGINFER for 01VNF.R. Safety and Protection: 620- CONTRACTOR shalt be responsible for initiating maintaining and suporvising all safely precautions and rroarants in cunneelron with the Work. CON"I'RACI'OR shall lake all necessary precautions for the safety of, and shall prov idc the necessary protection to prevent damage, injury or loss to: n 20.1. all persons on the Work sire or who may he affected by the %Vork; 6.2U 2. all the Wale anti materials and equipment to be inc led thorein, whether in storage on or off Ole sits; an 6.20.3, other property At the site or oc jncent thereto. including trem, shruh& hwns, walks pavements, road%voys, structures. utilities and lirxlerpptomul paeilnies not designated for removal, rclocanon or replacement in IN course of eatstructial. CONTRACTOR shall comply with all applicable paws and Regulations of any public baly haing jurisdiction for sfety of persons or property or to protect [ham kom damage, injury or less; and shall erect and maintain till necessary safeguards for such safety and proteoio,. C01-I RACTOR skill mmtilly owners of adjacent I.rorerty and of Undlcrr oun d Facilities and uldit}>' owner. when prosecution or the \1,'oA- may Affect Kra, and shall cooperate with them in the proieerion. removal, rtocet ion and replacement of their property All d invige, injury or loss to any property referral to in purigrnphs6.2(k2 or 6.20.3 caused, directly or indirectly. in whole or in part. by CO4'I'RACTOR, mn Subcontract", Supplier or an) - other person or organization directly or idirecthy canphuyed by any of Ihemt to perform or furnish any of the Work or anyomle for wixisc acts trey of them may be liable. shall be reanalied by C(Yv RACTOR (except damugc or Ides attributable io the faith of Drawings or Specifications or to the acts or omissicvrn of (.)1\:tiER or ENGINEER or ENGIN -EWs Consultant or anyone employed by any of then or arwone fix whoa awls any of them may bN liable, and not anribulable. direcaly or indirectly, in whole or in port. to the Gault or negligence of CONf RAC'TOR or any Snlicortracu,r, Supplier or other person or organization diretaly or indirectly employed by any of dwm). CON'I'RAC'fUR'sduuesandvcsprms&ilic� pie the setter, and protection of the Wak skill ccrrtinuc until Well time mall the Work m completed and I NIGINI-MR has sued n IS notice to 01*VNER and CONTRACTOR in accordliice with paragraph 14.13 that the \Nark is acceptable (t eeept as otherwise exprcssly provided in connection with Substantial Completion). (M. Safely Rq remnidtfve: CONTRACTOR shaft designate a qualified and experienced safety representative at the site whose duties and responsibilities stall be the prevention of accidents mid the malmaimng and supervising of safety prewLitions and programs. Hazard Caanaaoicalion Pr PRnit"s 6.22. CONTRA( -TOR shall be responsible for coordinating now ewlmrgre of material safety data sheets Or other harxd communication information required to be made available to or ewchtnged between or among employers at the site in aceorfticc with 1 fives or Regulations. Rnaergrnciec• 6.23. In emergencies affeeiiiig the miety or protection of persons or the Work or pra(xrty aL the site or adjacent thereto. CON'fRACfOR, without special instruction or nutlaxiration front OINVISR or ENTGINT:ER, is obligued to act to preveru thremetxd damage, injury or loss. CMITRACTOR shall give FNIGINIUR prtnnpL written notice if CONTRACTOR believes that non sienificmn charges in the Work or vareaticts aoni the C:omracl Documem% have been caused thereby. It' ENGWECR determines that a change in the Contract Documents is required hocause of the action taken by CONFTRACTOR in response to such nn emergency, a Work Change Directive or Change ()rdx will be. issued to document th, consequences of such action 6.24, SkopArawinksandSantples: 6.24.1. CONTRACTOR shill submit Shop Drawings to L•'NG1NI;ER for review and approval in occordancc with the nuxpted sclxdule of Slip Drnw•ings anti Simplestibildmils (see paragraph 2.9) All submittals will ix; identified as t:ISGTiVT:f1( natty re%luire and in tilt nmmber of copies specified in the General Raptirtments. The duo slowrt on the Shop DmwmiN will be complete with respect to quantities, dimasioris, specified performance and design criteria. materials and sunikir data to show EnTGi',IiGR the materials antl equirnurn CONTRACTOR proposes to provide anti to triable ENIJINEER to revicir the information for the limicd purposes required b} p oragraph 6.26. 624.2. CONTit.•UJOR Slmll also submit SmnPles tit IRNI GTINIHiR for review and approval in uarordince with said nwropted schedule of Shop Dntwugs wad Somple atbmituals. Each Saagak will N identified clearly in 10 malcrial. Supplier. pertinein Jain such -is t-italgg numhem and die. use. Gx which intenckd and ohenwise as EN(' WEER may rcquie to enable fi`GGvISIiR to review the suhnitml nix the limited txax: cest�R,ucowinores tviUs itvst� r:.Itwn tin ivn'rY OF FOR7(T+i.1.IhSiln[r)IFNI;t'nOV Ut1CV.ICaiYll purposes required by paragraph6.26. The numbers of each Sample ki be submittal will be as spccifietl in the Specificufiora. 6.25. 5n bniiaal Procedures: 6.23.1. Before submitting each Shop Drawing or Sample, CONTRACTOR slmll have determined anal verified: 6.?5.1,1, all field mensuremunts, gwmlitius dimensions, specified performewc criteria, inoallntion revicemerim materinls, catalog runmbers and similar information With respect thareto, 6.25.1.2. all nwteriuls with respect to untended use, rabrication, shryry++ring, handling. storage, assembly and iastallati pertaining to the pvrIbrm ceoftheWork, atd 025.1.3, all informnncm relative to MNTRACTOR's sole responsibilities in « sped of meats, methods, teclamlques, sequences and procedures of construction and safety precautions and programs hicidem thereto. CONTRACTOR shall also have reviewed and coordimatd each Shop Drawing or Svnple with other Shop Drawings and Samples and with the requiraments of the Work mid the Coniv ct Documents. 6.252, I.iaeh submittal will hcv a SUMP or specific written indication that mmrRACTOR has cttisfied CONTRACTOR's obligations Under the COMmM Documents with respect to <Y7D 1'RACfOR's review and approval of that submittal. 625.3. At the time or each submission, CONTPLACTOR shall hive ENGI' MIZ specific written notice of such varrutiwcs, it any. that the Shop (hawing or Sample submitted may have faun the rcgttirenicrits of the Contract Document; such notices to be in a written contmunimlion VIXttide Iran die aibmitml; and. in adalitim, slsitl lsiuwa x speeilic notation to be matte on Loch Sloop hawing and Sample suhaint%l to ENGiNEER fix review anti approval of each such variation. 6.26 liNGTI%TER will review and approve Shop Drawings and Smnples in necordamee with die scindulic of Shop Drawing,% anti Sample %tibniltak accepted by ON19MUR as required by paragraph'_,. rNz eth hER's review and approval will he onh to detemlirn if the items tovered by the submittals will. after installation or incorporation in the Work. conform to the information civcn in the Contract Dtstanents and he compatible with ilea Jiatgn concept of the corttplcted Prolcvt as it fimctionirig whole as indicated 1w the Contract Documents. EXONL'• MS review and iq'proval will not exiend to means, methods, techniques, sequences or procedures of construetien (exccl)l where a rlartieular menns, method, technique. Sequence or procedure of conatudion is specifically and expressly called for by the Conti act Documents) or to safety prat: utions cc programs incident thereto. The review and approval of a ssryrywmlc item as such will tux indicate approval of the assendity in which the item functions. CONTRACTOR shall nudce corrections required by h'NGINIER, and shall return the required number of corrected copies of Shop Drawings and submit as r"dred new Samples for review and approval. CONTRACTOR shall direct specific attention in wTnting to revisions other than the corrections called for Iry 04GWrEaR on previews sAilxniiials. 6,27. GNGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from ragxinsibility for any variation from the requirements of the Contract Documents unkss CONTRACTOR has in writing called E.NGINEER's attention to each such variation at the time of suhmission as required by paragraph 6.25.3 and ENGINEER has given written approval a each such variaion by a spceirtc written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval: nor will any approval by FNGINEEER relieve CYINfRYUNI R lion responsibility for complying with the requirements of paragraph 6 23.I . 6.23. Where a Slop Drawing or Sample is required Ica the Contract Documents or the schedule of Shop Drmvumg and Semple suhmissions accepted by FMCITNf E ns required by jvngraph 2.9, am• relayed Work performed prier to ENGINTHER's review and approval of the rrcrtnxnt suhninal will be at the sole expense and responsibility of CnxirmAC'rOR. Conrfnniog the n%mdr 6.29. CONTRACTOR shall cam, on the Work anal adhere to the progress schedule (luring all disputes or disagreements wish OWNER. No Work slml I b e delayMi or postponed pending resolution of any dispnnes or disagreements, except as Nimhied by paragraph 133 or a$ OWNER and CONTR.,V:rOR may othenwrse agree in writing;. 6.30. COMMIC'TOR's General 11•irnranrr and Guarantee: ti 30.1. caNT1b%CTOR warrants and guanmlees to OWNER, DIGTNT.-HR and ENGINE Ms Comutmans that till Work will be in accordance with die Contract Documents and will not be drf cove. CONmi,crOR's wrmnmy and guiuumee hereunder excludes defects or damage utused by: 63(1.1.1. alxesc, modification or impropxr maintenance or operation by persons o her thin CONTRACTOR. Subcontractors or Suppliers; or 630.1.2. nonnral wear and tear under ntrinal uswe . 6.30-2. CO\ MICTOR:s obligation to perform until complete the, Work. in accordance with the Contract Documents shmall tx absolute. Nome of the following will uxistimle no atceeplance of Work that is not in radar: crt:.vou, cor:urno�s 1 o nos a rw EdAiidnt x, a'nr or roar der.ta� suxrru �a noes txtsy.iainat aceoudance with the Contract Documents or a retur3e of CONTRACTOR'% obligation to perfarm the Work in accordance with the Contract Documents: 6.30.2.1. observations by MMINFER; 6.30.2recommdaulul lion of any progress or final payment by 04GINTER 6.302.3. the issuance of a ociti6cntc of Substantial Completion or may paymcm by OWNER to CONTRACTOR under the Contract Documents.. 630.2.4. use or occupancy of tha Work or may part thereof by Ot4N17R: 6.30.2.5. any acceptance by OWNER or any ruilurc to do so; 6.30.2.& any review and approval of a Shop Drawing or Sample stit+mittnl or the issuance of a notice of acielrability by RJOINRER pursuant to pamgaph 14. r% 0.301.7. any inspectimt test or approval by others; or 6.30.2.3. any correction of d)eCtive SBerk by OWNER. indcinmiftcarioin: 6.31. To the fullest extent permitted by Laws and Regulaticros, CON—rRACTOR %hail indemnify and liold lr rmlass OWNER. ENGTINUR, F.IdGINEM Consultants and the officers, directors, employees, :agents anal odier consultants of each and anv of thein from and against all dams, costs, losses and ihtmages (including. ten not limited to. all fees and charges of enganeers architects, attorneys and other professiemils and all court or urbitration or ether dispute resohnion duds) caused by. ants ng out of or resulting tram tic performance of the Work, provided that any such claim, cost lows or damage: (i) is auribinal* to bodily i njum, sickness, disease or clealh, or to upry it) or tkWucem of tangible property (other than die Work MO. in udina the loss of tse resulting therefrom. and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR any Subcontractor, any Supifilicr. any person or orgmizatiam directly or indirectly t inployed by any of them to perform cc furnish any of die Work or anyone for whose twits any of them may be. liable, regardlem of whether or not, carused in Ixut IA- any negligence or omissionsdui of a peror elity mekmnified hereunder or whether linbilny is initosed upon such indemnified patty by Laws and Regulations reyardIes; of Ibe negligence ofany such person or entity 6.32. In any and till claims against OWNER or L?dGTAT•.ET( or any of their respective consultants, aeon s. oflicem directors or mnplayees Ica any emph+yee (or the survivor or NMVIal rc(iresuitafiwc of stidm employee) or CUIFIRAC"FOR. any Subcontnicter. any Suppdicr. any rersan or or=nnintion directly or indirectly employed Ix• 17 any of them to perform or furnish any of the Work or anyone fur whose, acts any or than may be liable, the indemnification obligation under para98P11631 shall Iwo be limited in any way by any limitation an the amount ON type of damages, compensation or besiefts payable by or for CONTRACTOR or arty such Subcontractor, Supplier or other pemo or orglmilatlwn under worker? compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indcmnifwation obligations of CONTRACTOR under paragraph 6.31 shell not c:aered to the liability of ENGTNEER and ENGINEER% Consultants, officers, directors, employees or ants caused by the professional negligence, errors or omissions of any of than. Stan+ivot of Obligations: 6 34. All representations, ilulcenniticatidms, warranties and guarantees made in required by or given in accordance with the Contract Documents, as well as all fro tisming obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the 1Vork and termination or completion of the Agreement. ARTICLF.7--OTTIFR WORK Related Work ar Site 7.1. OWNE;lt may perform other work related to the Pnu oct at the site by Ott \Tlt's dxvre liras, or let other diner contracts decrefdr which shall ctewim General Conditions similar to thew. or have other work perk mcd by utility owners. If the fact that such other %vuk is to be performed was not noted in the Comma Documents, these: (t) written notice thereof will be given to CONTRACTOR prior to swding any, such other wok dud (ii)CON RACTOR may make a claim ttrereW as provided in Articles I 1 mid 12 if CONTItiC;TOR believes then sueh performance will involve additional espcnsc w CON'rRA(`TOR or requires addiional time and the pnhtiea are unable to agree as to the amount or extent thereof. 72 COldl'IRACTOR shall alford emda other orals la• when is a party to such a direct contract and each utility owner (md OWNER if OW'\rER is Imrfurming the additional woo with 0WNLR's employee+) proper and safe access to the site and a rd:asonrble opprtunay for the introduction and stonige bf materinls and equipment and Ole executiot of such other work and shall properly comicut and coxdinate the Wxk with their Unless otherwise provided in the Contract Ducmnents. CONTRACTOR shall On all cutting, felting and patching of the Weak that may be required to make its several parts come together propleo�rly, send imegmte with such when work. (Y)\ TRACTOR shall nut crdanger any work of others by culling. excavating or otherwise olx:ring their work tend will only cut or alter their work with the written consent of IWGl\TEER anal the others whose work will be alloci d. '1'hc eltuiets aaxl respotttihilities of C ON'TRACTOR wetter, this paragraph urc for die benefit of such utility owm n and other contractors to the extent tune there ere comparable {X E)CLX-*. \IiKM.C4\IA77C)iib l')Ip$ILIJb kabUtri w: ll'IY OP FORT d-OLLI\X hlda)IFIf..:\Tali\5 altttV-L _aaan provisions for the benefit of CONTRACTOR in mid direct ctntmcm between OWNER acid such utility owners am other contractors. 7.3. If the proper execution or resuhx of any part of CCN+iTRACI'OR's Wort: depends upon work performed by others under this Artiek 7, CONTRACTOR shall inspect such other work oml proteptiv report to rh�GINFMR in writing any delays, defects or deficiencies in such other work that render it umvtsilabk or ttreatiNble for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's flildde so w report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR'; IVdrk except For late et or nampporent defects and deficiencies in such other work. Coorriaarion: 7.4. If WVNfiR contracts with others for the performance of other work on the Project at the site, the following will beset forth in Supplementary Conditions: 7.4.1 one persmi, firm or corporation who will have authority and responsibility for coordination of the activities sunong the various prime contractors will be identified: 7.4.2. the specific matters to he covered by such authority and raponsibiiity will be itemized: and 7.,L 3. the enem of such authority and respainsibilitics will be provided. lhnress otherwise provided In the Supplementary Conditions, OWNER shall have sele authority and responsibility in respect of Such coordination. ARTICLE 8--Ott't\'ER'S RMSI'O\Sl BILff IES 8.1. L•xcapt as otherwise provxkd Be these General (conditions Ot\^TR slmll issue all communicatirns to CCNv MN.' 'OR Through ENGFNEER. 9.2. In case of termination of dit emnplotment of fsNGlNEF.•R. OWNER shall appoint an engineer against wlwm-CONTR4t=TOR-maker no- rexswueble-obj ect im; whose blattas under site Contract Documnatis reran be that orthe loaner F.NGINELIt. 8.3. OWNER Shall furnish the data rcyuirctl of OW\`LR under the t'Oetn %:t Dowmenls promptly and shall make payments to CONTRACTOR prumplly when they are due at; provided in paragraphs 14.4 and 14.13. 9.4. OWNER's duties in respect of providing lands and ca-&netts and providutg engineering suveds to csuablish reference points are set forth in paragraphs 4.1 and 4 4. Paragraph 4.2 refers it, O4V4'L•R's identifying said making availahle to MNITRACrOR eopics or reports of explontitxts and tests of subsurface comdiitaw at the site and elm ants of physical cdxditions in existing stntctuncs at or contiguous to the site that have been utilized bYPNGI.NEIR in preparingthe Contract Do umcnla 5-5--1a143Ja rrsperc ibihties in-[atifxwt ofwrrhasing trail mainleixing-IiabiJitr�ny-insu[xm� ns��set forth in pamgraplw-5 3 through 3:10: S.G. OtVNN'ER is obligated to execute Change Orders as indicated in paragraph IbA 83. OWN M- % responsibility in res ci of cenain inspections, tests and approvals is set forth in paragraph 13.4. A.J. In connection with OW'NFR's n6i to stop Work or suspend Work, see paragraphs 1.+.10 and 151. ntragraph lit deals with O%VNEK's right to terminate serviees of CONTRACTOR under cenain eireumstanc.m A.9. 'rhe O\VNER shall not supervise, direct or have control or authority over, nor be responsible for, tT)N'I'RACTOR:s means, methods, techniques, sequences or procedures of construction or the safety precautions and programs ineidmit thereto, er for any lailure of CONTRACTOR to comply with laws and Regulations applicable to the furnishing orpe rfonnanca of the Work. OWNER will not be responsible for CONTRAC.TUR's failure to perlixnr or famish dw Work in actxxdance with the Contract Documents. A,10.-OWNSIYs responsibility in respect of Undisclosed Asbastosr--Nl-Fes.—Retruleum—fdA;arcbus-�4a sGr--ex Raclionetive-,'\9aterials-uncov are(1-o>rryexled-et-tlx-vtris sat-rordt-in-pamgrnpft-4-S A-1-1--FF-xm(t-to-tlx-extent-AW 4FR-heir-neree'El-to-fur+hish F.yiV�f�ACI(-)li--rensttnabler-ew iekrxvv�--tlxd—1 inaretirt) arrangemems dtnre.-been made -to latish OWNEWs nlrli�llitxrs-utt(far-tflr-6cvtlrxcl-Uuo:umrtls- O1V;tiER's responsibility in-respect-tltaraot'will-begs set -forth in the supplementary C'omlitions.- Awrrct.E 9-EXCINEER'S si'xr s DURING CONSMUCTION OgN'h.:R's Represvptaffiv: 9A. E GNMER will Ile 0WINIE.R's representative during the construction period. flu: dulics unl responsibilities and the limitations of autlxtriiv of rNI GINEER as O\tr'NER's rcprescnlative (luring construction are set forth in the Ceuilract Documents and shall riot h extevndvd without written evmwnt of OXVXE-.R and IdNOWUR. resits to Sire: 9.3. ENGESLEIe krill make visits to the site at intervals appropriate to the vari(nw stafee of e(nstnhetlon as ENGINEER deems ma:cssary in order to obxrve ❑s an experienced and qualified design professional the pradrecs thol has been made and the quality of the various aspects of CONTRACfOR's executed Work- Based on information oNained during such visits atxl observations. L•NGM R will endeavor for the WFIC {t or OWNTTER to determine, in bnateral. if the Work is procetxling in accordance with the Contract Documents. LNIGINlil•:R will not IK required to make exlaustiva or continuous on, site inspections to check the quality or quantity of the Work. LNGINCER's efforts will be dirtied toward providing fix OWNER a greater degree of confidence that the completed Work will conro m Vnetally to the Contract Documents. On the basis of such visits and on - site nhwrvations, ENGINEER will keep OWNF,R informed of the progress of the llrork and Hill crhdeavor to guard OWNER against defective Wank. 1 NIGINESR's visits and on -site ohscrvatiom are subject to all the lin ilations on IiNGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation during or as a result of FNGINLI-;Ws on -site visits or observations of COMURACI'OR's Work eiGIi3GER will not supervix, cued, control or have authority over or be responsible for ('(WfRACTOR's means, methods, techniquc& mquences or procedures of eorstrrctiorr, or die safety precautions and programs incident thereto, tx for any failure of CONTRACTOR to comply with Laws and Recggulations applicable to the furmshinng or performance: of the Work. Project Representative. 9.3. If UNNNFR and),. n$fe\, }iNGie�1 l3R will fumish a Residem Project Represemmivc to assist 1TGMEER in providing more continuous nhservatiun or the Wok. 'The responsibilities and authority and limitations thereon of any such Resident project Representative and assistants will ba as provided in p>aragraph%93_ and 9.13 cold-In—tbLe ,%uW. ententnry Condition ot` dtaic General Conditions. If OW TI -k designates another reiIxesant:live or agent to represent OW\SR at the site alto is not ENTMA IiERs Cosulmni, agent a, employee. the responsiNlities and authority and limitations thereon of such other person wig lx as provided in the Supplanentan Eondiltam p nily.aldt 9.3 a Reside assixtnnic, Una 9.3.1..._-1.1 Repre..s dcalirns_in- mntkrs p naimnt to the on -site: work will, int.'enenll lx-tcith the UNGIINUR and CONTRACTOR. But t Rsprgsntalive Nvill _keep the OWNT-13 prulxrly_ aJ�'ixtl_nbout such_mn[tlrs.., Thv._Rcpresentptivc� dealings with snbamtnlctors will only be lftromoo or with the full .kggecledSe tool -_approval o the coNrlacT_�K, 9.3>. Denies and RgsrnImiNlitics. Rvprescnpntivt arilh 9_.1.' 1, Schedules_; Review the nrygress GCOC CANF:RAIXt-N I r10?,S t91V. tM-) V(Snen) 19 ee; Cl"11 i/p FQltl' iY_x.l.l\S �I(N)IFl(':\ 1"10\5lN1iY t�?Ixnh schcdaL aril other schedules are lred by Ilse COTvT�rTQ$_.....ArxL c$3t11—IYJI.....the E�tG1NEFR concerning acecotability. 9321Conferences and Mocks a - Attend meetine with the CONTRACTOR such ns x{_aottstrudion.. ec+n[crm�x,...progress . n>.eetlnyn and odw iob cettferollces and orenore and c�.'ryyrlatr woiq;_�C nimule; �(nkYG�. 9.3 ',3.Lisison 93 3I sense as l' GIN1•:L'R'S liaism with CONTRACTOR w xkine nrimitadk dtromb C,ON TRAC'I'OR'S .2Minterrf471tt to assist the CONTRACTOR in understtmdine the Contract Doctuncnlx 9 3? 3 2 Assist in obtainins Gam O\i1NF.R addtt oral daailz or inl olio lrhro rewind for ur(wer execution of tltc Work Q i ^ i.3. Advise the F.NOINRER and CONTRACTOR of the commenocntent of am 6\cork nYtuirme a Slx)p Drawinn or pdY�(lbmission if do submission as not I1eet18 Nb&R-- — 9,3,2.�.itegicu: of 1\'oink, itejecton_of CAfe�Kiy� Wrvk, ]nsp _ctiwis 9.12A 1. Conduct on -site olxcn alions of tit • \t'ork in amerm to hssist the ENOINFFR in.(icicm�inirlg,•Iltll the Wflrk,is.Jx(��dr� in .2gv i txg wi ILA C cl T)actiment 9.3 {.3, , AcSxattpgnv ,_- ling _. inslxx:l(±ry reurescntiltg public or filter as cncics hm-Lng jnristlictim ua;er jhp Project, retxwal ttx: raxttll; of tlttae ins]1h_SLQ11a Itmi re�on ENGTNEtR 9.3.25.-lntcrp datutn _p(_ _ Axgr:ct Dtrctuncntx_,_._.Repgrt_,�o,._G\C l`rgE..R, When clinficaiitms and inlemrettnioas of the C(xxra(_i Aaeunt<nts , Are 11C!A -..find innwnil__ to _,N7IIAC"TOR cMril lion _iphnp{etauon of tlic Conlrsrya:umcnu L,. iswad lry ENGINEER. 9.32.6. !"I"licatious. Consider xnd evalumc CONTR.\MOI2:S weeeslions for till I•:rCtX;(-',W,'L•RAl.C•OrUl noNS 191x-t(11990 L'Ailiral wv(I Y CM; FORT COLLIES MO[MFIC:1710\ Iltli4'•1.211Mr) modification in Dmwines or Sjxeifications and iae recgomclaW -It rtacumtel y Iralamit to CONTRACTOR decisions isstied by the EMINEER. 9.3.''.1. Rccordx 9.3.2.7-3. Rccoro naMM addressex and tek rThonc rwmtxrs of all ( Oy7RACTORS, arbcantmcttva mid major atpgrlters of cqu+ptneM_ap(1 matcnals 9,3.2.,3,. Rs:Iwrls ).3.'-Al Ftimish. ENPINU[i_ILCYindjc rgons, ns.reyuirod, of,thl:,.pro -a of.Ux Wkvk and,... of. dw „ CQtiTRACTOR'S PtApp.Aii �)S•i6l the ixugteis. WIWA IC and p ii l l-t - �f...1."_ Dpuine aral sample Submittals, 9,3.2.3.2. rorLith �tipL-CPiGINFER_io xhdufir�!t?aM..... ., uglogl of tlw Work. 9.3 ^_.5.3. Dmft nil C farm=0LIcis xnd \fork Dinar lire - C'tpl. _. 090ning backu material liym_ lice C()N tj_Xj'FOR tmd mcmniaLml to ENUINEM Change nLgA(.� Work Directive Clstmres and lick) (Mekrs. 12ejxMt_- immethirh• to E:(1C;IN[lk_ alxl O\�1'�tf72 tlx (xcurranp of my pcvi4cm 9. f'a!-merN Rc:ma�slc Rrvirw :yg!Ija'alicxu fiu Inyn]atin ecilh t'c);�'I'R at'"f(N2 ftM �ompiialxl: nilh the esIaMislxA _Isuccdure for their sulvnicsionand fanrMd with_ recommendetxm to ENGINEER. rrotirCMrticularly the relationship of thc_ppn'lpy9tl r�^gustg5� ly Ihy;_xh hrly of,x;rlu- we iv - ►eted a materials Had moot thered al Ax sits Ixtt runntroin the \Nock. �-------- 2.3,2_IU. ,Campletirxt._ �.3_?,lQ;l._. I3eCor,._rl_1r1NLflR,_issucs. a Ctpiticate o[ Substarrihl Cuntplelion, sul431it ion CON?RAC]'OR a list of observed items r�t(<tirim correction or compictioA 9.3.2.10.2. Conduct final impeclion in the compnns:of the ENGINEER. OWNR and CIWIR4CTOR and prepare a Final list of itemsloo ecaregedcarcontglekd. 112111, a, Observe that all items on ft-, tonal list lti7ve irecn yr Leagdorcomaleted and make recommendations to ENGINEER etmcellama aeae .arras. 93.3. Limunntion of Authority: The Renresemative shall not: 93,3.1.. Authoriic._ any_5kvvistjons from .thin. Con1 -1 Documents or accept env subslilule neatginls_or equipantrlt, unless autroriz�xl_l+y the TT(:i1F;liR. 9_1.3> 2. laceced limitations of I MTG ''FJiR'S ninhority ns sat forih in the Contract DoLumems 9.3.3.3. _ Undertake amv of thw_recpnnsihilitics pl_ tlx_Cni�Tl tr\C'[QR. SulittmtrrtcMrs ix CnlNrf"(Zl qk* superintsliokpL 9.3.3.d JNdyjw on or iFStlg.dirSg.jorts relatiy.. io,__or_um,ume, control, corer nny_aspec[_ err the mean % ._methods, . _ kchtu(kr!es,,sequcnc�s _ or procedures. I_i?T eQnslntcKipp.... utile�.,yuth... !? specifically called_for in the ConlrxclDocLurews. 9.3.35- Advise on or issue directions regarding__pr_..nscrnus ._control „over safety pre atitian%a)ntl progrtma.in cennyctirongwith the Work. Accept ShupOrawinau_ or sample submittals lion ag%in a otlher Akan du C'0N7RACf0R. 9.33.7. AukhrwiLc OW-NMR, w tvcurwdx. Work in whale a in part. 1?nnicigate, in_apeciulize field a latxrriki it -As or instecii'C'n cantlitsted tn�oihens exeept_As: _. s7wtieally uuthornr.l by the Clarifications and interpreratima: 944. ENGINI:['R will issue with reasonable promptnv such written clnriti"htiavn or interpretation or the requirements of the Contract Documents (in Ape Iona of Drawings or othenviwe) its ENGINEER may ddennim, necessary, which that) be consistent with the orient of and nrosombly inferable from the Commet Documents. Such written clirifiralions and interpretations will be binding on 0%%WER and CONTRACTOR. If OWN}iR or CONTRACTOR believes flirt a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Tiaws and the parties are amble to agree to the amount or extent thercvE if any. OR^v'ER or CONTRACTOR may make a written claim therefor as provided in Article II or Article 12. Antharized Mania6onsirr Rork: 9.5. h'NGINRRR may authorize miner variations in Are Work kura the realuircmcarts of die Cortnict Documents which do not involve an adSjusrmctN in the Contract Price or the Contract Times and are compatible with tlx: design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished lsy a Field (order and will be binding on OWNIJt and alsth an CUN'rRAC'rOR who shall perlbrm the Work involved promptly. If C1 WER or CONTRACTOR believes that a Field Order justifies an adjustment in the Coumet Price or die Contract Times and the panics are Unable to agrx is to the amount or extern thereof, Otl^F,R or COXIMACTOR may make a written drum therc[or as provided in Article I f or 12. Rejecting I)efecfh a IVark: 9.6. - ENWINEER will have authority to disapprove or reject Wok which MWITNTER lielicvis to he ckjiv ive, or that ENGINEER believes will ten produce a completed Project that conforms 10 Ile: Contract Documents or that will prejudice the integrity of the design concept or the completed Project ws n functioning whole as indicated by the Contract Documents. ENGINEER will also hove authority to require special inslxction or testing of the Work as provided in prlmgraph 13.0, whether err root the Work is fibncnted, installed or eoanpleted. Shop Drawings, Change Ordrs and Pgvnreray. 9.7. In connection with ENGi`7iiR's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.23 inclusive. 9.9. In connection with EN'UNTiliR:s authority as to Change Orders, see Articles I D. H. and U. 9.9. In connection with ENGINE•ER's authmily as to Applications for Paymenl. we Atticle. 14. Drterminatimrs for t hrit Prices 9.10. ENGINEFR will det(tnairne the actual quantities ant) cltssifa:rtions of Unit Price Work rxtr(arrmed Ix• CONTRACTOR. IiNGTNEER will review with ( TRACTOR the f•.\GlNFER'c preliminary tktermuultiom on such matters lxfure rendering a written decision thereon (by recanmendmirm of art Application erne_ ct�tn:u, r; vnurnoxs rr nos p>so taavtr) 21 uatatvcar•ttotrrCrRAANN altnttvat•:vrtovstKLVAmao> for payment or otiviwisc). E7+GINEER's written decision tlatrem will be final and binding upon OM NT-R and CONTRACTOR, unless, within ten Jays alter the elate of any such deciaion either OWNM or CONTRACTOR delivers to the other and to ENGLNEER written notice of intention to appeal trap FNGINRER's decision and: (i) an appeal (rain M40Mi r>Ws decision is taken within the time limits and in accordance, with the procedures set firth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and C(XNT'RACTOR pursuant to Article 16, or 60 if no such Dispute Resolution A;ireemcm has been entered into, a formal proceLding is instituted by the appenlin party in a forum of amnpeteru urisdiction w cdenase such rights or remedies as the appealing party may have with respect to liNGIND Ms decision, unless otherwise agreed in tenting by OWNER and CONTRACTOl(. Surds appeal will not be subject w the ptoeedurcx of paragraph 9.11. Dedsfotiv on btapater 9.11 KNIGINLIhit will be the initial interpreter of the requirements of the Contract Documents mid judge of the acceptability or the Work thereunder Claims, disp has aml Other matters relating to the acceptability of the xVork or the interWemtian of die requirements of the Contend Documents pttrtining to ilia performance and furnishing of the Work and claims under Articles 1 I and 12 in rasp oct of dhauges in the Contract Price or Contract Times will be referred initialq, to FNUJ NMI R it 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 cicronma to L'NGI\TER and the other party to the Agreement promptly (pert in no event later Omit thirty dbys) after die start of the occurrence or evert giving rise thereto, and written supporting data will be submitted to IiNCIINIi}iR and Uc other party within sis:ty Jays after the start of such occurrence or event unless Lei OTNTFER allows an additional period of time for the submission of additional or more accatatc onto in support of such claim. dispute or other matter. The OJVKSing Pam shall submit ary response to ENGINEER and the claimant within thirty days after receipt of the claimant's last subminal (mhless tiNGfl\TER allots additional tinro). ENGINEER will rt'txkr a tonnal dtcisiou it writing within thirty diva tiller receipt of the opposing parh's ullnnittal, if' tiny. in accordance with this pamgmph. ENGINEER's written Jecisirm on such claim, dispute or Other matter will h: firm] and binding upon OWNER and C0NTRAt-"f0R unkss. (i) an appeal lion ENTOL1EER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A. "Dispute Restitution Agreement", enured into between OWNER mW CONTRACTOR pursuant to ,article 16, w (ii) if no such Dispute Resolution Agreement has been entered into. a written notice of intention to appeal from ENGIN-UlMs written decision is delivered by OWATfR or cONI'RACTOR to the other and to LNGiNEER within thirty days altar Um date Of such decision and a Idxnwl proet+eding is instituted by, the appealing piny in a fortan of competent jurisdiction to exercise such rights or nmalies as the ryynealioe parry may have with resprcn to such claim, dispute or Other maUer in acccribmt; with applivable latws and Regulations within misty days of the date of such n_n.tx. GttNrx,u, Cvxtit'nots 19111$ u99e L'cfltda1 - W "01Y OF FORTd•tit.i.tnsuontrtd:.tno�3lxiv�n•aa» decision, wiles otherwise: agreed in writing by OWNER and CONTRACTOR. 9.12. When fiuctiorting as interpreter and judge under pamgraphs9.10 and 9.11. ENGINEER will nut Alm rislity to OWNER or CONTRACTOR and Will not be liable in connection with any interprctatiar 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 tin>, such claim., dispute or other matter (exeep any which have been waived by the making or acceptance of final payment as pmvited in pamgmph 14.15) will he a condition precedent to tiny exercue by OWNER or CONTRACTOR of such rights Or remedies its either may otherwise have under the Contract I3ocumenta or by Laws or Repblions in respect of any such chin, dispute or Whcr moiler-pursuant-4aAMde46. 9.13. Lanimtions on EVGI VF ER'r : tudiorily and Respotnildfi fes 9.13.1. Neither F\GINEhR's' authority or resporsibilky, under this Article 9 or under may Whir Provision of the Contract Documents nor any decision made by ENGiNELit in gourd faith either to excreim: or not cccrcisc such authority of respxtsibility or Use undenakinf; a eercise or performance of any authority or resporisbility by ENG1VT•,FR sldill create, impose or eive rise to any duty owed by ENGL>r'EER to coIrfI:ACTOR, tiny Suhuintractr, any Supplier, any other person or orgnnization or to am, surely for or emplcx cc or agent of any of them. 9A3.2. 1i1%1l'rlNliliR will not supervise, direct, control or have authority over or Ix- resp rmihle fir CONTRACTOR's means. methods, techniques, sequences or procedures of ot-Avoruction, or the see f-ty precmniors and programs incident thereto. or for any failure of C.'ONTRACf OR w COMA, with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINrxR will not be reslxsisibhc for (ONTRACTOR's failure to perform or lUnlish the Work in ucci dance wit) the Contract Docomenus. 9.13.3 TNGINL'fi t will not be resporr:ihlc t'or Use acts or anissiotts. of CONTRACTOR or of any Subcontractor. any Supiplier. or of any tither person or crrarinlyrawn performing or furnishing any of the W;rk. 9.13.4. EN(11NUR'sreview• of the final Application for Payment and accompanying documentation and all maiment nce and operating irnaruetkms. wlictfules, gmmintees, fond~ and cerlilicates W ittspcelidm, tests and approvals and other duevmerantien required to be delivered by paragraph 1412 will only I.ry Io dekrnline gu):radly that their tnraent complies with the requirements of. aml in Uc case of ctirtiftr;ites of respectoons• tests and approvals that the results cenilied indicate atnpliance with. the Comma I )ndsrmcros 9.13.5. 'the limitnticns rpm nuthrrin• and resfonsil>ility set forth in llrisparagralib 9J3 $lull] also apple to ENGINT:MUs Consultants, Resided Project Representative and assistants. ARTICLE 10—CNANGFS IN'f1IE WORK 40.1. Without invalidating fire Agreement and without rxrlice to any surety, OWNZR may, at any time or from time to time. order additions, deletions or revisions in the Work. Such additions, deletions or nivnsnnns will he authorized by a Written Amendment. a Chang: Order• or a Work Change Directive- Upon receipt of any such document, COiV fRAC TOR shall promriy proceed with die Work involved which will be 7 Cured under the applicable conditions ofthc: Contract Documents (except as otherwise gxciftcully provided). 10.1 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 14 I6_3. CONTRACTOR shall not lu entitictl io an inhcrcaw in die Ctutlract Price or an extension of the Contract Tilues with respect to any Work performed that is not reqquired by die Contract Documents as amgnlecl mo led and supplemented as provided in paragraphs 3.5 and 3.6, cwcpt in the cast: of an emergency us provided in for-ap grit 6.23 or in the case of uncovering Work a% provided in ltaagaph 13.9. 113.4. OWNKR and C.ONfRACT'OR shall execute appropriate Change Orders recmnmcnckd by ENGINEER (a Written Amendments) covering: 10.4.1. Changes in the Work which tiro (i).wdered by OMNT R pursuant to paragraph 10.1, (ii) required because of acceptance of cdyMire Work under loragrafin 13.13 or correcting dfecliva Work miler 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 partits and t0.4.1 changes in the Contract Price or Contract Times which cruboxly the sxabti'tnrtn of am' written decision rendered by Ei1GINEX purstam to parlipaph 9.1 I provider] tell, in lieu of exceuling any' such Change Order. an appeal may be taken lion any such decision in acurckmce with the prw•isiors of the Contract 1.3ocumenls and applicable Laws said Regulations. but during any such al. CONTRACTOR shall Carry on the Work and adhere to the pro=rests schedule as provided in gsantgraph 6._9. 10.5. if notice of any change affecting the general scope of the 4Vork or the provisimns of the ('mane Doeuntcans (including• but not limited to, Contract Price or Contract Times) is required by the provisions of any Mind to be given to a surety. the giving of any such notice will be C'ONTRACT09's resportsilnlhty, and the amount of each applicable Band will i - adjusted accordingly. ARTICLF.II--O.HANGEOFCO,NTRACT' PRICE 11.1. The Contract Price constitutes the total comp tasaation (subject to audmrimil adjustments) payable to CO_ITR CTOR for performing the Work_ M duties. respirsibililics; and obligations assigned to or undertaken by CONTRACTOR shall he at CONTRAQI'OR't expense without chance in the Contract Price. I1?. The Contract Mee may only be changer] by a Change Order or by n Written Amcmlmet. Any chain for an adjustment in die Crntmct Price shall he based on written notice delivered by the fztny making the claim to the other pain• and to ENGINEER promptly (bon in to event InitT thin thirty dttys) after the stari of the occurrence or event giving rise to the claim and mining the general nntnre of the Clain. Notice of the amo ult of Ole claim with supporting data shall be oklivered within siuy clays after the stun of such occurrence or event (unless FINGINTr:R allows additional time fie claimant to submit additional or more aaamnte data in sxppeat of the claim) and shall he accompanied by claimmrat's written smement that the adjttanmcnt claimed levers all known am(xats to which the claimant is entitled as a result of said occurrence or avant. Alt darns for adjustment in the ContraCt Prig shall be dolermine(1 Lw DIGINEER in accordance with paragruph 9.l l if OWNTiR and CO.NTR\CRW cannot odtenvisc agree im the amount involved- No claim Cur an adjustment in the C'cmract Price will be valid if nut Submitted in uccorJance with this ft(m•_r:rph 11:1 113 The value of any Work covered by a Change Order or of any claim for an udjusbucnt in the Contract hire will be tetrruuned as follows: t 1.3.1. where the Work involved is covered by unit pri(xs contained in the Contract Dilcumews, tw application of such unit prigs to the quantities of the items involved (subject to die provisions of Y7C1X' GBtibrl:ll. CO\UI ITUM1`S 19hry$ t r7Al Beirirq '_3 �; (TIV OF FORT (YTLLRI \tOlthl(':1'170NS tRl±\' 8 ^ntmr paragraphs 11.9.1 through 11.93. utelusive); 11.3.2, where the Work involved is not covered I..) - unit prices contained in the Contract Doo mtrnts. by it mutually agreed payment basis, including heap sum (which may includa an RltowRnce for overhead and profit not necessarily in accordance with potagmph 11.4.2): 113.3. what: the Work involved is not covered by unit prices contained in the Coninict Documents and agretmtem to a lump sum is riot reached tinder (drng4A 11.:+.2, on the basis of din Cast oil' the Work deurmmW as provided in pamuraphs I t.A and 11.5) plus a CUNIMACTOWs, fee for Overhead and profit (determined as provided in paragaph 11.6). Con ojrhe Rork 1 IA. The tenn Cost of the Work means the sum of all costs nacessmily incum -d and paid by CO; (TRACTOR in the prigxr performance of the Work. Pecepn as otherwise may be agreed to in writing by OtWi 13K such costs shall he in nmounm no higher titan those prevailing io the locality of the Project, shall include only the tollowing items and shall not include any of the costs itemirrd in paragraph 113: 11.A.i.Pa roll costs for employees in the direct einploy ofCONTRAC VR in due perfomianue of the \V.ork under schedules of job claWfaantiors agreed upon by (N\'NUR and CONTRACTOR. Such cinldoyces shall include without linritmion superintendenm firemen arnl other persentet employed full-time at to site. Payroll costs for cmployc�ts not employed f ffl4i ne on the Work doll be aptxrtioncd on the basis of their time spent at the Work. Payroll costs shall include; but -not be limited to, snhirics and wages plus the cost of kinge benefits %iiich shill include social sheer 0,' contributions, unemployment. excise and payroll lades, workers' cumlxnwttionn. heitlih mad-rethentent benefits:bonuses. siclr leave, vacvtiarsrirl itolidey papp appplicable tltoreto. The cy)enscs of perfonnh)g Work after regulnr working hours, an Smurtlov. Stmtckav or legal holidays, skill lie irtcltakd in the abve to the extent audt rived by O\4'NER. t I.A.2. Cast of all materials and eluipment lrnished and inouiporatel in the Work, including cogs of ininspmunxm and arrange thereof, and Supplier$ held scivkm routtired in onnection tlerewilll. All Cush discourms shall accrue to CON'TI AC.7OR untew OWNER deposits funds with CONMACTOR with which m make payments, in which case the cuush discounts shall -imme to OUNER. All trade discounts, rebates and refunds :end returns from mile of surplus materials and epmipnuem shall ncvm- to Ot\'rNEP, anJ C:ONTRACfOR shall make provisions so that they- may ho obtained. 11.43 Paymcors made by CONTRACTOR to the Sulxomr:rctors fur Work performed or furnished by >'ulxoxnrntct(". • if required by (yt N.M. Ulna UENUKALCONUTI ).Ns 1710, OW L"dtinu 24 +xitTIY OF IiIR)'1i11.LIKti AIra)IFIIf.\I'IOkx lllliy-Q Mn CONTRACTOR shall Main competitive bids fvon Subcontractors acceptable to OWNGR and CONTRACTOR and shall deliver such bids to OWNER who will therm deknnine, with the advice of 24GINEM which Mohr if any, will be accepted. If any subcontract provides that lite Subcon+trrelor is to be paid on Lix basis of Cost of the Work plus a fee, the Subcontractors Cost of the Work and fee shall be determined in the same mariner as CONrTRACTOR's (Asa of the Work and fec as provided in peragmplsll.a, IIS, I1.6 and 11.7. All svbeomracts shall be subject to the other Provisions of the Contract Documents inmoli r m applicable. 11A A. Costs of speckil consultants (including but not limited to ctugineers, architceK testing lobontories. surveyors, attorneys and ticcoumtmtsj employed for services gxcifically related to the Work. 11.4.5. Supplemental costs in lutling the following: 11.4.5.1. 'rite proportion of na��ary•. transpnnntion, travel nod subsistence tLvenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including tronspotnation and maimemnce, of all materials. suptilies, epuipmcm, machinery, appliances, office mid temporary facilities at the site and (rand tools not owned tw the workers which arc consumed in the perfixmance of the Work, and cast less market value of soh items used but not consumed which remnin the progeny or(-PN. 7TRACTOR. 11.4.5.3. RcALA% of all comcruction equipment and mnehinery and the parts thereof whether rented from COTtTRACd'OR or others in aocordar" with remal ogrocmeats approved ix 01WER with the add ice of ENGINEER -and the cogs of transportation. kmdirst. undcauding. irslallatiat dismantling aril removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, nu miKnery or parts shall tease when the use thereof is no longer necessary tot ilk- Work, I CA.5.4. Sulki, consumer, use or similar 111xett related to the Work, and for which CONITRACTOR is lialtle. imposed by Lmrs ant Regulmuas. 11.4.55. Deposits last for causes other than negligence of CONTRACTOR, any Subcomratter or anyone directly or indirectly emptoytd by any of them or for whose acts am' of them anv b liable. and roy shy payments aril lira for Ixrmmts and licenses. 11.4.5.6. Losses and chumagcs (:rod relined cxr rnscs) caused by dimagc to the. Work, nun c mpensiiial by imsuranox err otherwise, sustained by C(')N•r1L\r•rOR in connection with the w.16 SECTION 00020 INVITATION TO BID Date: July 18, 2005 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 August 16, 2005, for the Trilby Road and Ziegler Road Improvement Project; BID NO. 5927. if delivered, they are to be delivered to 215 North Mason Street, 21" Floor, Fort Collins, Colorado, 80524. if mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Construction of this project includes widening Ziegler Road, south of Shallow Pond Drive to Trilby Road to a 2 lane collector width with: curb and gutter, bike lanes, sidewalk, and asphalt paving. This project' also connects Trilby Road west along the Kinard Junior High School property. The new Trilby Road connection will be constructed to a 2 lane collector standard with parking along the school, 8 foot detached sidewalk, curb and gutter, bike lanes, median with colored rock for landscaping, storm sewer connections, and the installation of a 24" Fort Collins -Loveland Water District Waterline. The Contractor will provide Traffic Control and Construction Surveying. The Contractor will be required to work with our traffic control supervisor. The City of Fort Collins will provide the construction testing through CTL Thompson, Inc_ 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 July 19, 2005. 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, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets •rill be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7"Ave., Suite 100, Denver, Colorado. 3. Reed Construction Data, 11397 W. Radcliffe Dr. Littleton Colorado. 4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 5. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. 07/2001 Section 00020 Page 1 perktrinai ct and fumisbing of the Work (except losses and tlemages within oho deductible amounts of properly insurance established by OWNER in •ac:ordlaoce with paragraph 5.91 provided ficy° have resulted from causes other Ilan the neeligence tit' CONTRA("fOR, any Subcontractor, or anyone directly or indirectly employed by anti, of them or for whose acts any of them may be liable. Such losses shall include willoments made with the written consent and approval of OWNER No such lasses, damages and expenses shall be included in the Cost of the Work' for the purpose of determining CONfRACTOWs lee. If, however, any such Ices or damage requires reconstruction and COAITRACPOR is placed in charge thereof, CONTRACTOR steall be paid for services it fcc proportional, to that sand in pamgmph 11.6.2, 11.4.3.7. The cost of militiey fuel and sanitary facilities at the site. 11.4.3.K. Minor expenses such as telegrams, long disiarx:e telophcne calls, telephone service at Ow site, cxTirescage and similar petty cash items in connection with the Work. 11.4.; 9. Cost orpromiums for aclditioaal Bonds and insurance required because of changes it the Work 1 lei. The tarn Cost of the Work shall not include any of the following. II5.1. PmToll coasts and other compensation of M\1TRA(`TOR'.s of icem executives. principals (of lannership and sole proprietorships). Seneral managers. eingineers. arcliloos, estimators, attorneys. auditors, accourdanls, lorebasing and comricting agents expediters, timekeepers, clerks and other pis ]sonnel employed by CONTRACTOR whether at the site or in C(N-TRACI'OR's fxincitad or a branch office fiv geimml administration of the Work and not specihenlly hiclutkd tin the agreed upon schedule of job ckiasifivatiats referred to in paragraph l l.4.1 or specifically covered In• paragraph 11.4.4—all of which are to be corisidctcd ailimrislrahve costs covered by tile. COPiTR\CTOWl; lie. I 1 5 '. lixl]rnscs of CQN-TRACfOR's priocipanl aril branch offices other than CONTRAC"I'OR'.s ofliov at the site. 11.53. Any pan or CONTRAC70R4 capiud expenses. including 'merest on CONTRACTORS capital employed for the Work and charges agnimt C:'U� I'R Aq'1'Olt fir delinyuer7l pxiymemis. I ViA r;.ot of premiums for all Bords and fur all ia>urmcee whether or not CONTRACTOR is required In- the Contract Dmumenas to purchase and maintain the same. fexcalil fiv the con of premiums a wercd fn subparagraph 1 1.4.59 above), 1153. Costs duc to tfae negligence of CONTRACTOR, any Subtxxdractor, or anyone directly or indirectly employed by suiv of them or for whose acts tiny of ilien] may be'liablt, inhaling but not limited to, the corrvetion of Arfectfve Work, Mitof mmerials or equipment wrongly supplied making good any damage to property. 11;5. Other overhead or general chTiense costs of any kind and tlx: costs of ally item not specifically and expressly included in paragraph t 1.4. 11.6. The C ON'1RAMOTs fee allowed to CO?TRACTOR fox mcncced and profit shall be determined as follows: 11.6.1. u mutually anxptuble (isvi fee; or 11.6.2. if a fired fee is not agreed upon, then it fee hand on the folloivinG percentages of the various portions of the Cost of & Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, ilia CONTRACToYs fee shall he fiflcen percent; for costs incurred tinder grainagmph 11.4.3. the CONrxli 'rows fee shall be live percent; 11,6.23. where one eir more tiers of subcontracts an: on the basis of Coat of the Work phis a lee and uo fixed fee is agreed upon, the tracnt of paragraphs 11.4.1, I)A'2. 1143 and 11.6.2 is dlti tlx: Subcontractor moor actually performs or fimikilus the Mork, at whatever tie;, will he paid a fee of Ilflcen per,.vnt or the costs incurred by such Subcotmactor tinter paragraphs 114.1 and 11.4.' and that any higher lice Subc)ntracuir altl CONrR:1CTOR will each br laid a Fee - of -five -percent- of -the amount -paid -to the neon-kraer tier Sutxoomtor: to_bt negotiated in good faith vnih.die 0mt14'NNhR.Wf hqt to gxjd oftsr. live p ninil the omnii paid to Ile tier inht Ipieer tiSulxcnnrac_ 116.2.4. rti fee shall be pmytible on lite basis of costs itemized under prnrngmphs 11.4.4, I I.4.5 and lt5: 11.6.2.5 the amount of credit to be allowed by CON.'fRAC'I'oR to OWNER for any change which results in a net decreuse in mist will be t amaumt of the actual net dccmase in cost plus a deduction in C A f RACTOR's sec by an amount equal to live percent of such net decrease; and 11.45.2.6. when both additions and credits arc involved ur anv one Chicise, the ndjushneW in C:ONTRACTOR's fee shall be comptaed can the basis of the net charge in accordance with Izuagraphs 11.6.2.1 ihrota h 116 2 3. inclusive 11.7. Whenever 1he cost of any 1Wtak is to be L•JCIX'(;J:NL'K,ti.CORDITK)M 191o.2( O)fdliv) 2; % 1' 0'IN OF FORT i,01.1.1\S %l(MXFlcxrlOxi ta]ty •n •?a tHn determined pursuant to peragraphs I1.4 and 11.5, C(-hNTRA(-r0R will establish and maintain records thereof in accordmux with generally accepted Mwilling (radices and submit in form acceptable to ENGINEER an iterabW cast breakdown together with supporting data. Cmir Allonroncew., 1 I.R. It is understood that CONTRACTOR has included in the Contract Prio all allomaimees so named in the Contmc4 Documents and shall cause the Work s) covered to be furnished and performed for such sums as may be acceptable to OWNER and VANGIMMR. CON'1'RACI'OIe agrecs thm: I1.8.1. the allowances include the cast to CONTRACTOR (leas only applicable undo discounts) of materials and cquipmem required by the allowances to be delivered at the site, alai all appliisble taxes and 11.82. CONTRACTOR4c costs for unloading and handling on the site, labor, instal6ttion taus, overhead. profit mod other expenses contemplalcod fix the allowances have been included in the Contract ]pica and not in the allowances and no demand for additional payment of aecoutn of any of the forelvming will be valid. Prior to final payment, air appropriate Change Order will be issued as recommended by 1T0INIMIR to rellect actual amounts dire coRr Ambiz on account or Work covered M• allotances, and the Contract Price shall be correspondingly Mrjjuried 11.9. UnkPrice lhark- 11.9.1. WhLre the Contract Documents prMitk that all or pan of the World is to be Unit Price Work, initially the Contract Rice will be decried to include for all Unit Nice Work an amount equal to die scum of dtc cstatbftshed ono prices for each separately ideruilied item of unit Pricv \Virk times the clammed quantity of each rem as indicated in the Aoreelljcrll. The mtimatod quantities of items or Ilist Me, Work arc not guaranteed unit are sdely tiny the purpose of dumlarism of Llids anil detenumng an inilial Contract Price. Determinations of the actual quantities and clasxifirations it Unit Price Work performed b CONTRACTOR wtill Lx made by LNC11t f fiR in accordance with par%unph 9.10. 11 V.2. Each unit price will be deemed to include an amour c nsiteYed by CONTRACTOR to be atletivate it., cover CON`M%CTOR's overhead and profit fur eneh se4iornwly identified item. 119.3. mwiTR or CO\ rRACTOA may make, a claim for tat adjustment in the Ctmliaet Rice in accordaunv with Mcdo: I 1 if. 11 %3.1. the quantity of an). item of Unit Price Wool: peArmcd M, C04rRACTOR ditliax mmeriull- mid signilicanLly from the estimated gtnnuity of Bach item indioiited in the Agreement: It1C:UG (iHX{i&aL COUA"Rlii 191441110lafdtion 26 AV/ CITY OFFORT oan.u�^.:aumun�tcalac soRt:v.tmxan and 11 93.2. there is no corresponding adjustment with respect to any other item of Work: and 11.93.3. if CONTRACTrOR betides that CONTRACTOR is entitled to rat imr.t8w in Comrwi Rice as a result or having nicurred additional espennse or OWNER believes that OWNER is adited to a decrease in Contact Price and the parties lire unable to agree as to the amount of oryv such increase or decressc. k,9 3 4 CONTRACTOR xknMlgbass fiat O\V v'FsR has the right to ndd or delete items in the Bid i m at OWNER'S sole discretion mthoul a edina ft Commd Friar of snyseroaittim rem na long as mho dekhon car addition does nct exceed twemw-rtvc Reran' or the oriairal natal Contract Price_ AKrI(:f.V 12-•(:IIANGF, OF CON7'R1CT TINI kS i?.t. The Contraet'rimcs (or Milesiones) may only be changed by a Change Order or n Written Amendmem Amy chtinn for an adjustment of the CommcL.Times (or Milestorics) shall be haseed on written notice delivered I>) the pany making the claim to the other pony and to liNGII\TEiR prmmptly (but in no event later ohm thing drt)s) filter the oceurrenm or the event living rise to the claim and stating the general nature of 9c claim. Nonce of the extent of dnc claim with supporting data shall be delivered within shty days offer such occurrence (unless GNoIN1iER allows additioraal time to ascertain more accurate data in support of die claim) and shall be amompanied by the claimant's written statement that the udjusrmgrt claimed is tic entire adjusment to which the claimant has ru-tsan to believe it is entitled as a result of the occurrence of said event. Ail claims for adjustment in the Contraet Times (or Milestones) shall 6e determined by ENGINMR in necnrdance with poragnmph9.11 if OW'tT•R will C0jvTRe\CTOR "not otherwise n8rcc. No claim far an adjastmert in ill. Contract Times (or \Gksoncs) will be valid it'not stibnitled in accordance with the requirements of This prmgraph I1L 12Z NI time limits stmttl in the Commct DOctimems are of tlx: �sscrtecm of tla Agreement 12.3. 4\'hetc CONTRACTOR is M-vcnlecl from completing any part of die Work within the (:oinracL Times (or Milestormcs) due ut delay beyond the control of COmTR,V 'TOR, the Contract Times (or Aliesicmcsj will be c.,d tided in to amount erpad 10 Lime lost due to such tlelny if a chrim is nmade therefor as provided in paragraph I! I. Delays Legend the control of CONTRACTOR shall include, but not be limited to. act. or neglect by OWNTR. sets or neglect a utility ovncta or dhcr contmckrS perfmning olher work ws contrmplatcd b» Article 7, fires. Iloads, epidemieti. abnomnai werdner conditions or xis of God L)cInvs miribunble to and within the control of a Subcontractor or Supplier shall be deemed to be Mays within the control of CO\TRAC'TOIL 12.4. Where CONTRACTOR is prevented from completing any fart of the Work within the Contract Times (or Milestones) due to (play beyond the central of both OWNER and CONTRACTOR, an exension of the Contract Tines (or A4ilestones) in an amount equal to the time lost due lo.such delay shall be CONTR.ACTOWs sole and exclusive remedy fni such delay. In no event shall MINER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other pawn or organization or to uny surety ror or employee or agent of nrol• of them, for damages arising out or or resulting from (1) delays caused by or within the control of the CONURACI'OR, or (ii) dchvs beyond the central of both parties inchldtnt but not limited Io, fats, Heads, epidemics, abnormal wcalhcr conditions acts of God or acts or neglect 1»• utility owners or other contractors performing other work as contemplated by Article 7. M11Ci,F, I3--TFSI'S MN INS1'RCI.10NS-, CORRECTIOi4, RUMOVAL OR ACCEMUNCi. OF DLn.1 IW WORK 13.1. NoriceofDrfecrs. Prompt notice of all dejLwrive Work of which OWNER or I:NGINEIiK have acta�l bowledp�c will be given to CONTRACTOR. All tkfee ivz Work may be rojectcl. corrected or aecepicilas provided in this Article 13. Access to Mork: 13.2. OWNER. ENGINEER LNGINEER's Conuuhams. other representatives and personnel of OWNEER. independent toting laboratories wad govenunemal agencies with jurisdicliolnl interests will have access to the Work at reasonable -tines For their observation, inspecting and testing. CONTRACTOR shall provide them propu coal safe eamlitiums for such access and advise them of C)NMWTOR's site safety procedures and programs so that they may comply themvlth as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give UNGINEER tinkly notice of readirtoss of the Work for all required inspections tests or approvals. and shut) axlrerate pith inspection and testing personnel to fucililaw required instwctiam or test.. 13.4. Ott?Ni':R shall employ and My lur the services of nn imlepenticnt testing labtvatory to perform all inspections, tests or approvals required IS) the Conanci Do cunteras except. 13 4.1. for inspxctions. IVSIS or spproyals covered by paragraph 13.5 btlov. 13.4.1 that curs incurred in connection with tests or inspections conducted purstu m to famgmph L', 9 I IX'O111,"M nL CONDY110\R 1'.)IU-3 (1T"etiiriwi) WICITY OF FORT VULI.I h'C NIMIFICATIONS (REV 4:'mla) talon• shall be paid as provided it said paragraph 13.9: am) 13.4.3. as otherrisc specifrtmily provided in the Contract lAxummts. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or putt thereof) specifically to be ilapcetcd, tested or approved by an employee or other representative of such public bad)-. CONTRACTOR shall assume full responsibility for armr%ing and obtaining such inspections, tests or approynts, pay nil acts in oxuncxtion iherewilk and Furnish I NGINEER the required catifica Ls of inspection, or approval. comrRACI'Ok shall also lw rcxponsible for taunting and ohwining and shall pay all costs in crrnccnion with any inspections. tests or approvals required for OWNER's .ind ENGINEER's aoxefaance of materials or equipment to be incorporated in the Work, or of tmrteriMs. mar designs. or equilmoent submited for approval prior to COMPLACTORs purchase thereof far incorporation in the lined;. 13.6. If any Wort: (or the work of othersi that is to be inspected, tested or approx-M is covered by CONTRACTOR without written concurrence of IiN(ilNfiliR, it must, if requested by ENGINEI-N, be uncovered far obsermtion. 11T Uncovering Work as. provided in paragraph 13.6 stall be at cotf'rRA0001:'s experts unless CONTRACTOR has gircn lil`!GIVIiIiK timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasorob)e promptness in response to such notice. lrncm•rtifg Work: 13.3. If any lFork is covered contrary to the written request of F.NGLNEER it moose if requested by EE\GINEER, le: uncovered fax LNGLN1iMs observation and replaced at CONTRA('.TOR's expxrne. 13.9. 1I'lLNCT1NTER cauider% it necessary or advisabbr that covered Work be observed by CiGTNEL•R or inspected or tested IIy� others. CONTRACTOR. at LNGiNL'•EWS request. shall uncewcr, e\Zxuc or otenvise make available for disc:r•atiun_ inspection or testing as ENGINEER may nyuie, that ponim of the Nark in quesliolt furnishing all necessary labor, materml and equipment. If it is fount) that such Work is defective. CONTRACMR shall pay all claims. touts, losses :and dam -ages caused by. arising out of or nsulting fnmt such uncovering. c.Wurc, ubwrvutico. itspvaiun and testing and of satisfactory replacement or reconstruction. (indudinc but not limited to all costs of repsi or replacement of work of others); anal OWNL•R stall be entitled to an aplrepriate &.7case in the Contract price, and. if tnc parties are unable to agree as to die amount Ihcreof; may make a claim thcrofor :in provided in Article 1 I. fr. however, such Work is not found to he &.0cimt, shalt be allcwvM an inererse in doe Contract Price or an extension of the Contract Times (Or Milestones) or K-Ah, directly nuributable to such '7 uncovering, exposure, observation, it./"'lion, testing, replaccattra and rernnstnael Rln; amd. 11 ltkt panw-% are unable to tierce its to the amount or extent thereof. CONTRACTOR may make a chum iherefor as provided in Articles I I and 12. 011.7%£R Alay Stop the IVork: 13_I0, If the Work is defectire, 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 cumpleletl Work will conform to the Contract Documentre OWNER may order CONTRACTOR to steOpp the Work. or any portion Owed.. until the cause for suCFI Order has been eliminated: however, this right of OWNER to stop the \bark shall not give rise to any duty on the pan of OWNER to exercise Ibis right for We benefit of CONTRACTOR Or any surety or Other party. Correction or Removal of Defeaffre Work: B.I1_ If required by ENGINEhR. CONTRACTOR shall promptly, as directed, either cores all i4ledive l,`ok, whether or not fabricated, iltvalled or completed, or, if the Work has hcen rejected by L•'NGINI51IIt. remove it from the site and replace it with Work that is mat defective. coN't'RACTOR shall pay all claims, costs, losses alrl damages caused by or resulting from such correction or removal (iltrAu(fing but not limited to all coos or repair or replacement Of work of others). 13.12. Corrrretion Period• 13.12.1. if within one-year two, years miller the date of Sulzarmliai Conpletinn or such limier period of time ax may be prescribed by Utvs or Regulations or by die tunas of any applicable special guarantee required by the Contract thicuntents or by am, spcciric provision of the Contract Dociamenls, any \ ?ark is fotmd to F s defccrive, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OVVINCR's cyrittut instructions: (i) correct such ekfeenve Work, or. if it he, been rejected by OWNER, ranove it from the site and repine: it widn L\'ok that is not defecrive, and (ii) satisfactorily ccnect or remove- and rephicv are, damage to Otter Work or the work of others resulting tlareliom. if CONTR \CTOR ices not promptly comply with the terms of such instructions. or in on entrgdriey where delay would cause serious risk of kiss or damRge, OWNER may have. due. cfective Wore corrected or the rejected Wok reimwed and replaced and all claims costs, losses and damages caused Ily or raiultirre lion such retmwal and rcplaayiicm (including but not limited to all costs of repair err replacement of work of them) will l e puiJ b (Y)NTR ACf0R- 13J2.2.1n special circumstances where a prrnicahir ilea of equipment is placed in continuous service Before SuNsita uual Completion of all dic Worn the convoimt period for that item may start it, run from an earlier date if so provided in the Specifications or by Written .Amendirwnt. I.i.12.1 Where dej?care Work (and tannage to other -� L'1CUCC.FIx1.1tAL4ti;$1t"I1dJ :5 t'lln.g tl7N� F Biwa W 0 IN OF FORTCOLUMS \natFR [ATIONti Otlly QW01) Work resulting therefrom) hos been corrected. removed or replaced under this paragraph 13.12. the eomction period hcretodcr with respect to such Work will be cv'iended for an additional period of MR Y,?aF two ydars after such correction or removal and replacement has been satisfitclorily eampleled. Acceptance ofDefecdve Mork: 13,13. If, instead of requirit> correction of removal mnl replacement of rfective Wo • O\kWER (and, prior to 6NOTNEER's recommendation of firel payment, also INGiN6GR) prefers to accept it, OWtrFR may do so. CONTRACT shaft pay till chins, ousts, loacs mid domoaes attributable to OWNEWs evaluation of and dctetmination to accept such drf efim Work (such eras to be approved by ENGINEh'R os to reasoinbler m). If arty. such acceptance occurs prior to ENGINKER's recommendation of firmd payment, u Change Order will be issued incorporating the necessary revisiom 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 res to the amount dnereal; OW-NER may make a cant therefiv as provided in Article 11. If the acceptance occurs after such recommendation, an opproprinte amount will be paid by CON'rRACI'OR to OWNER. 0M ER May Carred Defecrite Mork: 13,14, If ('Oi il'R;\CI'OR faiL%within a rcisrxmble time alter written notice from UNGINIPTR to correct deJ}cfiv \\nark or m rmcxe amd replice rejcted \\?ark as nguired by ENGINEER in accordance with paragraph 13.11. or if CONTRACTOR fails to lncrlirm the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any curer provision of the Contract Dtxtxnents. OWNER. may, after seven day written notice to CONTRACTOR. coffc a and remedy any such ilticiency, ]it exenmising the rights and remteJics under this poragraph OIVN13R shall proceed expeditiously. In connect: i with such torreitive and remedial action. O\\°NEX may exclude CONTRACTOR Jima all or pasetaof the site, rake possession or all or pan of the \t'Ork. rni suspend CONTRACTOR•% services related thereto. take possession of CONTRACTOR•% tools, appliances, construction equipment and machinery at the site ands incorporate in the Work all materials and equipment stored at the site or for which O\\?NfiR has paid COArrkt\(,TOR but which are stored elsewhere. CONTRACTOR shall allow OWNER. 0INNT-R".s representatives, agents and enipto)•ecs. O\1'NISIVs e1hcr contractors end ENGINEGR and D• GTNT-ER's Comultauts access to the site to enable OWN`FR to exxercisc the rights and remedies Under this pareprirph. All claims, costs, losses and damages incurred or sustalmxl by OWNER in extrcising such rights and remedies will he dlaugal nmtrimt CGNI FTRACTOR aml a Change Cater acid[ be issued incoptimung die necessary revision it the Conuac( Documents with respect to due Work; and Olb'NTR shall be entitled it) on appropriate decrease in the Commct Price, anci, if the prtim arc umihle to agree as to the amount thereat: OWNER may make a claim (herefor as proyidexl in Anicle 11 Such claims. costs. Iosws and damages will include but not be limited to all costs of repair or replacement of work of otbers destroyed or damaged by correction. removal or replacement of CONTRA(_TORti deficlive Work. CONTRACTOR shall not be allowed An e.ctension of the Contract Times (or Milestones) because of arty delay in performnnee of the Work attributable to the exercise by OWMi of OWNL•R's rights and remedies hereunder. ARTICLE 14--PASMMS TO CONRACTOR XND COMPLETION Schedule ofVal nes 14.1. The schedule of values established As provided in paragraph 2.9 will serve as the basis liar progress payments and will he incorporated into a form of Appheat6 far Peymcnt Acceptable to ENGINEER. Progress payments on Account of Unit price Work will be based on the number of units completed. : I pplication fimr Ptognrss Pojvneut. 14.2. At least twcmv days before the date established for each progress payment (but not more often than Once a month). CONTRACTOR shall submit to LNIGIN UR for review an Application fur Payment tilted out anti signed by CONTRAC:fOR covering trio Work completed as of the date of the Application and accompanied by such suppyorling docaunenution ns is required by the Conimet Documents. If paymnent is requested on the basis of nmterik amp equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in wriling the Application for Payment shall Also be accompanied Ica a bill of sale, invoice a other documentation wurramirm that OWNER has received the materials and Nuipmcni lies and clear of all Liens and evidence that the materials And equipment Fire covered by- Appropriate property insurance and uther arrangenncras to protect OWNER's interest therein, all of which will be satisfactory to Ow'NLIt. The amount of retninnge with respect to progress payments will be As stipulated in the Agreement. _)m_ Cundg. tlmt Are withheld, hy_the OlN!\TR shall not bc_ stile n,1 N to -Nbudution M ilic CO\ I Rr�C1'OR yy lh sauanti.e nr any arnngemenn s im otvirr uxroc, w ggkgqdinnship..._By exectilitr theapplication for1mymcAt loran the CQN7•RAC'TQR c�ctressly waives his (� t to iiie --- — beneStspfCydtntdoReisetlSuitutcs Srttion...3491-Ltjt, COATR-1CTOR's Wro'runtp of Title: 14.3. CONTRACTOR w:nrrmls and guarantees that title to all Work, materials And equipment cowered by any Application for Payment, whether incorporated 'tin the Proiest or not. will Ixasy to 01\NER no Enter than the time o f poymcnt Gee and clear of ull Liens. Review of:1 pplications fur 11r ogress pownent 14.4. 0,XrM•"LR will within ten days alter receipt of each Appbcnuon for Prayment, either indicate in writing a t x DCGt:;+HaAtCONLA71o15191o411rrmEtNaieny r" ❑'nY iaf FOIt'f aY)LLrxs \1<N)IPI('.\la0\S(al•.l°.1 �UPUI recommendation of tnivntatt and present the Application to 01VINM.rR, or return the Application to C I TRACTOR indicating in viTitin g FNGINEETreasons for refusing to rcooinmend payment. In the latter case. CONTRACTOR may make tlx: riccessary corrections and resubmit the Application. Ten days after ppresenintion of the Application for Payment to OWNER with ENIGNL•ERk recanmendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) became due and when due wilt be paid by OWNER to CONTRACTOR 14.5. FiNGINRER's recommendaion of any payment requested in an Application for ]'ayntent will oromitlute a representation by ENGINEER to OWNT,R, lased on ENIGiNWER's on-silc observations of the executed Work As an cxpcn cnceJ and qualified design proressionnl and on UNGINliliR's review, of the Application for Faymcm and the Accompanying data and saiieclulcs, that to the best of ENGiN ER's knowledge, information anal belief; 14.5.1. the Work has progressed to the point indicated 14.52. the quality of the Work is generally in accordance with die Cmmnct ikw'umenls (subject to an evaluation of its, Work as A functioning whole prior to or upon SabSlmtlal (completion, to the results Of env sulrtequenl tests called for in the Contract Documents. to a final detemminatitp of quantities and classifications lie tint price Work under pamgmph 9.10, and to any other qualifications stated of the recommcndautini, anal 14.3-3. the conditions precedent to CO\TRACTOR's being entitled to such payment Appear to have been fulfilled insofar as it is ENGL\ZER's responsibility to observe ate Work. However, by reccanmending any such payment ENGINEER will not thereby be deemed to have repro-picd that: (i) eNhaustivr or continuous ornxile inspection have been made to check die quality or the quantity or the Work beyond the respamsihilities specifically 'assigned to ENGTNTER in the Contract ikx:uments or (ii) that there may nol be other mutters or issues behreen the panic, that (tight entitle CONTRACTOR to be pond additionally by 0XVNFR or entitle OWNER to withhold payment to CONTRACTOR 14.6 FNrGIN E-IrN recammenxlalion of any payment, including final payment, shill not mean that UNGiVEIiR is responsible fir CONTRACTOR:s means. methods techniques, sequclx:es or procedures of construction- or the sedan precauutns and pungrams incident thereto, or for any failure or CONT1t1CTOR 1u comply with Laws and Regulations applicable to the furnishing or performance of Work, or for env failure of CONTRACTOR to perlenm or l'umtsh Work in Accordance with the+ Contract fNrcuments. 14.7. INGINEER may refits. io rcctnnmend the whole or any part of any payment if. in EllirNLLR s o pinievt it would he, incorrect to make the representations to ?9 OWNER referral to b) paigmph 14.5. EA`GINEUR may also refuse to recommend any such payment, or, because of subscWtMIX discovered evidence or the results of subsequent tnspectacets or lost-, ntdlifr any such payment previously recommended to such eelent as may be necessary in ENGINEER'S opinion to protect OWNEP from low because: MU. du: Work is dkfecfte or completed Work has teen damaged requiring correction or n:placcrutd. 14.7.2. the Coltract Price has been reduced by Written Amendment or (1viree Order, 14.7.3. OWNER has been !eT ired to correct drfeclive 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 cmlmaated in paragnaphs 15.11 through 15.2.4 inclusive. OWNER may refuse rat make payment of the full amount rcmmmendcd by ENGINEF'R Ineeause: 14.7.5. claims rove been mndc against OtiVN,T:R on account of CONTRAcr )R's performmw or fumishing of the \York, 14.7.6. Liens have been riled in Connection with the Work, except where CON,rRAC'rOR has delivered n specific Bond suiSlaetoy to (riVNIiR to secure the mnsfaetion and disclmrge ofsnch Lien+, 14.7.7. there are other items entitling OWA'FR to a set- oB'agaiast 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 tlrangh 14.73 or paragraphs 15-2.1 through 15.2.4 inclusive: but OWNER mum give CON'ntNJOR immeatiale written notice (with a cap y to L•'NGINTF.R) stating du reasols for such action and promptly pay C011MRACTOR the amount rA) withheld, or any nth mtmwot thereto agreed to by OIVNER and CONTRACTOR when CON7TRA(:TOR cahoots m OWNTR's salisraction the reasons for such ration. sahsvmuial C ongmleBon., 14.8. When C(X 7'kA!_" rOPZ Crtsidas the entire Work ready for is intenticel use CONTR,V_TOR siatl notify OWNER and ENOME' iR in writing that till entire Work is substantially complete (except for items spec iftculty listed by CONTRACTOR as incomflele) aml request that T_NGIN'=- issue a celifcate of Substantial CtMnpletion. Within a reasonab4 tiara tlu-reafta. OWNER. CONTRACTOR and TWOMM.- shill make tin insM-ticn of the Work to determine char status of Cmpelion. if Is'N INFFIk does nN catsider doe Work suhstanuath• cimplov. i G1\EITs will ratify C'ONfRA('.rOk ill writing: giving tine rensms therefor If Ii IGINlaiR t9CL3CVU.%VK•V, CONIN. nON,; IPI"11•J5a t6lit\dn 30 r+O)Y OP FiMT(.ill.LlNti.11(1DIIlCiTIO!C}(ltl X I NOnt eollsiders the Work substantially complete• 1 TGfNEUR will prepare and deliver to OWNER a tentative cenifiewe of Substantial Completion which shall Fix the elate of Substantial Completion. There shall be auat',hed to the certificate a tentative list of items to be completed or corrected berore final payments. 0WIN-ER shall 1AW seven days after receipt of the terNativo certificate during which to make written objot,xion to ENGMT-ER as to Any Provisions of the certificate or attached list. If, after oc siderirt; such objections. INGWEER concludes that the lVork is not substantially cimple1c, ENGINIM-R will within fourteen days after submission of the tentative certificate to O%VW.R ntifv C.ONTRA(" I'OR in writing, staling the. reasons therefor. If, after consideration of OWNER's Objections, ENGINL•F.R considers the Work suhstamially complete, F.NGINEIRR will within said foul m days execulo and deliver to OWNER and C ONTRAC£OR h definitive certificate of Substantial Completion (with a revised tentative fist of items to be completed or corrected) rctkm'mmgg such changes from tin: tentative certificate as ENGINF,ER believes justified alter consideration of any objections from UWNER. .At the time of delivery of die tentative certificate of Substantial Completion FNGIArEER will deliver to ()W 4hR and CON -TRACTOR a written rcmmmendalion a- to division of resposibilitim pemhag fianl payunent between OWNER and COMRACTOR with respect to security, operatiat snl'cty, maimemnce. hem wilkics, irmrance and narramies and guarantees. Undcss OWNER told CONTRACTOR agree otherwise in writing and so infirm F;NGINEFR in writing prior to Fti(iINFIiR's isairg the definitive certificate of Substantial Completion, ONGIAT.FR's aforesaid mcemmenekation will be binding on OWNIiR and CONTR:\C'I'oR umil f'aal pnhmahL 14.9, OVVWM shall have the right to exclude CONTRACTOR from the Weak alter ilic (tape of Suhit.•Intial Completion lilt (VAINER shall albty (x)NTRACTOR reasonable access to complete or correct items don the tentative lisL Pardal Utilization. 14.10. Use by OIVNER at Olk-'NFJY.s optil)n of Amy substantially completed Part of the Work. which: (i) has speeihatlly been identified in the Contract Documents, or (.0 OW'NE-R. ENGNMER and CONTRACTOR agree constitutes a separately functioning and usable port of the lVork that ran be used by 0%%';\TR for its wended purpose without significant intcrfereneo frith ('ONTR\CTOR's ptrarmunee tt' ilhe remainder of the Work, may be accomplished prier tv Substantial Completion of all the. W(rL Subject to the kdkxving. 14.10 LOWNER at any time may request CONTRACTOR in writing to permit OW�tTR to use any such part of the Norte which OAV'NTJt believes to be reayy- for its intended use and sulstantiallw complete. If Of)NfRA(-'F()R aprecs than suds part of the World is sadntamialh• cumpfete. CON'f ILACTOR Will certify to OIVTMR and UNGINlErR that such par of dice H'tvk is subsuird My complete old request INGINL•ER to issue a certificate of SuNanlial completion tor tlamt part of the Work. CO\Tlt\CTOR at any time may notify Ow L•!t and ENGINEER in writing that CONTRACTOR considers any such hart of die Work ready for its intended use and substantially complete anti requvsl 0%MPER to issue a ccrtiLealc of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OXMNER, CONTRACTOR and ENGINEER shall make an inspection of that pan of the Work to determine its status of completion if ENG1NEGR ekes riot consider dint pan of the Work to be substantially complete. ENGLNFRER will notify OWNER and b(VTRACTOR in writing giving the reasons Ilxrefor. if ItNMNEhR considers that pan or the Work to be subiiantially Lomplow. the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification or Substantial Compldmn of that part of mite Weak and the division or responsibility in respect thereof and access therein 14.103 No clecupi nicy or separate operation of pan of the Wort; will be accomplished prior to compliance with the requirements of pamgmph 5.15 in respect or property, insurance. Final 1POPeclinn: 14.11. Upon written notice kore CONTRACTOR that the entire Work or an agreed portion thereof is complde, T\GLNEER will make. n final inspection with OW'RZR and CONTRACfOtt and will loofa CONTRACTOR in writing of till panicuhrs in wilich this inspection reveals that the Work- is incomplete or ckfective. CONTRACTOR shall immediately take ,Arch measurca as are necessary it complete such work or rennnig such delicicncics ru01.411/rllcMion for PayrntnC 14.12. Alter COAR'RACTOR has completed all such corrections io the s'alisdtction of liNGINLT_R and delivered in accordance Willi the Contract Dectmlems all maintenance and operating, anslrudlttns. schedules. guuranlecs. Bonds. uenifir'atrs or otter eviderxe of insurance r'quiml by parigraph5.4, certificates of inspection, mniked-up record ddocuments (as provided in Ixtragmph (k19) rani other documents, CONTRACTOR may make applictui(m ti)r linal payment following the pnleedure lie pruigress payments. 'the final Application for Payment sMll he accompanied (excepl as previonsle rklivered) by: (i)all documentation wiled for in 6L Contract Documents, including but not limited to the evidence of insura,i:e requires) try sulipamgraph 4.13. (ii)censem of the surtty. if any. to final petymenl. and (n)IXa1140c anal legally ellecamY releases or ,ta)vers (asnislrcu q to Olk'N'T:RI of all Liens arising out of or filed in connection with the Work. In lieu of such releases or w'uivcrs of Liens and as opproved by OWNER, C'ONfRr\t'1.OR may tianih receipts or rele.=s in full and affidavit of CONTRACTOR that: () the releases and receipts include till labor. Seri`MO. material and equipment for which a Lien could be filed. and (i) nil payrolls, material and equipment bill., anti other indebtedness o,nneered with the Work for which 011-ivER or OWNri s property m ighl in any way br ro.;txvsible have bcten pail or othenvnse satisfied I I' any Sul,contmc(x or Supplier fails L'l(:IW UMR.U-t'O\UfnU,VS Olu"Y (17i9 eaGGu1p w'1(.1 I y OF FOIL 1 ,'OLLMN MOUI FIC'M I NWRR" 1,70m) to furrltisla such a release or receipt it Ball. CONTRACTOR may furnish a Donal or other collateral satisfactory to OWNT-R to indemnify OW 74ER against tiny Lien. Releases or a aivets of liens and the consent of the surrey to fmaliue onyniern are w be submitied on lemrs conformina to the format of the Ol1,NER'S standard JonasbowRl in thrProject.tplutunL Final Payment mtdAcceptance. 14.13. If, on the basis of ENGINEMs o1r rvatiim of the Work during errawclion and final inspection, and Eta OM'ER's review of the final Application for Payment and accompanying documentation as required Iy time Contract Documents. i3NGiNF:FR is satisfied that the Work has hcen completed and MNTRACTOR's other obligation under the Contract IAxumrrts have been fulfilled, ENGINF,IiR will, within tern days after receipt of the find Application for Payment, indieale in writing FNOINEER's recommendation, of payment and present the Application to OgN-F.R for payment At the same time ENG INT-MR will also give written notice to Ol4'Nr_R and M\I TTRACrOR dint the Work is acceptable subject to ilk, provisions of lxlnagraph 14.15. (hherwisc. f:NGINF.F.:R will return the Application to (.T)NTRACTOR. indicating in writing die reasons. rm refusing to recommend final pnymcm, in which case CONTRACTOR shall make die necessary conectiorn and resaibrmt the Application. Thine days after presentation to OWNER of the Application and anxmtparwing documentation , in appropnform nta foand substance and withNG &iNEER:s recommendation and notice of acceptability, the amount rccommende(1 1,y' E ;O NTEER will hconrc due and will he paid tw OWNER to rcwm\-rm wiveeL to-ivrerat)Jp 17.C>.3 iLtlxsc Geller.,al Condilialu. 14.14. 11: through rx, fault of CON?IL\Groh final completion of the Work is significantly delayed and if ENGINEER so contains, OWNTER shalt upon receipt of CONTRACTOR's final Apphiction for Phymeni mxl recommerrdatim ofEvGINEER, and w•idimt termirciling the Agreement, make payment of the balance due fy that portion of the Work fully completed and aceepled. It' dic remaining balance to be held by 0XVNTR for Work not fully completed or corrected is law thnn the reiainage stiptilatcd at the Agreement. and if Elonds have been furnkhed as required in paragraph 5.1. the written conwrii of die surety it, the payment of the balance titre for [lint Portion of the Work fully completed and accepted 41all lac sulanittel by CONTTRA("I'OR to ENGMTEER with the Application for %tell r ayment. Such paymeilt shall be made un(Irr the forms and conditions Veering final payment. C.urept that it shall not constitute a waiver of claims. )I-niver of Chines: 14.15. The making and acceptamee or final payment will constitute:' la_1i 1,a :t:aiver of all claims by tn1\'ivfilt a8.11nst cUN'rRAC'fOR. except claims arising from unsealed Liens. from ckJcctive Work appenrmL niter PE Final inspection pursuant to paragraph 14.11, front failure to "ply with the C w&ftt Du uments or the terms of matyy special gwnmmecs specified therein. or frolic CONI RACTOR's cominuing obligations under die Contract Documeras; and 14.152 A waiver of all claims by CONTRAMOR against OWNER other than these previously made in writing and slit) unsettled. ARTICI E IS. -SUSPENSION OF WORK AMID TERLMINATION OWNER Uny Swimnd Work. 15.1. At any time and without cause. OWNER may stisperid the Work or airy portion thereof for a period of not mac dmn ninety (Pays by notice in writing to CON•1'RACTUk and f3VGINEiik which will fix the date at which Work will be rests ml. CONTRACTOR shrill resume the Work on the date so lined CONTRA("170k shall be allou od nn aeljuctmeal in the Contact price or an extension of the Commet Tinter or both, directly attributable to arty such suspension if (X)NTRAC'rOR rankcs an approved claim therefor as provided in Articles I raid 12. pll'NER Alay Terminate. 15.2. Upon the occurrence or any one or more of the following events: 13.2.1. if CONTRACTOR pasisiendv fhils to perform the Work in accordance with the Contract Documents (including, but not limited to. failure to supply- sufficient stilled workers or suitable materials or eginptent or Mute to adhere to the progress sdieduk establis)ed under palgmph3.9 as adjusted from time to time pursuant to paraVal* 6.6); 13 2.2. if CONrTRACTOR dihregards i alvs or Regulations or any public body havingjruisdiaiom 151.3. if CONTRACTOR disregards de authority of TiNGTNEGR; or l>.2A. if CONI•RACI.OR otherw'isc violates in lily substantial way any prn•isiorri of the Contract Documents. OWNER may. alter giving CONTRACTOR (all the surety, if airy) seven days' written mitt and to the extent permitted by Lnvs and Regulation, terminate due services orCOYTRACTOR, ex,title CONTRACTOR lion the site and take possession of the Work and of till WNTR,V—YOlts took appliances. constriction ottuip ment and machinery at the site nml use: the same to dxa full extent they could be used by CO\'TR4CTOR (without liability in (UNTItACI UR for tie"m er ;aversion). intxrporne in the Wok all mtitedtads mid equipment stored at Ile site or for which OIVNER has p oid ItrrD4dil:\IiftrlLcx;xui'nuns I91u•s t199(b E(WE I 32 lvr (lIY Or FOftT ('OLL1h'x \IUnIFICA'r10�3lRHy rr?Ina11 CONTRACTOR bill which are stored ekeavlerc, and finish the \Fork as OIVNER may dutm espedie m. In such case CONTRACTOR shall not be emitted to reccive tiny further payment until the. Work is finished if die unpaid babuic : of the Contract price rxaeds all daims• costs, losses and damages sustained by OWNiiR m ising out of or resulting Goa completirtg the Work such excess will be pant to CONTRACTOR I t atcli eaims, acts. leases and damoWs e.xoccdd such unpaid balance. CONTRACTOR shall pay the dilfcrence to OWNER. Such claims, costs. losses and damages incurred by OWNER will be reviewed by ENGrIMM as to their rcasonablatess and when so approved by ANGINHER oicorpomred in a Clmnge Chder. p roviked that when exercising ale rights or remedies under this paragraph UWTIER shill not be required to obtain the lowest price for the Work performol. 13.3. Where CONTRACI.OR's services have been so tennilaed by OWNT Z. the terminattiwn will not affect any, right; or remedies of OWNRR ayninst CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of mateys clue CONTRAC rOR by OWNl72 sill not release CONTR:IC TOR fain liability. 13.4. Upon seven days written notice to C_'ON'I'RAC'T(.1R am[ li\(iINERR• OWNER may, w'idtoul cause and without prejudice to any other right or remedy of OWNEIL elect to terninme- the Agreement. in such case, CONTRACTOR shall he pitid (widhout duplication of any items): 13,d 1. I'or eomplehcd tint aa*celuable tVerk exexaacd in accordance with dic Contract Do umrnts prior to the. clTeetive c6ue of temtination, including fitir and reasonable sums t'or oyerhend and profit on such Wank; 15.4i. for extwnses sustnined prior to the effective date of termination in pwrfbrmng services and furnishing labor. materials or edluiptuent as required by the Contract Documents in connection with uncompleted Work plus fair and reasonable sums Ion (werhend and profit on Mach cxperncc; 15.4.3. for all cl:rintc co sK htswrx and daaag�s insured in settlement of terminated ccmtmots with Subc mtmetors_ Suppliers and others.and ISA 4. for reasoable expenses directly 111rib uMble to termination. CUN'rRACTOR shall rid bs paid on accotaa 'If Inns of anticipated profits or reventic or other ex:onanic loss arising out of of resulting from such termination CONTR ICTOR Ale(r.Slnp Work or Terminate: 15 5. If. Ihroughno ant or Ciult of CCt\TRA('1•UR die 1Vork is susp mled for a aerial of more than ninety Clays la, OWNER or under an orJer of coon or other public autlarirv, or INNGINEER fails to 1ct on any Applieafien Fitt pitymerat widlin thirty days alter it is suhmitteJ or OtVNIdR fails for thirty Jnys to pay CONA,R:V.,I'OR rim' suns finally detemtincti to be due, then CONTfU%CfOR may, upon seven days' written notice to OtVTTR and ENGINEER, anti prcividcd olkNER or ENGINEER do not remedy such sus}xnsion or failure within that time_ terminate the Agreement and recover from OWlT_R payment on the saute terms as provided in pamgiaph 15_4. In Lieu of terminating the Agreement aml without prejudice to arty other ril)lu or remedy, if F�1t GWEER his laded to act on an Application fur Payment within thirty days alter it is submittrrt or OW1i'L"R has failed for thirty days to pay COMRACTOR any star finally deiennined to be due, COMILACTOR may upon seven days' written notice to OWNfiR and ENG)NEF,R stop die Work until Payment of all Stich amounts (hie CONTRACTOR, including ittcrest ther". The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles i 1 and 12 for un intr sc in Conttnct Price or Contract Times or otherwise for e-,Tpcnsas or damage duer:tly attributable to CONT1LOMQR's stopping Work as permitted by this paragraph. ARTICLE 16--01sinrmRF.SOINDON If and as the extent that OR^ER and CONTRACTOR have agreed on ile awthodd and procedure for resolving digiutes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shill 1x as set forth in 6Nhibit GGa\ Dispute Resolution Agreeinent", to be attached hercho and made a part hereof If no such agwentetu on die rnedeel and proccdure for resolving, such disputes has been reached, and subject to the provisions of )aroginphs 9.10, 9.11 and 9.12. 04t:WER tuid CONTRACTOR may emmise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Reguhaiots ui respect of any disptite. ARTiCf E 17--MISCELL4NTOUS Citing A'(dice: 17.1 1\••henever nny provision of tin Contract Docui nuts requires the giving of written notice, it will be deemed to have been validly riven if delivered in pemv to the individual or to a nnemler of the firm, or to an officer of die corporation for who)n it is intended. or i f active, eil at or sent by rcusland or ccrtirkd mail, postage prepaid, to the last Inisinms address known to the giver of the notice. 17.2. Canlpararian of Time, 17 2.1. 117ten any period of time is referred to in the Contract Documents by Jays. it will h Lxmputcd to esclink: the fire and imluda the last dray of such period. If the last (lay of ;my such teriod falls on a .aunrdav or Sundae or on a (jay made a legal holi(1ny by the law of the tipplit able jurisdiction, such day will Ix omined from the computation E)CDCorN. w.u. co.,,i 'nONs19toS wo"Eeltim! WOTYORF(lal'('OLldRS\Im>fFd(JiT1C)Nti(REV.ir2on)) 17.2.2. A mlendar they of twenty-four hours measured from mithight to the next midnight will uonstitute u day. A'otice ofC7oim: 17.3. Should OtYNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of tlx: other party or of arty of t)e alter parry's employees or agents or others for whose acts the other party is k7ptlly liable, claim will ba made in writing to the other party within n reasonable time of the first observance of such irgIurw a damage. The provisions of this paragraph 17.3 sliall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitatiorts or reposc.Cantpinfive Reneerhes: 17.4. The duties mid obligations nnpused by these General Conditions and the rights and remedies available hereunder to the parties Iterdo, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR Ity paragraphs 6.12, 6.16, 6.3p. 6.31, 6.3Z 13 1. 13.11 I3.1 d, 14.3 and 15.2 and all of te, rights and remedies available to OWNER and ENOTMEFRihereunder• arc in addition to, and are not to be construed in arty way as a limitation or, any rights and remedies available to nn}or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by miter provisions of the Contract Documents, anal the provisions of this paragraph vvill he as effective as if repented specifically in the Conttmet Documents in Connection with each particular duty, obligation, right and remedy to which they apply. I'mfemimml Fees and C7nrrrCostsfiretudett 175. '.kgwwvCr reference is made: to "cdnitus, coats. losses and damages". it shall include. in each case, but not be Jbnited to. all tees asid charges of engineers, architects. attorneys argil other professionals anti -Al court or arbitration or other disputo revolution costs. 11.6. ._ the 1ap•s of the Sta)c of Ccdc�ado appi tc dij- Agrgmig l,_. Rcference_to two pertinnent Colorm o statute: are as fol lows. doirn ns tiled OWi`IER_ is actuurd by law (CRS 3S-2GI�17) to withhold from aNPa�r ens to CONTRACTOR sufficient funds to inure the p alnettt of rdl_chims iw lahor, materials, team hire, usteaunce. oro�•isi+xta txarcuder, or other suuplies used or consumed In, CO? fRACIOR or his 33 l t:p; (:G�L•'K,ll. �. 191CMS OM F.Aliwl 34 �r:Cl'li"CHF)�KTCY1LIJh1AlODIFIC:�1'IOKS IRIR'•L?Oief) .w SECTION 00100 INSTRUCTIONS TO BIDDERS (Phis page left bbd intenlionally.) EKA)CWNUtAl. CONU110.14 J'Pjq.S (IT" 1,401jgq 35 w; cin or roRrfoiA,wNmoj)jrtc*,.% jjoN,.% (FI.N.1,7iji.111 000C Gt"NERAI. COATnONS 1910.9 c I nu Hdd4Nl 36 %viLI vor•raer�t,iaa�ynienm�[c:mo�cs�n�;v.�^arn EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPVfE I2T ovurION AC12El TENT OWNER and CONTRACTOR hereby, ngrce that Article 16 of the General Conditions of the Construction Contract betiveen OWNER and Cl.)NTRACrOR is attended to include the k4lowirlg alnecment of the parties: 16.1. All claims, disputes and other matters in question beovicen 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 mnking or acceptance of final pnymeot as provided by parrgraph 14.15) will be decided by arbitration in nco rdnnce with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. subject to the limilatiom of tie iNrticle 16. This agrcallent so to arbitrate and any other igrccmcnt or consent to arbitrate entered into in accordance herewith in provided in this Article 16 will he specifically enforceable under the prevailing law ofany court having jurisdiction. 16.2. No demand ror arbitration of arry claim, dispute or other matter that is required to hie referred to lA'NGINEER initially fox decision ill aeeordmtee with pamgmph 9.11 will be nradc until the earlier of (n) the date on which bIAGINIsI;Ii has rendered a written decision or (h) the Ihirly-fiN day after the parties have presented their evidence to LNGTKEGR if a wrAtrn decision has not [den rendered by E-MINE:1iR bcrore that date. No demand fair arbitration orally such claim, dispute or other matter will be node pater than thirty days after the date on which ENGiNftf:R has rendered) n written decision in rasped Ilicreof fin acvorilance with poragmph 9.I 1: and the failure to demand arbitration within said thirty duye period will result in ENGINMER's decision being foal and binding upon OIVtiER and CONTRACTOR If I:N61NLiER renders a decision alter arbitration proceedings have been inilrted, such decision cony be entered as evidence Ito will not supersede file arbitration proaxdiintlp% cxmpt where the decisiousacccpmhetotlupaticsc(atccmtd. tiodemand for arbitration of any written decision or TN.It IQEGR tendered io au:dxdl.nct will' paragraph 9.10 will be made later than ten clays alter the fairly making such demand has deliveral written notice or utemion to appeal as provided in paragraph 9.10, 16.3. Notice err an• demand fix arbitrttion will lie tiled in writing with the offiT party to the Aewcmcnl and with the American Arbitration Association and a copy will be sent to ENGiNIT:R for information. The demand! for atbilydtien will be rnade within file dninv.raw or ten-dav period specified in paragraph 16.7 as applicabe, find in ail other cases within a reasonable time after the elnim, dispute or when mnter in question has arisen, mxl in noevent shall any such demand be math: after the dale when institution of legal or equitable proceedings based on such claim. dispute or other matter in question would be hired by the applicabe slutute, of lunitntwim 16.4. Except as provided in paragraph 16.5 below, no arbitration arising cot of err relating to the Contract Documents shall include by consolidation. joinder or in any other manner any other person or entity (including LNGINEIR. ENGiNFER's Consultant and the officers, directors, (Agents, employees dx consolatnts or any of them) who is not it party to this contract tmleas: 16.4.1. the inclusion of such otter person or entity is necessary if complete relief is to be afforded among these wJw rev. already parties to the arbitntion and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is cxxnmon to those who are already Denies to the arbitration mid which will arise in such proeex dings, and 16.4.3. the written consem of the other person or entity sought to be included nrx) of OI}PIER nrd CUN'I'R.AC-TOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent stall constitute eonseal to arbitration or am dispute not specifically described in such consent fir to nibitmtion with non• party not specifically identified in such consent, 16.5. Nottdithstanding paragraph 16.4, if a claim. dispute or upper matter in question between OWNER and CON`fRACfOR involves arc Work of a Subcontractor. either OWNER or CONTRACTOR niay join such SubeontmcaV as a pony ki the nrhiuntion between OWNER and CONTRA("1'OR hereunder. CONTRACTOR stall include in all sulicnrrtmcis required by puragmph 6.11 it specific provision whereby. rile 5ubconimcior corssunu to being joined in an arbitration loosest oWNF,R and C0N`rRACfOR bwCA-ing taw Work of such Slnhnmtraclor. Nothing in this paragraph 165 nor in tie provision of such subcontract consenting to joinder shall create any claim. fight of cause of action in favor of Snbcamrwlor mid :i pinw OtVNN%R, L'NGiNMER or ENGI\fiLR's Consultants that ricks not othtywise exist. IC6. The aivard rendered by the arbitmters will be linal, judgment may Ix: entered upon it in any curt taring jurisdiction tuercoC aril it will not lie subject to modirxaiion or apical. 16.7_ OIVNFR and CONT2ACTOR aeree that they shall first submit non• and all umrt rldd claims, counterclaims, disputes and other matters in cpteslion between them arising, oul ill* or relating to the Contract Docurntmis or die bndeh ttercor ("disputes'). it, mediation by that American Arbitration Asuxintion under Ila: Colslructidll Indlusuy \ledialion Ruled of the Arnerican :arbitration Association prior to either or them initiating against the other u demand for arbitration pursuant to paragraphs Ili I throueh 16.6. unless delay in initiating arbitration would irrevZx:abk prejutfice one or ate panics. The respcetive thaw and tin day time limits within which to rile it (emandl Iiir whitraiionas provitled in paragraphs 16.2 and 163 Alxivc shall be suspended with respdct to u dispute sulaniued to mediation within f uAse same applicable time limits and shall rentaiu suspenddd until ten dtn)� niter the termination fir the mediation. 'rhe medinto of any dispute submitted to mediation under this Agrxnient shall not serve:der:ubitralor of such dispute tinlu s odaenvisc aureed. GreveuF.%LK.m. cuuurnoxs i9Io aux)oLatim) adr-fit %Y"(TTy rap 1�01t F (N)LI-PIN N100MCATIO'•4 lopes 9199) li1CDC CIiNERAI. COAT MOMS l9114S (t M) FSliwi) psi CITY OF FORT COLLINS MODIFICATIONS fIU:V 901.1) (0:`-A I SE 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: CTL THOMPSON Incorporated -- Project Number: FC03508-135 Prepared June 15, 2005 / Approved June 16, 2005 Subgrade Investigation and Pavement Design for Streets in the vicinity of Kinard Junior High School Fort Collins, Colorado CTL THOMPSON 4001 Automation Way, Unit 201 Fort Collins, CO 80525 (970)206-9455 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: CTL THOMPSON Incorporated -- Project Number: FC03508-135 Prepared June 15, 2005 / Approved June 16, 2005 Subgrade Investigation and Pavement Design for Streets in the Vicinity of Kinard Junior High School Fort Collins, Colorado CTL THOMPSON 4001 Automation Way, Unit 201 Fort Collins, CO 80525 (970)206-9455 SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. 7/96 Section 00800 Page 1 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 s - $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. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). — 5.4.9 This policy will include completed operations coverage/product liability coverage with limits. of $1,000,000 combined single limits (CSL) . SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 20 days lost due to abnormal weather conditions. 7/96 Section 00800 Page 2 M SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.o OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: ACCEPTED BY: Contractor's Representative Project Manager DATE: 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 NUMBER 1 2 3 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 DATE Net Change by Change Order AMOUNT $0.00 The present status of the account for this Contract is as follows: Original Contract Amount: Net Change by Change Order: Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION: 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: 7i77/iye Section 00960 Page 1 $0.00 $0.00 $0.00 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 •rho 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. 12/03 Section 00100 Page 1 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units 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 $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 2 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount City. Amount City. Amount Cly. Amount Period 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 7/96 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This 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 7/96 Section 00960 Page 4 1 I 1 I I I I 1 I I 1 Trilby Road and Ziegler Road Improvement Project Date: June M 2005 TRILBY ROAD AND ZIEGLER ROAD IMPROVEMENTS PROJECT The Engineers Joint Contract Documents Committee General Conditions govern the construction of this contract. The following General Requirements supplement these General Conditions. PROJECT GENERAL REQUIREMENTS TABLE OF CONTENTS SECTION 01010 SUMMARY OF WORK .................................................... 01040 COORDINATION.............................................................. 01310 CONSTRUCTION SCHEDULES ...................................... 01330 SURVEY DATA —(Contractor Supplied) .......................... 01410 TESTING............................................................................ 01510 TEMPORARY UTILIITIES............................................... 01560 TEMPORARY CONTROL ................................................ 01580 TRAFFIC REGULATION — (Contractor Supplied) .......... 01700 CONTRACT CLOSEOUT ................................................. 01711 SITE CLEANUP................................................................ 01720 PROJECT RECORD DOCUMENTS ................................ PAGE ...................................... General Reqs. 2-3 - ...................................... General Reqs. 4-5 ...................................... General Reqs. 6-7 ...................................... General Reqs. 8 ...................................... General Reqs. 9-10 .................................. General Reqs. 11 ...................................... General Reqs. 12-13 ......................................General Reqs. 14-15 ..................................... General Reqs. 16 ...................................... General Reqs. 17 ..................................... General Reqs. I8 P:\Strcct Oversizingvrrilby & Ziegler Improvements —Kinard Junior I IigMaid DocsWonsnVCtion Spccs\Gencral Requirements General Reqs. - 1 Trilby Road and Ziegler Road Improvement Project SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. The Work shall consist of the construction of the outlined improvements: PROPOSAL NO. 5927 Date: June 13, 2005 1. Improvements for widening Ziegler Road from Shallow Pond Drive south to Trilby Road and constructing a connection on Trilby Road west approximately 1100 feet. Trilby Road and Ziegler Road Improvements: The construction of this project includes the widening of Ziegler Road, South of Shallow Pond Drive to minor arterial width with curb and gutter, bike lanes and sidewalk. This project also connects Trilby Road west along the Kinard Junior High School. The new Trilby Road connection will be constructed to a minor arterial standard with parking along the school, 8 foot detached sidewalk, curb and gutter, bike lanes, median, storm sewer, and the installation of a 24" water line. B. Protection and Restoration. I.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. P:\Slrcct Oversizing\Trilby & Ziegler Improvements - Kinard Junior High\Hid Does\Construction Spccs\General Requirements General Reqs. - 2 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. UTILITIES Water: City of Fort Collins, Colorado 221-6681 Storm Sewer: City of Fort Collins, Colorado 221-6589 Sanitary Sewer: City of Fort Collins, Colorado 221-6681 Electric: City of Fort Collins, Colorado 221-6700 Gas/Electric: Xcel Energies 225-7847 Telephone: Qwest Communications 377-6401 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: AT&T Broadband 493-7400 FCLWD: Nate Gill Fort Collins Loveland Water District 226-3104 ext. 17 Water: Fort Collins Loveland Water District 226-3104 ext. 17 Sewer: Fort Collins Loveland Water District 226-3104 ext. 17 Electric: Poudre Valley REA 226-1234 *Utility Locates Under A One -call r@ system 1-800-922-1987 Ditch Companies as required 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 Judith Robertson: 225-4111 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 Transportation: Transfort: 221-6620 —' Traffic Engineering. 221-6630 END OF SECTION P:\Slreel OversizingWrilby & Ziegler Improvements- Kinardjunior High\Bid DocsWonstruction Specs\Genxml Requirements _ General Reqs. -3 Trilby Road and Ziegler Road Improvement Project SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES Date: June 13, 2005 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 limes and keep them informed at all times. E. Keep traffic areas and temporary residential accesses free of excavated material, construction equipment, pipe and other material and equipment. F. Keep fire hydrants and utility control valves free from obstruction and available for use at all times- G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. H. Provide and maintain temporary approaches or crossings at streets and residences. 1.2 SCHEDULE AND MILESTONES The Contractor shall submit a detailed project schedule showing milestones and the critical path for The Trilby Road and Ziegler Road Improvement Project. This schedule shall be agreed to by both the Owner and Contractor. It shall be made in writing and signed by both parties. The progress schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. If the milestones are not met, the Owner may utilize the remedies provided in paragraph 15.6 of the Supplementary Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The Owner may also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. 1.3 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors. 2. Contractor shall designatelintroduce 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. & At this time the superintendent will be expected to show that he has sufficient knowledge of the specifications and plans to orchestrate and coordinate the construction actives for this job. PAStreet Oversizing\Trilby & Ziegler Improvements- Kinmrd Junior High\Bid DocsWonstruction Specs\General Requirements General Rcqs. - 4 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 — 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. S. 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 P:\Streel OversiringWrilby & Ziegler improvements— Kinaid Junior Iligb\Bid DocsWonstmction Spew\General Requirements General Reqs. - 5 Trilby Road and Ziegler Road Improvement Project SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL Date: June 13, 2005 A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 2. The contractor will be required to submit a weekly progress schedule showing work to be completed, labor, equipment, work hours and methods of construction for the up coming week. This schedule will be required every Thursday in a daily calendar format. C. The schedule must show how the street, storm sewer, 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. 1A 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. 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting P:\Street Oversizing\Trilby & Ziegler Improvements— Kinard Junior Nigh\laid DocsWonstruction Specs\Geneml Requirements General Reqs. - 6 Trilby Road and Ziegler Road Improvement Project Date; June 13,2005 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 PASireet OversizingWrilby & Ziegler Improvemems— Kinard Junior HighlBid DocsTonswction SpecAGeneml Requirements General Reqs. -'7 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can 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, r. 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 12/03 Section 00100 Page 2 `" Trilby Road and Ziegler Road Improvement Project SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS Date: June13,2005 A. The Owner (will not) provide the construction surveying for the Project. City of Fort Collins Survey Crews will perform the surveying required. The Contractor will be responsible to provide the surveying required on this project. B. The Owner will make the projects CAD drawings available to the Contractor upon request. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shalt pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. END OF SECTION P:1Street Ovetsi-ring\Trilby & Ziegler Improvements- Kinard Junior High\Bid DocsWonstmction Specs\Gcnenl Requirements General Reqs. - 8 No Text Trilby Road and Ziegler Road Improvement Project SECTION 01410 TESTING 1.1 GENERAL Date: June 13,2005 A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product, which becomes unfit for use after approval hereof, shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. 3. 4, Owner shall be responsible for and shall pay all costs in connection with testing for the following: L 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. Concrete tests, except those called for under Submittals thereof. Asphalt tests, except those called for under Submittals thereof. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, the Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: L All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under section 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Project Engineer 48 hours prior to performing air operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. The 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 P:\Street OversizinglTrilby & Ziegler Improvements- Kinard Junior High\Bid Docs\Cunstmdiou Specs\General Requirements General Reqs. - 9 RI Trilby Road and Ziegler Road improvement Project Date: June 13, 2005 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 whose sole resuonsibility is to monitor and coordinate all facets of the Work. The 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. The superintendent shall have the authority to act on behalf of the CONTRACTOR The -- superintendent shall not be replaced without written notice to the Owner and Engineer. 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 P:1Strect Oversizing\Trilby & Ziegler Improvements- Kinard Junior High\trid DocsWonstruclion Specs\General Requirmnents General Reqs. - 10 Trilby Road and Ziegler Road Improvement Projeet SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. Date: June 13, 2005 B. Owner will furnish water in reasonable amounts for execution of the work at existing fire hydrants without charge to Contractor. The Contractor shall coordinate and schedule with the Owners' Field Representative for the Water Department to select the appropriate fire hydrant and set the hydrant meter. C. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system. 2. Unnecessary waste of water will not be tolerated. D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. L 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. One facility will delivered to the City of Foil Collins trailer open notice of award of bid. 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 P:\Strcet Oversriing\Trilby & Ziegler Improvements— Kinard Junior High\Bid DocsWonstmction Spccs\Gencml Requirements General Reqs. - 11 No Text Trilby Road and Ziegler Road Improvement Project SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL Date: June 13, 2005 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 7:30 p.m. and 6:30 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 eeneral 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. 1.5 SECURITY P:\Strect Ovcrsizing\Trilby & Ziegler Improvements- Kinard Junior Iligh\Bid DocsWonsuuction Specs\General Requirements General Reqs. -12 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 _ 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 PASlreet OvcrsizingUrithy & Ziegler hnurovcotenls — Kinard Junior HighWid DocsK onstmction Specs\General Requirements -. General Reqs. -13 Trilby Road and Ziegler Road Improvement Project SECTION 01580 TRAFFIC REGULATION 1.1 TRAFFIC CONTROL Date: June 13, 2005 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. Two way traffic shall be maintained on this job at all times. 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. A road closure will be permitted to install the 24" Water Tap, during the surface milling and the paving of the top mat of the Ziegler and Trilby intersection. Two (2) lanes of traffic shall be maintained from Shallow Pond Drive to Trilby Road during all other phases of construction. Access to all side roads along the project shall be maintained at all times. Pedestrian Access — Pedestrian Access shall be provided along the East side of Ziegler Road at all times within the project limits. Bike Lanes- Bike lines will be required on the east side of Ziegler throughout the construction process. Pipe Crossing — During the construction of the 24" watermain a detour will need to be approved by the City of Fort Collins Traffic department 2 weeks before construction. 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 along the West side of Ziegler Road at all times, utilizing temporary sidewalks when necessary. 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 the Kinard Junior High School construction site during their business hours. It will be the Contractors responsibility to coordinate and communicate with the businesses during construction. H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. PAStreet Ovcrsizing\Trilby & Ziegler Improvements - Kinard Junior I ighWid DocsWonsuuction SpecsKieneral Requirements General Reqs. - 14 Trilby Road and Ziegler Road Improvement Projett Date: June 13, 2005 I. The Contractor shall keep fire hydrants and utility control valves free from obstruction and available for use at all times. J. The Contractor shall provide and maintain, at their cost, temporary driveway approaches on driveways open to traffic at all times to insure that the approaches are smooth, compacted, and will not prohibit or inhibit the use of the driveway. The driveway approaches must be maintained seven days a week. In the case of bad weather the Contractor must repair the driveways immediately following the storm and must work to maintain access during the storm. 1.2 WORK AREA SAFETY A. The Contractor shall maintain a safe work area and protect area residents, motorists, bicyclists, pedestrians, _ and children from work area hazards. B. The Contractor shall provide all work area safety control devices, such as barricades and safety fence around all excavations and drop-offs. C. Work area safety control devices will not be paid for separately. Cost for this equipment should be included in the lump sum cost for the work items which will require work area safety control devices. 1.3 PARKING A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with public traffic, Owner's operations, or construction activities. END OF SECTION PAStreet Oversizing\Trilby & Ziegkr Improvewnenis - Kinard Junior High\Bid Docs\Constmction Specs\General Requirements General Reqs. -15 _ the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or 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 "estions 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 I•Jill 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 clays after the Bid opening. 7.0 CONTRACT TIME. 12/03 Section 00100 Page 3 Trilby Road and Ziegler Road improvement Project SECTION 01700 CONTRACT CLOSEOUT 1.1 SUBSTANTIAL COMPLETION Date: June IJ, 2005 A. Substantial Completion for the Trilby Road and Ziegler Road Improvement Project shall be defined as the completion of all pavement, curb and gutter, sidewalks, ramps, underground utility work, inlets, storm drainage work, medians, earthwork and any other pertinent items as required for this project. The roadways must be opened to traffic. B. Substantial Completion dates or times are outlined in Section 00520 - Agreement. 1.2 FINAL COMPLETION A. Final Completion shall be defined as the completion of all Work including cleanup, Project Record Documents shall be turned over to the Owner, all punch list items completed, and all processing of all change orders. The Work must be ready for final payment and acceptance. B. Final Completion will be subject to the terms outlined in Section 00520 -Agreement. END OF SECTION PAStreet Oversizing\l'rilby & Ziegler Improvements - Kinard Junior Pligh\Bid DocsWonstmction Specs\Geneml Requirements General Reqs. - 16 i.y..li n.a it Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 SECTION 01711 SITE CLEANUP 1.1 GENERAL. A. Execute cleanup, during progress of the Work, and at completion of the Work. B. Adequatecleanup will be a condition for recommendation of progress payments. 1.2 DESCRIPTION A. Store volatile wastes in covered metal containers and dispose off site. B. Provide on -site covered containers for the collection of waste materials, debris and rubbish. C. Neatly store construction materials, such as concrete forms, when not in use. D. Broom clean adjacent paved surfaces and rake other adjacent surfaces. E. The streets adjacent to the construction area shaft be cleaned of debris generated by the nroiect by the Contractor at the earliest opportunity, but in no case shall the street be left unclean 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 roadipay at no additional cost to the nroiect 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. I.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 P;\Street Oversizing\Trilby & Zicgler Improvements — Kinard Junior High\laid Docs\Construction SpecsCeneral Requirements General Reqs. -17 w.r Trilby Road and Ziegler Road Improvement Project SECTION 01720 PROJECT RECORD DOCUMENTS 1.1 GENERAL A. Maintain at the site one record copy of: 1. Documents and samples called for in General Conditions 6.19. 2. Field Test Records. 3. Certificates of compliance. 1.2 MAINTENANCE OF DOCUMENTS AND SAMPLES Datc: June 13,2005 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. S. 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 PAStrcet Oversizing\Trilby & Ziegler Impiovements— Kinard Junior tligb\Bid DocsWonstmction Specs\General Requirements General Reqs. -18 Trilby Road and Ziegler Road bnprovement Project Date: June 13, 2005 TRILBY ROAD AND ZIEGLER ROAD IMPROVEMENT PROJECT The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction" (1999), except as revised herein, is hereby adopted as a minimum standard of compliance for this project. The City of Fort Collins Storm Drainage Construction Standards, City of Fort Collins Water Utilities Standard Construction Specifications, City of Fort Collins Design Criteria and Standards for Streets, and City of Fort Collins Work Area Traffic Control Handbook, shall also serve as minimum standards of compliance for this project. They are not included in the contract documents, but may be obtained at the appropriate City Departments. It shall be the Contractor's responsibility to purchase and familiarize themselves with all of the City Department Specifications. These project specifications, City Department specifications, and CDOT standard specifications are considered minimum standards for compliance on this project. In those instances where the CDOT Standard Specifications conflict with the City specifications listed above, the City specifications shall govern. In those instances where the CDOT Standard Specifications conflict with any of the provisions of the preceding Sections 00001 through 01750, General Requirements, the preceding sections shall govern. PROJECT CONSTRUCTION SPECIFICATIONS INDEX OF REVISIONS SECTION 202 REMOVALS.................................................................... 203 EXCAVATION AND EMBANKMENT ......................... 208 EROSION CONTROL ..................................................... 210 RESET STRUCTURES ................................................... 304 AGGREGATE BASE COURSE ...................................... 306 RECONDITIONING....................................................... 307 FLYASH SUBGRADE STABILIZATION ..................... 401 PLANT MIX PAVEMENTS - GENERAL ...................... 403 HOT BITUMINOUS PAVEMENT ................................. 506 RIPRAP...-...................................................................... 603 CULVERTS AND SEWERS .......................................... 604 MANHOLES, INLETS AND METER VAULTS ........... 608 SIDEWALKS AND DECORATIVE CROSSWALKS ... 609 CURB AND GUTTER ..................................................... 619 WATER LINES............................................................... 630 TRAFFIC CONTROL DEVICES ... .......................... PAGE ......................................... Technical Specs 2-3 ......................................... Technical Specs 4-6 ................................ :........ Technical Specs 7 .......................................... Technical Specs 8-9 ...........I.............................. Technical Specs 10 .......................................... Technical Specs 11 .......................................... Technical Specs 12-15 .......................................... Technical Specs 15-21 ..........................................Technical Specs 21-24 ..........................................Technical Specs 25-26 .......................................... Technical Specs 27 ....................... I.................. Technical Specs 28 .......................................... Technical Specs 29-30 ..................................... Technical Specs 31 ....... ........ I..................... Technical Specs 32-33 .... Technical Specs 34-37 P3 Street Oversizing\Trilby and Ziegler Improvements— Kinard.lunior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - I Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 202 _ REMOVALS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 is revised to include the following: The Contractor shall remove and dispose of all concrete sidewalk, curb and gutter, cross pans, driveways, inlets, irrigation structures, pipe, structures, asphalt, fence, trees, retaining walls and any other obstructions that are designated for removal by the Engineer. All such removals will be measured in the field, and quantities agreed to by the Contractor and the Engineer. Subsection 202.02 is revised to include the following: Disposal Site - Materials designated for removal shall become property of the Contractor, unless noted in the specifications or specified by the Engineer to be salvaged or stockpiled. It shall be the Contractor's responsibility to obtain disposal sites for all unusable material, which is removed. Subsection 202.07 is revised to include the following: Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and straight vertical line. Pieces of concrete which, due to the Contractor's operations, crack or break beyond the limits of construction shall be saw cut, or removed to the nearest joint, and removed and replaced at the Contractor's expense. The limit of the repair will ~ be determined by the Engineer. The initial saw cutting to remove existing concrete and/or asphalt shall be considered incidental to the Work and shall not be paid for separately under this item. Removal of concrete, asphalt and/or obstructions as described in section 202.01 beyond the limits designated by the Engineer will be the responsibility of the Contractor and will not be paid for under this section. Subsection 202.11 is revised to include the following: The Contractor and the Engineer shall field measure and agree upon the quantity to be removed before the work commences. Should the Contractor fail to request the Engineer to measure any work, the Contractor shall not be compensated for materials that were not measured by the Engineer. _ The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul, disposal, and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for each bid item in Section 202. Subsection 202.12 is revised to include the following: Payment will be made under: _Pay Item and Pay Unit The pay unit is denoted by 202-01 Remove Pipe (RCP,CMP,PVC) — (LF) 202-02 Remove Vertical Curb and Gutter — (LF) 202-03 Remove Structure and Cap Pipe — (EA) 202-04 Rotomitl Asphalt Pavement (5"-10" Deep) — (SY) —' 202-05 Profile Mill(0"-2")—(SY) 202-06 Remove Existing Tree — (EA) 202-07 Remove Fence Various Types — (LF) P:\.Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 2 Trilby Road and Ziegler Road Improvement Project 202-08 Demo Existing Concrete Box - (EA) 202-09 Remove Trickle Pan - (SF) 202-10 Remove Type III Barrier- (LS) 202-11 Remove Sidewalk - (SF) 202-12 Remove Handicap Ramps - (SF) Date: June 13, 2005 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 rotomil►ing, including excavation, backfill, haul and disposal, as specified in these specifications, and as directed by the Engineer. All saw cutting involved in removing the necessary items in order to complete the Work shall be considered incidental to the Work and will not be paid for separately. END OF SECTION P:\ Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid DocsTonstruction Specs\Technical Specs - Technical Specs. - 3 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 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 material on the site to final grades, excluding the bid items listed in Section 202. Excavation of unsuitable material will only be paid for if it is found to be unsuitable ._ in its original state. This item shall be measured from the plans and cross sections, and will be paid for by the cubic yard. This item shall be paid according to plan quantity. Embankment (Complete in Place) - All excavated material, except the material being hauled and disposed, shall be placed as embankment and compacted, to final grades, as specified in Section 203.07. The embankment quantity was not adjusted to allow for shrinkage during compaction. This item will be measured from the plans and cross sections and will be paid for by the cubic yard. This item will be paid according to plan quantity. Haul and Dispose - This shall consist of hauling and disposing of any excess material or unsuitable fill material (Muck Excavation is not included in this item). This item will be measured from the plans and cross sections and will be paid for by the cubic yard. This item shall be paid according to plan quantity. Borrow ABC - Class 5 or 6 (Complete in Place) - This shall include supplying, placing, and compacting aggregate base course as directed by the Engineer. This item will be measured in the field and paid for by the ton. This item will not be paid for as Embankment. Borrow material will only be used for fill if there is a shortage of suitable material onsite and/or as directed by the Engineer and may be used under sidewalks. Muck Excavation (Complete in Place) - This shall include excavation of unsuitable material, supplying and _ placing Class 1 or 2 Structural Backfill or an approved fill, re -compacting material to finish grade, and haul and disposal of unsuitable material. NOTE: Muck -excavation of material from weather damage or dewatering pimsp failure 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. Topsoil - (stripping, stockpiling, placing) - 6" Depth - All areas that have suitable topsoil material shall be - stripped to a depth of 6 inches. This material shall be stockpiled and placed after the final grades have been established. This item shall include stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil material for back of walk and curb areas, and other designated areas. This item shall be paid according to plan quantity. Topsoil - (stripping, Haul Off -Site) - 6" Depth - This work shall consist of stripping topsoil material to a depth of 6 inches and hauling off -site. This item shall be paid according to plan quantity. Median Hardscape Shaping (Complete in Place) - The areas in the medians beneath the exposed aggregate concrete shall be backfilled with suitable onsite material approved by the Engineer. These areas shall be backfilled in lifts not to exceed 6 inches (6") and compacted with a plate compactor or as directed by the Engineer. This item will not be paid for as Embankment. This item will be measured in the field and will be paid for by the square foot. Potholing - The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic signal conduit and other existing utility lines and pothole 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. Flow Fill Shallow Utilities - This work shall consist of the removal of soil above an existing utility, after sub -grade elevation has been achieved, one foot (P) deep and three foot (3') wide. This excavated area that can not be treated with flyash will be filled with flowable fill to the top of sub -grade to protect the existing utility. All related work, PA Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid Docs\Construction Specs\Technical Specs I Technical Specs. - 4 Trilby Road and Ziegler Road linprovetnent Project Date: June 13, 2005 material and equipment will not be measured and paid for separately, but shall be included in the work. This work shall be measured and paid for by the linear foot. Import Screened Topsoil (3")- Parkway Areas - This shall include supplying, hauling, placing, and grading screened topsoil between the new curb and gutter and sidewalk, and/or as directed by the Engineer for this project. This material shall be placed and graded on the surface for the future seeding and sodding by others. This item will be measured in the field and paid for by the cubic yard. This item will not be paid for as Embankment. These items will not be paid separately under items in section 202, 210, 603, or 604. Embankment and sub -grade material shall be compacted to 95% of maximum density at +/- 2% optimum moisture. Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk, and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum moisture. Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the Engineer. Minor cuts and fills shall be considered incidental to the work, and shall not be paid separately under this section. If unsuitable sub -grade is encountered and the Engineer directs the Contractor to over excavate the material, the Contractor shall use Aggregate Base Courses (Class 5 or 6), Class 1 or 2 Structural Backfill, Pit Run or an approved fill to backfilt 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 sub -grade 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 sub -grade 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 backfilt to the finished grade with approved material. The completed sub -grade shall be proof -rolled again after placement of approved material. This will be paid for at the contract unit price for Muck Excavation. The Contractor shall refer to the plans for re -grading information. This work shall include all excavation, embankment, and grading required preparing 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 sub -grade 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 P:\ Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid Docs\Conshuction Specs\Technical Specs Technical Specs. - 5 Trilby Road and Ziegler Road Improvement Project The pay unit is denoted by ( ). 203-01 Unclassified Excavation — (CY) 203-02 Embankment - CIP — (CY) 203-03 Haul & Dispose — (CY) 203-04 Borrow ABC (Class 5 or 6) — CIP - (Ton) 203-05 Muck Excavation — CIP — (CY) 203-06 Topsoil —(Stripping, stockpiling, placing) — 6" Depth — (CY) 203-07 Topsoil4Stripping, Haul Off - Site) — 6" Depth — (CY) 203-08 Median Hardscape Shaping - CIP — (SF) 203-09 Potholing — (LS) 203-10 Flowfill Over Shallow Utilities — (LF) 203-11 Import Screened Topsoil (Y) — Parkway Areas — (CY) 203-12 Clearing and Grubbing - (LS) Date: June 13, 2005 The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in removals and rotomilling, including excavation, backfill, haul and disposal, as specified in these specifications, and as directed by the Engineer. All saw cutting involved in removing the necessary items in order to complete the Work shall be considered incidental to the Work and will not be paid for separately. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 6 a.a Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: Subsection 208.05 is revised to include the following: All Erosion Control Devices, Materials, and Techniques required preventing damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price. No measurement for payment shall be made for maintenance of Erosion Control devices. The tracking pad shown on the plans shall be included and considered incidental to the work. This item will be paid for as a lump sum price to the Contractor: Subsection 208.07 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 208-01 Erosion Control — (LS) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 7 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 �. 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 smitten 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. 12/03 Section 00100 Page 4 Trilby Road and Ziegler Road improvement Project REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: Subsection 210.10 is revised to include the following: Date: June 13, 2005 Work contained in this Subsection shall meet the requirements of the current City of Fort Collins Water Utilities Standard Construction Specifications or other applicable water utility agency standard construction specifications. The Contractor shall cooperate and coordinate with the City Water Utilities Department or other applicable water utility when shutting off water to minimize downtime to customers. The Contractor shall also coordinate work involving the relocation of fire hydrants, water meters, curb stops, and water valves, and lowering water and sewer service lines, and water lines. The Contractor shall supply all materials required to complete the work that is not supplied by the City or other applicable water utility, and these materials shall be included in the costs of each item. This shall include, but not be limited to; new copper line and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper fittings, stop boxes, and meter pits will be required at each location. All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving operations. All structures located within a concrete pavement shall be adjusted prior to opening the roadway. The Contractor shall perform all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. The adjustments shall be made as noted below. All structures shall be adjusted to be +/- 1/8" below the pavement surface. The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into -- manholes, valve boxes, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low) or the structure was covered and not adjusted after the paving operation, written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary. adjustments within 5 working days. In the event that the structure is not adjusted within said time frame; the Engineer shall have the right to engage a third party to complete the work, and to withhold the cost of such work from payments due the Contractor. If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid for under the bid item for Asphalt Patching. Adjust Manhole Ring/Cover - Manholes located within existing asphalt pavement shall be adjusted by removing an area of pavement with a minimum diameter one foot (1') larger than the structure (centered on the structure). This shall be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. All manholes shall be raised through the top lift. When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy under traffic shall be replaced. This item will be paid under Adjust Manhole Ring/Cover - (EA). — Modify Manhole - Manholes located within the existing asphalt pavement or subgrade shall be adjusted by removing an area of pavement or subgrade with a minimum diameter two foot (2') larger than the structure _ (Centered on the structure). All OSHA shoring is the responsibility of the Contractor. This shall be done by cutting vertical edges in the pavement if required, and excavating below the ground surface to the required barrel seam P:\ Street Oversizing\Trilby and Ziegler Improvements -Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 8 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 needed to start the adjustment. The cone section shall be removed and additional sections added or removed to obtain the plan finished elevation. All manhole sections shall be cleaned and an approved gasket material applied prior to reassembly. This work shall be done in accordance with the City of Fort Collins Standard Construction Specification and/or the South Fort Collins Sanitation District Specifications for Sewer Mains. The excavation shall be backfilled with on -site material and shall be mechanically compacted or Flowable Fill used if directed by the Engineer. This item will be paid under Modify Manhole — (EA). Flowable Fill will be paid under Section 608. Adjust Valve Box — Valve boxes located within asphalt pavement shall be adjusted by removing the existing pavement around the valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the top section of the valve box is in poor condition, the Contractor shalt excavate around the top section of the valve box and remove and replace the top section with a longer section supplied by the Contractor. The excavation shall then be back filled with Non -Shrink flowfill to the top of sub -grade, 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). Modify Valve Box — Valve Boxes located within existing asphalt pavement or subgrade shall be adjusted by removing an area of pavement or subgrade with a minimum diameter of two foot (T) larger than the structure (centered on the structure). This shall be done by cutting vertical edges in the pavement, if required, and excavating below the ground surface to the valve box section needed to start the adjustment. The top section shall be removed and additional sections added or removed to obtain the plan finished elevation. All valve box sections shall be done in accordance with the City of Fort Collins Standard Construction Specifications and/or the Fort Collins — Loveland WaterDistrict Specifications for Water Mains. The excavation shall be flowfilled. This item will be paid for under Modify Valve Box — (EA). Flowable Fill will be paid under Section 608. Subsection 210.13 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by ( ) 210-01 Adjust Manhole Ring/Cover—(EA) 210-02 Modify Manhole — (EA) 210-03 Adjust Valve Box — (EA) 210-04 Modify Valve Box — (EA) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the Work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, metal shims, bituminous materials, haul and disposal, excavation, bedding material, backfill, and compaction as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid DocsWonstruction Specs\Technical Specs Technical Specs. - 9 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is revised as follows: Subsection 304.01 is revised to include the following: This work shall consist of placing 6" of Aggregate Base Course (Class 5 or 6) over previously prepared pavement sub -grade approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and shall meet the requirements of Subsection 703.03. The proposed material shall meet the following minimum requirements: LL Maximum: 30 PI Maximum: 6 "R" Value Minimum: 78 The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.11 _ Subsection 304.06 is revised to include the following: Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as determined by ASTM D698. Subsection 304.07 is revised to include the following: Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly if the _ moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured or paid for separately, but shall be included in the price for Aggregate Base Course. Load slips shall be consecutively numbered for each day. 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 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: _ ,� Item and Pay Unit The pay unit is denoted by (). 304-01 Aggregate Base Course - (Class 5 or 6) - 6" Depth — (CIP) — (TON) 304-02 Aggregate Base Course Patch Placement -(Class 5 or 6) — 6" Depth — (CIP) — (TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in 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 PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 10 a.a Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 306 RECONDITIONING Section 306 of the Standard Specifications is hereby revised for this project as follows Subsection 306.02 is revised to include the following: The top 8" of the entire sub -grade, including fill areas, (curb, gutter and sidewalk, and pavement areas) shall be reconditioned by scarifying and re -compacting. The sub -grade 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 road base 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 sub -grade material and made a reasonable effort to recondition the sub -grade. Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work. Sterilization shall not be paid for separately under this item. This item (Reconditioning) will not be necessary or paid for in flvash stabilized areas. Subsection 306.04 is revised to include the following: The accepted quantities of Reconditioning will be paid for at the contract unit price per square yard. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (}. 306-0I Reconditioning (8") Under Sidewalk - (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Reconditioning, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION P:\ Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - I Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 307 _ FLYASH SUBGRADE STABILIZATION Section 307 of the Standard Specifications is revised as follows: This item shall consist of treating the sub -grade, adding Class "C" flyash, mixing and compacting of the mixed material to the required depth and density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS A. Flyash - The flyash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance with Sections 4, 6, and 8 unless otherwise shown on the plans. Flyash shall be Class C designation containing a minimum of 25 percent CaO. B. Water - The water used in the stabilized mixture shall be clean, clear, and free of sewage, vegetable matter, oil, acid, and alkali. Water known to be potable may be -used without testing. All other sources shall be tested in accordance with AASHTO T-26 and approved by the Materials Engineer. EQUIPMENT A. The machinery, tools and equipment necessary for proper prosecution of the Work shall be on the _ project site and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Flyash shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used, they shall be completely enclosed. C. If flyash is furnished in trucks, each truck shall have the weight of flyash certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Engineer. D. All sheep foot compactors shall have all cleaner bars in working condition. + CONSTRUCTION METHODS A. General —' It is the primary purpose of this specification to secure a completed course of treated material that contains the following: 1. Uniform flyash/soil mixture with no loose or segregated areas; 2. Uniform density and moisture content 3. Is well bound for its full depth 4. A smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to achieve full depth as shown, on plans; to use the proper amounts of flyash; to maintain the work; and to rework the courses as necessary to meet the above requirements at no additional cost. Before other construction operations are initiated, the sub -grade shall be graded and shaped to enable the flyash treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans. Unsuitable soil or materials shall be removed and replaced with acceptable material. PA Street Oversizing\Trilby and Ziegler Improvements -Kinard Junior High\Bid DocsTonsnvction Specs\Technical Specs Technical Specs. - 12 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 The subgrade shall be firm and able to support, without displacement, the construction equipment and the compaction hereinafter specified. Soft or yielding sub -grade shall be corrected and made stable by scarifying, adding flyash, and compacting until it is of uniform stability. If the Contractor elects to use a trimming machine that will remove the sub -grade material accurately to the secondary grade, he will not be required to expose the secondary grade or windrow the material. However, the Contractor shall be required to roll the sub -grade, as directed by the Engineer, before using the trimming machine and correcting any soft areas that this rolling may reveal. This method will be permitted only where a machine is provided which will ensure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such design that visible indication is given at all times that the machine is cutting to the proper depth. B. Application The flyash shall be spread by an approved spreader at the rate of 12% dry weight of soil as shown on the plans and as directed by the Engineer. A motor grader shall not be used to spread the flyash. The flyash shall be distributed at a uniform rate and in such manner as to reduce the scattering of flyash by wind to a minimum. Flyash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing flyash becomes objectionable to traffic or adjacent property owners. During final mixing, water shall be added to the materials as directed by the Engineer, until the proper moisture content has been secured. Water shall be added through the pulverizing machine or method acceptable to the Engineer to develop a uniform, controlled rate addition of the needed moisture. Initial mixing after the addition of flyash will be accomplished dry or with a minimum of water to prevent flyash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than two percent nor by less than the optimum by more than four percent. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the flyash. C. Mixing The soil and flyash shall be thoroughly mixed by approved rotary mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and flyash is obtained, free from all clods or lumps. Water required to achieve the specified moisture content for the mixture should be added after initial mixing. If the soil flyash mixture contains clods, they shall be reduced in size by raking, blading, disking, harrowing, scarifying or the use of other approved pulverization methods so that when all non -slaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested at the field moisture condition or dry by laboratory sieves: Minimum Passing 1: inch sieve 100 percent Minimum Passing No. 4 sieve 60 percent D. Compaction Compaction of the mixture shall begin immediately after mixing of the flyash and be completed within one hour following addition of flyash and water. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to a specified density. P:\ Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 13 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 All non -uniform (too wet, too dry or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required and reshaping the recompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilized section shall be compacted to the extent necessary to provide the density specified below: For flyash treated sub -grade, existing sub -base Not less than 95 percent maximum dry density or existing base that will receive subsequent (ASTM D-698) sub -base or base courses For flyash treated sub -base or base that will Not less than 95 percent maximum dry density receive surface course (ASTM D-698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, the Engineer will make tests as necessary. If the ._ material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation, the shape of the course shall be maintained with a blade, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Grading should be terminated within two hours after blending of the flyash. Should the material, due to any reason or cause, lose the required stability, density and finish before the next course is placed or the work is accepted, it shall be reprocessed, re -compacted and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of flyash. E. Finishing, Curing and Preparation for Surfacing After the final course of the treated sub -grade, sub -base or base has been compacted, it shall be brought the required lines and blue top grades in accordance with the typical sections. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth of approximately 3 inch, removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the fat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction plans, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing operations. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans. 2. After the flyash treated course has been finished as specified herein, the surface shall be P:\ Street Oversizing\Trilby and Ziegler hnprovements - Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 14 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 protected against rapid drying by either of the following curing methods for a period of not less than three days or until the surface or subsequent courses are placed: (a) Maintain a thorough and continuously moist condition by sprinkling. (b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition. (c) Apply an asphalt membrane to the treated course, immediately after same is completed. The quantity and type of asphalt approved for use by the Engineer shall be sufficient to completely cover and seal the total surface of the base between crown lines and all voids. If the Contractor elects to use this method, it shall be the responsibility of the Contractor to protect the asphalt membrane from being picked up by traffic by either sanding or dusting the surface of same. The asphalt membrane may remain in place when the proposed surface or other base courses are placed. Asphaltic emulsions are not acceptable for the asphaltic membrane. NOTE: The 6% flyash line item is intended to dry out the trench for the waterline backfill material. This item will only be used if directed by the City of Fort Collins Engineering Department. METHOD OF MEASUREMENT Flyash Subgrade Stabilization will be measured by the square yard to the limits as constructed in the field and be paid for at the contract unit price per square yard. NOTE: The square yards of Flyash Subgrade Stabilization is an estimate only based on the soils report and general knowledge of the soil conditions in this area. The subgrade areas to be stabilized with flyash will be determined by the Engineer based upon results after proof rolling and effects resulting from inclement weather conditions. Subgrade areas not requiring flyash stabilization will be Reconditioned (Revision of Section 306), measured by the square yard as constructed in the field and paid for at the Reconditioning contract unit price per square yard. BASIS OF PAYMENT Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 307-01 Flyash stabilization — (12%) - (SY) 307-02 Flyash Subgrade Stabilization — (6%)- (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, blue top grades, tools, equipment, and incidentals and for doing all work involved in Flyash stabilization, complete -in -place, including compaction, and wetting or drying as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION P:\ Street Oversizing\Trilby and Ziegler Improvements — Kinard.lunior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 15 Trilby Road and Ziegler Road Improvement Project REVISION OF SECTION 401 & 703 PLANT MIX PAVEMENTS — GENERAL & AGGREGATES Section 401 and 703 of the Standard Specifications is hereby revised as follows: Subsection 401.02 is hereby revised to include the following: Date: June 13, 2005 Requests made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. A job mix formula shall be determined by the Contractor and submitted to the Engineer for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide the Engineer with an asphalt mix design report from an independent testing laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil content, job mix formula and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of a Nuclear Asphalt Oven. For Superpave Mixes, delete Table 401-2 and replace with the following: TABLE 401-2 Grading Test Procedure Minimum Test Sampling Frequency Result All Gradings CP L-5109 Method B 80 One per 10, 000 metric tons (10,000 tons) or fraction thereof (minimum) In subsection 401.02, delete the second, third, and fourth paragraphs and replace with the following: 1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure 52(CP52-99), including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly within the Master Range Table, Tables 703-3A, B, and C, before the tolerances shown in Table 401-1 are applied. The weight of lime shall be included in the total weight of the material passing the 75 mm (No. 200) sieve. The restricted zone boundaries shown for all gradings in Tables 703-3A, 703-313, and 703-3C are to be used as guidelines in mix design development. However, the job -mix gradation is not required to pass above or below the restricted zone boundaries. 2. The name of the refinery supplying the asphalt cement and the source of the anti -stripping additive. 3. A sufficient quantity of each aggregate for the Department to perform the tests specified in section 2.2.1 of CP52. In subsection 401.02 delete Table 401-1, including the footnotes, and replace with the following: ABLE 401-113itumen Content t0.3% sphalt Recycling Agent f0.2% em erature of Mixture When Discharged from Mixer t10°C lot Bituminous Pavement - Item 403 assing the 9.5 mm (3/82) and larger sieves t6% assing the the 4.75 mm (No. 4) and 2.36 mm (No. 8) sieves f5% assing the 600 mm (#30) sieve t4% assing the 75 mm (#200) sieve f2% 'When 100% passing is designated, there shall be no tolerance. When 90-100% passing is designated, 90% shall be the minimum; no tolerance shall be used. PA Street Oversizing\Trilby and Ziegler Improvements - Kinard .junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 16 Trilby Road and Ziegler Road Improvement Project Delete Subsection 401.07 and replace with the following: Date: June 13, 2005 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 Temuerature Limitations in °C Compacted Layer Minimum Surface and Air Thickness in Temperature °C (°F) mm (inches) Top Layers Below Layer Top Layer <38 (11h) 15 (60) 10 (50) 38 (1'h) - <75 (3) 10 (50) 5 (40) 75 3 or more 7 45 2 35 Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the new pavement is to be placed. If the temperature falls below the minimum air or surface temperatures, paving shall stop. The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing for more than 10 calendar days during the period specified in Table 401-3A, below. The Contractor shall immediately place a temporary hot bituminous pavement layer on any surface that has been planed or recycled and can not be resurfaced in accordance with the above temperature requirements within 10 calendar days after being planed or recycled. The minimum thickness of the temporary hot bituminous pavement layer shall be 50 mm (2 inches). The Contractor shall perform the quality control required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All applicable pavement markings shall be applied to the temporary layer surface. The Contractor shall maintain the temporary layer for the entire period that it is open to traffic. Distress which affects the ride, safety, or serviceability of the temporary layer shall be immediately corrected to the satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be removed when work resumes. Table No. 401-3A Periods Requiring verlay of Treated Surfaces Location by Elevation Period During Which Planed or Recycled Surfaces Must be Overlaid within Ten Days All areas below and including 2100 in (7000 October 1 to March 1 feet All areas above 2100 in (7000 feet) up to September 5 to April I and including 2600 in 8500 feet) All areas above 2600 in (8500 feet) August 20 to May 15 In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following: The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: P: Street Oversizing\Trilby and Ziegler improvements - Kinard Junior High\Bid Docs\Consnvction Specs\,Technical Specs Technical Specs. - 17 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. 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 shorn 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, OWN£R 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 Securitv, 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 12/03 Section 00100 Page 5 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 Asphalt Grade Minimum Mix Discharge Temperature, °C °F * Minimum Delivered Mix Temperature, °C °F ** 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, or PG 64-28) and the _ surface temperature falls below 110°C (230 °F), no further compaction effort wil I 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: PA Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 18 Trilby Road and Ziegler Road Improvement Project Dale: June 13, 2005 TABLE 703-3A Master Range Table for Hot Bituminous Pavement (Grading S) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/2") 25.0 mm (1") 100 19.0 mm (3/a") 90 - 100 12.5 mm ('/2") 9.5 mm (/s..) 4.75 mm (#4) 2.36 mm (#8) 23 — 49 34.6 34.6 1.18 mm (#16) 22.3 28.3 600 mm (#30) * 16.7 20.7 300 mm (#50) 13.7 13.7 150 mm (#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. PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 19 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 TABLE 703-3BMaster Range Table for Hot Bituminous Pavement (Grading SX) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/2") 25.0 mm (1") 19.0 rum ('/<") 100 12.5 mm ('/2") 90 - 100 9.5 rum (/8••) 4.75 mm (#4) 2.36 mm (#8) 28 — 58 39.1 39.1 1.18 rum (#16) 25.6 31.6 600 mm (#30) * 19.1 23.1 300 mm (#50) 15.5 15.5 150 mm (#100) 75 mm (#200) 2 - 10 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs -- Technical Specs. - 20 Trilby Road and Ziegler Road Improvement Project - Date: June 13, 2005 TABLE 703-3C Master Range Table for Hot Bituminous Pavement (Grading SG) Steve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum _ Maximum 37.5 mm (1'/z") 100 25.0 mm (1") 90 - 100 19.0 mm ('/<") 12.5 mm ('/z") 9.5 mm (/8,,) 4.75 mm (#4) * 39.5 39.5 2.36 mm (#8) 19 — 45 26.8 30.8 1.18 mm (#16) 18.1 24.1 600 mm (#30) * 13.6 17.6 300 mm (#50) 11.4 11.4 150 mm (#100) 75 mm (#200) 1 — 7 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. END OF SECTION PA Street OversizingMilby and Ziegler Improvements — Kinard Junior High\Bid DocsTonstruction Specs\Technical Specs Technical Specs. - 21 Trilby Road and Ziegler Road Improvement Project REVISION OF SECTION 403 HOT BITUMInOUS PAVEMENT Section 403 of the Standard Specifications is hereby revised as follows: Subsection 403.01 is revised to include the following: Date: June 13, 2005 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. Asphalt Paver Patching- HBP Grading S &SG shall be used in locations as directed by the Engineer. This work shall consist of the placement of asphalt with a paver in small areas. 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. 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 of 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 = Ziegler Road (Shallow Pond Drive to Trilby Road) = 912,500 ESAL's = Trilby Road (Ziegler Road to Southwest Corner of Junior High) = 730,00 -. ESAL's = Old Legacy Drive (Cul-de-sac) = 73,000 Binder: Grading S-100-PG 64-28/ Grading SG-100- PG 58-28 Designed according to the most recent set of SUPERPAVE Specifications available. _ SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRETERIA A request made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable the paving shall stop and the cause of segregation shall be corrected —' before paving operations will be allowed to resume The contractor will not be allowed to clean the paver hopper during paving operations. Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 20% reclaimed material will be allowed for HBP Grading SG. The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. _ Vertical drop offs will not be allowed at the end of any days paving. Paper Joints will be required to a taper equaling 3 times amount of drop. Paving joints shall be in the lane lines or in the center of the lane. In no case shall the paving joints be in the wheel path. The contractor shall submit a longitudinal joint and pavement marking plan 3 days prior to paving. PA Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 22 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 PAVEMENT SECTION: Ziegler Road, Trilby Road, Old Legacy Drive Grading S-100 (PG64-28) Grading SG-100 (PG 58-28) 3" 5" The design mix for Grading S, SX, and SG shall conform to the following: TABLE 403-1 Property Test Grading S Grading SG Grading Sx Method N/A this Project Air Voids, percent at: CPL 5115 N (initial) > 11.0 > 11.0 > 11.0 N(design) 3.0-5.0 3.0-5.0 3.0-5.0 N maximum > 2.0 > 2.0 > 2.0 Lab Compaction (Revolutions): CPL 5115 N (initial) (a) 8 8 (a) N (design)(b) 100 100 (b) N maximum a 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 58-28 PG 64-28 Top Layer Grade of Asphalt Cement Layers PG 64-28 PG 58-28 PG 64-22 Below To Voids in the Mineral Aggregate CP 48 14.0 12.0 (a) VMA % minimum a Voids Filled with Asphalt (VFA) % AI MS 1 65 - 75 65 - 75 (a) (a) (a) Current CDOT Design Criteria (b) Residential 50, Collector 75, Arterial 100 Note: AIMS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 401/u passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Subsection 403.03 is revised to include the following: Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower than 225degree F. PA Street OversizingMilby and Ziegler Improvements —Kinard Junior High\Bid DocsTonsnvction Specs\Technical Specs Technical Specs. - 23 Trilby Road and Ziegler Road improvement Project Date: June 13, 2005 Emulsified Asphalt for tack coat shall be Grade CSS-1h. The tack coat shall consist of a 1:1 dilution (one (1) part ^ emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per square yard. The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious _ matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The ^ minimum lift thickness for Grading SX shall be one (1) inch and Grading S shall be (I %2) inch. HBP Grading SG shall be placed in equal lifts not exceeding four (4) inches and the minimum lift thickness shall be three (3) inches. Overlaying layers of Hot Bituminous Pavement shall not be placed until the lower layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in any manner. Tack coat shall be placed between all lifts. NOTE: Any leveling courses Placed shall be paid for at the contract unit price for Hot Bituminous Pavement. Subsection 403.04 shall include the following: Hot Bituminous Pavement Grading SX, SG, and S, will be measured by the ton and paid for at the Contract Unit Price for Asphalt Patching and Hot Bituminous Pavement. Pavement cutting, excavation, subgrade preparation, haul and disposal, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot bituminous pavement item will not be paid for separately — but shall be included in the unit price bid. Load slips shall be consecutively numbered for each day and shall include batch time. Subsection 403.05 is revised to include the following: Payment will be made under: _ Pay Item and Pay Unit The pay unit is denoted by (). 403-01 Hot Bituminous Pavement -Grading S-100 - (3" Depth) - (PG 64-28) -(TON) 403-02 Hot Bituminous Pavement- Grading S-100 - (2" Depth) - (PG 64-28) -(TON) 403-03 Hot Bituminous Pavement -Grading SG-100 - (5" Depth) - (PG 58-28) -(TON) 403-04 Asphalt Leveling Course - Grading SG- 100 - (PG 58-28) -(TON) _ 403-05 Asphalt Patching - Grading SG - 100 - (5" Depth) - (PG 58-28) - (TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Hot Bituminous Pavement and Asphalt Patching, including pavement cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling, surface preparation, and bituminous materials, sweeping curb and gutter of any bituminous rocks, complete in -place, as shown on these _ plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 24 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 506 RIPRAP Section 506 of the Standard Specifications is hereby revised as follows Subsection 506.01 is revised to include the following: This work consists of the construction of riprap sections with riprap, Type II bedding and covered with topsoil in accordance with these specifications and in conformity with the lines and grades shown on the plans or established Subsection 506.02 is revised to include the following: Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be gray to blue gray in color or as approved by the Engineer. Rock used for riprap shall be hard, durable, angular in shape and free from cracks, over -burden, shale and organic matter. Thin, slab type stones, rounded stones and flaking rock shall not be used. Removed concrete shall not be used for riprap without specific written approval by the Engineer. Service records of the proposed material will be considered by the Engineer in determining the acceptability of the rock. Neither breadth nor thickness of a single stone shall be less than one-third (1/3) its length. Bedding material shall conform to the specification for Type 11 Filter material as per the City of Fort Collins Storm Drainage Design Criteria and Construction Standards (Table 12-3) or CDOT Class A filter material (Section 703.09). Subsection 506.03 is revised to include the following: Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where this is not possible, the underlying materials shall be compacted to 95% of maximum density as determined by ASTM D 698. The bottom of the excavation shall have a uniform slope, be reasonably smooth, free from mounds and windows and free of debris prior to placing the filter material. Bedding material shall be placed on top of the subgrade material prior to riprap installation at all locations of riprap sections shown on the plans. The layer shall be shaped to provide the minimum thickness of bedding material as shown on the details of the plans. Riprap material shall be placed immediately after the bedding material is placed and in a manner to provide a well - graded mass of stone with minimum voids. Riprap may be machine -placed with sufficient handwork to minimize disturbance of the bedding material layer. This material shall be placed to the required thickness and grade shown on the details of the plans. Topsoil material shall be used to backfill and bury the entire riprap bed area and compacted to insure thorough settling of the topsoil within the rock voids. The top three inches (Y) of the topsoil shall be loosely placed. This material shall be placed to the required thickness as shown on the details of the plans. The contractor shall utilize, when appropriate, existing topsoil on site. Subsection 506.04 is revised to include the following: Riprap sections specified in the plans will be paid for at the contract unit price per EACH. The unit price bid shall include all costs associated with installation of the bedding material, riprap and topsoil including excavating for the placement of these materials, all materials, delivery, stockpiling and handling of the riprap. P:\ Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid DocsTonstruction Specs\Technical Specs Technical Specs. - 25 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 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 O. 506-01 5'x5'x2.5' Type L Rip -Rap, 6" Topsoil (CIP) — (EA) 506-02 10'x8'x1.5' Type D Rip -Rap, 6" Topsoil (CIP) — (EA) 506-03 6'x6'xl.5' Type L Rig -Rap, 6" Topsoil (CIP) — (EA) , The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and topsoil, complete -in - place, including haul and stockpile of materials, handling of the riprap and finish grading of the surface as shown on the plans, as specified in these specifications, and as directed by the Engineer. _ END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs _ Technical Specs. - 26 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 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: This work shall consist of the construction and reconstruction of reinforced concrete pipe, pipe encasement, pipe connections, and joint encasement in accordance with the plans, specifications, and the City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include in the Work all the necessary items to complete the Work including but not limited to excavation, bedding, backfill, and compaction. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 603-01 Tie to Existing 14"x23" HERCP - (EA) 603-02 14"x23" HERCP - (LF) 603-03 14"x23" HERCP FES - (EA) 603-04 4" Median Underdrain Pipe - (LF) 603-05 4" Conduit Sleeving - (LF) 603-06 6" Conduit Sleeving -(LF) 603-07 18" RCP Class III - (LF) 603-08 18" RCP Class III - (FES) - (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. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements - Kinard Junior High\Bid DocsWonstruction Specs\Technical Specs Technical Specs. - 27 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. 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 12/03 Section 00100 Page 6 r Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised as follows: Subsection 604.01 is revised to include the following: This work shall consist of the construction of manholes, CDOT Type `R' inlets, area inlets, and providing and maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill, compaction, and installation and maintenance of erosion control into each item listed in this section. The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of the cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes with water. All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price. No measurement for payment shall be made for maintenance of Erosion Control devices. — Subsection 604.02 is revised to include the following: Proportioning shall conform to the requirements for Class B concrete as described in Section 601. — Subsection 604.08 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 5' Type R-Inlet — (EA) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing inlets, constructing manholes, and installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. END OF SECTION P9 Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 28 4#i Trilby Road and Ziegler Road Improvement Project 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: June 13, 2005 This work shall consist of the construction of concrete sidewalks (6'), pedestrian access ramps, driveways, crosspans, exposed aggregate medians splashblock, and drive approaches, in accordance with the plans and specifications. Required saw cutting will be incidental to the work and will not be measured or paid for separately. The use of aggregate base material for fine grading or over excavated areas will not be paid for separately. Subsection 608.02 is revised to include the following: Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the exception the minimum 28 day compressive strength shall be 3500 psi. The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24-hour compressive strength of 3000 psi and a minimum 28-day compressive strength of 3500 psi. It shall include supplying, placing, curing and texturing the high early concrete. The price shall apply to all Sections including Section 412, 608 and 610. Payment for extra cost of using high early concrete will be paid for by the cubic yard for the incremental increase in costs and will be paid only when the Engineer requires use of high early. Non -Shrink backfill - also called Flowable Fill or Unshrinkable Fill - shall be a Portland Cement Concrete Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/II. The minimum 24-hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non - shrink backfill shall be consolidated with a mechanical vibrator. Payment of using flowfill will be paid for by the cubic yard and only when used as required by the Engineer. Subsection 608.04 is revised to include the following: Exposed Aggregate Concrete: The exposed Aggregate Concrete shall be Class "EA" concrete integrally colored with l 1/2 lbs. of Davis Color No. 5237 " San Diego Buff' per sack of cement. The surface of the exposed Aggregate Concrete shall be sealed and protected from drying by applying Davis W-1000 Clear Cure and seal, or approved equal. ` San Diego Buff' shall be used for all exposed aggregate concrete in the median. Pedestrian Refuge Islands - will consist of hand forming and placing concrete for the crosswalk area and outflow curb and gutter including the curb head for the island nose and median. The refuge island shall be constructed after the straight sections of median outflow curb and gutter are placed on each side of the median. The crosswalk area shall be 6" thick. All labor, materials, equipment and incidentals required to construct this item including the crosswalk, gutter portion and curb heads, complete -in -place, shall be included in the unit price. This item will be measured in the field, and will be paid for by the square foot (SF). The median hardscape/splash block and the refuge island nose hardscaping will he exposed aggregate concrete and will be paid for at the contract unit price for Exposed Aggregate Concrete (Section 610). Subsection 608.05 is revised to include the following: The Concrete Driveway (6"), Sidewalk (6"), Access Ramps w/Landings (6"), Drive Approach (6") and Concrete Crosspan/Apron (9 1/2") items will be measured by the square foot of finished flatwork. The price for the Access Ramps (6") shall include the colored landing area as described in section 610. Ramp area shall be measured PA Street Oversizing\Trilby and Ziegler hnprovements - Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 29 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 ^ from the back of the curb to the back of the walk from point of curb return to point of curb retum.Subsection 608.06 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 608-01 Concrete Sidewalk 8' Wide (6") — (SF) 608-02 Concrete Access Ramps with Truncated Domes (8") — (SF) 608-03 Concrete Crosspan and Apron (91/2") — (SF) 608-04 Hi -Early Concrete (24hr) — (CY) 608-05 Flowable Fill Concrete — (CY) 608-06 Exposed Aggregate Median Hardscaping (4 ")- ( SF) 608-07 Pedestrian Refuge Island (6") — (SF) 608-08 Sidewalk Chase @ Old Legacy Drive (2'x10') — (EA) 608-09 Attached Sidewalk @ Cul-de-sac (8') — (SF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous flatwork, access ramps, drive approaches, and driveways, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, protection from staining of existing concrete from washing the exposed aggregate, and cutting the plastic used to separate the different concrete colors as specified in these specifications, and as directed by the Engineer. END OF SECTION _ PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid DocsTonstruction Specs\Technical Specs Technical Specs. - 30 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 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: This work shall consist of the construction of cast in place vertical 6" curb and gutter, 6" outfall curb and gutter (1-ft pan), and concrete lined irrigation ditch accordance with the details and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes construction of curb and gutter sections, complete and in place, measured along the flow line. Removal of curb and gutter is not included in this section, but wilt 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 O. 609-01 Vertical Curb & Gutter (30") — (LF) 609-02 Outfal I Curb & Gutter (18") — (LF) 609-03 Roll Over Curb & Gutter— (LF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing vertical curb and gutter, variable height curb and gutter, concrete median curb, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION P.'\. Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior Nigh\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 31 Trilby Road and Ziegler Road Improvement Project REVISION OF SECTION 619 WATER LINES Section 619 of the Standard Specifications is hereby revised as follows: Subsection 619.01 is revised to include the following: Date: June 13, 2005 This work shall include installing ductile iron pipe (DIP), gate valves, tees, bends, tapping saddles, plugs, reaction blocks and joining to existing lines and other items as shown on the plans and as designated by the Engineer. This work shall meet the requirements of the current Fort Collins -Loveland Water District Standards. It shall be the Contractors responsibility to purchase and familiarize themselves with these specifications. All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and backfilling, valve boxes, plugs, thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and all materials incidental to completing the installation and connections to existing water lines. Subsection 619.05 is revised as follows: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 619-01 24" Ductile Iron Lock In Place Water Pipe With Wrap — (LF) 619-02 Waterline Filter Material Below Bedding Zone (Approx. I'Below District Specs) — (TON) 619-03 Waterline Excavation Below Bedding Zone (Approx. I'Below District Specs) — (CY) 619-04 8" PVC Waterline C-900 FCLWD Specifications — (LF) 619-05 24"x8" Tee With 8" Gate Valve — (EA) 619-06 24" Butterfly Valve& Box — (EA) 619-07 Fire Hydrant Assembly Include, Tee, Valve, Lead Pipe, Restraint— (EA) 619-08 8" Plug And Blow Off — (EA) 619-09 24"xl 1.25" Ductile Bends With Restraints — (EA) 619-10 24"x2" Plug And Blow Off Assembly — (EA) 619-11 DewateringforWaterline —(LS) 619-12 Wet Tap 8 " on 12" valve and " Tie in Pipe to 24" — (LS) PA Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 32 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 619-13 8" - 90 Degree Bend — (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 ductile iron water pipe and valves, connecting to existing water lines according to City of Fort Collins Water Utility Standards and FortCollins-Loveland Water District Standards, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION PA Street Ovemizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid DocsWoustruction Specs\Technical Specs Technical Specs. - 33 Trilby Road and Ziegler Road Improvement Project REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised as follows: Subsection 630.01 shall be revised as follows: Date: June 13, 2005 This work shall consist of furnishing, installing, moving, maintaining and removing temporary traffic signs, advance warning arrows panels, barricades, channeling devices, and delineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of Fort Collins' "Work Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the City of Fort Collins' "Design Criteria and Standards for Streets, Subsection 1.4, "Barricades, Warning Signs, Signal Lights", July, 1986. This work includes use of the above devices to channelize or direct traffic away from the work zone, but does not include work zone protection. It is the Contractor's responsibility to protect his work zone and to protect Pedestrians and Bicyclists from potential hazards arising from his work until such time as the work has been completed and can be opened to traffic. Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will be subject to the Engineer's discretion. Traffic control devices shall be removed from the site immediately upon completion of the Work, but not before the concrete has cured sufficiently to allow vehicular traffic to use it. Message Boards — Two message boards will be placed on Ziegler Road three days prior to notify the residents and — traveling public of any full closure. This item will be paid for as a lump sum (LS). Traffic Control - This work shall consist of the materials and labor necessary to: maintain two way traffic on the east side of Ziegler road, close Ziegler Road during the installation of the 24" waterline, close Ziegler Road for the — milling operations and placement of the top mat, flagging operations necessary to keep access open for the Kinard Junior High Construction traffic and any residential access during the project. This item will be paid for as a lump sum (LS). Subsection 630.02 shall include the following: All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the — MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style, etc.) Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents affected by any information the sign may present. Subsection 630.05, the second paragraph shall include the following: The reflective material shall be AP1000 Polyester (Reflexite Corporation), 3M Type III or Transparent (Reflexite Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than the types named as approved by the Engineer. PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 34 MY Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 Subsection 630.08 shall be revised as follows: control on this nroiect is the responsibility of the Contractor. For this project, a Traffic Control Plan shall be prepared. The Traffic Control Plan shall be submitted for approval to the Traffic Division by 12:00 noon, two working days prior to the commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved), fines doubled for speeding signs and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III barricades; cones; drum channeling devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate minimum devices needed to control traffic. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract. Parking Restrictions shall be clearly shown on the Traffic Control Plan, including the location and quantity of "NO PARKING" signs, the date to be placed, and the date to be removed. Failure to have an approved Traffic Control Plan, including the Parking Restriction information listed above shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. Subsection 630.09 shall be revised as follows: Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a valid Driver's 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.) PA Street Oversizing\Trilby and Ziegler Improvements —Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 35 Trilby Road and Ziegler Road Improvement Project Date: June 13, 2005 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 nualifrcations 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) Maintainine a project traffic control diary which shall become Dart of the City's nroiect records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications, which contribute to the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up and maintaining traffic control devices. (11) Attending weekly progress meetings as requested by the Engineer and/or Contractor. Traffic control management shall be maintained on a 24-hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times and available upon the Engineer's request at other than normal working hours. All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the NWTCD, 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: PA Street oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 36 Trilby Road and Ziegler Road Improvement Project Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 630-01 Message boards — (LS) 630-02 Traffic Control — (LS) Date: June 13, 2005 The flaggers shall be provided with electronic communication devices when required. These devices will not be measured and paid for separately, but shall be included in the Work. The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and paid for separately, but shall be included in the Work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, no additional payment will be made for the larger signs. The City shall not be responsible for any losses or damage due to theft or vandalism. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing NOTE: Full closures on arterials and collectors, including those listed above, will be allowed under extreme circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be approved a minimum of one week prior to the commencement of work and/or the time required to adequately notify the public through the media. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: Full closures on all residential streets shall be allowed as shown on the traffic control plans only if approved by the City Traffic Division. END OF SECTION PA Street Oversizing\Trilby and Ziegler Improvements — Kinard Junior High\Bid Docs\Construction Specs\Technical Specs Technical Specs. - 37 disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OW14ER 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 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 loirest 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. 12/03 Section 00100 Page 7 w..r SOUTH FORT COLLINS SANITATION DISTRICT APRIL 1995 Mry TABLE OF CO IENT5 AR IL -MAWS " ' , �1 1z. 1.1 Scope 01010-1 1.2 Specification Documents 01010-2 1.3 Coordination With the District 01010-4 1.4 Work Sequence 01010-4 1.5 Notifications 01010- 4 1.6 Safety and Protection 01010-5 1.7 Special Requirements 01010-5 1.8 Quality Control 01010-7 MATERIALS, EOUIPMENT AND WOR104ANSffiP GENERAL 1.1 Description 01600-1 1.2 Materials and Equipment 01600-1 TESTING SANITARY SEWER -SYSTEM GENERAL 1.1 Description 01666-1 1.2 Air Testing Sanitary Sewer Mains 01666-1 1.3 Vacuum Testing Manholes 01666-3 STTE CLEANUP GENERAL 1.1 Description 01710-1 1.2 Execution 01710-1 1.3 Disposal 01710-2 1.1 Recording of Drawings 01720-1 1.2 Maintenance of Project Record Drawings 01720-2 1.3 Submission AND C4Ml?'ACTING 01720-2 TRENICHMG BACEMLING GENERAL 1.1 Description 02221-1 1.2 Quality Assurance 02221-1 1.3 Job Conditions 02221-2 1.4 Maintenance and Correction 02221-3 MATERIALS 2.1 StabTuaation Material 02221-4 2.2 Bedding Materials 02221-5 2.3 Trench Backfill Material 02221-5 EXECUTION 3.1 Preparation 02221-6 3.2 Trenching 02221-6 3.3 Pipe Bedding 02221-8 3.4 Ground Water Barriers 02221-8 3.5 Backfilling and Compaction 02221-9 3.6 Field Quality Control 02221-10 PIPE BORING AND JACKING . GENERAL 1.1 Description 02224-1 1.2 Quality Assurances 02224-1 PRODUCTS 2.1 Casing Pipe - Smooth Steel 02224-1 2.2 Accessories 02224-2 3.1 Casing Installation 3.2 Carrier Pipe Installation PAVEMENT REPAIR AND RESURFACING GENERAL 1.1 Description KA'[ ERIA 14 2.1 Aggregate, Asphalt and Concrete EXECUTION 3.1 Manhole Rings 3.2 Asphalt and Concrete, Base and Gravel Surfaces 3.3 Field Quality Control MANHOLES GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 Precast Concrete Manholes 2.2 Cast -in -Place -Manholes 2.3 Mortar 2.4 Grout 2.5 Ring and Cover 2.6 Steps 17 Preformed Plastic Gaskets 2.8 Pipe Penetration Gaskets 3.1 Installation W 02224-3 02224-3 02575-1 02575-1 02575-1 02575-1 02575-2 02605-1 02605-1 02605-1 02605-2 02605-2 02605-3 02605-3 02605-4 02605-4 02605-5 02605-5 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 Plastic Gravity Sewer Pipe 2.2 Joints EXXCUTION 3.1 Installation mjz ;rA 6 1.1 Description 1.2 Quality Assurance 1.3 Product Delivery, Storage and Handling 1.4 Job Conditions PRODUCTS 2.1 Manholes 2.2 Plastic Gravity Sewer Pipe EXECUTION 3.1 Inspection 3.2 Preparation 3.3 Pipe Installation 3.4 -Manhole Installation 3.5 Service Connections GREASE AND SAND & OIL INTERCEPTORS GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling iv 02622-1 02622-1 02622-2 02622-2 02622-2 02722-1 02722-1 02722-1 02722-1 02722-2 02722-2 02722-2 02722-3 02722-4 02722-5 02722-6 02740-1 02740-1 "I, PRODUCTS 2.1 Precast Concrete Products 02740-1 2.2 Cast -In -Place Concrete 02740-1 2.3 Mortar 02740-1 2.4 Grout 02740-2 2.5 Ring and Cover 02740-2 2.6 Steps 02740-3 GREASE INTERCEPTORS AND TRAPS 3.1 General 02740-3 3.2 Location of Grease Interceptors 02740-3 3.3 Size of Grease Interceptors 02740-4 3.4 In -Line Grease Traps 02740-5 COMBINATION SAND & OEL INTERCEPTORS 4.1 General 02740-6 4.2 Location of Combination Sand & Oil Interceptors 02740-6 4.3 Size of Combination Sand & Oil Interceptors 02722-7 VENTING 5.1 General 02740-7 5.2 Materials 02740-8 5.3 Size of Vents 02740-9 5.4 Vent Pipe Grades and Connections 02740-9 AST - IN - PLACE COPI GENERAL 1.1 Description 03300-1 MATERIALS 2.1 Cement 03300-I 2.2 Aggregates 03300-1 2.3 Water 033.00-I 2.4 Admixtures 03300-1 2.5 Concrete Reinforcement 03300-2 0 CONCRETE 3.1 General 3.2 Placing 3.3 Finishing 3.4 Curing GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 Precast Concrete Products APPENDIX Typical Drawings A 033M3 03300-3 03300-4 03300-4 03400-1 03400-1 .IM5 SECTION 01010 SUMMARY OF WORK PART 1-GENERAL 1.1 SCOPE A The purpose of this document is to present the South Fort Collins Sanitation Districts' criteria for the construction of 15=inch and smaller sewer mains, sewer services and all appurtenances associated with these mains and services. It is for the use of owners, developers, design engineers, and contractors as guidelines for the construction of said mains, services, and appurtenances. I . In the case of sewer mains which are larger than 15-inch, the Owner, or the Owner's representative, shall submit construction specifications to the District for review, prior to approval of construction drawings. The basis for developing these specifications shall be this document. B. These specifications are intended to be sufficiently detailed to provide adequate definition of the work to be performed and to insure the quality of that work 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 these specifications shall be made by the South Fort Collins Sanitation District. Every attempt will be made to avoid conflicts between standards and drawings during design. however, when requested in writing, the South Fort Collins Sanitation District shall provide a letter of interpretation. D. In the event that a conflict between sanitary sewer mains and services and other utilities is identified during construction, the contractor shall contact the South Fort Collins . Sanitation District to interpret these specifications or to determine if the standards of other utilities or departments apply. 01010-1 1.2 SPECIFICATION DOCUMENTS A. Definitions. 1. AASHTO - American Association of State Highway and Transportation Officials, 2. ACI - American Concrete Institute. 3. ANSI - American National Standards Institute. 4. ASTM - American Society for Testing and Materials. 5. ABILITY - that which a person who can do on the basis of present devdopment and training. 6. CDOH STANDARDS - Colorado Department of highways Standard Specifications for Road and Bridge Construction. 7. COMPETENT - a person who has the natural powers, physical or mental, to meet the demands of a situation or wodr; the word is widely used to describe the ability to meet all requirements, natural, legal, or other, of a given task S. CONSULTANT - the partnership, corporation, or individual who is hired by the owner and is empowered to act as his agent for the project. 9. CONSTRUCTION DRAWINGS - detailed and working drawings, including plan, profile, and detail sheets of proposed utility improvements, approved by the Engineer. 10. CONTRACTOR - the corporation, association, partnership, or individual who has entered into an Agreement with the Owner to perform the work 11. DESIGN ENGINEER - 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 for the project. 12. DISTRICT - the South Fort Collins Sanitation District 13. OSHA - Occupational Safety and Health Administration. 01010-2 14. OR AN APPROVED EQUAL - as approved to being equal by the District. a. Reference Section 01600. 15. OWNER the developer, corporation. association, partnership, or individual who has entered into an Agreement with the. District and has entered into an agreement with the contractor to perform the work 16. PROVIDE - Rw*h and install complete in place. 17. QUALIFIED - acquired abilities; skill, knowledge, experience, that fits a person for a position, office, or profession. 1 S. RECORD DRAWINGS - detailed drawings that show actual construction and contain field dimensions, elevations, details, changes made'to the constriction drawings by modification, details which were not included on the construction drawings, and horizontal and vertical locations of underground utilities. a. Record Drawings are usually construction drawings which have been modified to contain the information listed above. 19. REMOVE - remove and dispose of in a manner consistent with local ordinances, laws and regulations. 20. SERVICE LINE - all pipe, fittings and appurtenances for conveying wastewater from the customers premises to the collection main. 21. SHALL - a mandatory condition. 22. SYSTEMS ENGINEER - shall mean the Systems Engineer of the South Fort Collins Sanitation District or the Systems Engineer's authorized representative. 23. TAP - the physical connection to the collection main. 24. WORK - the entire completed construction or the various separately identifiable parts required,to be fiimished for the project. Work is the result of performing services, furnishing the labor and fiurmsbing and incorporating materials and equipment into the construction. 01010-3 .�4.ifiltl l��"�a���e. �'�`"""' £.£°fi`$ r•n r911.11............__._._._..._...._...._.._ GtV of Fort Collins ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 5927 TRILBY ROAD AND ZIEGLER ROAD IMPROVEMENT PROJECT OPENING DATE: August 16, 2005, 3:OOp.m. (Our Clock To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. There was an error on our bid schedule: there is a typo that needs to tie corrected Line item 609-02 Outfall Curb and Gutter (18") 675 EA This Line Item should read: 609-02 Outfall Curb and Gutter (18") 675 LF 2. At our pre -bid meeting held on August 2, 2005, a question was asked concerning the pavement section. In our bid schedule and in the pavement design, the section we use is 3 inches of Grading S HBP and 5 inches of Grading SG HBP. We are changing that section to 2 inches of Grading S over 6 inches of Grading SG. Therefore, the following changes are reflected on our bid schedule: • 403-01 Hot Bituminous Pavement — Grading S — 100 (2" Depth) — (PG 64-28) 1125 TON • 403-02 Hot Bituminous Pavement— Grading SG— 100 (6" Depth) — (PG 58-28) 2038 TON • 403-04 Asphalt Patching — Grading SG — 100 (6" Depth) — (PG 58-28) 78 TON • The line item 403-02 has been added to the above line item, so the 403 section will only go to 403-04. • From Sta 16+00 to Sta 11+00, there will be an 8" underdrain placed underneath the south curb and gutter on Trilby Road. • 603-09 8" Underdrain bedded in washed rock (CI 57) 500 Lf • From Sta 11+00 to Sta 6+00, there will be a 4" underdrain placed underneath the south curb and gutter on Trilby Road. • 603-10 4" Underdrain bedded in washed rock (CI 57) 500 LF :.15AmilaAia"mlMIk0 ""Vt'm-- P'01>.'% 80-1'otiiI)Um" 1_0 li. '216t; tie"#t3_2i-mE`s.:{9"0)?235?07 www.fcCorn 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. 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. ti 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. 12/03 Section 00100 Page 8 �" 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 TOE DISTRICT A The Developer, Design Engineer or Developer's Contractor is responsible for -coordinating a pre -construction meeting with the District at least five (5) days, exclusive of holidays and weekends, prior to construction. B. The Contractor is responsible for coordinating the work with the District. C. Connections to existing pipelines. 1. All connections to existing sewer mains shall be made at a time authorized by the District. 1.4 WORK SEQUENCE A Contractor shall coordinate the sequence of activities, taking into account work done by others; possible easement requirements; permit requirements; and District requirements. B. Contractor shall boordinate the beginning of work, excavation near ditches, railroads, road cuts, etc. with the District, affected parties, and utilities prior to begging construction. C. Contractor shall coordinate activities such as, but not limited to, badtfilbng operations, air testing, vacuum testing, lampmg and moistureldensity testing with the District. 1.5 NOTIFICATIONS A Contractor shall contact the District, all affected utilities and affected patties at least 48 hours (exclusive of holidays and weekends) prior to working in area adjacent to underground utilities. B. Contractor shall have all utilities field located. C. Contractor shall give the District a minimum of 48 hours notice (exclusive of holidays and weekends) prior to inspections and testing. 01010-a 4.i 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 oi.and shall provide the necessary protection to prevent .daurage, injury or loss to: Employees on the work and other persons who may be affected. 2. 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, aM shall erect and maintain all necessary safeguards for such safety and protection. 1.7 SPECIAL REQUIREMENTS A. All items and work not covered by these specifications shall be discussed with the District, and the contractor shall receive approval from the District, in writing, prior to beginning work , B. All work must be acceptable by the District prior to being placed in service. C. District furnished material, When the District furnishes any materials, the Contractor shall be responsible for such materials once they havebeen picked up or delivered to the job site. 2. The Contractor shall be responsible for the careful inspection of `District furnished material' at the time of delivery. 3. Contractor shall repair, in a manner acceptable to the District, or replace any District firraished material', which has been damaged or stolen, at his own expense. 4. The District is responsible for the quality and operational design aspects of the furnished material. 01010-5 D. Contractor shall warrant all work for a period of one year after final completion and initial — acceptance of the work. 1. Contractor may perform such maintenance and repairs by subcontract. a N 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 one (1) year warranty period. E. Field changes from the approved plans shall not be permitted without prior permission from the Systems Engineer. _ F. The Developer, Developer's Engineer or Developer's Contractor is responsible to submit — three (3) sets of approved construction drawings to the District at least five (5) days, exclusive of holidays and weekends, prior to construction. — G. The Developer shall be responsible for the cost of re -tests, excessive inspection and _ inspection during non-off.ce hours, 8:00 am. to 4:30 p.m. Monday through Friday _ exclusive of holidays. The District will notify the. Contractor and Developer when such costs are being incurred. — FL No work shall take place on weekends or holidays without prior authorization from the District. Contact the District at least 48 hours (exclusive of holidays and weekends) prior to working in areas near underground utilities, pole lines, or on private property. The District will make every effort to assist with notifications received less than the 48 hours required. L Contractor shall provide all materials, equipmeat,and other items required to isolate and accomplish total separation of new construction. _ J. Prior to commencing work, Contractor shall designate, in writing, an authorized representative who shall have complete authority to represent the Contactor and shall be _ on the construction site at all times during work activities. 01010-6 1.8 QUALM CONTROL A. Inspection The District shall make periodic checks to verify the quality and progress of the work. The authorized agents and their representatives of the District shall be provided safe access to the work, whenever it is in preparation or progress.. The Contractor shall provide for such access and for inspection, including maintenance of temporary and permanent access. 2. Materials and equipment rejected by the District shall be identified and remain onsite until approved for removal by the District. END OF SECTION 01010-7 FEB95 SECTION 01600 MATERIALS, EQUIPMENT AND WORKMANSHIP PART 1- GENERAL L2 DESCRIPTION A. This section addresses the material, equipment, and workimuslup needed to complete the construction of the sewer main and all associated appurtenances. 1.2 MATFRL S AND EQUIPMENT A Cotmactor shalt furnish all materials, equipment, labor, and all other facilities and incidentals necessary for the execution, testing, and complexion of the work, B. Materials and equipment shall be of good quality and new, except as otherwise approved by the District. 1. When requested by the District, the Contractor shall famish satisfactory evidence (including mamActumes certification) as to the land and quality of materials and equipment, and their compliance with these specifications. a. The District shall test any mam&xturets material as deemed necessary. b. It is the contractoes responsibility to insure the manufacturer's materials nxxt these Specifications. C. All materials and equipment shall be installed and used in accordance with the instructions of the applicable manActtuer, fabricator, supplier or dztnbutor, except as otherwise provided in these specifications. D. The materials and equipment in these specifications are representative of a quality of performance, operation and construction which is acceptable to the District. The District gall make every effort to evaluate all written requests for the product substitution within thirty (30) days. a. Such requests shall mdude detailed product literature and a description ofbmefits which might be achieved by this substitution. 01600-1 E. In approving materials or eTnpment for installation, the District assemes no rty for iqM or claims resetting from fiu*kwe of the materials or e*jpment to comply with applicable National, State, and local safely codes or re* irmsmts, or the safety reg moments of a recognized agency, or Mue due to fluky design concepts, or defective wmimmnihip. END OF SECTION oi600-2 u:• SECTION 01666 TESTING SANITARY SEWER SYSTEM PART 1- GENERAL 1.1 DESCRIPTION A This section concerns the testing of sanitary sewer collection mains and manholes. B. All manholes are required to be vacuum tested. Vacuum testing shall occur after completion of the bactd'illing and compaction. C. All pipe shall be subjected to a low pressure air test. 1 _ A test section shall not be any longer than the length of pipe between adjacent manholes. 2. Air tests shall be conducted on all sewer mains and services. Reference ASTM C828. 4. The low pressure air test shall occur after completion of the backfilling and compaction a. If the District determines that reliable and uniform results are produced by the contractor's construction techniques, the low air pressure air test may occur after initial baclM and compaction. D. I& after the visual inspection of the sewermain Oaamping and/or televising), the District suspects that there is a problem, the District may require alignment, infiltration, cAtration and/or deflection tests. , E. The contractor shall provide all equipment and personnel to perform the required tests. F. The District shall record times, pressure and vacuum readings during the test period. 1.2 AIR TESTING SANITARY SEWER MAINS A The ends of the sewer pipe being tested shall be plugged and braced. B. The length of pipe being tested shall be pressurized to 3. S psi. 01666-1 C. The pressure pump shall be turned -off and the time monitored. 1. If the groundwater is higher than the top of the pipe, the test pressure will be adjusted to account for the high groundwater. D. The pressure must not drop more than 1 psi, for the amount of time indicated by using the following formula: _ T = 0.0237 L D2 where T = time of test (in seconds), L = length of pipe being tested (in feet), D = diameter of pipe (in inches). 1. The following table contains the test duration for pipe diameters between four (4) and fifteen (15) inches, and for pipe lengths up to 500 feet. -- Specified Test Duration for Length of Pipe Indicated (duration indicated in min:sec) Pipe Length (feet) 01666-2 r..w E. Sections of the pipe which fail the air test, shall have the defects repaired, and the test shall be repeated. Repair and repeat testing of the failed section of pipe shall be repeated until the testing requirements are met. 1.3 VACUUM TESTING MANHOLES A. Manholes shall be tested before the ring and cover and grade adjustment rings are installed. B. All pipes entering the manhole shall be plugged and braced. C. A vacuum of ten (10) inches of mercury shall be drawn. D. The vacuum pump shall be tumed-off and the time monitored. I. The vacuum must not drop more than one (1) inch for the duration of the time indicated in the following table: Specified Test Duration for Diameter of Manhole (duration indicated in minutes:seconds) Manhole Diameter (inches) 48 60 72 130: E. Manholes which fail the vacuum test shall have the defects located and repaired from the outside of the manhole, and the test shall be repeated. Repair and repeat testing of the failed manhole shall be repeated until the testing requirements are met. END OF SECTION 01666-3 No Text END OF SECTION 12/03 Section 00100 Page 9 SECTTQN 01710 SrM CLEANUP PART 1- GENERAL 1.1 DESCRIPTION A This section concerns the cleanup of the construction site. B. Provisions of this section will be a requirement on all work done as a part of a District contract. 1. When the work is being done as a part of a contract between a Developer and Contractor, this section shall be used as a guideline. a. The actual requirements should be contained in the contract between the Developer and Contractor. 1.2 EXECUTION A Site cleanup shall be maintained in a safe condition at all times. B. Construction materials shall be neatly stored. C. Containers shall be provided for the collection of waste material and debris. Containers shall not be stored in any existing publicnght-of-way. 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. During construction the job site shall be adequately protected from soil erosion in accordance with the agency having jurisdiction- F. Sanitary facilities shall be provided for all workers whom are working outdoors. 01710-1 1.3 DISPOSAL A. In order to maintain an orderly site, waste material and debris shall be removed periodically. END OF SECTION 0171a2 SECTION 01720 RECORD DRAWINGS PART 1- GENERAL 1.1 RECORDING OF DRAWINGS A Record Drawings shall be submitted by the Design Engineer to the Systems Engineer for review and approval. B. Each drawing shall be labeled "DRAWINGS OF RECORD" in neat large printed letters. C. Construction information shall be recorded concurrently with construction progress. D. Record Drawings shall be marked legibly and with an indelible pen. E. Record Drawings shall include, as a minimum, the following. 1. Field dimensions, elevations, and details. 2. Changes which are made by 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, including manhole inverts and run elevations, ofwork in relation to project datum. b. All dimensions shall be referenced to property pins if surface improvements have not been constructed. 01720-1 1.2 A. B. C. D. 13 A. MAINTENANCE OF PROJECT RECORD DRAWINGS DURING CONSTRUCTION Record Drawings and any documents used for the preparation of said Drawings shall be stored apart from documents used for constructiorL Record Drawings shall be maintained in a clean, dry, legible condition and in good order. Record Drawings information shall be maintained by the Contractor during construction and shall include, but not limited to; I. Field dimensions, elevations, and details. 2. Changes made by modification. 3. Details not on the original drawings. 4. Horizontal and vertical location of underground utilities and appurtenances, referenced to a minimum of two petnmen t surface improvements. 5. Depths of various dements of work in relation to the project datum. 6. Rim elevations. 7. Elevation of ground water, rock, etc,. Record Drawing information maintained by the Contractor shall be available for district inspection, on site, at all times construction is in progress. SUBMISSION Project Record Drawings shall be submitted to the Systems Engineer with a transmittal letter containing the following: 1. Date. 2. Project title. 3: Design Engineer's name, address and telephone number. 4. Title and number of each Record Document. B. Project Record Drawings shall be submitted on 24" x 36", 3 mil (minimum) reproducible, double -matte mylar. The District recommends that Project Record Drawings be submitted in blueline form for preliminary approval. C. The substantial and final acceptance of the sanitary sewer lines and appurtenances will not be made untU all District mquiremeats, such as the submittal of project costs and a letter requesting the District to accept the facilities are satisfied and the Project Record Drawings are received and accepted by the District. END OF SECTION oma3 No Text SECTION 02221. TRENiCffiNG, BACKF A1NG AND COMPACTING PART i - GENERAL 1.1 DESCRIPTION A. This section addresses excavation and trenching, including subsurface drainage, dewatering, preparation of subgrades, pipe bedding, backfilling, compacting, and finish grading for underground pipelines, service lines and appurtenances. B. Reference the "Standard Trench and Bedding" detail in the appendix. 1.2 QUALITY ASSURANCE A Soil compaction tests shall be performed in accordance with: 1. ASTM D698 - Standard Method of Test for Moisture Density Relations of Soils. 2. ASTM D4253 & D4254 - Standard Method of Test for Relative Density of Cohesionless.Soils. B. Construction Staling. 1. Construction staldng shall be performed under the supervision of a licensed land surveyor. 2. All mu vey notes and construction staking notes shall be entered into bound, hard cover field books. 3. Adequate staking shall be provided to establish acceptable horizontal and vertical control. 4. Offsets shall be staked so that vertical and horizontal alignment may be checked. 5. All survey data, which is developed by the Contractor or the Developers Engineer or Surveyor in performing surveys which are required by the work, shall be available to the District for examination throughout the construction period 02221-1 1.3 JOB CONDITIONS A Drainage and grotmdwater. l . Contractor shall obtain all necessary permits prior to starting dewatering operations. _ 2. Any water which is encountered in the trench shalt be removed to the extent necessary to provide a firm subgrade, to permit connections 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 resuh. 5. Water shall be prevented from entering sewer pipe which is already in service and _ has been previously accepted by the District. _ 6. The pipe under construction shall not be used for dewatering, without the written _ approval of the District. B. Sequencing. 1. Pipeline installation shall be performed within 400 linear feet of trench excavation. a. If construction is occurring is an open field, this distance may be amended, at the District's discretion 2. Initial trench backfili 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. Backfi ing and compaction of the trench shall be in progress to within four manholes of that portion of the sewer that is being constructed, unless authorized by the District. 4. Where excavation is a hazard to automotive or pedestrian traffic, the amount of open trench and the time duration of that opening is to be minimized, at the District's discretion. 02221-2 C. Underground obstructions. The Design Engineer, Developer and/or Contractor shall field verify all Record Drawing information obtained from the District. 2. Contractor shall notify each utility owner and request utilities to be field located by surface reference at least 48 hours prior to trenching or excavating. 3. - The Contractor shall expose and verify the size, location, and elevation of underground utilities and other obstructions sufficiently in advance of construction to permit changes to be made to the Construction Drawings. a. In the event there is a conflict, the Contractor shall notify the affected utility companies. b. In the event there is 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. 5. If the Contractor removes any underground obstructions, the area in which the underground obstruction was located shall be restored to the original condition, or better. 1.4 'MAINTENANCE AND CORRECTION 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 trench settlement. 1. Contractor shall warrant work for a period of one (1) year after final completion and acceptance of the work. B. Contractor may perform such maintenance and repairs by subcontract. If the Contractor chooses to subcontract the warranty work, they shall submit to the District, a copy of the subcontract , or the work authorization, as evidence of the Contractor's faithfid intention to perform any repairs which may become necessary during the one year warranty period. 0=1-3 PART 2 - MATERIALS 2.1 STABIIdZATION MATERIAL A If the existing soil in the trench bottom is judged to be unsuitable by the District, a minimum of the top six (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 CDOH #357. - a. Or an approved substitute. B. Geotextile fabric may be used in conjunction with stabilization material, with the prior written approval of the District. — 1. Acceptable types of geotextile fabric and their manufacturers are: a. N irafi 500 x, by "Celanese". b. Bidim C-28 and C-34. — c. True Tex M G-100, by "True Temper". d. Fibretex Grade 150, by "Crown Zellerbach". e. Or an approved equal. _ 022214 I A 11 .. SECTION 00300 BID FORM 2.2 BEDDING MATERIALS A Pipe shall be bedded in a uniformly graded material, conforming to CDOH # 67, unless otherwise noted on the approved construction drawings. 2.3 GROUND WATER BARRIERS A. If clay, is used for ground water barriers, it shall meet the following soil classification. GC - clayey gravel, gravel -sand -clay mixtures. 2. SC -clayey sands, sand -clay mixtures. 3. CL - inorganic clays of low to medium plasticity, gravely clays, sandy clays, silty clays, clean clays. B. Concrete used in ground water barriers shall have a minimum of six (6) sacks per cubic yard, and shall develop a minimum compressive strength of 3500 psi. after 28 days. District approval is required for all concrete ground water barriers. 2.4 TRENCH BACKML MATERIAL A. Trench backfill material shall be placed from a point twelve (12) inches above the pipe to twelve (12) inches below the ground surface or to the bottom of the pavement subgrade, whichever is greater. 02221-5 B. Trench badkfiill material shall be either soil excavated from the trench, or imported sot. l . Any sot used for trench bwJcK shall be free from frozen matter, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and any rocks or stones which are larger than six (6) inches, in any dimension. a. Rocks or stones which are larger than three (3) inches, in any dimension, shall not be placed within one (1) foot of the pipe or within the pavement section. 2. if imported soil is used for trench back:K it absa meet CDOH ape ins for Class #2 structural backfiii. PART 3 - EXECUTION 3.1 PREPARATION A. Topsoil shall be stripped from areas which are to be disturbed by construction, and stockpiled l , Topsoil shall be segregated from non -organic trench excavation matexK and debris. kT►�i M :7 ��Cai: t i�[ei A. Trenches shall be excavated by open cut methods, except where boring or tunneling is shown on drawings, or approved by the District. B. Trench width shall be maintained to within three (3) inches of that specified on plans or as otherwise directed by the District. 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- D. Mechanical equipment shall be operated in such a manner that the bottom elevation of the trench can be maintained with umform trench widths and vertical Mdewalls of the bedding zone. 1. Contractor shall follow the most current regulations concerning excradons set forth by OSHA; Title 29 CFR Part 1926. 02221-6 E. Trench alignment shall be sufficiently accurate to permit pipe to be aligned properly with an eight (8) inch minimum clearance between the pipe and the sidewalls of the trench or trench box. 1. The trench sidewall shalt not be undercut in order to obtain clearance. F. Contractor shall over -excavate a minimum of six (6) inches, or as directed by the District, below the bottom of the pipe wherever the trench bottom is rock, 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. Trench bottom 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 shaft 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, as determined by the District. a. The depth suitable for construction shall be determined by the District. b. The over -excavation shall be backfilled with stabilization material and compacted and/or placed as required by the District. i. Reference Part 2.1 of this Section. H Stockpiling excavated materials. Suitable material for bacM ing sW be stockpiled in an orderly manner, and stored a minimum of two (2) feet from the edge of the trench. 2. Contractor shall be responsible for disposal of excess excavated materials not suitable or not required for backfiliing. 02221-7 3. Excavated material shall not be stockpiled against or over existing structures or appurtenances. 3.3 PIPE BEDDING A Placement and compaction. 1. Reference the "Standard Trench and Bedding" detail is the appendix. 2. Bedding material shall be dstdbuted and graded to provide uniform and continuous — support beneath the sewer main and all services at all points between bell ends, or _ pipe joints. a. Pipe shall not be supported by the bells. _ .b. A minimum of four (4) inches of bedding shall be placed prior to the — installation of the sewer main and services. _ c. Bedding material shall not be dropped on pipe which is supported only at each end. — 3. To prevent lateral displacement, granular bedding material shall be deposited and compacted uniformly and simultaneously on each side of the pipe. _ a. Bedding material shall not be dropped onto Unsupported pipe. 4. Granular bedding material shall be consolidated under and around the pipe. -- 3.4 GROUND WATER BARRIERS - A Ground water barriers shall be constructed in such a manner as to impede passage of water through bedding material for the full depth of the granular bedding material, and the fill width of the trench. 1. Ground water barriers shall be approximately four (4) feet long and spaced not more than 400 feet apart. Ground water barriers shall be placed generally on the upgradient side of the manhole unless otherwise directed by the District. 2. Ground water barriers shall extend to a point two (2) feet above the adst'ing ground water level. 0222t-8 a. If the ground water barrier is near an irrigation ditch, pond, stream, or other waterway, the barrier shall extend to a point one (1) foot above the 100-year water level. 3.5 BACE7H IMG AND COMPACTION A All trench backfill shall be compacted. Backfill of pipe and appurtenances and around manholes shall be compacted with equipment and in a manner which is capable of producing the required results. B. Bacidll material shag be deposited in uniform horizontal layers which may not exceed sac (6) inches (compacted depth), in all areas. 1. Other thickness may be used with the approval ofthe District. C. Methods and equipment which are appropriate for the backfill of material shall be employed Backfili equipment or backfilling methods which damage the pipe shall not be used. D. Compaction shall not be performed by jetting or water settling. E. Sheeting removal (if the Contractor elects to use sheeting). 1. Do not remove sheeting prior to backfilling. 2. Use effective methods to protect the constriction, other structures, utilities and properties during sheeting removal. 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 eighteen (18) inches below the Swish grade of unpaved areas, or twelve (12) inches below the subgrade of paved areas. F. Topsoil shall be replaced to the original depth over all areas which are to be reseeded G. Excess excavated materials and materials not suitable for backfill shall be disposed of properly, 02221-9 3.6 FIELD QIIALiTY CONTROL A Field moistureldeasity control. i. Field tests will be conducted to determine compliance of moisture/density testing methods with specified density in accordance with ASTM D2922 (Tests for Density -' of Soil and Sod -Aggregate In Place by Nuclear Methods). 2. Mo6ttuWdensity tests are the responsWity of the Contractor, and shall be — pe foraW by a private Geotecbnical Consultant. — a. The method of testing of the compacted mataial and the validity of the results - shall be the responsibility of the GeotWJmical Consultant certifying the taming. — b. Test results shall be submitted to the District by the Contractor or the Geotechnicai Consultant the day of the tests. — i. Copies of the field work sheets are acceptable. c. Summarized test results shall be submitted to the District prior to the initial acceptance of the sewer system. d. The District may elect to perfomr backfill density testing for compliance of the _ work within the public rights -of -way: — 3. Results of all moistureldensity tests shall be submitted to and approved by the _ District prior to acceptance of the sewer main, and available on the job site on the —, day of the test. 4. Moisture/density tests shall be performed at a depth of two (2) feet above the top of -- _ the pipe bedding and in two (2) foot vertical increments up to the finish grade. 5. Moisture/density tests shall be performed at a minimum of 2001inear feet, as measured along the length of the pipe, or as determined by the District. 6. Moistureldendty tests in the vicinity of manholes shall be performed at a marcimum of one (1) foot away from the manhole section. a. A test shall be made in all four directions from the manhole. b. A minimum of one test shall be performed for every two (2) feet of barkfill — materw. 02221-10 7. Moistureldensity tests shall be performed below the finished subgrade, and a minimum of one time for each service line installation. S. Ali failed test areas shall be recompacted and retested. B. Compaction shall be to the following muumum densities: (Reference ASTM D698 or AASHTO T99 unless otherwise indicated). I. Ground water barrier material: 95% of maximum density (ASTM D698). 2. Pipe bedding. a. Compacted granular material: 80% of relative density (ASTM D4253 8t D4254). 3. Trench backfiil. a. Paved roadways, sidewalks and other areas which are to be paved: 95% of maximum density. i. The initial lift above the pipe (winch is not exceed 3 feet) may be compacted to 90°/a of maximum density. I A minimum of four (4) feet of trench shall be compacted to 95% of maximum density. b. Gravel roadways: 95% of maximum density. c. Fields and landscaped areas: 90% of maximum density. d. All other locations: 95% of maximum density. e. A concrete cap shall be required over the sewer main in instances where the distance from the top of the pipe to the finished surface of the ground is less than four (4) feet. C. Moisture content. 1. All compacted backfill shall be within a minimum of 2% (+/-) of the optmamn 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, dnsced, bladed, or otherwise worked to insure a uniform moisture content, as RMCU ed. 3. Expansive sonn$ may require a higher moisture content, as determined through laboratory tests performed by a Geoteclmical engineer. END OF SECTION 02221-12 Fa: SECTION 02224 PIPE BORING AND JACKING PART i - GENERAL 1.1 DESCRIPTION A This section addresses the furnishing and the installation of casing pipe, either by boring or jacking. B. Reference the "Standard Pipe Casing" detail in the appendix. 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 agencies prior to commencing construction. 2. Contractor sba11 obtain the bonds or the indemnity wbicb are required by the permits, for protection against any damage and interference with traffic and service, which are caused by the construction activities. C. All excavations shall meet the trenching, backfilling and compaction requirements set forth in Section 02221. PART2-PRODUCTS 2.1 CASING PIPE - SMOOTH STEEL A. The minimum yield point of smooth steel casing pipe shall be 35,000 psi. 02224.i B. The minimum wall thickness of smooth sled casing pipe shall be determined by the agency granting the crossing permit. 1. Reference the "Standard Pipe Casing' detail in the appendix. C. The ends of smooth steel casing pipe shall be beveled for field welding. 1. All field welds shall be painted with a coal -tar enamel exterior coating, which cwnfibrms to AW WA C203-86, Section 2. D. Smooth steel casing pipe shall be painted with a coal -tar enamel exterior coating. 2.2 ACCESSORIES A Casing Seals. 1. Casing seals shall be constructed of either bigh density rubber casing seats with stainless steel straps or bricks and mortar or grout. 2. The acceptable type and manufacturer of high density rubber casing seals are: a. Pipeline Seal and Insulator Co., Model W. b. Or an approved equal. B. Casing Spacers. 1. Casing spacers shall be constructed of either redwood or stainless steel with polymer runners. a. Stainless steel casing spacers with polymer runners shall be mamnfacwred by Cascade Waterworks Mfg. Company, or an approved equaL 2. The carrier pipe barrel shall be supported in accordance with the "Standard Pipe Casing" detail in the appendix. C. Bands. 1. Bands shall be constructed of stainless steel. a. Bands shall be a minimum of 0.015 inches thick and 3/4-inch wide. o222a-2 SECTION 00300 BID FORM PROJECT: 5927 Trilby Road and Ziegler Road Improvement Project Place 1p•�- oe �11h5j Date 16 V4►• s�4 1' In+� ompliance with •, .��i and subject to Your Invitation to Bid all conditions dated a (Corporation, thereof, the undersigned S authorized to do business inn ,theme State of CoVe"lorado hereby proposes to furnish and do everything Documents to which this refers for the construct construction of all itemsContract 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 pur uance of and subject to all the terms and conditions of the InviNtion 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 bond in the sum of .S 0-1 standard Bid ($ and Instructions to Bidders. ? in accordance with the Invitation To Bid 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 follows:'" pecified performance and payment bonds is as 5• All the various phask enumerated i,,ac es of Worn theContt Documents with ent�their individual jobs and overhead included by implication or a whether specifically mentioned, the CONTRACTOR under ppurtenant thereto, are to be performed by irrespective of whether of the it is named ins aidms list. in the Bid Schedule, 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 �.1 �d 7/96 Section 00300 Page 1 w.r PART 3 - EXECUTION 3.1 CASING INSTALLATION A General, 1. Vertical and horizontal offset staking shall be provided at both ends ofbored or jacked crossings. 2. Casing pipe shall be installed at the grade and alignment shown on the construction drawings. a. Grade and alignment shall not deviate from that shown on the construction drawings. Wherever it is indicated is the Construction Drawings, the casing pipe shall be installedby open -cut methods in accordance with Section 02221. B. Smooth Steel Pipe. i. Contractor shall provide a smooth, continuous, and uniform casing pipe with no exterior voids. 2. Each section of casing pipe shall be welded with a foil penetration butt weld around the entire circumference of the joint to form a watertight continuous conduit capable of resisting all stresses, including jacking stresses. 3.2 CARRIER PIPE INSTALLATION A. Carrier pipe shall be installed at the grade shown on the construction drawings. B. Each section of pipe shall have a minimum of three (3) stainless steel casing spacers or three (3) redwood skids centered every 120 degrees around the pipe. The length of the redwood skids or number of stainless steel casing spacers shall be enough to provide adequate support. C. If redwood skids are used, each skid shaft be individually attached to the pipe with a minimum of three (3) stainless steel bands. A minimum of 2/3 of the length of the pipe must be supported by redwood skids. 2. No more than two (2) sets of redwood skids will be allowed per pipe. 02224-3 D. The annular space between the casing and,the cagier pipes shall be left vacant. E. The ends of the casing pipe shall be sealed with casing seals. F. Referem Section 0=1. END OF SECTION 02224-4 SECTION 02515 PAVEMENT REPAIR AND RESURFACING PART I - GENERAL 1.1 DESCRIPTION A This section addresses surface obstructions which the Contractor must remove and replace, such as pavement, drives, curbs, gutters, sidewaks, and similar surfaces, as required to perform the work. B. The words Standard Street Specicadons, as used herein, refer to the current Design Criteria and Standards for Streets of the agency having jurisdiction PART 2 - MATERIAIS 2.1 AGGREGATE, ASPHALT AND CONCRETE A All materials and workmanship, such as but not limited to aggregate, bituminous material, and concrete, which are used in the repair of pavement surfaces shall conform to the specifications of the agency having jurisdiction. Contact the District for specifications if jurisdiction has not been established. PART 3 - EXECUTION 3.1 MANHOLE RINGS A Manhole rings shall be raised to the level of work in progress. 1. Reference Section 02605. B. All foreign matter shall be removed from the manholes immediately to provide free access to these facilities. C. All manhole rings and adjustment shims shall be straight, level, and properly aligned. 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. 02575-1 1. Contractor shalt repair any damage to existing pavemenny cubs, drives, or sidewalks which was caused by his work, as shown on the plans or as directed by the District. B. Concrete drives, curbs, gutters, sidewalks, and *car structures shall be removed, disposed oiy and restored in accordance with the agency having jurisdiction. The following minimum thickness shag apply if jurisdiction has not been established: 1. Driveways and slabs shag be six (6) inches thick, or match the existing thickness (whichever is greater). 2. Patios shag be four (4) inches thick, or match the existing thickness (whichever is grater). 3. Outten shag be snc (6) inches brick. or match the existing thickness (whichever is greater). 4. Concrete bases for brick pavers and concrete pavement shall be six (6) inches thick, or match the existing thickness (whichever is greater). 5. Sidewalks shag be four (4) inches thick, or match the existing thickness (whichever is greater). 6. Cross pans shall be eight (8) inches thick, or match the existing thickness (whichever is greater). C. Reference Section 03300. 3A ]WIELD QUALITY CONTROL A Subgrade, aggregate base course, and bituminous pavement shall be compacted in accordance with the St idard Street Specifications. B. Concrete 1. Reference the Stmrdard Street Specifications. 2. Reference Section 03300. END OF SECTION 02575-2 SECTION 02605 MANHOLES PART 1- GENERAL 1.1 DESCRIPTION A This section addresses sanitary sewer manholes, and includes the acceptable products, materials, and construction practices which may be used in the construction and installation of manholes. B. Manholes shall be fiunished with all accessories, including steps, base, cone section, and ring and cover- C. Manholes shalt be installed wherever there is a change in size, direction, slope, at Junctions, at the end of each main, and at intervals of not more than 400 feet D. All dead-end manholes, where a future sewer main extension is anticipated, shall have pipe stubbed out of the manhole. 1. Main extensions shall extend two (2) feet.past the inside diameter of the manhole (maximum). 2. Main extensions shall be plugged and blocked with a water -fight factory made, removable plug capable of withstanding the required pressure test. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A Manholes shall be handled, stored, and protected in such a manner as to prevent damage to materials. B. All joint surfaces shall be free from dirt, oil, and grease at the time of installation. OMS-1 PART 2 - PRODUCTS AND MATERIALS Ll PRECAST CONCRETE MANHOLES A Precast manhole bases, risers and cone sections shall be manufietured in accordance with ASTM C478, and shall be made with Type VII cement. 1. All cone sections shall be the eccentric type. B. Concrete and Reinforcing Materials. 1. All reinforcing materials shall conform to ASTM A615, A617, or ASTM A185. 2. Reference Section 03400. 2.2 CAST IN -PLACE MANHOLES A Cement used in cast -in -place manholes shall conform to ASTM C 150, Type UII. B. All fine and course aggregate shall conform to ASTM C33. C. All deformed reinforcing bars shall conform to ASTM A615 or ASTM A617. 1. All bars shall be either Grade 40 or 60. D. All welded steel wire fabric shall conform to ASTM A185. E. Concrete used in cast -in -place manholes shall have a minimum of sic (6) sacks per mtbic yard, and shall develop a minimum compressive strength of 3500 psi after 28 days. 1. Concrete shall have a maximum allowable water/cement ratio of 0.50, by weight. 2. Concrete shall have a minimum 28-day compressive strength of 3000 psi. F. Reference Section 03300. 2.3 MORTAR A. Mortar shall be Sand -Cement grout, using the folbowmg ratio of ingredients: 1. One part Portland Cement; conforming to ASTM C150, Type VM 2. Two parts sand; conforming to ASTM C144. 02605-2 3. 1/2 part hydrated lime; conforming to ASTM C207, Type S. 2.4 GROUT A. Grout shall be one of the following: l . Pre -mixed, non-metallic 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. 2. Job -mixed grout, using the following ratio of ingredients. a. One part Portland Cement; conforming to ASTM C207, Type IM. 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". U. Sonneborn; "Ferrolith G-D.S." iii. Or an approved equal. 25 RING AND COVER A- All rings shall be eight (8) inches in height. B. Acceptable ring and covers are: 1. Neenah, R-1706. 2. Or an approved equal- C. Four (4) inch rings may be acceptable for street overlays or repaving, with written approval. 02605-3 2.6 STEPS A All steps, in manholes, shall be made of one of the following materials: 1. Aluminum. 2. Copolymer polypropylene plastic, conforming to ASTM C478 and ASTM C497. B. Acceptable steps and their mam&cturers are: 1. Neenah; it 1982-W. 2. M. A Iadustries; PS-2-PFS. 3. Or an approved equal. C. All steps shall be spaced 12-inches apart (o. Q. D. The maximum distance from the cover of the manhole to the top most step shall be 24- inches. E. The maximum distance from the bench of the manhole to the lowest step shall be 18- inches. 2.7 PREFORMED PLASTIC GASKETS A All preformed plastic gaskets shall conform to AASHTO M198. B. The diameter of a preformed plastic gasket shall be 1.5-inches for a 48-inch diameter manhole. C. Acceptable gaskets and their mamdacturers are: 1. "Ram-Nek"; KT. Snyder Co. 2. "Rub'r-Nek"; KT. Snyder Co. 3. "Kent Seal"; Hamilton -Kent ManUffictUring Co. 4. Or an approved equal. D. Gaskets shall be pliable at the time of installation. 02sos-4 2.9 PIPE PENETRATION GASKETS A Acceptable gaskets and their manufacturers are: 1. "A LOK"; A-LOK Products Inc. 2. TSX"; PRESS -SEAL Gasket Corporation. 3. Or an approved equal. PART 3 - EXECUTION 31 INSTALLATION A Trenching, bacld'illing, and compaction. 1. Reference Section 02221. B. Connections to Existing Manholes 1. Connections to existing manholes shall be made by core -drilling unless otherwise indicated. C. Manhole Construction. l . Standard manholes shall be installed in accordance with the "Standard Manhole" detail in the appendix. 2. Outside drop manholes shall be installed in accordance with the "Standard Outside Drop Manhole" detail in the appendix. a. Outside drop manholes are required whenever the difference between invert elevations is two (2) feet or greater. 3. Flat -top manholes shall be installed in accordance with the "Standard Flat -Top Manhole" detail in the appendix. a. Flat -top manholes are required whenever the distance between the finished road surface and a manhole barrel section does not allow room for a cone Section. 02603-5 I b. Access holes for flat -top manholes shall be offset from cater. L if the distance from the manhole cover to the invert of the sewer main is less than three (3) feet, the access hole shall be centered. 4. Manholes shall be constructed at the location and to the elevadon indicated on the approved Construction Drawings, or as stated by the District to accommodate field conditions. a. The location of manholes shall be referenced by the Design District, to a munnmm of two permanent surface references, and recorded on the Record Drawings. 5. The manhole shall be set plumb. a. Precast concrete adjustment rings shall be used to bring the ring and cover to grade. L The total height from the top of the cone section to the finish street grade shall not exceed sixteen (16) inches. H. The adjustment rings shall be flush with the inside of the manhole and grouted. 6. Manhole sections shall be joined to each other and to the base using a double row of preformed plastic gaskets. a. All joint surfaces shall be kept clean and dry during installation- b. The joint between the manhole section and the base shall be grouted on the inside to provide a smooth surface. 7. Manhole sections shall be joined using preformed gaskets. Adjustment shims, and ring and covers shall be joined using mortar. a. All joint surfaces shall be kept clean, dry, and warm during installation- b. Manhole sections shall be grouted to ring and covers, on the inside- S. All lifting holes, joints, and other imperfections shall be filled with an approved non -shrink grout, to provide a smooth finished appearance. 02605-6 111.4 CONTTRRA�'C�TOOR� BY:" W "r- ADDRESS : •�"3� r C.O� �yd�C\c ..Qb1A ��'� t..o..ar.�a••� Ica $ctiS3'�' 8. BID SCHEDULE (See Attached) 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. S a ,�( e 1,.; ifd Nor d f t11 L=11`A.}gyp w�+t % dYjrl.✓Tr�y J ., �3WOC.'JOeWnG RESPECTFULLY SUBMITTED: � Signature Date y r;;? Title License Number (If Applicable) is by corporation) Address ��-��'j S, G_Q��,.� ` 41WQ 1�►�.. \MCK. �et.r.si�� Sow 3� Telephone Cq, ti - 7/96 Section 00300 Page 2 9. if the ground water is above the top of the pipe, the exterior air&ces of manholes shall have a 111 &4neh coating of tar. a. The determination of the need for a tar coating shall be made by the District upon review of the soils report, or shall be shown on the approved utility plans. END OF SECTION 02605-7 No Text SECTION 02622 PLASTIC GRAMY SEWER PIPE PART 1- GENERAL 1.1 DESCRIPTION A. This section addresses plastic gravity sewer pipe, and includes the acceptable materials and construction practices which may be used in the installation of plastic gravity sewer pipe. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A- Handling. 1. Pipe shall not be handled in a manner which will cause damage to the pipe. 2. Pipe or fittings shall not be dropped. 3. Care must be taken to prevent damage to the pipe and fittings by impact, bending, compression, or abrasion. 4. Damaged pipe or fittings shall not be installed. B. Storage. 1. Lubricant shall not be stored or handled in a manner which will cause contamination to the lubricarit. 2. Rubber gaskets shall be stored in a location which protects them from deterioration. 3. Pipe shall be stored in accordance with the manufacturer's specifications. 4. Pipe shall be stored on a surface which provides even support for the pipe barrel. a. Pipe shall not be stored in such a way as to be supported by the bell. b. Pipe which has a longitudinal deflection of greater than 1!8-inch per foot of pipe shall not be used. 5. Pipe which exhibits any signs of ultraviolet degradation shall not be used. 02622-1 PART 2-PRODUCTS 2.1 PLASTIC GRAWff SERER PIPE A. All plastic gravity sewer pipe and all fittings shall be made from PVC components which conform to ASTM D 1784. B. An plastic gravity sewer pipe and all fittings shall be manufactured in accordance with ASTM D3034. 1. The standard dimension ratio (SDR) of plastic gravity sewer Pipe, shall not exceed. 35 unless otherwise indicated or required by the District.. 2.2 JOINTS A. All joints shall be of the push -on bell and spigot type, and shall be mamdacdued in accordance with ASTM D3212. 1. All gaskets shall be manufactured in accordance with ASTM F477. 2. All bells shall be formed integrally with the pipe and shall contain a Factory installed elsstomeric gasket, which is positively retained. 3. Lubricant shall be that which is specified by the pipe manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A. Reference Part 3 of Section 02722. END OF SECTION 026n-2 FEB95 SECTION 02722 SANITARY SEWER COLLECTION SYSTEM PART 1- GENERAL 1.1 DESCRIPTION A This section addresses the installation of sanitary sewer collection mains, and includes the acceptable products, materials, and construction practices which may be used in the installation of sanitary sewer collection systems. B. The minimum allowable pipe diameter of sanitary sewer mains shall be 8-inches. 1.2 QUALITY ASSURANCE A Construction Staking. 1. Reference paragraph 1.2.13 of Section 02221, B. Horizontal alignment shall remain uniform between consecutive manholes as designed on the Construction Drawings. C. Vertical alignment shall remain uniform between manholes, with no deviation from the grade specified on the Construction Drawings. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Reference Sections 02605 and 02622. 1A JOB CONDITIONS A Foreign material, including trench water, shall not be permitted to enter the pipe under construction. The portion of the pipe being installed shall not be used to dewater the trench. B. Debris, tools, clothing, or other material shall not be permitted in the pipe. C. Water shall be prevented from entering sewer pipe which is already in service and has been previously accepted by the District. 02722-1 D. Effective measures shall be used to prevent uplifting or floating of the pipeline prior to completion of the backSlling operations. E. Pipe shall not be installed under the following conditions: 1. When the trench water is entering the pipe being installed. 2. When weather conditions are unsuitable. a. Temperature is less than 0 degrees Fabre nbeit. b. Snowing heavily. c. Raining heavily. d. Nigh 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 MANHOLES A Reference Section 02605. 2.2 PLASTIC GRAVITY SEWER PIPE A Reference Section 02622. PART 3 - EXECUTION 3.1 INSPEC nON A Pipe, fittings, and manholes, shall be free of dirt or other objects prior to installation. 02722 2 B. Pipe and fittings shall be inspected for cracks, dents, abrasions or other flaws prior to. installation. 1. Defective pipe and fittings shall be marked and remain on the site until removal is approved by the District. C. Manholes shall be inspected for cracks or other flaws prior to installation. 1. Damaged manholes shall be marked and remain on the site until removal is approved by the District. 3.2 PREPARATION A- Trenching, bacldilling and compaction. 1. Reference Section 02221. B. Cutting the pipe. 1. The pipe shall be cut smooth, straight, and at right angles to the pipe ands, with saws or pipe cutters which are designed specifically for the material. 2. The cut end of the pipe shall be beveled in accordance with the manufacturer's recommendations. 3. Burrs shall be removed and all dust shall be wiped off of the jointing surface. C. Connections. 1. The location and elevation of the adsting pipes and manhole inverts shall be verified prior to construction. 2. Connections to existing pipes shall be made with an approved coupling device. a. Acceptable manufacturers of couplings are. L Fernco. I Or an approved equal_ 02722-3 D. Joints. — 1. Dirt, oil grit, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot: — 2.. A thin film of hrbricant shell be applied to the inside surface of the gasket and the spigot end of the pipe, per the pipe manufacturer's recommendations. -' 3. The lubricated joint su *= shall be kept dean until joined. — 4. The pipe shall have a depth mark prior to assembly to insure that the spigot end is — inserted the full depth of the joint. _ 5. Stabbing of the pipe shall not be allowed. 6. Previously completed joints shall not be disturbed during the jointing operation. 7. All joints shall be watertight and free from leaks. _ 8. After'the initial acceptance of the sewer main, the Contractor shall be responsible for the repair of any leak, resulting from improper workmanship or materials, which is discovered within a_ one year _period. _ 3.3 PIPE INSTALLATION — A Pipe installation shall begin at the lowest elevation and proceed upstream to the highest, unless prior written approval is obtained from the District. 1. Pipe shall be installed so that the bells are pointing uphill. ~ 2. The pipeline shall be installed so that a uniform grade is maintained between manholes. B. The joint shall be completed in accordance with the 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. 1. Pipe shall be laid to and maintained at required lines and grades as specified in the approved construction drawings. C. The pipe shall be secured in place with the specified granular bedding material consolidated under and around the pipe. , 02722.4 D. The contractor shall prevent the opening of joints during bedding and backfilling operations. 1. Bedding material shall not be dropped onto unsupported pipe, which has been set to alignment and grade. E. Concrete encasement shall be provided where indicated on the Construction Drawings or by specific approval of the District. 1. Cast -In -Place Concrete. a. Reference Section 03300. 2. At any location where a water main crosses a sewer main, and the sewer is above the water main, or the vertical distance between the two mains is less than 18 inches, the crossing shall be constructed by one of the following methods: a One length of structural sewer pipe, with a laying length of eighteen (18) feet. or greater, shall be installed in the sewer main. i. The structural sewer pipe shall be centered on the water main, and shall be the same size as the remainder of the sewer main. u- All structural sewer pipe shall be ductile iron pipe or an approved equal. 3. Sanitary sewer mains which cross waterways shall be installed as indicated on the approved construction drawings or as required by the District.e. 3.4 : MANHOLE INSTALLATION A. Reference Section 02605. B. Manholes shall be installed at the location and to the elevation shown on the Construction Drawings, or as approved by the District to accommodate field conditions. C. Measurements of the actual location and elevation of sewer main inverts shall be made for recording in the Record Drawings, by the Design Engineer. 3.5 SERVICE CONNECTIONS A Service wyes, tees or saddles, shall be installed at the locations designated on the approved construction drawings. 02722-5 1. Reference the "Standard.Sewer Service Connection" detail in the appendix. 2. The. centerline of the service branch shall be inclined upward at a 45 degree angle. B. Service connections on eadating mains shall be installed using a saddle. C. All sewer services shall be extended at a constant grade. to a point six (6) feet inside the property line. I . Mwdmum grade of all sewer services shall be 8%. 2. Minimum grade of four (4) inch sewer services shall be 1/4-inch per foot, (20/6). 3. Mmimum grade of six (6) inch sewer services shall be 1/8-inch per foot, (11/6). D. The end of all sewer services shall be plugged with an airtight phig. E. The end of all sewer services shall be marked with a 4" x 4" wooden marker. 1. All wooden markers shall extend from the end of the service to a point two (2) feet above the ground surihce. F. The Contractor installing the sanitary sewer main and services, shall mark the location of the sewer service with an "S" chiseled into the face of the curb and gutter. END OF SECTION ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION CONTRACT QUANTITY UNIT Unit Price TOTAL ffiAbbleg4'i . ti � :eQtY _t WAZ 202-01 Remove Pipe (RCP, CMP, PVC) 218 LF , q5 N97.30 202-02 Remove Vertical Curb And Gutter 100 LF 202-03 Remove Structure and Cap Pipe 1 EA 17140.06 202-04 Rotomill Asphalt Pavement (5"-10" Depth) 570 SY 90 202-05 Profile Mill 0-2" 4,079 SY j,.35 202-06 Remove Existing Tree 33 EA .255.00 W6.ocd 202-07 Remove Fence Various Types) 385 LF , 202-08 Demo Existing Concrete Box 1 EA s p sigi,66 202-09 Remove Trickle Pan 30 LF O 202-10 Remove Type III Barrier 1 LS 202-11 Remove Sidewalk 100 SF O 202-12 Remove Handicap Ramps 1,825 SF 203-01 Unclassified Excavation 2,755 CY 203-02 Embankment -(CIP) 1,635 CY , 17 203-03 Haul & Dispose 1,120 CY y 203-04 Borrow ABC (Class 5 or 6) - (CIP) 500 TON 203-05 Muck Excavation - (CIP) 150 CY 6 203-06 Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth 1,000 CY 50 O 203-07 Topsoil - (Stripping and Haul Off -Site) - 6" Depth 1,214 CY 1527.50 203-08 Median Hardscape Shaping (CIP) 954 SF 203-09 Potholing 1 LS 3-240. 203-10 Flow fill Section Over Shallow Utilities 100 LF q,,30 9,30-60 203-11 Import Screened Topsoil (3") - Parkway areas 172 CY 203-12 Clearing and Grubbing 1 LS 208-01 Erosion Control 1 LS 66 O 208-02 Orange Construction Fence 290 LF p 210-01 Adjust Manhole Ring/Cover 2 EA 210-02 Modify Manhole 2 EA p 210-03 Adjust Valve Box 12 EA O D 210-04 Modify Valve Box 6 E4 y O 304-01 Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP) 2,200 TON 1.3. p 304-02 1 Base Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP) 50 TON , O SECTION 02740 GREASE AND SAND & OIL INTERCEPTORS PART 1- GENERAL 1.1 DESCRIPTION A This section addresses the selection and installation of grease interceptors and combination sand & oil ineerceptors. This section is applicable where no other service agencies has Jurisdiction or as deemed necessary by the District. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A_ All products shag be handled, stored, and protected in a manner which will prevent damage to materials. PART 2 - PRODUCTS 2.1 PRECAST CONCRETE PRODUCTS A. Ail precast concrete products shall conform to ASTM C478 and shall be made with Type I/H cement. B. Reference Section 03400. 2.2 CAST -IN -PLACE CONCRETE A All cast -in -place concrete shall be made with Type VII Portland Cement conforming to ASTM C150. B. Reference Section 03300. 2.3 MORTAR A Mortar shall be sand -cement grout, using the following ratio of ingredients: I . One part Portland Cement; conforming to ASTM C150, Type VIL 2. Two parts sand; conforming to ASTM C144. o2740-1 3. 1/2 part hydrated lime; conforming to ASTM C207, Type S. L4 GROUT A Grout shall be one of the following: 1. pre -mixed non-dwinidng grout; the acceptable types and mans of which are listed below: e. Master Buiidem- Mmbeco Mortar". b. Sommbom-, "Faroiith G-D.S Redi-Mnced". c. Oran approved equal. 2. Job mixed grout, using the following ratio of ingredients: a. One part pordand Cement, conforming to ASTM C207, Type III. b. One part sand; conforming to ASTM C144. c. One part shrinkage correcting aggregate; the acceptable types and mamuflidurecs of which are listed below: i. Master Builders; "Embeco Aggregate". n. Sonneborn; " Ferrolith G-D. S". m. Or an approved equal. 2.5 RING AND COVER A. Acceptable ring and covers are: 1. Neenah, R-1706. 2. Or an approved equal. 02740-2 2.6 STEPS A. All steps shall be made of one of the following materials. 1. Aluminum. 2. Copolymer polypropylene plastic, conforming to ASTM C478 and ASTM C497. B. Acceptable steps and their manufacturers are: Neenah; R 1982-W. 2. M. A. Industries; PS-2-PFS. 3. Or an approved equal. C. All steps shall be spaced twelve (12) inches apart, (on center). PART 3 - GREASE INTERCEPTORS AND TRAPS 3.1 GENERAL A. Unless written approval is given by the District, all food serving, food preparing, food catering, meat cutting establishments; fish, fowl, animal slaughter houses, soap factory, tallow rendering, fat rendering, hide curing establishments; and others capable of discharging large amounts of grease into the sanitary sewer system, shall be required to install a grease interceptor. B. Grease interceptors shall not be required for private residences or dwellings. C. Owners of businesses that may require grease interceptors shall submit plans to the District for review and approval. 3.2 LOCATION OF GREASE INTERCEPTORS A. Unless prior permission is given by the Utility, all grease interceptors shall be located outside, on private property, within thirty (30) feet of the facility served, and shall be easily accessible at all times for maintenance and examination. B. All grease interceptors shall be either Type A, B, or C. Reference the grease interceptos in the appendix 02740-3 C 33 n All grease interceptors shall have two (2) compartments, the smallest of which shall have at least one-third the capacity of the entire interceptor. " SIZE OF GREASE INTERCEPTORS _ The siu of grease interceptors shall be determined by the District. 1. If the seating capacity of the restaurant can be determined, the following method of sizing shall be used. a. Number of seats times a full capacity factor of 0.9 times a turnover rate of 2.2 per meat period equals the number of meals served per meal period. — b. Number of meals per meal period times 2.5 gallons per meal equals the required volume of the grease interceptor. _ c. Le.,214 seats x 0.9 = 192.6 estimated full capacity — 192.6 x 2.2 = 423.7 estimated meals per period _ 423.7 x 2.5 = 1059.3 gallons d. ff the required volume is within 100/6 of a smaller approved precast grease interceptor, the smaller unit will be acceptable. 2. If food is prepared but not consumed on the premises, or if the seating capacity r cannot be determined, the following method of sizing shall be used. a. A fixture unit count for the various pieces of kitchen equipment shall be determined following the methods outlined m the Uniform Plumbing Code. b. The total number of fixture units times 7.5 gallons per minute equals the maximum flow rate. . C. The maximum flow rate times 8.0 equals the required volume of the grease interceptor. 02740-4 d. For example: I dishwasher = 3 fixture units (fu.) 1 3-compartment sink = 3 £u. 1 mop sink = 3 fu. 1 floor drain = 2 fu. 11 £u. I I Cu. x 7.5 gpm x 8 minute retention = 660 gallons. e. If the required volume is within 10 % of a smaller approved precast grease interceptor, the smaller unit will be acceptable. 3.4 IN -LINE GREASE TRAPS A In -line grease traps shall be permitted by the Utility only where it is impractical to install a larger type grease interceptor outside. I. A location of a restaurant above the first floor of its building shall not be considered a sufficient reason to allow an in -line grease trap. B. The size of in -Tine grease traps shall be determined by one of the following methods. 1. The number of fixture units, as determined following the methods outlined in the Uniform Plumbing Code, times 7.5 gallons per minute times a 1.5 minute retention time equals the required volume of the in -line grease trap. a. No more than two (2) fixtures shall be connected to the same in -fine grease gyp• b. Dishwashers small not be connected to the in -fine units. c. Food disposals shall not be connected to the in -line units. 2. The size of in -line grease traps for school idtchens shall be determined as follows. a_ Number of students times 0.6 equals the average daily participation in the school lunch program. b. Average daily participation times 2.5 gallons per meal served equals the required volume of the in -fine grease trap, c. i.e.,650 students x 0.6 = 390 meals served 390 x 2.5 = 975 gallons 02740-5 3. In -line grease traps shall be rated according to the flow rate that they can accommodate. a. The number of pounds shall equal twice the flow rate of the in -line unit. i. For example, a 100 gpm unit shall have a 200 pound capacity. 4. in -line grease traps rated at less than 20 gptd401bs. capacity shall not be allowed. C. All m-line grease traps shall be constructed of either steel or cast iron, and shall have a full gas -tight cover. 1. Water jacketed is -line grease traps shall not be allowed. PART 4 - COMBINATION SAND & OIL INTERCEPTORS 4.1 GENERAL A Unless written permission is obtained from the District, all service stations, truck or car wash facWes, vehicle maintenance facilities, machine shops and others where significant amounts of sand, oil and/or flammable wastes could enter the sanitary sewer system, shall be required to install a combination sand & oil interceptor. 1. Reference the Uniform Building Code. B. Owners of businesses that may require sand & oil interceptors shall submit plans to the District for review and approval. 4.2 LOCATION OF COMBINATION SAND & OIL INTERCEPTORS A. All combination sand & oil interceptors shall be located outside, on private property, within thirty (30) feet, and not less than five (5) feet, of the fruity served, and shall be accessible at all tines for maintenance and won. B. All sand & oil interceptors shall be either Type A, or B. 1. Reference the sand & oil interceptors in the appendix C. All combination sand & oil interceptors shall have two compartments, the smallest of which shall have at least one-third the capacity of the entire interceptor. 0274" 4.3 SIZE OF COMBINATION SAND & OIL INTERCEPTORS A. The size of combination sand & oil interceptors shall be determined by the Engineer and approved by the District. A fixture unit count for the various drains shall be detemtined following the values listed below a. Three (3) inch diameter floor drains shall be rated at sir (6) fixture units. b: Four (4) inch diameter floor drains shall be rated at eight (8) fixture units. c. If trough drains are used, each bay, or compartment, or area equaling the square foot surface of a standard service station bay which is served by the trough drain shall be rated at six (6) fixture units per bay. d. Vehicle wash drains shall be rated at eight (8) fixture units, regardless of the size. 2. The total munber of fixture units times 7.5 gallons per minute equals the maximum flow rate. 3. The maximum flow rate times a 5 minute retention time equals the required volume of the sand & oil interceptor. 4. For example: 4 (ea.) 3-inch floor drains = 12 fixture units 12 fu. x 7.5 gpm x 5.0 minute retention = 450 gallons. B. Comb'mation mad & oil interceptors smaller than 320 gallons will not be allowed. PART 5 - VENTING 5.1 GENERAL A All grease interceptors, with the exception of in -line traps, and combination sand & oil interceptors shall be vented. 02740-7 51 MATERIALS A The acceptable materials for vat pipe are: 1. Cast iron 2. Copper. 3. Brass. 4. There w➢U be no substitu ions allowed. B. The acceptable materials for vent fittings are: 1. Cast iron 2. Copper. 3. Brass. 4. ABS. 5. PVC. 6. There wM be no substidttiions allowed. C. Galvanized wrought iron and galvanized steel pipe and fittings will not be allowed underground. D. Changes in the direction of vent piping shall be made by the appropriate use of fittings, and no such piping shall be strained or bent. 1. Butted ends shall be reamed to the foil bore of the pipe. 0274" 5.3 SIZE OF VENTS A. The size of vent piping shall be determined from its length and the total number of fixture units connected, as shown in the following chart. Venting for grease and combination sand & oil interceptors Pipe dia. fixture units lengths �L'::::C:Rt,9..^:::L•�w ��>"� .Y.^.m.'_.'.�'iL •�i,' ^' ^ iW:L•::�.:Y.��Y::i:.^.:Y� :::„:�:.:� F L . •9YC'7^Lt.ltY: "•.Jl ^:CY'."Y.''."'• ' :i. �7•:: KM 3 - r°j3 ?i ais%:•� ,:...• ! 3 •'?eiN y;e:Y eY7� •r•Y.Y.......:. ~ «;i::•?� ............. gYae•`••Y;;;.•aoir;?yiii�,:.........:..::.::::: • :::..'St=a:•i �eea3=.....a.� t. me �i: 4 YSt Y 'yi:ij5•T�.� :Y.i .:••tY •S•': �" `� „ The minimum size of vent piping shall be three (3) inches for all grease interceptors and all combination sand & oil interceptors. B. A vent may exceed 1/3 of the maximum horizontal length as limited by the above chart, only if the vent is increased one pipe size for its entire length. 5.4 VENT PIPE GRADES AND CONNECTIONS A- All vent pipes shall be free of drops or sags. B. All vent pipes shall be level, or graded in such a manner to drip back by gravity to the drain pipe that the vent pipe serves. C. Vent pipes which connect to a horizontal drainage pipe shall be connected above the center tine of the drainage pipe, and ahead of the trap being served. D. All vent pipes shall rise vertically to a point not less than six (6) inches above the flood level rim of the structure being served before offsetting horizontally. When two or more vent pipes converge, each pipe shall rise to a point at least six (6) inches above the flood level rim before being connected to any other vent pipe. 02740-9 E. F All vent pipes which serve k4me grease interceptors shall extend undiminished in size until above the roof. 1. Weather heads will not be allowed. 2. All vent pipes shell terminate at a point not less *an ten (10) rhea above the roof vertically, and not less than one (1) foot from a vertical u dace. 3. All vent pipes shall tecinete at a pant not less than tea (10) feet horizontally nor less than three (3) feet vetticak from any window, door, air intake, vent sha8, or any other type of opening. 4. All vent pipes shall not terminate at a point closer than three (3) feet from a lot line. a. Lot lines which abort an alley or street are esoepted. Vent pipes for outdoor installations shall extend a minimum of tea (10) feet above the wrronmding ground, and shall be securely supported. END OF SECTION 02740-10 ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION CONTRACT QUANTITY UNIT Unit Price TOTAL 306-01 Reconditioning (8") Under Sidewalk 1,794 SY q p 307-01 Flyash Subgrade Stabilization - (12%) 7,034 SY 307-02 Flyash Subgrade Stabilization - (6%) 10,666 SY 403-01 Hot Bituminous Pavement - Grading S - 100 (2" Depth) - (PG 64-28) 1,125 TON $p , 403-02 Hot Bituminous Pavement - Grading SG - 100 (6" Depth) - (PG 58-28) 2,038 TON 403-03 Asphalt Leveling Course,- Grading SG - 100 - (PG 58-28) 684 TON y - 05/ 403-04 Asphalt Patching - Grading SG - 100 (6" Depth) - (PG 58-28) 78 TON 506-01 5'x5'x2.5' Type L Rip -Rap, 6" Topsoil (CIP) 2 EA 60 799.60 506-02 10'x8'x1.5' Type D Rip -Rap, 6" Topsoil (CIP) 1 EA 60 So Y, 6 4 , 506-03 6'x6'x1.5' Type L Rip -Rap, 6" Topsoil (CIP) 1 EA 31 p.fy�O 603-01 Tie To Existing 14"x23" HERCP 1 EA 603-02 14"x23" HERCP 95 LF 603-03 14"x23" HERCP FES 1 EA 603-04 4" Median Underdrain Pipe 326 LF 603-05 4" Conduit Sleeving 200 LF 603-06 6" Conduit Sleeving 50 LF 603-07 18" RCP Class III 34 LF RS / 603-08 18" RCP Class III - (FES) 2 EA 603-09 8" Underdrain bedded in washed rock (C157) 500 LF 603-10 4" Underdrain bedded in washed rock (Cl 57) 500 LF 604-01 5' Type R Inlet 2 EA 608-01 Concrete Sidewalk 8' Wide (6") 13,424 SF 608-02 Concrete Access Ramps with Truncated Dome (8") 789 SF 608-03 Concrete Cross pan and Apron (9 1/2 ") 1,537 SF 608-04 Hi -Early Concrete (24 Hour) 25 CY 608-05 Flow able Fill Concrete 65 CY IcIdIAS 608-06 Exposed Aggregate Median Hardscape 4" 954 SF 608-07 Pedestrian Refuge Island 525 SF 608-08 Sidewalk Chase @ Old Legacy Drive (2'x10') 1 EA 60M9 lAttached Sidewalk @ Cul-de-sac (8') 2,720 SF 15 00 FEB95 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 DESCRIPTION A This Section addresses cast -in -place concrete for manholes, eacasennent, and cut-off wails, mdudmg forms, reinforcing steel, finishing and curing, and other appurtenant work 1. Reference Section 02605 and Section 02722. PART 2 - MATERIALS 2.1 CEMENT A All Cement shalt be Portland Cement. 1. Portland Cement shall conform to ASTM C150. 2. Portland Cement shall be Type VU. a No other cement shall be used without the prior written permission of the Engineer. 2.2 AGGREGATES A. All fine and course aggregate shall conform to ASTM C33. 2.3 WATER A All water shall be free from objectionable quantities of silt, organic matter, alkali, salts, and other impurities, or conform to ASTM C94. 2.4 ADMIXTURES A. An air -entraining agent shalt be used in all concrete. 1. All air -entraining agents shall conform to ASTM C260. 2. Total air content of 5 to 8 percent shall be provided. 03300-1 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. 2. The water-redudag admbdure shall not contain any calcium chloride. 3.. The water -reducing admban shall be compatible with the cement being used. C. Accelerators 1. Accelerators shall conform to ASTM C494 and AC1306. a. If calcium, chloride is used as an accelerator, the amoant used should not exceed 2%, by weight, of the oementatious material. b. Calcium chloride shall be in solution prior to adding it to the batch process. D. Fly -Ash t. When fly ash is used in concrete, the cement replacement shall not exceed 20a/o. a Class C or Class F fly ash shall conform to ASTM C618. b. Class C By ash will not be permitted where sulfate resistant concrete is required. E. Any admixture except air entraining agents, accelerators, and retarders must be approved by the Engineer. 2.5 - CONCRETE REINFORCEMENT A All deformed reinforcing bars shall conform to ASTM A61 S or ASTM A617. i . All bars shall be either Grade 40 or 60. B. All welded steel wire fabric shall conform to ASTM A185. 03300-2 " PART 3 - CONCRETE 3.1 GENERAL A. Concrete shall have a rams ki uim of six (6) sacks per cubic yard, and shall develop a minimum compressive strength of 3500 psi. after 28 days. B. Concrete shall have a mwdmum 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. Ffigh early or rapid set concrete will be allowed in high traffic situations. b. Reference paragraph 2A.B. 3.2 PLACING A Unless prior written permission is obtained from the District, concrete shall not be placed unless the air temperature adjacent to the concrete placement is 30 degrees Fahrenheit, and rising. 1. If the temperature drops below 40 degrees Fahrenheit, concrete placement shall cease. 2. The temperature of the mix shall not be less than 50 degrees Fahrenheit, nor more than 90 degrees Fahrenheit at the time of the placement. 3. If heated mndng water and/or an accelerator is used, the above temperature restrictions may be waived with prior written permission by the District. a. Water shall not be heated to a temperature exceeding 150 degrees Fahrenheit. B. Unless prior written permission is obtained from the District, concrete shall not be placed unless the temperature of the plastic concrete cannot be maintained at 90 degrees Fahrenheit or lower. 1. To facilitate the placement of concrete in hot weather, the aggregate or the water may be cooled. 03300-3 3.3 FINISHING A Manhole bases and inverts shall be true to line and grade with a smooth invert and a broom finish on the invert benches. 3.4 CURING A Finished concrete shall be cured by protecting it against moisture loss, rapid temperature change, and from rain, ftwmg water and mechanical injury for a of 724wurs after placxment. 1. Concrete shall be maintained at a minimum temperature of 50 degrees Fahrenheit during the wring period. 2. The contractor is responsible for protecting the concrete from traffic and the dements. END OF SECTION 03300-4 FEB95 SECTION 03400 PRECAST CONCRETE PART 1- GENERAL 1.1 DESCRIPTION A. This section addresses precast concrete products. B. Reference Section 02605, 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, cone sections and flat slab tops of manholes shall conform to and be designated as ASTM C478, and shall be made with Type VII Cement. 1. Unless written permission is obtained from the Utility, concentric cone sections will not be allowed. B. Concrete and Reinforcing Materials 1. Reference Section 03300. 2. Mmimum reinforcement for bases of manholes shall consist of welded wire fabric, 4x4-W4xW4. a. Reference ASTM C478, END OF SECTION 03400-1 TRENCH 1MDTH AS SPEC,P:E" IN SECTION 02221 LOWER LIMIT OF TRENCH WALL SLOPING INITIAL LIFT ' I I I i 12 ;N. Mitt. -4 PtP1_0.0. 4 IN. MIN. i COMPACTED GRANUL* MATERIAL CONFOP.tAING TO C : ;_ 467 t INITIAL LIFT SHALL NOT. EXCEED 3 FEE- EN DEPTH. STANDARD TRENCH & BEDDING DETAIL lwah SOUTH FORT COLLiNS i SANITATION DISTRICT APRIL 1995 I/2*MAXIMUM NOTE: PROVIDE CAP OR SE OPEN END OF CAP. (SEE FORT COLLINS WATER DISTRICT SPE 0.015 STAINLESS STEEL STRAPS (TO BE USED WITH REDWOOD SKIDS) STEEL CASING CASING SEAL STAINLESS STEEL BAND STEEL CASING CARRIER PIPE ELL OF PIPE PROVIDE CASING CHOCKS EACH INDEPENDENTLY BANDED TG PIPE BARREL CARRIER PIPE TRANSMISSION LINE SUPPORTED BY CASING SPACERS. NOTE: CASING SPACERS MAY BE EITHER REDWOOD OR STAINLESS STEEL WITH POLYMER RUNNERS. STANDARD PIPE CASING DETAIL SOUTH FORT COLLINS { I SANITATION DISTRICT { T APRIL 1995 FINISHED GRADE 1 16 IN. MAX. 2_ Z S, p a w G 28 IN. MAX. L —24 IN. = MANHOLE RUNGS 12 IN. G-C_ ti L: Lq SEE TABLE m a 7— 18 IN. l2 IN.--; MAX, _• SLOPE i IN./FT. �. SLOPE 2 IN. MIN. ' 1 IN./FT. + j 6 IN. 8 IN. MIN. POURED INVERT PRECAST MANHOLE BASE ALTFRNATE BASE CONCRETE ADJUSTMENT SHIMS GROUTED INSIDE ASTM C-478 ECCENTRIC CONE PRE -FORMED PLASTIC GASKET ASTM C-478 MANHOLE SECTIONS GROUT BASE TO BARREL SECTION ON INSIDE -FORMED PLASTIC GASKET CAST -IN -PLACE CONCRETE BASE MINIMUM INSIDE DIAMETER. OF MANHOLE SHALL 6E AS FOLLOWS: PIPE SIZE MIN. MANHOLE DIAMETER 15 IN. OR LESS 48 IN. _ 18 IN. TO 30 IN, 60 IN. OVER 30 INCHES 72 IN. STANDARD MANHOLE DETAIL SOUTH FORT COLLINS 54K]SANITATION DISTRICT I I APftll 1995 REMOVABLE - EXPANSION PLUG 2 FT. MIN. i • fi; i �- HAND -COMPACTED GRANULAR SACKFILL STANDARD OUTSIDE -DROP MANHOLE SOUTH FORT COLLINS APRIL 1995 �� SANITATION DISTRICT ti FINISHED GRADE 16 IN. MAX. 28 IN. MAX. • MANHOLE RUNGS 12 IN. O.C. AS NEEDED 5 FT. MAX.' 6 IN. , SEE TABLE 12 IN. �- 18 IN. MAX. IN . SLOPE f IN./FT. �• 8 M. MIN, . .` _'- GROUT BASE TO CONE CPI INSIDE NOTE: IF MANHOLE DEPTH IS LESS THAN 3 FEET. TOP SECTION SHALL HAVE A CONCENTRIC OPENING. 2 IN. MIN. SLOPE 1 IN. /FT. 8 IN. L MIN. POURED INVERT ` PRECAST MA HOLE BASE ALTEP.NATE BASE CONCRETE ADJUSTMENT SHIMS GROUTED INSIDE FLAT SLAB TOP SECTION IN UEU OF CONICAL TOP ASTM C-478 - PRE -FORMED P�_AST1C GASKET ASTM C-478 MANHOLE SECTION PRE-FORIAED PLASTIC GASKET CAST -IN -PLACE CONCRETE BA5E MINIMUM INSIDE DIAMETER OF MANHOLE SHALL BE AS FOLLOWS: PIPE SIDE MIN. MANHOLE DIAMETER 15 IN. OR LESS 48 IN, 18 IN. TO 30 IN. 60 IN. OVER 30 INCHES 72 IN, STANDARD FLAT -TOP MANHOLE SOUTH FORT COLLINS SANITATION DISTRICT APRIL 1995 ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION CONTRACT QUANTITY UNIT Unit Price TOTAL 609-01 Vertical Curb & Gutter (30") 2,721 LF 609-02 Ouffall Curb & Gutter 18") 675 LF 609-03 Roll Over Curb & Gutter 475 LF nn 619-01 24" Ductile Iron Lock In Place Water Pipe With Wrap 1,076 LF 619-02 Waterline Filter Material Below Bedding Zone (Approx. 1' Below District Specs) 290 CY 619-03 Waterline Excavation Below Bedding Zone (Approx. 1' Below District Specs) 271 TON 619-04 8" PVC Waterline C-900 FCLWD Specifications 56 LF q 619-05 24"x8" Tee With 8" Gate Valve 2 619-06 24" Butterfly Valve& Box 3 619-07 Fire Hydrant Assembly Include, Tee, Valve, Lead Pipe, Restraint 2 EA 1 2a, no 619-08 8" Plug And Blow Off 1 EA 619-09 24"x11.25" Ductile Bends With Restraints 6 619-10 24"x2" Plug And Blow Off Assembly 1 EA 619-11 Dewatering for Waterline 1 LS 619-12 Wet Tap 8 " on 12" valve and " Tie in Pipe to 24" 1 LS 619-13 8" - 90 Degree Bend t 1 Subtotal Ziegler Road: (�3tiYiS���'uatTttt•i� �„, _ .���-�,���'. *��. - �� �..�. x.,= 60/40 Topsoil 772 1 SF 7 11/2"Colored Rock 1 127 Tan 1-W99. ITS Subtotal Landscaping: y' a5,'!`13', fr 3F'^,�;� w�e�µ:,� m-. � £ x i�� �� q .. •Y - Contract Bond 1.00 LS ,3op 3 03. O 625-01 Construction Surveying 1.00 LS 626-01 Mobilization 1.00 LS 33a56, 66 00 630-01 Type III Barricades 9.00 SECTION 630-02 Message Boards 1.00 LS j5nci, oo 1500-60 630-03 1 Traffic Control 1.00 LS Subtotal Ziegler Road Misc. Quantities: TOTAL PROJECT COSTS a Z4:5 4s• ELBOW v - AIR. —TIGHT PLUG WITH 4 IN, K 4 IN. MARKER SERVICE WYE UNYIELDING PIPE BEDDING OF COMPACTED ROCK OR LEAN CONCRETE d COMPACTED GRANULAR MATERIAL PL"*J VIEW B IN. PVC SEWER PIPE T PLUG :DOING OF COMPACTED ROCK OR LEAN CONCRETE CROSS SECTION NOTE: WYE CONNECTION NOT ALLOWED ON VCP STANDARD SEWER SERVICE CONNECTION SOUTH FORT COLLINS _T APRIL 1995 SANITATION DISTRICT 24 IN. DIA. MIN. 3 IN.I r 5 IN.� li A -= N PLAN VlE`N 'EN T PIPE O.D.+2 IN. 24 IN. DIA. MIN. G - 1 t IN. MANHOLE COVER GROUT WATER LEVEL 1 2 IN. r- 6 IN. _L ROOF LINE - JOIN VENT--- I IN. ABOVE GRADE CLEANOUT TO GRADE -r i-- LONG SWEEP WYE 12 IN. 2 IN. 12 IN. 14 IN. . IF D C T E I 12 IN 9 IN. 1" IN. SIN. t r t 5CTI ON MEW NOTES: 1. SECONDARY COMPARTMENT HAS VOLUME EQUAL TO 113 OF TOTAL CAPACITY. 2, ALL PIPE AND FITTINGS TO BE CAST IRON. 3 INCH MINIMUM DIAMETER. 3. WALLS AND BOTTOM REINFORCED THROUGHOUT WITH 2 X 16 6/10 REMESH. 4. COVERS TO BE REINFORCED LONGITUOINALLY MATH NO. 6 REBAR ON 6 INCH CENTERS. NO. 4 REBAR ON 6 INCH CENTERS 'MDTHWSE AND NO. 8 REBAR DIAGONALLY AROUND THE ACCESS HOLES. 5. CLEAN OUT SHALL BE AN IRON BODY FERRULE WITH BRASS SCREW PLUG. 6. VENT PIPE SHALL BE CAST IRON TO A POINT 6 INCHES ABOVE GROUND. 7. CHECK WITH SUPPUF-R FOR EXACT DIMENSIONS. WATER CAPACITY APPROX. GALLONS GREASE CAPACITY APPROX. CUBIC. FT. DIMENSIONS TWO COMPARTMENT TANK INCHES A 8 C 0 E I F G 320 17 48 72 122 32 30 44 24 500 32 48 72 36 46 44 58 24 780 47 48 96 40 50 48 62 20 1060 74 72 102 34 44 42 56 30 1250 87 80 112 35 43 41 57 36 TYPE A GREASE INTERCEPTOR SOUTH FORT COLLINS � gpRIL 1995 SANITATION DISTRICT PIPE O.D. + 2TIN. s Fr.-0 IN. t - r 24 IN. DIAMETER MIN. 5 IN. PLAN VIEW F �^ — 12 FT.•-0 IN. -- — ---- GROUT 4 IN. 48 IN. r— —� r WATER T— Sl 121IN� _L 2 IN. LEVEL 10 1N. !! NOTES: 1. SECONDARY COMPARTMENT HAS VOLUME EQUAL i0 1/5 OF TOTAL CAPACITY. 2. ALL PIPE AND FITTINGS TO BE CAST IRON. MIN. 3 iN. DIA. 3. WALLS AND BOTTOM REINFORCED THROUGHOUT WITH 2 x 16 6/10 REMESH. 4. COVERS TO BE REINFORCED LONGITUDINALLY WITH NO. 6 REBAR ON 6 INCH CENTERS, NO. 4 REBAR ON 6 INCH CENTERS WIDTHWISE. AND NO. 8 REBAR DIAGONALLY AROUND ACCESS HOLES. 5. CLEAN OUT SHALL BE IRON BODY FERRULE WITH BRASS SCREW PLUG. 6. VENT PIPE SHALL BE CAST IRON TO A POINT 6 INCHES ABOVE THE GROUND LEVEL 7. GREASE CAPACITY RATED FOR LARGE COMPARTMENT ONLY. 8. CHECK NTH SUPPLIER FOR EXACT DIMENSIONS. 3 IN. VENTS ?4 IN. DIAMEIGR MIN. CLAN CUT TO GRADE P_ 'r- LONG SWEEP 'or(E 14 IN. �i WATER CAPACITY (APPROX) GALLONS GREASE CAPACITY (APPROX) CU, FT. -DIMENSIONS (INCHES) C D E F 1565 100 40 50148162 1800 121 46 56154 68 2035 143 52 62 160 74 2505 186 64 74172 86 2975 229 76 86 84 98 3210 250 82 92 90 1 44 3445 271 88 98 96 110 TYPE B GREASE INTERCEPTOR SANITATION DISTRICT SOUTH FORT COLLINS APRit Tsss 24 IN. DIA. MIN. 5 MANHOLE COVER 4 IN. VENTS GROU1 2 IN.0 �12 FT,-O 1N.^- 12 IN. 2 RN. X HEIR I 14.1 M► - - PP,i;L1ARY TANK PLAN VIEW 4 IN. VEN TS --\ 24 IN. DIA. MIN. PIPE O.D. 1 , 1 + 2 IN. i 1 5 1N. Rr7r;F I INF 8 IN. SECONDARY TANK SECTION VIEW NOTES: 1, SECONCARY COMPARTMENT HAS VOLUME EQUAL TO 1;3 OF COMBINED CAPACITY. 2. ALL PIPE AND FITTWGB TO BE CAST IRON, MIN. 3 1N. DIAMETER. 3. WALLS AND BOTTOM REINFORCED THROUGHOUT WITH 2 X 16 6/10 P.EUESH. 4. COVERS TO BE REINFORCED LONGITUDINALLY WITH NO. 6 REBAR ON 6 INCH CENTERS, NO. 4 REBAR ON 6 INCH CENTERS WIDTHWISE. AND NO. 8 REBAR DIAGONALLY AROUND ACCESS HOLES. 5, CLEAN OUT SHALL BE IRON BODY FERRULE WITH BRASS SCREW PLUG 6, VENT PIPE SHALL BE CAST IRON TO A POINT 6 INCHES ABOVE THE GROUND LEVEL 7. VENTS JOIN 1 INCH ABOVE GRADE MINIMUM. 8. GREASE CAPACITY RATED FOR LARGE COMPARTMENT ONLY, 9. CHECK WITH SUPPLIER FOR EXACT DIMENSIONS. TYPE C GREASE IN �'��_ � SOUTH FORT COLLINS SANITATION DISTRICT CLEANOUT TO GRADE LONG SWEEP WYE —1r •- uw WATER CAPACITY (APPROX) GALLONS GREASE CAPAGTY (APPROX) CU. FT. DIMENSIONS PRIMARY SECONDARY (INCHES) D E F I ,! I is L M 4160 311 70 80 43 32147134 42 56 4640 343 76 95 45 98 53 40 48 62 4860 375 82 92 51 10153140 48 62 5360 407 88 98 51 11 59 46 54 68 5600 439 94 0 57 1 59 46 54 8 6060 471 0 11 57 2 65 52 60 7 t RCEPTOR APRIL 1995 24 IN. DiA. MIN. IN. 3 IN.77. 5 1+ A t- - ', --�- - F -;- ,\ / 12 IN \ 6 Ic NN ,I7 7774� B i PLAN VIEW 2 IN. VENT 2 IN. VENT or PIPE 0.0.+ 2 IN. �— 24 IN. DIA. MIN. rI I _ 1N. MANHOLE CO'jE? GRvUT — r = it'd• T— '- WATER �- 14 IN. LEVEL 12 IN. y — ` r 3 IN, { : 6 IN. E 4 SECTION VIEW NOTES: i. ALL PIPE AND FITTINGS TO BE CAST IRON. MINIMUM 3 INCH DIAMETER. 2. SECONDARY COMPARTMENT HAS VOLUME EQUAL TO 1/3 OF TOTAL CAPACITY. 3. WALLS AND BOTTOM REINFORCED THROUGHOUT WITH 2 X 16 6/10 REMESH. 4. COVERS TO BE REINFORCED LONGITUDINALLY VATH 40. 6 REBAR ON 6 IN. CENTERS. NO. 4 REBAR ON 6 IN. CENTERS WIDTHMASE. AND NO. 8 REBAR DIAGONALLY AROUND ACCESS HOLES. 5- CLEAN OUT SHALL BE AN IRON BODY FERRULE. 6. VENT PIPE SHALL BE CAST IRON TO A POINT 6 INCHES ABOVE GROUND. 7. CHECK WITH SUPPLIER FOR EXACT DIMENSIONS- F 6 IN. ROOF LINE — jORN VENTS t IN. ABOVE GRAC CLEANOU7 TO GRACE LONG SWEEP WYE 14 IN. MON. t WATER CAPACITY APPROX. GALLONS DIMENSIONS r.VO COMPARTMENT TANK INCHES A B C D E F 320 48 72 22 30 44 24 500 48 72 36 46 s 58 78d 48 96 40 48 2 j 20 1db0 72 102 34 42 6 30 TYPE A SAND & OIL INTERCEPTOR SOUTH FORT COLLINS 4 SANITATION DISTRICT I APR1L lass o'" 24 IN. DIAMETER MIN. 5 IN. / / 3 IN. VENTS /! PIPE O-D, + 2 IN. i--� —. 8 FT.-0 IN. T — — y— � � 6 IN. TYP. T- . 24 IN. DIAMETER MIN. PLAN V!EW B EN. MANHOLE COVERS I-2 IN. 12 FT.-0 IN. CLEAN OUT TO GRADE GROUT --\ 4 IN.-: j--48 IN. i LONG SWEEP 'NYE i 12 IN. WATER LEVEL 10 IN.Il16� 14 IN. I I c G '3 IN. E � 8 u•+. .. 's . j rRCSS SECTION NOTES: 1. SECONDARY COMPAR7MEN T HAS VOLUME EOUA.L TO 1/3 OF TOTAL CAPACITY. 2. ALL PIPE AND FITTINGS TO BE CAST IRON. MIN. 3 IN. DIAME—P,. 3. WALLS AND BOTTOM REINFORCED THROUGHOUT WITH 2 x 16 6/10 REMESH. 4, COVERS TO BE REINFORCEO LONGITUDINALLY WITH NO. 6 REBAR ON 6 IN. CENTERS, NO. 4 REBAR ON 6 IN. CENTERS WIDTHWISE. AND NO. 8 REBAR DIAGONALLY AROUND ACCESS HOLES. 5. CLEAN OUT SHALL BE IRON BODY FERRULE WITH BRASS SCREW PLUG_ 6- VENT PIPE SHALL BE CAST IRON TO A POINT 6 INCHES ABOVE THE GROUND LEVEL. WATER CAPACITY (APPROX) GALLONS DIMENSIONS (INCHES) CTD-7 C F 1565 40 50 48 62 1800 46 56 54 6E 2035 52 62 60 7.1 2505 64 74 72 96 2975 76 86 84 98 3210 82 192 90 104 3445 188 198 196 1 110 7. CHECK WITH SUPPLIER FOR EXACT DIMENSIONS. TYPE B SAND & OIL INTERCEPTOR SOUTH FORT COLLINS SANITATION DISTRICT APRIL 1995 v / z O a U LL U w CL z O U F- z O U 0 a 0 z �a FORT COLLINS - LOVELAND WATER DISTRICT APRIL 1995 No Text ".+ TABLEQF CUNTENTS ir',L�z;�i��Zi • r 1.1 Scope 01010-1 1.2 Specifications 01010-1 1.3 Coordination With the District 01010-3 1.4 Work Sequence 01010-3 1.5 Notifications 01010-3 1.6 Safety and Protection 01010-4 1.7 Special Requirements 01010-4 1.1 Materials and Equipment 01600-1 1.2 Workmanship 01600-2 DISINFECTION OF WATER LINES GENERAL 1.1 Description 01656-1 1.2 Product Delivery, Storage and Handling 01656-1 PRODUCTS 2.1 Materials 01656-1 EXECUTION 3.1 General 01656-1 3.2 Preliminary Flushing 01656-2 3.3 Methods 01656-2 3.4 Final Flushing 01656-4 3.5 Bacteriological Tests 016564 3.6 Repetition of Procedure 01656-4 n TESTING PIPING SYSTEM GENERAL 1.1 Description 1.2 Pressure rest 1.3 STTB CLEAN Passing AN GENERAL 1.1 Description 1.2 Execution 1.3 Disposal. PROJECT RECORD DRAWINGS GENERAL 1.1 Recording of Drawings 1.2 Maintenance of Project Record Drawings 1.3 Submission TRENCHING BACKFULUM AND COMPACTING GENERAL 1.1 Description 1.2 Quality Assurance 1.3 Job Conditions 1.4 Maintenance and Correction MATERIALS 2.1 Stablization Material 2.2 Bedding Materials 2.3 Trench Backfill Material EXECUTION 3.1 Preparation 3.2 Trenching 01666-1 01666-1 01666-3 01710-1 01710-1 01710-1 01720-1 01720-1 01720-2 02221-1 02221-1 02221-1 02221-3 02221-4 02221-4 02221-5 02221-5 02221-6 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors u 7/96 Section 00410 Page 1 "A 3.3 Pipe Bedding 02221-7 3A BacU ing and Compaction 02221-8 3.5 Field Quality Control 02221-9 PIPE BORING AND JACKING GENERAL 1.1 Description 02224-1 L2 Quality Assurances 02224-1. PRODUCTS 2.1 Casing Pipe - Smooth Steel 02224-1 2.2 Accessories 02224-2 EXECUTION 3.1 Casing Installation 02224-3 3.2 Carrier Pipe Installation 02224-3 PAVE_ NT REPAIR AND RESURFACING GENERAL 1.1 Description 02575-1 MATERIALS 2.1 Aggregate, Asphalt and Concrete 02575-1 EXECUTION 3.1 Manhole Frames and Valve Boxes 02575-1 3.2 Asphalt and Concrete, Base and Gravel Surfaces 02575-1 3.3 Concrete Surfacing 02575-2 3.4 Field Quality Control 02575-2 DUCTILE IRON PIPE GENERAL 11 Description 02615-1 1.2 Product -Delivery, Storage and Handling 02615-1 iii PRODUCTS 2.1 Ductile Iron Pipe 2.2 Fittings and Couplings 13 Joints 2.4 Pipe Lining 2.5 Pipe Coating 2.6 Accessories EXECUTION 3.1 Installation 3.2 Joint installation PLASTIC PRESSURE PIPE GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 Plastic Pressure Pipe 2.2 Fittings EXECUTION 3.1 installation 3.2 Joint Installation VALVES GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 General iv 02615-1 02615-2 02615-2 02615-2 02615-3 02615-3 02615-3 02615-4 02622-1 02622-1 02622-2 02622-2 02622-2 02622-3 02641-1 02641-1 02641-1 2.2 Gate Valves 2.3 Buttet$y Valves 2.4 Valve Boxes 2.5 Air Re iet7Vacuum Relief Valves 2.6 Check Valves EXECUTION 3.1 Installation 3.2 Air Re ief/Vacuum Relief Valves 1.1 Description 1:2 Product Delivery, Storage and Handling PRODUCTS 2.1 General 2.2 Materials and Construction 2.3 Hydrant Gravel EXECUTION 3.1 Installation 3.2 Operation SERVICE LINES METERS AND APPURTENANCES GENERAL 1.1 Description , 1.2 Product Delivery, Storage and Handling 1.3 Installation of Service Taps 1.4 Maintenance and Correction 1.5 Meter Setters 1.6 Meter Pits PRODUCTS 2.1 Tapping Saddles 2.2 Corporation Stops V 02641-1 02641-1 02641-2 02641-2 02641-4 02641-4 02641-5 02644-1 02644-1 02644-1 02644-1 02644-2 02644-2 02644-3 02646-1 02646-1 02646-1 02646-2 02646-2 02646-3 02646-4 02646-4 2.3 Copper Service Lanes 2.4 Couplings 2.5 Curb Stops 2.6. Valve Boxes and Curb Stops 2.7 Meters 2.8 Strainers 2.9 Meta Setters 2.10 Meter Pits 1W► 4 �141[y 3.1 General 3.2 Corporation Stops 3.3 Service Lines 3.4 Curb Stops 3.5 Meter Pits 3.6 Interior Meter Settings 3.7 Inspection WATER DISTRIBUTION SYSTEM GENERAL 1.1 Description 1.2 Quality Assurance 1.3 Product Delivery, Storage and Handling 1.4 Job Conditions PRODUCTS 2.1 Pipe 2.2 Valves 2.3 Hydrants 2.4 Service Lines, Meters and Appurtenances EXECUTION 3.1 Inspection 3.2 Preparation 3.3 Pipe Installation 3.4 Thrust Restraint 3.5 Installations of Pipeline Appurtenances 3.6 Protection of Metal Surfaces A 02646-5 02646-5 02646-5 02646-7 02646-7 02646-7 02646-9 02646-9 02646-9 02646-10 02646-11 02713-1 02713-1 02713-1 02713-1 02713-2 02713-2 02713-2 02713-2 02713-2 02713-3 02713-3 02713-4 02713-5 02713-6 CAST -1N - PLACE CONCRETE GENERAL 1.1 Description MATERIALS 2.1 Cement 2.2 Aggregates 2.3 Water 2.4 Admixtures 2.5 Concrete Reinforcement CONCRETE 3.1 General 3.2 Class A Concrete PRECAST CONCRETE GENERAL 1.1 Description 1.2 Product Delivery, Storage and Handling PRODUCTS 2.1 Precast Concrete Products EXECUTION 3.1 Preparation 3.2 Meter Pit Manhole and Vault Construction vii 03300-1 03300-1 03300-1 03300-1 03300-1 03300-2 03300-2 03300-2 03400-1 03400-1 03400-1 03400-3 03400-3 No Text «.4 RJL94 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 SCOPE A. The purpose of this document is to present the Fort Collins - Loveland Water District's criteria for the construction of soften (16) inch and smaller water mains, water services and all appurtenances associated with these mains and services. It n for the use of Owners, Developers, Design Engineers, and Contractors as guidelines for the construction of said mains, services, and appurtenances. 1. In the case of water mains which are larger than sixteen (16) inch, the Owner, or his representative, shall submit construction specifications to the District for review, prior to approval of construction drawings. The basis for developing these specifications shall be this document. B. These specifications are intended to be sufficiently detailed to provide adequate definition of the work to be performed and to insure the quality of that work. The Contractor and Contractor's representative shall become thoroughly familiar with the provisions and the content of these Specifications. C. These specifications are composed of written Material Specifications and Standard Drawings. 1. Every attempt shall be made to avoid conflicts between standards, and drawings during design. However, when requested in writing, the Fort Collins - Loveland Water District shall provide a letter of interpretation. D. In the event that a conflict occurs between water mains, services or other, utilities, during construction, the Contractor shall contact the Fort Collins - Loveland Water District to interpret these specifications or to determine if than standards of other utilities or departments apply, 01010-1 1.2 SPEC FICATION DOCUMENTS A Definitions. 1. AASHTO - American Association of State highway and Transportation Officials. 2. ACI - American Concrete Institute. 3. ANSI - American National Standards Instib 4. ASTM - American Society for Testing and Materials. 5. AWWA - American Water Works Association. 6. ABILITY - that which a person who can do on the basis of present development and training. 9. CDOH STANDARDS - Colorado Department of Highways Standard Specifications for Road and Bridge Com trumom 10. COMPETENT - a person who has the natural powers, physical or mmnal, to meet the demands of a situation or work; the word is widely used to describe the ability to med all requirameats, natural, legal, or other, of a given task. 11. CONSULTANT - the partnership, corporation, or individual who is hired by the owner and is empowered to act as his agent for the project. 12. CONTRACTOR - the corporation, association, pip, or individual who has catered into an Agreement with the Owner to perform the work 13.. CONSTRUCTION DRAWINGS - detailed and working drawings, including plan, profile, and detail sheds of proposed utility improvements, approved by the Engineer. 14. DESIGN ENGINEER - the partnership, corporation, or individual who is registered ass -a professional engineer, according to Colorado statutes, and who is hired by the owner, and is empowered to act as his agent for the project. 15. DISTRICT - the Fort Collins - Loveland Water District 16. OSHA - Occupational Safety and Health Administration. o1alo-2 "r 17. OR AN APPROVED EQUAL - as approved to being equal by the District. a. Reference Section 01600. IS. OWNER - the developer, corporation, association, partnership, or individual who has entered into an Agreement with the District and has entered into an agreement with the contractor to perform the work 19. PROVIDE - furnish and install complete in place. 20. QUALIFIED - acquired abilities; skill, knowledge, vgMience, that fits a person for a position, office, or profession. 21. RECORD DRAWINGS - detailed drawings that show actual construction and contain field dimensions, elevations, details, changes made to the construction drawings by modification, details which were not included on the construction drawings, and horizontal and vertical locations of underground utilities. a. Record Drawings are usually construction drawings which have been modified to contain the information listed above. 22. REMOVE - remove and dispose of in a manner consistent with local ordinances, laws and regulations. 23. SERVICE LINE - all pipe, fittings and appurtenances for conveying water from the distribution mains to the premises and/or meter as applicable. 24. SHALL - a mandatory condition. 25. SYSTEMS ENGINEER - shall mean the Systems Engineer of the Fort Collins - Loveland Water District or their authorized representative. 26. TAP - the physical cormection to the distribution main. 27. UTILITY - District Manager or his authorized representative. 28. WORK - the entire completed construction or the various separately ideatiifiable parts required to be finnished for the project. Work is the result of performing services, fircroshing the labor and furnishing and incorporating materials and equipment into the construction. 01010-3 B. Interpretation I. These Specification's contain many command sentences which are directed at the Contractor unless otherwise stated. 2. The Contractor shall request clarification, in writingto the District, of all apparent conflicts. The District will not be responsible for any explanations, interpretations, or supplementary data provided by others. 13 COORDINATION wrm TSE D16 mcT A. The Contractor is responsible for coordinating a pre -construction meeting with the District B. The Contractor is responsible for coordinating the work with the District. C. Connections to existing pipelines. I. All connections to exiling water mains shall be made at a time authorized by the District. IA WORK SEQUENCE A. Contractor shall coordinate the sequence of activities, taking into account work by others; possible easement requirements; hermit requirements; and District requirements. B. Contractor shall coordinate the beginning of work, excavation near ditches, railroads, road pits, etc. with the District, affected parties, and utr7mim prior to begi s ing construction. C. Contractor shall coordinate pipe filling, chlorination testing and pressure testing with the District. 1.5 NOTIFICATIONS A Contractor shall contact the District, as utilities and affected parties at least 48 hours (miusive of holidays and weekends) prior to working in area adjacent to underground utilities. B. Contractor shall have all utilities field located. C. Contractor shall give the District a minimum of 48 hours notice (exclusive of holidays and weekends) prior to inspections and testing. 01010-4 � w Ll" 4 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Travel grs Casualty ty and Surety_ Company af Amer; ca as Surety, are hereby held and firmly bound unto the City of Fort Collins4 Colorado, as OWNER, in the sum of $ 5y of amount bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation. is such that whereas the Principal has submitted to.the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 5927 Trilby Road and Ziegler Road Improvement Project. y 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 accorda9lce. with said Bid) and shall furnish a BOND for his faithful Performance of said Contract, and for payment of all persons 'performing labor or' furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain In force and effect, it being expressly understood and agreed that the .liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated: The Surety, for value received, hereby stipulates and .agrees that the obligations of said Surety and its BOND shall be in' no way impaired or affected by any extension of the time within which the OWNER may accept such Bid;, and said Surety does hereby waive notice of any such extension. Surety Companies executing bonus must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 section 00410 Page 2 4.4 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 shalt take all reasonable and necessary precautions for the safety oC and shall provide the necessary protection to prevent damage, injury or loss to: Employees and other persons onsite who may be affected. 2. The work and materials or equipment to be incorporated therein, whether in storage on or off the site. 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 sball 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 REQUHW24ENTS A All items and work not covered by these specifications shall be discussed with the District, and the Contractor shall receive approval from the District, in writing, prior to beginning work. B. All work must be acceptable by the District prior to being placed in service. C. District furnished nished materiaL When the District furnishes any materials, the Contractor shall be responsible for such materials once they have bow picked up or delivered to the job site. 2. The Contractor shall be responsible for the careful inspection of District Punished material' at the time of delivery. Contractor shall repair, in a manner acceptable to the District, or replace any District Punished material', which has been damaged or stolen, at the Contractor's expense- 01010-5 'r. 4. The District is responsible for the quality and operational design aspects of 'District famished materiar. _ D. Contractor shall warrant all work for a period of one (1) year after final completion and initial acceptance of the work. = i. Contractor may perform such mainteoanoe and repairs by subcontract. J a. If the Subcontractor looses to subcontract the warranty work, he shall submit to the District a copy of the wboontract or the work w borization as evidence _ of the contractor's faithful intention during the one (1) year warranty period. E. Field changes from the approved plans shall not be permitted without prior permission from the District. F. The Developer, Developer's Engineer or.Developees Contractor is responsible to coordinate a pre -construction meeting with the District at least five (5) days, exclusive of holidays and weekends, prior to construction G. The Developer, Developer's Engineer or Developer's Contractor is responsible to submit three (3) sets of approved Construction Drawings to the District at least five (5) days, exclusive of holidays and weekends, prior to construction R The Developer shall be responsible for the cost of r lists, excessive inspection and inspection during non -office hours, 8:00 am. to 4:30 p.m. Monday through Friday exclusive of holidays. The District will notify the Contractor and Developer when such costs are being incurred. I. Contractor shall be responsible for providing suitable means of obtaining water samples for bacteriological testing. _ I No work shall take place on weekends or holidays without prior authorization from the District. Contact the District at least 48 hours (exclusive of holidays and weekends) prior to working in areas near underground utilities, pole lines, or on private property. The District will make every effort to assist with ratifications received less than the 48 hours required. — K Contractor shall provide all materials, equipment and other items required to. isolate and _ accomplish total separation of new construction L. Prior to commencing work, Contractor shall designate, in writing, an authorized representative who shall have complete authority to represent the Comractor and shall be on the construction site at all times during work activities. 1.9 QUALITY CONTROL A Inspection. 1. The District shall make periodic checks to verify the quality and progress of the work. The authorized agents and their representatives of the District shall be provided safe access to the work, whenever it is in preparation or progress. The Coaft=or shall provide for such access and for inspection, including maimtenaace of temporary and permanent access. 2. Materials and equipment rejected by the District shall be identified and remain onsite until approved for removal by the District. END OF SECTION 01Olo-7 No Text RJL94 SECTION 01600 MATERIAL, EQUIPMENT AND WORKMANSHIP PARTI- GENERAL 1.1 MATERIALS AND EQUIPMENT A Contractor shall furnish all materials, equipment, labor, and incidentals necessary for the execution, disinfection, testing, and completion of the work. Reference Section 01010 and 02646 B. All materials and equipment shall be of good quality and new, except as otherwise approved by the District. When requested by the District, the Contractor shall famish 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 Contractors responsibility to insure the manufachuees materials supplied, meet these specifications. 2. Prior to using existing materials, written approval must be obtained from the District. C. All materials and equipment shall be installed and used in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in these specifications. D. The specification of materials and equipment shall be understood to be representative of a quality of performance, operation and construction acceptable to the District. The District shall make every effort to evaluate all written requests for product substitution within thirty (30) days. a. Such requests shall include detailed product literature and a description of benefits which might be achieved by this substitution. ot600-t E. In approving materials or equipment for Wstdt dM the District assumes no responsMity for injury or claims resulting from More of the materials or equipment to comply with the applicable Nabomd, State, and local safety codes or requiremeak or the safety req irements of a recognized agency, or failure due to faulty design concepts, or defective workmansWp. END OF SECTION SECTION 01656 DISINFECTION OF DOMESTIC WATER LINES PART I - GENERAL 1.1 DESCRIPTION A This section addresses the filling and disinfection of potable water distribution lines. B. The Contractor is responsible for the disinfection and testing of water lines. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A Reference the Forwards to AWWA B300 and AWWA C651. B. Hypochlorites should be handled with extreme care. PART2-PRODUCTS 2.1 MATERIALS A Hypochlorite. 1. Reference AWWA B300. 2. Hypochlorites for use in swimming pools shall not be allowed. B. Adhesive. 1. Any adhesive used to attached hypochlorite tablets to the interior of the pipe, shall be a food grade adhesive, which has received US Drug Administration approval for uses that may involve contact with edible products. a Permatex Form -A -Casket No. 2. b. Permatex Clear RTV Silicone Adhesive Sealant C. Or an approved equal. oi6s6a PART 3 - EXECUTION It GENERAL A The Contractor, with District approval, shall satisfactorily disinfect and flush new water lines prior to placing them in service, in accordance with AW WA C651. B. Filling pipe. 1. The Contractor shall operate existing valves to fill the pipe, open air blow -offs, and hydrants. District personnel shall witness testing and operation. 2. Where permanent air vents are not available, the Contractor shall install corporation stops at high points in the water line, in order to evacuate air. a. All oorpomdon stops, which were installed to facilitate .evacuation of air from the water main, shag be.removed and plugged after the water main is filled, and prior to pressure testing. 3.2 PRELINMARY FLUSffiNG A Preliminary flushing shall not be performed if the tablet method of disinfection is approved by the District. B. The pipelines shall be flushed at a minimum velocity of 2.5 $lsec., in order to remove foreign material prior to disi fection. 3.3 METHODS A General. 1. The District shag: a. Determine the disinfection method to be used. b. Sample and test water from the pipe system extremities until clear, potable water is obtained. 2. The Contractor shall: a. Properly dispose of flushed water. 01656-2 YxA B. Tablet method. 1. The tablet method consists of placing calcium hypochlorite gramlles and tablets in the water main during construction, and filing 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 folly -one degrees Fahrenheit (5° C). If trench water or foreign material has entered the waxer line, or if the water temperature is below forty-one degrees Fahrenheit, the continuous -feed method of chlorination shall be used. b. The tablet method shall not be used for extamoffi which are over 1000 feet in length, or for water lines which are larger than 124nches in diameter, without prior permission of the District. C. During construction, calcium hypochlonte granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch main, and at 500 feet intervals. The quantity of granules used shall be as shown in Table 1, AWWA C651. d. During construction, 5-gram calcium hypochlorite tablets shall be placed in each section of pipe, hydrant, hydrant lateral, and other appurtenances. The quantity of tablets used shall be as shown in Table 2, AW WA C651. e. Tablets and granules shall be placed in sufficient number and amount to produce a mi mum chlorine concentration in the treated water of 50 milligrams per liter. f. 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 them is no adhesive on the tablet except on the broad side of the tablet next to the pipe surface. i. Reference paragraph 2.1.B. 01656-3 g. Inuoduae water into the pipes at a velocity no grater than 1 Uses h. The chlorinated water shall be retained in the liaes.for a minimum of 24 hours, at which time the treated water must certain no less than 25 moms per liter of chlorine throughout the entire length of the main The chlorinated water — shall be Rushed within five (5) days unless otherwise approved by the District. C. Contirmous-feed method 1. The conbituous-feed method of disinfecting water mains consists of placing _ calcium hypochlorite granules in the main during comRmdioa, completely filling the main to remove all air pockets, fluddng the completed main to remove the particulates, and Ming 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 then 10 milligram per liter. — a. Calcium hypochlorite granules shall be placed in the pipe sections during — constsuction. i. R factim Section 3.333.1.c. b. Prior to being chlorinated, the =in shall be filled to eliminate air pockets, and shall be flushed to remove particaalates. The flushing velocity shall not be less than 2.5 feet per second. ^' i. Reference Section 3:2 and AWWA C65.1. c. Chlorinated water shill be introduced into the water fines at a point approved by the District at a eonst=4 measured rate so that the chlorine concentration is _ maintained at a minimum of 25 milligrams per liter of flee chlorine. — L The entire main shall be filled with the chlorine solution. _ I Reference Table 4 of AW WA C651. iii. Prior to And during the disinfection procew valves shall be positioned so that the chlorine sohrtion in the newly comtnlcted mein will not flow into water mains in active service. d. The chlorinated water shall be retained in the main for a minimum of 24 hours, at which time the vested water in all portions of the main shall have a free residual of not less than 10 milligrams per liter. 0165& 4 3. On the south side of Trilby Road, we will have a stockpiling area that is 150' long by 70' deep that will need to be fenced in with orange safety fence. 208-02 Orange Safety fence (on the Kechter property south side of Trilby road) 290 LF 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. I b'Y IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 16thday of August , 2005, 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 SURETY Name: Gerrard Excavating, Inc. Travelers Casualty and Surety Company of America Address: 1732 S. County Rd 13c 6060 S Willow Drive Loveland, CO 80537 Greenwood Village, CO 80111 �y Richard D. Herbert Title: \ Title; Attorney -in -Fact ATTEST: BYcaaa-i�� jCRr, r 7/96 95345 �J7 r 0 (SEAL Section 00410 Page 3 3.4 FINAL FLUSEUNG A. After the applicable retention period, the heavily chlorinated water shall be flushed from the water lines until the chlorine measurements show that the concentration in the water leaving the main is no higher than that generally prevailing in the system, or is less than 1 milligram per liter. - The Contractor shall. be responsible for all necessary permits and to ensure that no environmental damage occurs. 1. Reference Appendix B of AW WA C651, for a list of neutralizing chemicals. 3.5 BACTERIOLOGICAL TESTS A The District shall collect samples from the pipeline after final flushing and pressure testing, but prior to placing water lines in service, to test for bacteriological quality to show the absence of coliform and beterotrophic organisms. i. The District shall be given a nliniin um of 48 hours advance notice, prior to collecting samples. B. The number and frequency of samples shall be determined by the District based upon AW WA C651. 3.6 REPETITION OF PROCMURE A if the initial disinfection, or subsequent disinfection, fail to produce satisfactory samples, the main shall be re -flushed and re -sampled. If the samples are still not satisfactory, the main shall be re -chlorinated by the continuous -feed or the slug method of chlorination until satisfactory results are obtained. B. If the residual is less than 10 milligrams per liter, the water lines shall be re -chlorinated by the continuous -feed method of chlorination and retested. END OF SECTION 01656-5 No Text 4.r SECTION 01666 TESTING PIPING SYSTEM PART 1 • GENERAL. 1.1 DESCRIPTION A This section addresses the hydrostatic testing of water distribution lines and services. B. Water services shall be tested with the main. C. Once the pipeline has been filled and disinfected, and bwkfilling has been completed and approved, a pressure test shall be conducted. The contractor shall provide all equipment and personnel to perform the hydrostatic test. a Test equipment shall be able to nuuntain a continuous internal pipe pressure of 150 psi and accurately measure leakage over a two (2) hour minimum test period. b. The maximum allowable pressure gauge increment shall be 5 psi. c. A water meter shall be used to measure the amount of water used in pressurizing the system. 2. The District will record times, leakage readings and pressure over the test period. D. Testing shall not occur until at least seven (7) days have dapsed since the last concrete thrust restraint was cast, or until a minimum compressive strength of 2500 psi is achieved. E. Testing shell not occur until after the pipeline has bow chlorinated and flushed. F. The pipe shall remain filled with water for a minimum of 24 hours prior to the hydrostatic pressure test. Chlorinated water for disinfection shall be flushed within five (5) days unless otherwise approved by the District. G. Unless otherwise approved by the District, the hydrostatic pressure test shall be performed against all valves within the new piping system 1.2 PRESSURE TEST 01666-1 A "Leafage" is the quantity of water that oust be supplied into the newly laid pipe, or any valved section thatiof to maintain a pressure of within 5 psi of the specified teat pressure, after the air has boon expeDed and the pipe has been $lied with water. B. Teat pressure. 1. For ductile iron pipe and PVC pipe, the mimnrm test pressure shall be 150 psi. 2. A residual pressure of 5 psi of the test pressure shall be maintained for a minimum of two (2) hours. C. The maximum allowable leafage for each test section of ductile iron pipe, and PVC pipe is determined by the *Mowmg formula: L = SD(P)w 133,200 L = maximum allowable leakage, in gallons. S = Length of pipe tested, in feet. D = nominal pipe diameter, in inches. P = average test pressure during the leakage test, in psi. 1. Reference AW WA C600. D. Testing and Leakage. 1. Unless prior permission is given by the District, a test section shall not be any longer than the femgth of pipe between adjacent line valves. 2. Testing through fire hydrants shall not be allowed. L3 PASSING A If the teats 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. 01666-2 C. All visible leaks shall be repaired reWdko of maser 4L#ovvable kskage. END OF SECTION 01666-3 No Text JUL94 SECTION o1710 SPTE CLEANUP PART 1- GENERAL 1.1 DESCRIPTION A Site cleanup shall be executed during the progress of the work, and at the completion of the work 1.2 EXECUTION A Construction materials shall be neatly stored. B. Containers shall be provided for the collection of wasted material and debris. 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 materials, equipment, waste containers, construction buildings, parking, etc., shall only be allowed within the limits of the construction easement. 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 or better. 1. Contractor shall restore any land which will not be paved with asphalt, or concrete, to its original condition. a. All topsoil shall be restored to its original quality. b. Any area 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. U DISPOSAL A In order to maintain an orderly site, waste material and ddxis shall be removed ixtiodicAy. -� END OF SECTION 01710-2 SECTION 01720 RECORD DRAWINGS PART 1- GENERAL 1.1 RECORDING OF DRAWINGS A. Record Drawings shall be submitted by the Design Engineer to the Systems Engineer for review and approval. B. Each drawing shall be labeled "DRAWINGS OF RECORD" in neat large printed letters. C. Construction information shall be recorded concurrently with construction progress. D. Record Drawings shall be marked legibly and with an indelible pen. E. Record Drawings shall include, as a minimum, the following. 1. Field dimensions, elevations, and details. 2. Changes which are made by rnodificatiom 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 6. All dimensions shall be referenced to property pins if surface improvements have not been constructed. 1.2 MAINTENANCE OF PROJECT RECORD DRAWINGS DURING CONSTRUCTION A. Record Drawings and any documents used for the preparation of said Drawings shall be stored apart from documents used for construction B. Record Drawings shall be maintained in a clean, dry, legible condition and in good order. 01720-1 1J SDBPAMMON A Project Record Drwwwgs shed be submitted to the Systems Engineer with a traasmittai letter cawing the following: 1. Dec. 2. Project title. 3. Design Engineer's name, address and telephone number. 4. Tide and number of each Record Document. B. Project Record Drawings shall be submitted on 24" x 36", 3 mil (minimum) reproducible, double -matte mylar. C. The final acceptance of the water lines and appurtenstices will not be made until all District requires are satisfied and the Project Record Drawings are reodwed and accepted by the District. D. The District recommends that Project Record Drawings be submitted in blueline form for P approval END OF SECTION 01720-2 w TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT , KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Richard D. Herbert, Christine A. Herbert, Sally D. Herbert, Kelly McNair, Elizabeth Jolivet, of Longmont, Colorado, their true and lawful Attorneys) -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 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 force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. aat atea}Aa, "a v31rA E> - G! A r i y� rr r (02-05) Urdi nited .-. JUL94 SECTION omi TRENCMNG, BACKI+'II.i..IIriG AND COMPACTING PART 1- GENERAL 1.1 DESCREMON A This section addresses excavation and trenching; mchrdutg subsurface drainage, Wig, preparation of %%glades, pipe bedding, bar Aling, oomopacting, and finish grading for underground pipelines, service lines and appurtenances. B. Reference the "Standard Trent and Bedding Detail" in the appendix. 1.2 QUALITY ASSURANCE A Soil compaction tests shall be performed in accordance with: ASTM D 2922 - Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods. 2. ASTM D 1556 - Standard Test Methods for Density of Soil in Place by the Sand - Cone Method. B. Construction Staking. Construction staking shall be performed under the supervision of a licensed land surveyor. 2. All survey notes and construction staking notes shall be entered into bound, hard cover field books. 3. Adequate staking shall be provided to establish acceptable horizontal and vertical control. 4. Offsets shall be staked so that vertical and horizontal alignment may be checked. 5. All survey data, which is developed by the Contractor or the Design Engineer in performing surveys which are required by the work, shall be available to the District for examination and reproduction throughout the constriction period 02221-1 IJ JOB CONDITIONS A Drainage and Groundwater. 1. Contractor shall obtain all necessary permits prior to starting dewatering operations. A. Wgroundwater will be discharged into an irrigation ditch, pond, strain or waterway, or will drain to an irrigation ditch, pond stream or waterway, a Colorado Department ofHalth dewdering permit will be required. b. Permit applications may take up to 30 days to be reviewed by the Colorado Department of Hed& C. Contractor u required to complete and process the Discharge Monitoring Report (DW) that are typically a part of the dewatering permit. d. Upon finishing the work, the Contractor shall be responsible for completing a Colorado Department of Health Discharge Termination Notice. 2. Water that is encountered in the trench shall be removed to the extent necessary: a. provide firm subgrade. b. permit connections to be made in dry conditions. C. 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. 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. a. This distance may be amended, with the District's approval, based upon job conditions. 02M-2 2. hri ial trench bwM shall be performed within 300 linear feet of pipeline installation. a. This distance may be amended, with the District`s approval, based upon job conditions. Backfiil shall be completed, at the end of each day, to the extent that no damage from hydrostatic pressure, floatation, or other cause will result. 4. Where excavation is a hazard to automotive or pedestrian traffic, the amount of open trench and the time duration of that opening is to be minimized. C. Underground Obstructions. 1. The Design Engineer and/or Contractor shalt field verify all Record Drawing i iRmnation obtained from the District. 2. Contractor shall notify each Utility Owner and request utilities to be field located by surface reference. a. The request for the location of utilities shall be made a minimum of 48 hours prior to trenching or excavation (exclusive of holidays and weekends). The Contractor shall expose and verify the size, location, and elevation of undergrautd utilities and other obstructions, sufficiently in advance of construction to permit changes to be made to the Construction Drawings. a. In the event there is a conflict, the Contractor shall notify the District and the affected utility company. b. In the event there is a conflict, the proposed work may be modified, at the District's discretion 4. Existing improvements, adjacent property, utilities, trees, and plants that are not to be removed shall be protected from injury or damage resulting from the Contractor's operations. 02221-3 5. ff the Contractor removes any underground obstructions, the following shall apply. _ a. Drainage culverts may be salvaged, and reused in an appropriate location, if _. written approval is obtained from the District. i. All other underground obstructions shall be replaced as directed by the affected utility. n. All field drains shall be repaired or replaced to their original _ condition, or better. 1.4 MAINTENANCE AND CORRECTION A. Contractor shall maintain and repair all trench settlement, resulting from Contractor negligence, which occurs within the one (1) year warranty period, and make necessary repairs to pavement, sidewalks or other structures which may be damaged as a result of trench settlement. 1. Reference paragraph 1.7.D. of Section 01010. PART 2 - MATERIALS 2.1 STABQLIZATION MATERIAL A If the existing soil in the trench bottom is judged to be unstable by the District and/or the — Contractor, the unstable material shall be removed and replaced with an acceptable. stabilization material. 1. The over -excavation depth shall be a minimum of six (6) inches. 2. Stabilization material is crusher -run rock, conforming to ASTM D448, or CDOH -- 4357. 02221-4 ",6 B. Geosynthetics may be used in conjunction with stabilization material, with the prior written approval of the District. 2.2 BEDDING ZONE MATERIALS A The bedding zone shall extend from four (4) inches below the invert of the pipe to twelve (12) inches above the pipe. The pipe shall be bedded in granular material extending from four (4) inches below the pipe to the spring line of the pipe. 2. Select material shall extend from the spring line of the pipe to twelve (12) inches above the pipe. 3. Reference the "Standard Trench and Bedding Detail" in the appendix. B Granular material shall be a uniformly graded crushed material, conforming to CDOT 967, unless otherwise noted on the approved Construction Drawings. If noted on the Construction Drawings, the granular material may be sand conforming to ASTM C 33. 02221-5 2. If noted on the Construction Drawings, the granular material may be 3/8" chips conforming to CDOT #8. C. Select soil shall be either trench backfill material (which is free of rocks, clods, stones greater than 1-1 /2 inches in any dimension, and which meets the other requirements of _ trench backfill material), or granular material. 2.3 GROUND WATER BARRIERS A_ If compacted soil is used for ground water barriers, it shall meet the following soil _ classification. 1. SC - clayey sands, sand -clay mixtures. 2. CL - inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays. 3. CH - inorganic clays of high plasticity, fat clays. B. Concrete used for ground water barriers shall develop a minimum compressive strength of ^ 2,000 psi after twenty eight (28) days. 2.4 TRENCH BAC MLL MATERIAL A. Trench backfill material shall be placed from a point twelve (I2) inches above the pipe to twelve (12) inches below the ground surface or to the bottom of the pavement subgrade, whichever is greater. _ 02221-6 "'.i B. Trench backfill material shall be either soil excavated from the trench, or imported soil. Any soil used for trench backfill, shall be free from frozen matter, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and any rocks or stones which are larger than six (6) inches, in any dimension. a. Rocks or stones which are six (6) inches or larger may be used in trench backfill material with prior written approval of the District. 2. If imported soil is used for trench backfill, it shall meet CDOT specifications for Class #1 structural backfill. Shy Y4 SU: C S$ 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 shown on drawings, or approved by the District. B. Care shall be used when operating mechanical equipment in locations where it may cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. C. Mechanical equipment shall be operated in such a manner that the bottom elevation of the trench can be maintained with uniform trench widths and vertical sidewalls of the bedding zone. 02221-7 D. Trench distbe sulfiaandy ac=Ue to pamit pipe to be aligned propuiy with an eight (8) inch minimum clearance between the pipe and the sidewalls of the trench or trench box. 1. The trench sidewall shall not be undercut in order to obtain clearance. E. Preparation of trench bottom. 1. Trench bottom 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 a suitable for placement of bedding material: 4. if the trench bottom is judged to be unstable by the District sn&Or the Contractor, the unstable material shall be removed and replaced with an acceptable stabilization material. a. The ova -excavation depth shall be a minimum of 6-inches. b. Reference paragraph 2.1. 5. The Contractor shall over -excavate a minimum of six inches below the bottom of the pipe wherever the trench bottom is rock, or other unsuitable material. 6. Over -excavation shall be backSlled and compacted with acceptable Granular Material. . a. Reference paragraph 2.2 A F. Stockpiling excavated materials. 1. Suitable material for backfilling shall be stockpiled in an orderly manner, and stored a mim i m of two (2) feet from the edge of the trench. 2. Excess excavated materials not suitable or not required for backfiiling shall be disposed of away from the immediate work area. 3. Excavated material shall not be stockpiled against or over existing structures or appurtenances. 02221-8 3.3 PIPE BEDDING A Placement and compaction. Reference the "Standard Trench and Bedding Detail" in the appendix. 2. Bedding material shall be distributed and graded to provide uniform and contimous support beneath the water main at all points between bell ends, or pipe joints. a. Pipe shall not be supported by the bells. b. A minimum of four (4) inches of bedding shall be placed prior to the installation of the pipe. 3. To prevent lateral displacement, granular bedding material shall be deposited and compacted uniformly and simultaneously on each tide of the pipe. a. Bedding material shall not be dropped onto unsupported pipe. 4. Granular bedding material shall be consolidated under and around the pipe. 3A GROUND WATER BARRIERS A. Ground water barriers shall be constructed in such a manner as to impede passage of water through bedding material for the full depth of the granular bedding material, and the full width of the trench. Ground water barriers shall be approximately four (4) feet long and spaced not more than four hundred (400) feet apart 2. Both sides and the bottom of ground water barriers shall be keyed six (6) inches into existing soil, and extend up.to original onsite material, or to within one (1) foot of finished grade. 3.5 CUT-OFF WALLS f- Cut-off walls shall be constructed in such a manner as to impede the passage of water through the bedding material for the fill depth of the granular bedding material, and the full width of the trench 02221-9 3.6 BACKFILLING AND COMPACTION A All trench baicidili shall be compacted. 1. Baakfill of pipe and sppurtenames and around vaults and valve boxes shalt be compacted with equipment and in a mammy which is capable of producing the required raamlts. B. Backfill material shall be deposited in uniform horizontal layers which shall not exceed six (6) inches (compacted depth), in all areas, unless otherwise approved by the District. C. Methods and equipment which are appropriate for the baddill of material shall be utilized. 1. Bacldiil equipment or bacIffilling methods which may damage the pipe shall not to be used. D. Compaction shall not be per%rmed by letting or water settling. E. Sheeting removal (if Contractor elects to use sheeting). 1. Do not remove sheeting prior to backfilling. 2. Use effective methods to protect the constiuction, other stnrefiures, utilities and property during the sheeting removal. 3. Voids left by sheeting removal shall be filled with dry sand. 4. Unless otherwise approved by the District, shooting that a Taft m place shall be art off at an elevation sic (6) feet below finish grade. F. Topsoil shall be replaced to the depth of stripping over all areas which are to be reseeded. G. Excess excavated material and materials not suitable for backfill shall be disposed of Properly. 3.5 FIELD QUALITY CONTROL A. This section applies to all water lines and appurtenances that are maietamed by the District, and locaW within public right-of-way, or within easements on private property. 02221-10 L & 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 17th day of February, 2005, STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD Nt0 n �,TY A/y �9�� e�� OSL rG,AAp6U,��A HARTFORD, i �7 s1982� p CONK. g W CONN. r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 17th day of February, 2005 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. G.TifT� �, Auelso My commission expires June 30, 2006 Notary Public Marie C. Tetreautt CERTIFICATE I, the undersigned, Senior Vice President 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 16 th day of August 20 05 OWN, lTY A/y 1110 SUHFry J� os pA6U,�< (HARTF6 a HAFttFORD, CON CONN U Nicholas Seminara Senior Vice President i B. Field moisttuWdensity control. 1. Field tests will be conducted to determine compliance of moisture/density requirements in accordance with ASTM D 2922 (Tests for Density of Soil and Soil -Aggregate In Place by Nuclear Methods). 2. Moisture/density tests are the responsibility of the Contractor, and shall be performed by a private Geotechnical Consultant. a. The method of testing of the compacted material and the validity of the results shall be the responsibility of the Geotechnical Consultant. b. Test results shall be submitted to the District by the Contractor or the Geotechmcal Consultant within 24 hours of the test, or by the end of the next working day. Copies of the field work sheets are acceptable. C. Summarized test results shall be submitted to the District prior to the initial acceptance of the water system. Moisture/dertsity tests shall be performed at a depth of two (2) feet above the top of the pipe bedding and in two (2) foot increments up to the final grade. 4. Mobtureldensity tests shalt be performed at a minimum of two hundred (200) linear feet, as measured along the length of the pipe, or as determined by the District. 5. Moisture/density tests in the vicinity ofvaults and valve boxes shall be performed at a maximum of one (1) foot away.from the vault sections or valve box. a. Tests shall be performed in random directions from the vault or valve box, on separate lifts. A minimum of one (1) test shall be performed for every two (2) feet of bacIM material. 6. Moisture/density tests shall be performed below the finished subgrade, and a minimum of one rim for each service Line installed, unless otherwise specified by the Systems Engineer. All failed test areas shall be re -compacted and retested. 02221-11 B. Compaction shall be to the foiiowing MMM densities: %deee ASTM D. 698 or AASHTO T99 unless otherwise indicated). 1. Ground water barrier material: 95% of maximum density (ASTM D 698). 2. Pipe bedding. a Compacted granular material: SWO of relative de nsity(ASTM D 4253 and D 4254). 3. Bedding zone: 90'/0 of maximum dry density. 4. Trench baciM. a Paved roadways, sidewalks and other areas which are to be paved: 95% of maximum dry density. b. Gravel roadways: 95% of maximum dry density. C. Fields and landscaped areas: 90% of maximum dry density. d. Under footings, foundations or strue res: 100% of maximum drydensity. e. All other locations: 95% of maximum dry density. C. Moisture content. 1. All compacted bac M shall be within of 219 (+/-) of the optimum moisture content of the soft as damned by ASTM D 698.. Variances may be requested by submitting a report and recommendation from a private Geotechnicai Consultant accompanied with a letter that specifically identifies the variance. Submittals should be directed to the Systems Engineer. 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. END OF SECTION 02221-12 RM94 SECTION 02224 PIPE BORING AND JACIMG PART 1- GENERAL 1.1 DESCRIPTION A This section is a minimum guideline and addresses the famishing and the installation of casing pipe, either by boring or jacking. B. Each casing pipe installation shall be specifically designed by the Design Engineer. C. Rderence the "Standard Pipe Casing Detail" in the appendix 1.2 QUALITY ASSURANCES A. Design Criteria. Specified thickness for pipe and casings are based upon the superimposed loads and not upon the loads winch may be placed on the pipe as a result of jacking operations. a. Increased pipe strength shall be provided as necessary to withstand jacking loads. B. Construction Criteria 1. Owner/Contractor shall obtain the necessary permits from the appropriate agencies, prior to commencing construction 2. Owner/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. 3. All excavations small conform to the trenching, backfiliing and compaction requirements set forth in Section 02221. 0222a-1 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. Smooth steel casing pipe shall &mform to ASTM 139, Grade B (No hydro). 1. Clean used pipe which is in good condition, and conforms to the re* mments of this specification may be. used with the prior approval of the Design Engineer and District. C. The minimum wall thicimess of smooth steel casing pipe shall be determined by the agency gawks the crossing permit. 1. Reference the "Standard Pipe Casing Detail' in the appendix. D. The ends of smooth steel casing pipe shall be beveled for field welding. 1., All field welds shall be painted with an epoxy polyamide exterior coating, or a coal - tar enamel exterior coating, which conforms to AW WA C203, Section 2. a. The minimum thicimess of the exterior coating shall be sixteen (16) mil. E. Smooth steel casing pipe shall have an epoxy polyamide exterior coating, or when required by the Construction Drawings, a coal -tar enamel exterior coating. 1. If the Contractor elects to omit the exterior coating, 1/16 inch shall be added to the required thickwu of the casing pipe. A Casing Seals. 1. Casing seals shall be constructed of either high density rubber casing seals with stainless steel straps, or with clan solid briclm and mortar and grout. a. The acceptable type and mane kaurer of high density ribber casing seals are: L Pipeline Seal and Insulator Co., Model W. ii. Or an approved equal. 02224.2 B. Casing chocks. 1. Casing chocks shalt be constructed of either redwood, stainless steel or polymer runners. a. If stainless steel or polymer casing chocks are used, they shall be twelve (12) inches long, and there shall be three (3) per joint. b. Acceptable manufacturers are: i. Cascade Water Works. I Power Seal. An approved equal. 2. The carrier pipe barrel shall be supported m accordance with the "Standard Pipe Casing Detail", see appendix, and asmodified on the approved Construction Drawings- C. Grout. 1. Grout shall consist of 1 part Portland Cement and 3 parts sand D. Bands. 1. Bands shall be a minimum .015 inches thick and 314-inch. 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. 2. Casing pipe shall be installed at the grade and alignment shown on the Construction Drawings. a. Grade and alignment shall not deviate by more than 0.3 feet from that shown on the Constriction Drawings. o222a-3 3. Casing pipe shall be installed as indicated in the Construction Dmwings, whether that is by open trench excavation or by jacking methods. a. Open trench installation of the casing pipe shall be in accordance with Section 0=1. 4. The earth which is displaced by the casing pipe shall be disposed of properly. B. Smooth Steel Pipe. 1. Contractor shall provide a smooth, continuous, and uniform casing pipe with no exterior voids. 2. Each section of casing pipe shell be welded with a full penetration butt weld around the entire c has nference of the joint to form a watertight continuous conduit capable of resistmg all stresses, including jacking stresses. 3. A seventeen (17) pound high potential magnesium anode shall be Wsta W at each end of the casing pipe. C. Grouting. 1. All spaces between the casing pipe and the earth shall be filled with grout. a Grout connections on the interior of the casing pipe shall be provided at ten (10) feet (O.C.) intervals. 2. Grouting operations shall be performed in a segw= which will preclude any deflections which exceed S per cent 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_ Carrier pipe shall be installed at the grade shown on the Construction tion Drawings. B. Each section of pipe shall have a minimum of three (3) stainless steel or polymer casing chocks or shall have three (3) redwood skids centered every 120 degrees around the pipe. 02224-4 C. If redwood skids are used, each skid shall be individually attached to the pipe with a minimum ofthree (3) stainless steel bands. Redwood skids shall be twelve (12) feet long if three skids are used per Joimt, or four (4) feet long if six (6) skids are used per joint. D. The annular space between the casing and the carrier pipes small be left vacant. D. The ends of the casing pipe shall be sealed with casing seals, or brick and mortar. END OF SECTION 02224-s P S .�1 W M94 SECTRON 02575 PAVEMENT REPAIR AND RESURFACING PART 1- GENERAL 1.1 DESCRIPTION A Ibis section addresses surface obstructions which the Contractor must remove and replace, such as pavement, drives, curbs, gutters, sidewdim, and similar surfaces, as required to perform the work. B. The words Standard Street Specifications, as used harem refer to the mmmt Design Criteria and Standards for Streets of the agency having jurisdiction. PART 2 - MATERIALS 2.1 AGGREGATE, ASPHALT AND CONCRETE A. All materials, such as but not limited to aggregate, btammous material, and concrete, which are used in the relhair 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. ManhoWvauks shall be adjusted using a minimum of 4" and a maximum of 12" of concrete shims and mortar. B. All foreign matter shall be removed from the manhole holes and valve boxes ummediately. C. All valve boxes and manhole rings shall be strahght and properly aligned. 1. Valve boxes shall be mspecked by placing a valve key on the operating nut to assure a proper alignment and that the valve box is plumb. 3.2 ASPHALT AND CONCRETE, INCLUDING BASE AND GRAVEL SURFACING A The Contractor shall remove, dispose of, and restore asphalt, concrete pavement, curbs, drives, sidewalks and gravel surfacing m accordance with the Standard Street Specification. 02575-1 1. Caniractor shall repair my dump to WOMB Paveraeot, curbs, drives, or sidewalks which was caused by the work, as shown on the Comtructian Drawings or as directed by the District B. Concrete drives, cutbs, gutters, sidewalks, and similar satwwu shall be removed, disposed o& and restored m accordance vn& the Sh dard &met Specifications, with the fdlavmg mmumim thidmess: 1. Driveways and slabs shall be a six (6) itrches thick 2. Patios shall be a amoimmn Am (4) inches thick. 3. Gutters &all be a mmimrmn six (6) mches thick. 4. Ccucrde bases for brick pavers and cons ate pave nd shall bs a msainami sm (6) inches thick. 5. Sidewalks shall be a mitummn six (6) des thick 6. Cross pans shall be a miaimnm eight (B) Wise thick- C. Re6armoe Section 03300. 3.4 HELD QUALM CONTROL A Reference the Standard Street Specifications of the agency having juradict m END OF SECTION 02575-2 u .a SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 17�,q SSn� d 13C LoLktlamd.en'0537 3. When organized: jq 11A 4� 4. If a corporation, where incorporated: �nr-n e4n 5. How many years have you been engaged in the contracting business under your present firm or trade name? -ap,eOrR 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 'S I el 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? po If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 M94 SECTION 02615 DUCTILE IRON PIPE PART 1- GENEPA►L 1.1 DESCRIPTION A. This section addresses ductile iron pipe. B. Pipe shall be fiu-coshed 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. 3. Care must be taken to prevent damage to the pipe and fittings by impact, bending, compression, or abrasion. 4. Damaged pipe or fittings shall not be installed. B. Storage 1. Lubricant shall not be stored and used in a manner which will contaminate the lubricant. 2. Rubber gaskets shall be stored in a location which protects them from deterioration or damaged. 3. The maximum stacking heights of pipe as fisted in AWWA C600, shall not be exceeded 02615-1 PART 2 - PRODUCTS 2.1 A B. C. D. E. F. 2.2 A- B. C. DUCTILE IRON PIPE All ductile iron pipe, with push -on joints, shad be manuficturW in accordance with ANSI A21.51486(AWWA C151) All ductile iron pipe, with flanged, flat faced joints, shall be manufactured in accordance with ANSI A21.15-83(AWWA Cl IS). Ductile iron pipe which is twelve (12) inches and smaller in diameter shall have a working pressure rating of 350 psi. Ductile iron pipe which is larger than twelve (12) inches in dianwer shall have a working preasuQe rating of 250 psi. Flanged ductile iron pipe with threaded flanges shall be Clm 53 pipe. All ductile iron pipe shall have nominal laying lengths of either eighteen (18) or twenty (20) feet. 1. Random pipe lengths are not acceptable, except when using restrained joint pipe- FITPJQ►iGS AND COUPLINGS All fittings and couplings shall be manufactured in accordance with AW WA C 104, CI 10. and CIII. All fittings and couplings shall have one of the following types of connections: 1. Flanged joint. 2. Mechanical joint.. 3. Push -on joint. All fittings and couplings shall be made of either gray iron or ductile iron, and have a minimum working pressure rating of 250 psi. 02615-2 23 JOINT'S A- All mechanical and push -on joints shall be manufactured in accordance with ANSI A21.11-85(AWWA C1I I). 1. Unless specified otherwise, all gaskets shall be as recommended by the maruifacturer. 2. Lubricant shall be that which is specified by the pipe mauer. All nuts and bolts shall be high -strength low -alloy COR TEN, manufactured in accordance with ANSI-A21.11-85(AWWA C111). B. All ductile iron pipe with threaded flanged joints shall be manufactured in accordance with ANSI A21.15-83(AWWA C115). 1. All flanges shall be sized and drilled in accordance with ASMFJANSI B 16,1: Cast Iron Pipe Flanges and Flanged Fittings, Class 125, 2A PIPE LINING A All ductile iron pipe shall have a standard thickness cement mortar lining. Ductile iron pipe which is twelve (12) inches and smaller in diameter shall have a cement mortar lining with a minimum thickness of 1/16 inch. 2. Ductile iron pipe which is larger than twelve (12) inches in diameter shall have a cement mortar lining with a minimum thickness of 3/32 inch. B. All ductile iron pipe lining shall conform to ANSI A21.4-85(AWWA C104). 2.5 PIPE COATINGS A All ductile iron pipe shall have a bituminous coating on the pipe exterior, unless otherwise specified. The minimum thickness of the bituminous coating shall be one (1) mil. 02615-3 A Joint restraining devices. 1. Push -on and mechanical joints may be restrained with the use of a MepkgM EBAA Iron Inc. b. Unh--FLW,,, Uni-Flange Corp. c. Approved equal B. Polyethylene encasement. 1. The polyethylene used in polyethylene encasement shall conform to ASTM D 1248. 2. The mnimnm thickness of the polyethylene shall be 8 mil. 3. Polyethylene encasement shall be installed in accordance with ANSI A21.5/AWWA C105. PART 3 - ]=COTTON 3.1 INSTALLATION A Reference Part 3 of Section 02713 END OF SECTION 02615-4 JUL94 SECTION 02622 PLASTIC PRESSURE PH'E PART 1- GENERAL 1.1 DESCRIPTION A This section addresses plastic pressure pipe and includes the acceptable materials and construction practices which may be used in the installation of plastic pressure pipe. 1. All pipe shall be finished complete with all fittings, specials, and other accessories. 1.2 PRODUCT' DELIVERY, STORAGE AND HANDLING A Handling. 1. Pipe shall not be handled in a manner which will cause damage to the pipe. 2. Pipe or fittings shall not be dropped. 3. Care must be taken to prevent damage to the pipe and fittings by impact, bending, compression, or abrasion. 4. Damaged pipe or fittings shall not be installed. B. Storage. 1. Lubricant shall not be stored or handled in a manner which will cause contamination to the lubricant. 2. Rubber gaskets shall be stored in a location which protects them from deterioration. 3. Pipe shall be stored in accordance with the manufacturees specifications. 4. Pipe shall be stored on a surface which provides even support for the pipe barrel. a. Pipe shall not be stored in such a way as to be supported by the bell. 5. Pipe which exhibits any signs of ultraviolet deterioration shall not be used. 02622-1 PART 2 - PRODUCTS 2.1 PLASTIC PRESSURE PIPE A The only sizes of plastic pressure pipe which will be allowed are four (4) inch through twelve (12) inch (inclusive). B. A11 plastic pressure pipe shall be maimed in accordance with AW WA C900. C. The outside diameter of plastic pressure pipe shalt be based upon equivalent outside diameters of ductile iron pipe. D. Plastic pressure pipe shell be Class 150, with a dimension ratio of 18 (DR 18). E. All joints on plastic press= pipe shalt be push -on, using an integral bell with an elastomeric-piket. . F. AU plastic pressure pipe shall have a nominal laying length of 20 feat. 1. Random pipe lengths are not acceptable. 2.2 FITTINGS A Reference Section 02615. 2.3 COUPLINGS A Reference Section 02615. 2.4 TRACING WIRE A Tracing wire shall be a standard, single, 12 gauge, insulated solid copper wire buried directly with the pipe. 02622-2 2.5 A Joint restraining devices. 1. Push -on and mechanical joints may be restrained with the use of. a. Megalugs, EBAA Iron Inc. b. Uni Flange, Um -Flange Corp. c. Approved equal PART 3 - EXECUTION 3.1 INSTALLATION A Reference Section 02713. B. PVC pipe shall not be installed when the air temperature or the soil temperature is 32 degrees F or less, unless otherwise approved by the District. C. Plastic pressure pipe shall be installed with tracing wire. 1. Tracing wire shall be attached to the top of every piece of pipe with tape to prevent movement or damage during backfill operations. 2. Tracing wire shall be brought to the surface on the inside of every valve box a. Ten (10) feet of wire shall be installed along the inside of the valve box b. Tracing wire shall not be attached to the valve box i. The excess wire shall be coiled at the top and inside of the valve box 3. U plastic pressure pipe is being connected to any type of pipe other than plastic, the tracing wire shall extend to the nearest existing valve box END OF SECTION 02b22-3 No Text JUL94 SECTION 02641 VALVES PART 1- GENERAL 1.1 DESCREMON A. This section addresses valves, valve operators, valve boxes, and valve appurto oancea used for water distnbutim lines. t.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 fivm materials that could commmate potable water systems. ` C. Precautions shall be taken to keep all joints and internal parts clean. PART2-PRODUCTS 2.1 GENERAL A. All valves shall apm cwmter�lockwisc (leis). 1. All nuts and bolts shall be high -strength, low -alloy COR-TEN, manufecnaed m accordance with ANSI A21.15\AWWA C115. B. All buried valvesshall have a two (2) mch square operating nut. 1. All operating nuts shall be painted black. C. Any valve which will be placed in a vault, shall haw a valve operator which is specifically approved by the District. 02641-1 2A AIR RnM/VACUUM RELIEF VALVES A. Ref rwce the "Typical Air and Vac mh Relief Valve Installationdmworg in d w apPWAIbL B. Materials and Construction. 1. Air relief and vacaum relief valves "have an mugral two assembly which will Noctim both as m air release and vaamm valve. 2. All air relief and vacamm voW valves shall be rated at a worirmg pressure of 150 psi. and a miginrrmt hydrostatic teat promm of 250 psi. 3. The size of air relief and vacm m relief valvm shall be as noted an the Cmstruction Drawings. 4. Taps for air relief valves and vaoauma relief valves stall be made as indicated on the Canstnctien Drawing, Imless otherwise directedbydoe District. 5. All piping shall be brass. 6. Connections: a. The inlet connection for air relief and vacu m relief valves shall be a minimum two (2) inches in diameter cmfmn log to AW WA C800. b. Connections m the outlet side of air relief and vacuum relief valves shall be threaded and shall be protected to u&umiu =&y of debris and dirt into the valve. 7. The body of all air relief and vacuum relief valves shall be either cast iron, cmformarg to ASTM A48-Class 35A, or dudiie iron, cmformmg to ASTM A27-GR U60-30. S. The working parts and seats of air relief and vammmn relief valves" be brass, stainless steal, or other non -corroding material. 9. The Boat of air relief and vacuum relief valves shall be stainless steel. 10. All air relief and vacum relief valves shall be watertight to a pressure of 200 psi. C. Mamfiowers 1. Acceptable air release and vacuum relief valves, and their manafacxurers ate: a. APCO CombMkSbm Air Rebne Valve, by Valve and Primer CarpMUM. b. Crispin Universal Air Valve, by Mukiplmr Mom &during. c. CAV Combir atim Air Relem and Vacuum Valve, GA Indastrim Inc. 02641-4 .A 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 23. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: so "JMQLeli 15. Credit available: $ 16. Bank reference: {�nme n� VV%nVc_9?SS tJ. C,par2annii VtnRIOAd� CL9 $t7S3 i 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? -V,-upe 9& tp �D,-ric` r 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? pc, If yes, what perc nt of total contract? a �a and to whom? cx" 20. Are any lawsuits ending against ou or your firm at this time?1'oT IF yes, DETAIL , tJpr, ]R- ' ,extA M, -er A pr4eA- a 7/96 Section 00420 Page 2 2.7 CHECK VALVES A. Acceptable check valves and their manufacturers are: 1. GA ladushim Inc., 250 D with renewable bronze seat. 2. American Darling, 52 SC. 3. Mueller, "Detector Gravit7r". 4. Watts 5. or approved equal B. All check valves shall be rated at a working pressure of 150 psi. PART 3 - EXECUTION 3.1 INSTALLATION A. Valves and valve boxes shall be examined for cracks, dents, abrasions, and other flaws prior to 6gAIlaaion. 1. Defective valves and valve boxes shall be marked and removed from the site. B. Valves 1. With the exception of tapping valves, flanged valves shall not be buried. 2. The valve shall be installed iu such a manner that the operating nut is perpendicular to the ground surface. 3. The joined valve shall be supported in place on compacted granular material. a. Reference Section 02221. C. Tapping Valves. I. Tapping valves shall be installed in accordance with the manufacturers recormnmdations. 2. Tapping valves and sleeves are to be air pressure tested to 125 psi, no leakage for 5 minutes, prior to proceeding with the wet tap. 02641-5 D. Valve Bosm. 1. Valve boxes shall be installed an all buried valves. 2. Valve booms shall be installed so that no slaw is trrmmuimed to the valve. 3. Valve operators which are mounted to one side of the valve, shall be located to the south or west Ofthe valve. 4. Valve boxes which are to be set.over the valve shall be centered, phmhb and directly over the opeaa- nut and valve with the top Of the box m grade. a. The soil around the valve box shall be carefully compacted Sound the banal, with hand agcupment, to minis * misali pmeot andthe ssa ug ofthe badc5ll. b. Other valve box types shall be adjusted as requited an the Construction Drawings. 3.2 AOL RELIEF/VACUUM RELIEF VALVES A. Air relief and vacuum relief valves shall be installed at high points, and as shown on the Cmatmcti n Drawings B. Air relief and vacuum relief valves shall be installed m accordance with the "Typical Air and Vacuum Relief valve won" drawing in the appendix, and as modified on the approved Construction Drawings. 33 PRESSURE REGULATING VALVES A. Pressure regulating valves shall be evaluated on a cas&6y-case basis. 3.4 OPERATION A. Valves which have been accepted by the District, shall be operated by Disttiot personnel only. END OF SECTION o264t-6 SECTION 02644 F IRE HYDRANTS PART 1- GENERAL 1.1 DESCRIPTION A. This section addresses dry -barrel fire hydrants and includes the acceptable products, materials, and construction practices which may be used in the construction and installation of fire hydrants. 1.2 PRODUCT 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. All fittings and joints shall be kept free from dirt, oil and grease. PART 2 - PRODUCTS 2.1 GENERAL A. All fire hydrants shall be manufactured in accordance with AW WA C502. The fire hydrant valve, operating nut, and the nozzle caps shall open clockwise (right). B. The auxiliary gate valve on the hydrant lateral shall be a six (6) inch resilient seat gate valve with a valve box. If the operating mu on the auxiliary gate valve is more than six (6) feet below finish grade, a riser stem shall be used. 2. Reference Section 02641. C. The hydrant tee on the main line shall be a swivel tee. 1. Tapping sleeves and valves are acceptable when connecting to an existing water main. 02644-1 D. Acceptable fire hydrants and their manuficturars are: 1. Mueller, No. A-423 2. Waterous Pacer, WB-100 3. M dt H Style 129I 3. Clow Medallion, F-2545 5. American AVK 4. There will be no substitutions allowed. 2.2 MATERIALS AND CONSTRUCTION A All fire hydrants shall be a dry -barrel type with a break -away traffic flange, designed for a working pressure of 200 psi. B. All fire hydrants shall have a minimum main valve opening size of 5-1/4 inches. C. Shoe inlets shall be six (6) inches, with mechanical joint fittings. D. Fire hydrant laterals shall be buried a minimum of five (5) feet, unless specifically directed by the District. 1. The muDdInum bury depth for fire hydrant laterals is (6) feet unless specifically approved by the District. E. The fire hydrant's pumper nozzle shall be 4-1/2 inches in diameter with four (4) threads per inch. 1. Pumper nozzle threads shall be right-handed and National Standard Thread. F. The fire hydrant's 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. Operating nut. 1. Reference specific fire protection authority as required. a. Poudre Valley Fire Authority 02644-2 b. Loveland Fire Protection District C. Windsor/Severence Fire Protection District H. A!1 fire hydrants shall be painted yellow. 1. Contractor shall paint all fire hydrants prior to acceptance by the District. 2. Acceptable paint and it's manufacturer are: a.. Sherwin Williams Industrial Enamel, OSHA Yellow, 617-4072 B54 Y37 b. There will be no substitutions allowed. 2.3 HYDRANT GRAVEL A. Hydrant gravel shall be a well graded crushed stone or gravel, conforming to ASTM- D448, CDOT #67, as listed below: PART 3 - EXECUTION 3.1 INSTALLATION A. All Cue hvdrants shall be installed in accordance with the "Typical Fire Hydrant Installation" drawing in the appendix, and as modified on the approved Construction Drawings. B. The Developer's Engineer shall provide offset staking for both vertical and horizontal control. 02644-3 C. 10 E. F. G. H. lie leg of laterals, valvem and hydrants shall be handled in the same mamrer as pipe. 1. The fin 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 centeiine of the pumper nozzle shall not be less than eighteen (18) inches, nor grato than twenty two (22) inches. 2. The fire hydrant shall be set to the elevation staked, to insure that the bury line is at the final grade. All fire hydrants shalt be supported on a minimum of eighteen (18) inches of compacted hydrant 8raveL 1. The fire hydrant shall be supported with a concrete block A concrete thrust block, with a ruir inmrm bearing surSce weer of four and one half (4-1/2) square feet, shall be placed behind the hydrant shoe. 1. A sheet of eight (8) mil polyethylene film shall be placedbetween hydrant shoe and concrete thrust block. 2. Care shall be taken when placing thrust blocks so that hydrant drain holes remain free of obstructions. After pouring the thrust block, hydrant gravel shall be placed to a depth of twelve (12) inches above the hydrant shoe. 1. Hydrant drain holes shall remain free of obstructions. Fire hydrants which am placed in concrete sidewalks or pavemmt, she$ maintain six (6) inches of horizontal clearance between the concrete and the hydrant barrel. 1. The space between the concrete and the barrel shall be filled with asphalt or gravel. There shall not be a post, fence, vehicle, growth, trash, storage, or other material or thing, within throe (3) feet of a fire hydrant. 1. The ground surrounding the fire hydrant shall slope away from the hydrant at a minimum grade of 29%, toward the street. L After installation of the fire hydrant is complete, the oil/grease reservoir shall be checked to insure that it is full. t . If it is necessary to fill the reservoir, it shall be filled with the oil/grease which is specified by the hydrant manubcturer. J. If a hydrant is raised, no more than one (1) extension section can be used, unless approved by the District. 3.2 OPFJ"TION A Fire hydrants which have been accepted by the District, shall be operated by District personnel only. END OF SECTION 02644-5 No Text 3UL94 SECTION 026" SERVICE LINES, METERS AND APPURTENANCES PART 1- GENERAL 1.1 DESCRIPTION A This section addresses the materials and installation of corporation stops, service lines, meters, mew 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 Unless prior permission is given by the District, only District personnel shall make service taps on mains which have passed final acceptance. B. The Contractor shag not make any taps without permission from the District. C. Reference the following typical drawings in the appendix and as modified on the approved Construction Drawings for services of less than 3-inches in diameter. "Typical Meter Pit Installation". 2. "Typical Curb Stop Installation". 3. "Interior Meter Setting - Basement". 4. "Interior Meter Setting - Crawl Space". 5. "Standard Setting for 1-1/2" fit 2" Meters". D. All taps shall be made with a tapping saddle in accordance with these specifications and the ma's recommendations, unless otherwise approved by the District. 02646-1 E. Service taps on mains will be made only under the direct supervision of the District. The Contractor shall give forty-eight (48) hours advance notice to the District before a tap is made. H. The District reserves the right to make taps in lieu of the Contractor and the right to deny permba w for any main to be tapped L Tapping equipment shall be of good quality, used for the purpose intended and used in accordance with manufitCturees instructions. 1. Rdwen a Section 01600. 1.4 MAINTENANCE AND CORRECTION A The Contractor shall maintain and repair all service lines, meter pits, and any associated appurtmaooea which leak were installed incorrectly, or othawiae prove to be de Ewtive , for a period of one (1) year after final completion and acceptance of the work 1.5 METER PITS AND VAULTS A 3/4-inch and 1-inch meters pits shall be installed by the contractor unless otherwise directed by the District. 1. Meter pits shall be twenty (20) inches in diameter for 3/4-inch meters and twenty four (24) inches in diameter for 1-inch meters, a min>aamm of forty eight (48) inches in length, and shall be constructed of rigid Poly Ethylene or approved equal. 2. Meter pit covers shall be constructed of aluminum with cast iron outer lids and frost proof rubber inner lids. a The minimum allowable opening for meter pit covers shall be eleven 01) inches diameter. b. All metes: pit covers shall have a 27/32" wormdock with a Standard Waterworks pentagon head B. 1 1/2-inch and 24neh meter vaults shall be installed by the contractor unless otherwise directed by the District. 1. Meter vaults shall be constructed from standard forty eight (48) inch inside diameter precast concrete manhole sections. a. Reference Section 03400. 02646-2 21. What are the limits of your public liability? DETAIL What company? F�orhar� 22. What are your company's bonding limitations? 5 tr-� rtilllor 23, The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. \\ Dated at �..Q�c f �—`� this 1 ���day of 1�' 4LA-&:kT 20D� Name of Bid +� By: �• Title: V/ ..- State of County of 11rtrn0r '. � • L" ` ` being duly s;( orn deposes and says that he is .�,1,. of �y+-k� `^ and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. `(-- Subscribed and sworn to before me this day of _Nhpll_c,J 2 0 pS . N ry-Public m' cq expires �l-llo -duo n 7/96 Section 00420 Page 3 2. Meter vault covers shall be a minimum 4" aluminum manhole ring and cover with a twenty four (24) inch diameter opening unless approved, in writing, by the District. a. All meter pit covers shall have a 27/32" worm -lock with a Standard Waterworks pentagon head. b. All meter vault covers shall have the word "water" cast in the lid. 3. Water tight vaults shall be provided, unless otherwise indicated. C. 3-inch and larger meter vaults shall be installed by the contractor. Meter vaults shall be constructed from precast concrete box sections designed for H-20 bridge loading and water tight. a. Minimum vault dimensions for different size meters are as follows: 2. Unless it is otherwise specified, meter vault covers shall be a minimum 4" aluminum manhole ring and cover with a twenty four (24) inch diameter opening. a. All meter vault covers shall have a 27/32" worm -lock with a Standard Waterworks pentagon head. 3. Water tight vaults shall be provided, unless otherwise indicated. 4. Referece Section 2713, "Water Distribution System". 02646-3 PART 2 - PRODUCTS 2.1 TAPPING SADDLES A 3/4 inch, inclusive, through 2-inch, inctuaive, tapping saddles shall be constructed of materials in accordance with one of the following description: A bronze body with bronze double Sat WZPS, A stainless steel body with stainless steel straps; Threed-O-Lets may be used for weld -on tap saddles for steel pipe, Nuts, bolts, accessories shall be in accordance with mant>fa=m specifications. 1. Thread-O-Let saddle outlet threads shalt be iP thread with insulated coupling's, all other outlet threads on tapping saddles shall be "c e" type only. B. 34nch and larger taps, see Section 2713 Tapping Sleeves. C. Acceptable muu&ctwm of tapping saddles are: 1. Mueller. 2. Ford 3. Romac 4. Smith Blair 5. Thread-0-Let 6. There will be no substitutions allowed. 2.2 CORPORATION STOPS A . All corporation stops shall conform to AWWA C800. 1. All corporation stops shall be constructed of brass. 2. Corporation stop inlet threads for tapping saddles shall be "cc" type only. 3. All corporation stop outlets shall use a compression connectim 026a6-a 4. Corporation stops shall be used for all taps which are two (2) inches and smaller. B. Acceptable maraAcuuess of corporation stops are: 1. Mueller. 2. Ford. 3. A Y. McDonald. 4. There will be no substitutions allowed. 2.3 SERVICE LINES A Copper pipe shall be used for service lines which are less than two (2) inches. B. All copper services shall conform to the Appendix to AW WA C800. 1. The copper for copper services shall be Type K, only. C. Service lines two (2) inches and larger 2.4 COUPLINGS A All couplings shall use a compression connection. B. Acceptable couplings and their manufacturers are: 1. Mueller, #H-15403. 2. Ford; #C44-"d". a. "d" equals the diameter of the service. 3. A Y. McDonald; #4758-22, or #4758T. 4. There will be no substitutions allowed. 2.5 CURB STOPS A All club stops shall have compression connections at both ends. 02646-5 B. Curb stops 3W be used for taps which an two (2) inches and smaller. C. Acceptable 3/4-inch and Wnch curb stops and their mamu%cturers are: 1. Nadler; #fi 15209 2. Ford; B44-333, B44-444 3. A Y. McDonald; 6100 T, 6100-22 4. There will be no substitutions allowed. D. Acceptable 11/2-inch mub stops and their mamdRctum are: 1. Mueller, #H 15209 2. Ford; B44-666 3. A. Y. McDonald; 6100 T, 6100-22 4. There will be no substitutions allowed. E. Acceptable 2-inch curb stops and their manufacturers are: 1. Nadler, #H-15209 2. Ford; B44-777 3. A. Y. McDonald; 6100 T, 6100-22 4. There will be no substitutions allowed. 2.6 VALVE BOXES FOR CURB STOPS A. Acceptable valve boxes and their manufacturers are: 1. Mueller, #H--10334 for 3/4 inch and I inch AH--10396 for 2 inch Ford: EA2-50-40.42R for 3/4 inch and 1 inch EA2-5040-42R (with CB-7) for 2 'inch A Y. McDonald; 5607 (with 5607L) for 3/4 inch and 1 inch 5603 (with 5607L) for 2 inch 2. Approved equal. C. Valve boxes for three (3) inch and larger services. 1. Reference Section 02641 17 ME"M SETTERS A All 3/4 inch and 1 inch meter setters shall have a meter stop inlet valve with a lockwing and an angle dual check valve on the outlet in accordance with the mamdacturees. accessory options. The acceptable manufacturers are: 1. Ford 2. Mueller. 3. There will be no substitutions allowed. B. All 1-1/2 inch and 2 inch meter setters shall have a meter stop inlet valve with a lockwing, built in locking by-pass and a dual check valve assembly on the outlet in accordance with the mami%aees accessory options. The acceptable mamifactturers are: 1. Ford. 2. Mueller. 3. There will be no substitutions allowed. 2.3 ME"M PITS A. The acceptable manufacturers of 3/4-inch and 1-inch meter pits are: l . Mid - States Plastics: High Density Polyethylene 02646-7 2. There will be no substitutions allowed B. 1 1124nch and 2-inch meter pits. 1. Reference Section 03400 2. The acceptable manufacturers of meter pit coves for 1 M-inch and 24ach meter pits are a. Casting Incorporated- b. Or an approved equal. PART 3 - E LECUTION 3.1 GENERAL A The Contractor shall make all taps and install the service luau to the curb stop box prior to disinfection and pressure testing of the water main. B. The Contractor shall adjust stop boxes and meter pits to the horizontal location and to the final grade as determined by the grade stake. l . Grade stakes shall be a placed a minimum of five (5)feet from the location of the stop box. 2. Grade stakes shall not be disturbed prior to inspection of the service by the District. C. The Contractor shall mark the location of the water service with a chiseled *VP, four (4) inches high, into the face of the curb and gutter. 3.2 CORPORATION STOPS A Taps shall not be made within two (2) feet of any joint or fitting. B. Taps shall be separated by at least two (2) feet (measured along the pipe length), even when taps are made on opposite sides of pipe. C. Taps which are made on the same side of the pipe and within ten 10 feet of each other (meam,ed along the pipe length), sball be staggered fifteen degrees. 026464 D. Taps in Ductile Iron pipe. Corporation stops shall be installed by means of a direct tap or a tapping saddle unless otherwise indicated on the Construction Drawings or directed by the District. E. Taps in PVC pipe. Corporation stops shall be installed by means of a tap saddle unless otherwise indicated on the Construction Drawings or directed by the District. 33 SERVICE LINES A. All service lines shall be a minimum of 54 inches and a maximum of 66 inches below the final grade. B. There will be a maximum of one coupling per service, between the main and the curb stop. Service lines (3J44n. through 2-in.) shall be uniform in size from the corporation stop to five (5) feet past the meter pit; or the curb stop, if the meter is set inside the building. C. When backfilling the service trench, sand shall be used under and six (6) inches above the gooseneck at the service connection. 1. Sand shall conform to ASTM C 33. D. Service trenches shall be subject to compaction specifications. Reference Section 02221. 02646-9 3.4 CURBSTOPS A. The Contractor shall adjust the curb stop box to 1/2-inch above final grade prior to final inspection.— B. Curb strop boa shall be fully extended. C. Curb stop box shall be plumb. D. There will be no major landscaping (trees, shrubs, boulders, etc.) or structures (retaining walls, etc.) within four (4) feet of the metro pit or vault. _ E. All tees, cone lions, and couplings shall be a minimum of five (5) feet from the meter _ box, pit or vault on the outlet side. 1. There will be no tees, connections and couplings installed between the curb stop and _ the meter seam or copper hom. 3.5 METER PITS AND VAULTS A Exterior meter settings shall be installed according to the manufacturers recomamdations, and in accordance with the "Typical Meter Pit Installation" or the "Standard Setting for 1- — 1/2" & 2" Meters" drawings in the appendix. B. Meter pits and vaults shall not be installed m any street, alley, parking area, driveway, or sidewalk C. There will be no major landscaping (trees, shrubs, boulders, etc.) or atructtue (retaining wall, etc.) within feu (4) fbet of the rants pit or vault. D. The growl surrounding meter pits and vaults shall slope away from the lid at a minimum grade of two (2) percent, toward the street. E. There will be no plumbing connections inside the meter pit or vault. F. All tees, connections, and couplings shall be a minimum of five (5) feet from the meter ^' box, pit, or vault wall, and on the outlet side. G. The meter box, pit or vault shall be adjusted to one-half (1/2) inch above final grade if the _ surrounding grade is changed. 02646-10 R Concrete meter vaults. Reference Section 2713, "Water Distribution System". 3.6 INTERIOR METER SETTINGS A Interior meter settings shall be installed in accordance with the following Typical Drawings in the appendix. 1. "Typical Curb Stop Installation". 2. "Interior Meter Setting - Basement". 3. "Interior Meter Setting - Crawl Space" B. If the water service is to enter the house through the floor, a mimgmum of four (4) inches of concrete or twenty four (24) inches of soil shall cover the water service from the edge of the foundation to the vertical riser. 1. The vertical riser shall be installed under a heated portion of the residence. 2. The vertical riser shall be insulated from the point of connection with the honzoatal service to the floor of the building. a. The insulation shall provide a minimum of four (4) inches of cover on all sides of the water service. C. Any meter setters which are placed in a heated crawl space, shall be installed no more than five (5) feet from the entrance to that crawl space. D. All meter setters shall be installed so that the meter is in a borizoatal position. 1. The meter setter shall not be installed above a hot water heater. E. A clear and unobstructed access of not less than twenty four (24) inches by twenty four (24) inches shall be provided so that the meter setter can easily be reached. F. All tees and connections shall be at least two (2) feet from the meter setter valve, on the outlet side. G. With the exception of the curb stop, there shall be no connections made between the water train and the meter setter_ o264s-ti R A 1/2-inch conduit shall be installed from the mats setter to the remote reading point. 1: The conduit shall be either PVC, schedule 40; or EMT. 2. There shall be no more than 75 feet of conduit between pull boxes. a. There shall be no more than 4 (four) 90-degree bends between pull boxes. 3. The remote reading point shall be a recessed electrical box with a blank cover. a. The recessed electrical box shall be mounted on the outside wall of the building, 5-1/2 feet above the ground and within four (4) feet of the electrical meter. J. A 4 conductor, IS gauge, solid wire shall be installed with five (5) feet of wire coded at each connection. 3.7 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 baddIl is given by the District. B. AD tap and service inspections shelf be scheduled with the District. 1. A mielmcrm of 48 hours notice is required on all tap and service inspections. C. The water shall be turned on at the curb stop by the District, only after the service line, curb atop, stop box, and meter setting is approved. END OF SECTION 0264&12 V.J. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. List of contractors for waterline, concrete, asphalt paving, excavation, traffic control and surveying. ITEM 14,0A*g.f1.,+AIL SUBCONTRACTOR c u 7/96 Section 00430 Page 1 IUL94 SECTION 02713 WATER DISTRIBUTION SYSTEM PART 1- GENERAL 1.1 DESCRI MON A. This section addresses the installation of wader distribution mams, and includes the acceptable products, materials, and construction Pion practices which may be used in the installation of water distribution mains. 1.2 QUALffY ASSURANCE A. Water system installations shall cauform to the regulations of the Colorado Deparunat of Heahh, and the Water Quality Control Commission. B. Canst uction staldng. 1. Referenda Section 02221. C. Horizontal aliguna t shall not be deviated froern by more than six (6) inches. D. Vertical aligrmxu shall not be deviated fima by more than throe (3) inches, as measured from the pipe invert. E. The mm mumh effective area of thrust blocks, shall be as specified in "Standard Concrete Thrust BWdW drawing is the appmd L 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A Refiermce.Sections 02615, 02622, 02641, 02644, 02646 1.4 JOB A. Foreign material, including trench water, shall not be permitted is the pipe. B. Debris, tools, ciodun& or other material shall not be permitted in the pipe. C. In order to prevent water, debris, and mirmis from entering the pipe, the rpm ends of the pipe shall be plugged with a restrained, Watertight plug when pipe laying is not in progress. D. Effective measures shall be used to prevent upliSing or floating of the pipeline prior to completion of the badkfiQahg operations. 02713-1 E. Pipe shall not be ma dW under the fallow" omdkmm: 1. When the trench Catlin n water. 2. When wades conditions an »trait". a Tmrpemture is lea than 100 Fahrenheit. District wtittm approval is mpured when the to operatm is 3r Fahrmhek or less. b. Snowing heavily. C. Raining hm"ty, d. ffqA winds. 3. Whm the trench bottom is instable. F. Pq)e and appuna ances dwH be protected against dropping and damage. l . Pipe and appurtenances shall not be used if they are damaged. PART 2 - PRODUCTS 2.1 PIPE A. The same type of pipe manorial shall be used for each size pipe. 1. Pipe material shall not be interchanged, except where another type of p Ve material is specifically indicated. B. Rabas a Section 02641. 2.2 VALVES A. Refermm Section 0264I. 2.3 HYDRANTS A. Rehoome Section 02644. 02'713-2 L4 BLOW -OFFS A. M & H Styk 33 B. Mweihr A-411 C_ Or approved equal. 2.4 SERVICE LINES, METERS, APPURTENANCES A. Raftence Section 02646. 2.6 TAPPING SLEEVES A. Tapping sleeves and valves are required for carmecticns to wdsting disc ibudion mains unless adoe wise indicated on the Caost uc ion Drawings. B. Tapping skives for PVC and Ductile Iron pipe shall be a stainless steel caostructiaa with a ductile urn liange, Acceptable maaufa twm are: 1. ROMAC 2. Ford 3. Approved equal. C. Tapping sleeves fior Steel pipe shall be a weld -on type approved by the District. 2.7 CONCRETE VAULTS AND MANHOLES A. Mortar. 1. Mortar shall be Sand -Cement grout using the following ratio: a. One (1) part Portland Cement; confirming to ASTM C150, Type UQ. b. Two (2) parts sand; conforming to ASTM C144. C. One half (1/2) part hydrated lime; conforming to ASTM C207, Type S. 02713-3 B. Grout 1. Grout shall be me of the following: A. Pre -mixed non-metallic grout; acceptable types and manuflictuxers listed below: L Master Builders; "Bmbeco Mortar". I Saonebom; "Ferrolith O-D.S. Redi-M me. di. Approved equal b. Job-mumd grout shall ass the following ratio: i. One (1) Part Pordaad Cement; ccoSormmgto ASTM C207, Type UII. ii. One (1) part and; conforming to ASTM C144. iu. One (1) part shrinkage correcting aggregate. Acaptsble types and msmdictnrers are: Master Builders; "Fmbeco Aggregate". - Somebom; "Ferrolith ".S." - Approved equal. C. Steps 1. Ali steps shall be made of are of the following materials: a. Ahrmimun b. Copolymer PolypmPYIM Pic COUtrIning to ASTM C478 and ASTM C497. C. Accaptable stops and their manuflecturers are: i. Neenah; R-1982-W. I M. A. lnthem ies; PS-2 PFS. d. All steps shall be spaced twelve (12) inches apart (O.C.). e. The maximum distance firm the cover to the top most step shall be twenty four (24) inches. 02713-4 f. The mwdmum distance from the beach of the manhole to the lowest stop shall be mean (18) inches. D. Pipe Panetratim seals. 1. Aceaptatbls seals and their manSc amrs: a. LINK -SEAL; Tbunderline Corp. b. Approved equal PART 3 - FMCUTION 3.1 INSMMON A. Pipe barrel and fittings shall be free of dirt or other fin objects prior to iastatlation. B. Pipe and fittings shall be inspected for craclm, dents, abrasions or other Saws prior to installation. C. Pipe and fittings with damaged linings or coatings shall be rejected. 1. Da&ctm pipe shall be marked and shall net be removed from the site unless approved by the District. 3.2 PRIEPARATION A Trenching, backfilling and compaction. 1. Reference Section 02221. 1. The location and eleva m of the existing pipe shall be verified prior to construction. D. Joints 1. Dirt, oil, grit, and other foreign matter shall be removed from the inside of the bell and outside of the sQigat. 2. A thin film of lubricant shall be applied to the inside of the gasket and the spigot and of the pRe, per the mamAwtrrees recommendations. 3. 'Me lubricated joint shall be kept clean until joined. 4. The pipe shall have a depth mark prior to the assembly to insure that the spigot ead is inserted to the proper depth of the joint. 02713-5 5. Stabbing the pipe loll na be allowed. 6. Previously completed joints shall not be disturbed during the jointing operation. 7. All joints shall be wa and* and file from laws. S. After the initial acoe *tow of the water main, the Ca tcoctor shall be responsible for the repay of any leek, resulting $nor improper wodc ansb4 or materials, which a discovered widdn the me (1) yearpariod. 33 PIPE INSTALLATION A. All pipe shall be installed with the bells pointing in the direction that the work is pr+ogrossmg. B. The Contractor shall employ affective measuros to prevent the opening of jam dmmg bedding and badfilling operations. 1. Bedding material shall not be dropped onto hmsupported pipe, which has been at to alignment and grade. C. The joint shall be completed in accordance with the pipe material specification, and the pipe shall be aOmad to the correct line and grade as each length of pipe is placed in the u ch. 1. pipe shall be laid and maintained at required lines and grades as specified in the approved Construction Drawings. D. Ductile hm pipe shall be installed with polyethylene awmement. E. Tracing wire shall be installed with PVC pipe. 1. Ra Ke= Section 02622 F. The pipe shall be secured in place with the specified bedding cansohdatrad under and around the pipe- G. The pipeline shall be installed so that a unifihrm positive or negative &fade is nubtAbOd between the designed high and low points. H. The mmin um depth of cover shall be five (S) feet fiam the finished grade to the top of the pipe, except as admwise indicated an the Drawings. 1. The maxwwm depth of cover shall be sac (6) feet fin the finished grade to the top of the pipe, except as otherwise indicated on the Drawings. 02713-6 Concrete ancasemax shall be provided where indicated on the construction Drawings oily. Written Dis uict approval is required for all other canna. Cast -in -Place Concrete. a. RaBeeence Seedon 03300. 2. At any location where water mains cross sewer limes and there is less than 18-inches of vortical clear distance, the crossing shall be constructed by one of the following methods: A. One length of pipe, with a laying length of 16-feet, or greater, shall be installed. The pipe shall be centered an the crosang such that no pipe joints are within ten (10) feet. iL Any joint within tea (10) feet of the centerline of the water pipe, as measured perpendicular to that pipe, shall be encased in sin (6) inch reinforced concrete Suitable backf ll or other strucau-4 protection shall be provided to prevent settling or f cure of the higher pipe. 3.4 THRUST RESTRAINT A_ Anchorage sad blocking. Raferehce the "Standard Coocrete Thrust Blocks" drawing m the appeadhx. 2. Concrete thrust blocks and anchors for preventing pipe movement shall be provided at all mechanical joint phhgs, wyes, tees, crosses, bends which deflect 11-1/4 degrees or more, reducers and valves. The minimum size of 8nust blocks and thrust anchors shall be determined from the table in the -Standard Concrete Thrug Blocks- drawing is the appendix 4. The concrete thrust block bearing surface shall be excavated into untinttubed sail. a. All loose soil shall be disposed of, and the location wbere the thrust block is to be poured shall be carefully shaped to provide a uniform bearing surface of the required size. b. The concr to thrust block bottom shall be fiat, and sides shall be vortical. C. If soli is to be disturbed, making a concrete Brost block or thrust anchor unusable, akenaae restxawing systems must be approved by the District prior to pipeline installation. 02113-7 5. The caacrete thrust black shall be famed to provide access to fittings, vaiva and hydrants. b. The concrete thrust block shall be aoamded from the fitting air valve to be bkrcand, to solid undWnrbed earth. a. Comm -ate thrust blocks shall be constructed so that joints and drain holes are clear and accusd& 7. Concrete :ball be separated firm fittings, valves and hyti ants by in 8 mil polyethylene film. a. Ca wr to d" not be paced directly on or over fittings, mute, bolts. flanges, am.. S. The District dell be notified 24 hours before cmcrete is placed B. RestraWag Devices 1. If cuancrete thrust bkocb cannot be used for any reason, push -an and mechamcal joa is may be restrained with modmieal rmtramt system. 2. The Fagineez shall &b mine tine length of pipe to be restrained for each situation wham mechanical restraint systaus are installed 3. Approved mechanical restraint systems are: a. Megalugs, EBAA Iron, Inc b. 1kAgamge, Uni-Plaoge Corp- s. Approved equal 3.5 RWrALLAT'ION OF HPELINE A"URTENANCFS A. Valves, meters, hydrants and other appurtaoances to the water distribution lines shall be installed at the locsticus dhows an the Ccasftetion Drawings, or as approved by the District to accommodate field c oaftoms. 1. Measurements of the actual kxetim of appurtenances shall be made prior to backfiillmg for recording at the Project Record Drawings. B. All dead -and water lams will be phhgged and have a thrust block poured against the phhg. 1. Dead-end water lama that will be mamded in the future, shall have a valve which caotr+ols that section of waterline left in the m positim. 02713-8 C. Blow-*% will not be allowed to be permanently mstaW an dead-end water lames unless otherwise approved by the District - I. Dead-end water limes, which have services, shall have a fire hydrant at the end of the Waterline to faalitaoe the dbChatge of air and water Berm the waterline. a. If the waterline is to be eateaded in the fuhm, the fire hydrant may be installed tanporarily, until the w t uion occm. D. Blow -offs which are installed by the Coatrac for during construction shall be abandoned at the main prior to acceptance of the waterline. E. Install marker posts at all line valves, air valves, and at intervals not to exceed 1,000 feet as determined by the District. 3.6 PROTECTION OF METAL SURFACES A if the supplied material has nut bent factory coated. or the dating has been damaged by installation, fire material shall be protected by erne of the following methods: Two coats of coal tar paint shall be applied to ferrous metal mods, rebar, clamps, bolts, nuts and other acoessories which are subject to submergence or contact with earth or fill material, and are net encased in concrete. a. The first goat of coal tar paint shall be applied to a dry, clean surface. b. The fast coat of coal tar paint shall be allowed to dry before the second coat is applied. 2. Ferrous metal rods, rebar, clamps, bolts, nuts and other accessories which are subject to ice or contact with earth of fill material, and not encased in concrete shall be protected with coal tar paint or a rubberized spray-m undercoating, and wrapped by a minimum S mil polyethylene film. a. The rubberized spray-n undercoating shall be either: NAPA: Mac's Rubberized Uadercoazmg Tits -Seal Rubberized Undercoating Or approved equal. 02713-9 3.7 CONCRETE MANHOLES AND VAULTS A. shall be constructed at the bcadm and ebvabm indicated an the approved Caostruxioa Drawings, or of directed bythe Systas Fogieer to aooemawdate Said aaaditims. 1. The lcatim of msoholeshsults "be iehrowed by the Deeip Engineer, to a minimum of two permanent Wf m ietermcm, and recorded of the Reoord Drawings. 2. water tiglst seals dull be installed at 20 pipe pesetrM ms. B. The machoWvmit shall be sat plumb. 1. precast concrete adjustment rings shall be used to bring the ring said cower to grade. a. The total beigbt from the top ofthe mashoidvaah to the finish street glade shall not exceed sixteen (16) inches unless otherwise indicated. b. Adjustment ri W shall be joined using a nasimom we (1) i mh morter bed. C. All jomts, liffing boles and a&w imperfedims shall be filled wah nm-shrink pm to provide a smooth finished appenraooe. END OF SECTION 02713-10 ffi-m inward EaovaaM hm. nv s. cm.ty m isc Laralar.% CO aasr (oyol sao-tap pma yol -tsa PROJECT NAME LOCATION CONTRACTOR NAME ENGINEER ENGINEER PHONE DESCRIPI30N AMOUNT COMPLETION DATE Auto Auction Johnstown Double Eagle King Surveyors; 970-686-5011 Site development S 389,033.00 Au -05 Blue Mountain Meadows Larimer County Orem Development North Star Design 686-6939 Site development S 1,794,944.00 S 05 HMGC Lift Station Windsor Summit Land Management Northern Engineering 2214158 Lift Station S 223,434.00 Au -05 HMGC Phase 3 Windsor Summit Land Mans truant Northern Engineering 221-4158 Site development S 371,229.00 Au -05 HMGC Phase 4 Windsor Summit Land Management Northern Engineering 2214158 Site development S 205,723.00 Au -05 Johnsons Comer Johnstown Dohn Construction Galloway, Romero & Assoc 303.770-8884 Site development - Stme Ex S 499,502.00 Au -05 Low Point W WTP Johnstown Taylor Kohn Nolte Associates 221-2400 Treatment Plant - Sewer S 2390,358.00 Au -05 Orchards at Grapevine Hollow Ft Collins Dohn Construction Gillans, Inc. 303426-1731 Site development S 314,176.00 Au -W Sun Chase Village Laramie, WY Dohn Construction Banncr Associates 307-745-7366 Site development & Struc Ex S 416,145.00 Au -05 2534 Bid Pack #2 Johnstown Double Eagle Nolte Associates 221.2400 Site development $ 3,186,301.00 5 2534 Bid Pack #3 Johnstown Double Eagle Nolte Associates 221-2400 Site development S 3,045,612.00 Oct-05 Harmony Ridge Filing 2 Ft Collins Global Holdings of Colorado. LLC Jim Sell Design 484-1921 Site development S 960,892.00 Nov-05 Candlelight Dinner Playhouse Johnstown Clark Construction Weeks & Associates 225-2422 Earthwork and utilities S 192,940.00 5 Sumner Park Greeley Double Eagle North Star Design 970-686-6939 Site development $ 748,875.00 Jun-06 Timnath Sewer Timnath South Ft Collins Sanitation TEC 484-7477 Sewer line S 403,648.00 Nov-05 RiRdm Farm NW Roads Ft Collins Construction M t Assoc. JR Engineering 491-9888 Site develo mrnt S 539,7,22 1 Dee -OS Hi land Meadows Golf Course Phase 4 Windsor Summit Land Mane mrnt Northern Engineering 221-0158 Site development E 488,328.00 Nov -OS ILiberry Commons Track Ift Collins jBryan Construction lNorth Star Design 970-686.6939 Earthwork, utilities & paving S 418,643.00 Oct-05 1,10j SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 DESCRIPTION A This section covers cast -in -place concrete for thrust restraints, encasement, and cut-off walls, iochtding forms, reinforcing steel, finishing and curing, and other appurtenant work. PART 2 - PRODUCTS 2.1 CEMENT A All cement shall be Portland Cement. 1. Portland Cement shall conform to ASTM C150. 2. Portland Cement shall be Type LM or Type V. a 12, 24, or 48 hour concrete mixtures may be used with prior approval of the District. b. Acceptable manufachuer of early strength cement is Quix Strength, or an approved equal. 2.2 AGGREGATES A. All fine and course aggregate shall conform to ASTM.C33. 23 WATER A All water sba11 be free from ob}ectionable quantities of silt, organic matter, alkali, salts, and other impurities or conform to ASTM C94. 2.4 ADNIIXTURES A An air -entraining agent shall be used in all concrete. 1. All air -entraining agents shall conform to ASTM C260. 03300-1 B. A water -reducing ing adn6mv may be used. 1. A water -reducing admixture shall conform to ASTM C494, for Type A or Type D chemical adm>xaue. 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. Accelerators 1. Accelerators shall conform to ASTM C494 and ACI 306. a If calcium chloride is used as an accelerator, the amount used should not exceed r/o, by weight, of the cementatiuos material. b. Calcium chloride shall be in sohrtion prior to adding it to the batch process. D. Fly -Ash 1. When fly -ash is used in concrete, the cement replacement shall not exceed 20'/a. a Class C or Class F fly -ash shall conform to ASTM C618. E. Any admixtures except air entraining agents and accelerators, must be approved by the District. 2.5 CONCRETE REINFORCEMENT A All deformed ranforcing bars shall conform to ASTM A615 or ASTM A617. 1. All bars shall be either Guide 40 or 60. _ B. All welded steel wire fabric shall conform to ASTM Al85. PART 3-CONCRETE 3.1 GENERAL A Concrete shall have a minimum of 6 sacks per cubic yard, and shall be allowed to develop a minimum compressive strength of 3,000 psi at 28 days. 03300-2 B. Concrete shall have a maximum allowable water/cement ratio of 0.50, by weight. 1. The water cement ratio may. be increased to 0.56, by weight, if a water -reducing agent is used. a. Reference paragraph 2A.B.. 3.2 Placing A Concrete shall not be placed unless the air temperature adjacent to the concrete placement is 30 degrees Fahrenheit, and rising. The temperance of the mix shall not be less than 50 degrees Fahrenheit, nor more than 90 degrees Fahrenheit at the time of the placement. 2. If heated water and/or an accelerator is used, the above temperature restrictions may be waived. a. Water shall not be heated to a temperature exceeding 150 degrees Fahrenheit. B. Concrete shall be placed when the temperature of the plastic concrete can be maintained at 90 degrees Fahrenheit, or lower, unless approved by the District. 1. To facilitate the placement of concrete in hot weather, the aggregate of the water may be cooled. 3.3 FINISHING A. Vault bases shall be trowel finished. 3.4 CURING A. Finished concrete shall be cured by protecting it against moisture loss, rapid temperature change, and from rain, flowing water and mechanical damage for a minimum of 72-hours after placement. 1. Concrete shalt be maintained at a minimum temperature of 50 degrees Fahrenheit during the curing period. 2. The Contractor is responsible for protecting the concrete from trade and the elements. END OF SECTION 03300-3 SECTION 03400 PRECAST CONCRETE PART 1- GENERAL 1.1 DESCRIPTION A. This section addresses precast concrete products. B. Reference Sections 02641, 02646, and 02713. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A All precast concrete parts shalt be handled, stored, and protected in a manner which will _ prevent damage to materials. PART 2 - PRODUCTS 2.1 PRECAST CONCRETE PRODUCTS — A. Barrels, boxes, and flat slab tops of vaults and meter pits shalt conform to am be designated as ASTM C478, and shall be made with Type YH cement. -- 1. Reference Section 2713, "Water Distribution System". 2. Unless written permission is obtained from the District, flat slab tops win be used on all vaults and meter pits. B. Concrete and Reinforcing Materials. 1. Reference Section 03300. _ 2. Reference ASTM C478. END OF SECTION 03400-1 12 MIN. 114- 0. .. -. 4 MIN. PAVEMENT IF - LIGHTLY COMPACTED SELECT SOIL - CAREFULLY COMPACTED SELECT SOIL UNDISTURBED SOIL 'r COMPACTED GRANULAR ¢ MATERIAL PIPE SUBGRAOE TRENCH BACKFILL BEDDING ZONE (SEE ABOVE) PIPE SUBGRADE; STABILIZATION MATERIAL IF REOUIRED TRENCH ZONES STANDARD TRENCH AND BEDDING DETAIL FORT COLLINS - LOVELAND DAM `PcmR01MwW 1994 WATER DISTRICT N15 1 /2" MAXIMUM NOTE: PROVIDE CAP OR SE OPEN END OF CAP. (SEE FORT COLLINS WATER DISTRICT SPE_..._-..__.._., T I STAINLESS STEEL BAND STEEL CASING CARRIER PIPE iELL OF PIPE PROVIDE CASING CHOCKS EACH INDEPENDENTLY BANDED TO PIPE BARREL SECTION 'A' STANDARD PIPE CASING DETAIL FORT COLLINS - LOVELAND WATER DISTRICT FEBRUARY 1994 SCALE MIS 4'-D" BRASS CATS VALVE WI WHEEL TYPE OPERATI MORTAR CONCRETE MORTAR MINIMUM S -I LCTION LINE A,-T x I'-(' x D-a' CONCRETE FOOTING PRECAST CONCRETE MANHOLE SECTION COMPACTED GRANULAR MATERIAL -AIR RELEASE AND AND VACUUM VALVE 2 IN. THREADED NIPPLE - SADDLE ACTED GTLWU►AR MATERIAL TYPICAL AIR & VACUUM RELIEF VALVE INSTALLATION FORT COLLINS - LOVELAND °HIE FE�BRUOAVYY'R1994 WATER DISTRICT SCALE. "'S /- FIRE HYDRANT TYPICAL FIRE HYDRANT INSTALLATION FORT COLLINS - LOVELAND WATER DISTRICT SCALE: NWS SOUARE OP NUT/O.R. POST HYDRANT 1: 2-1/7' HOSE NOZZLE 0.1' TO 0.24 � VALVE BOX /\ 3" MJ 4" GATE VALVE USE REDUCER(S) / AS NECCESSARY 4' MJ X 3• PE REDUCER THRUST BLOCK Y\ v BOND BREAK �\ 4' PIPE O o A o 80 HYDRANT DRAIN OPENINGS UNDISTURBED MUST REMAIN CLEAR OF GROUND y�\\ OBSTRUCTIONS DRAINAGE REQUIRED CRUSHED 2•_O IN IMPERVIOUS SOILS ROCK TYPICAL POST HYDRANT BLOW --OF ASSEMBLY FORT COLLINS - LOVELAND OgTE APPROvLD APRs. 1996 WATER DISTRICT SCALE: NTS RUBBER FROST PROOF CAST IRON LID INNER LID ALUMINUM OR CAST IRON 7_ _r CONE SET TO FINAL GRADE FIBER METER PIT FORD TYPE SETTER 0 COMPRESSION y o i �n 20" FOR 3/4" METERS 24" FOR 1" METERS WATER MAIN CORD MINIMUM OF TYPE 'K' COPPER 3/4" ROCK TYPICAL METER PIT INSTALLATION ® FORT COLLINS - LOVELAND w FMUWY 1994 WATER DISTRICT KEMNION I WET=ScALF- "n Gerrard Excavating, Inc. 1739 S. County Rd 13C Loveland, CO 80537 (970) 669.1463 (970)669-1964 3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS -?q- // 413 -yd l(-Lj PROJECT NAME CONTRACTOR NAME AMOUNT COMPLETION DATE Cornerstone 5th Subdivision Equinox Corporation $ 1,067,435.00 Jan-00 Ft Collins/Loveland Air ark Tom Livingston $ 270,233.00 Jan-00 Harmony Reservoir Harmony Res. Assoc. $ 222,394.00 Feb-00 Martinez Park Wonderland Custom Homes $ 519,899.00 Feb-00 Legacy West Apartments NORCO Construction $ 412,625.00 Mar-00 Mountain View High School Adolfson & Peterson $ 333,304.00 A r-00 Stanton Bride Double Eagle Construction $ 328,183.00 Jul-00 The Woods at Ptarmigan Tri-Trend, Inc. $ 559,164.00 Jul-00 Clover Basin 40 Sycamore Construction $ 522,897.00 Au -00 Hamlet Bueno Development $ 586 235.00 Au -00 Westfield Park Subdivision Progressive Living Structures $ 426,522.00 Se -00 Reserves Summit Land Management $ 348,293.00 Se -00 ViewPointe 2nd Filing ViewPointe, LLC $ 177,596.00 Se -00 St Wain Centre Mark Younq Construction $ 331,210.00 Se -00 RMSC R.C. Heath Construction $ 431,865.00 Jun-01 Ventana Subdivision Summit Land Management $ 137,150.00 Au -01 Greenleaf Construction Greenleaf Construction $ 164,524.00 Au -01 Wal*Mart Alliance Construction Sol. $ 2,161,110.21 Se -01 Wellington Pointe ViewPointe, LLC $ 4,185,551.00 Se -01 Fox Meadows Maxwell Construction $ 254,592.00 Oct-01 Timbercreek KEM Company LLC $ 274,010.00 Nov-01 CARE Housing Sinnett Builders $ 343,971.00 Nov-01 Page 1 RIGHT OF WAY DISTANCE VARIES I FT. CURM GUTTER AND SIDEWALK PAVEMENT �4�rivi�r�i. r�✓fir: r.``ifi�Lit COR?ORATION STOP WATER MAIN 54 INCH MIN. 66 7NCN MAX. McDONALD CURB BOX CURB 5R)P TYPICAL CURB STOP INSTALLATION FORT COLLINS - LOVELAND WATER DISTRICT FEBRUARY 1"4 RECESSED ELECTRICAL BOX / REMOTE WATER METER READOUT MOUNTED HORIZONTALLY WITHIN 4 FEET OF ELECTRICAL RECESSED METER. 4-WIRE, IS GAGE INSULATED CABLE IN 1/Z' ELECTRICAL CONDUIT INLINE BRASS DUAL CHECK VALVE LBRASS VALVE IMMEDIATELY ADJACENT TO INLET AND OUTLET OF METER SET DEVICE METER SET DEVICE TYPE 'K' COPPER GENERAL NOTES: I. Water meters to be located with a kA min. of 17* clearance around the entire entire meter and clear from the front. 2. Readout cable to be terminated at meter set device and electrical box. A min. 17' of extra cable to be installed. 3. Interior motor settings to be used as required by the DWACL 4. Electrical conduit shall be electric metallic tubing or rigid nonmetalic conduit installed in conformance with Articles 347 and 348 of the National Electric Code — 1990- Conduit MQY not extend more than 75 feet between junction boxes. Conduit *hall be connected to a recessed exteiar atocUical box mounted within 4 feet of the electrical meter and terminated at the capperhorn. INTERIOR METER SETTING BASEMENT APPROV0. FORT COLLINS - LOVELAND DAM FEBRUARWY 199 4 SCALE NM M WATER DISTRICT LX I GENERAL NOTES 1. Water meters to be located with a minimum of It clearance around the entire meter and clear access from the front 2. Readout cable to be terminated at meter set davits and electrical box. A minimum If or extra cows to be installed at eacb,WfminuL 3. Interior meter settings to be used as rif♦Wfed by District. 4. Setting to be located within 2' of efo.A span access. 5. Electrical conduct stag be alactrical metelik tubing or rigid nonmetage conduit installed in conformance with Articles 347 and 34S of the Notional Plumbing Code —1990. Conduit may not exceed more than 75 feet between junction boxes. Conduit shall be connected to a recessed exterior electrical box mounted within 4 feet of the electrical meter and terminated at the copperhorn. REMOTE WATER METER READOUT MOUNTED HORIZONTALLY WITHN V OF ELECTRICAL METER �� 4—VARE. IB GAUGE tuSTMI.ED CC iTN 1/Y' ELECTRICAL r 2 S ---CRAWL SPACE WALL FORD TYPE ANGLE COPPERSEITER RILINE FUSS DUI CHECK VALVE �BRASS VALVE IMMEDIATELY ADSACE TO INLET AND OUTLET OF METER INERIOR METER SETTING -- CRAWL SPACE FORT COLLINS - LOVELAND fTBRUARY 1994 SCALE. Nrs WATER DISTRICT e•xr CONC. Brock CrIPICAL) °•oo•oo? &p.oc•,.. .°Oo�p• o �QQ ,-. .. Ne ,ao o•oo'O �ro°�•p$ro° a?o o a Qe"O�` a o$ °�S3' a°•'o` 3Pa°. • oog0000 00 .00'ceo•d+'ow�•o°°o� 000•oo 0000�•oo off• 0 aV-!DO Lid lio.a vas LAYER or s/a To 1-1/2 sL ciuuEti°lo�o'.O°:a GENERAL DOTES: t. Meter setting devices to be 'custom setters with by—pass and flanged valves. Meter setters to be supported by 2 — IT lengths of t" iron pipe inserted through eyes and set atop !r x !r eanente blocks. 2. This meter T not to be installed in any street. alley. parking area or driveway. 7. No landscaping (trees. shrubs. boulders. eta) or to be within 3 feet of meter pit. 4. Ground surrounding meter pit shall slope away from Rd. S. No plumbing connections to be made in meter pit. E. town sprinkler connections to be at least 5 feet from meter pit wall an the outlet side. T. Provide dual check volve on outlet side. STANDARD SETTING FOR 1-1/2 11 & 2" METERS VG .v'�nV •CV: FORT COLLINS — LOVELAND FtisauAar lmi. SCALE Nti5 WATER DISTRICT 6.14 LAIN. WHO BREAKER UNo1SRURM SOL TYPICAL BEND noLYMMEW WHO BREAKER a/a ow MOMAL BEARING SURFACE UNDISRMBED STUBBED SOIL SOIL PLUG TYPICAL QROSS-SECTION WNBAUN BFARM SURFACE AREA (So- IT.) RpE StTi BENDS TEE OR PLUG 1 1/ 1/41 4S 9KF 6' 0.7 1.4 2.9 5.3 3.9 6` 1.2 2.5 1 5.0 93 6.5 if 2A 5.2 10.2 18.8 133 GENERAL NOTES: 1. Bearing surface areas shown in chart are minin um. 2. AN fittings to to wrapped with polyethylene. 3. Data in table is based on a pipeline test pressure of 100 psi and a sot tearing capacity of 1.000 lb/sq. ft. Adjust the dimensions as required to suit the field cmWldons encountered by Engineer. 4. Thrust blocks an pipe larger than 12 inches diameter shall be designed for conditions existing at the installation site_ 5. Refer to Section 033W for concrete requirements. STANDARD CONCRETE THRUST BLOCKS (i FORT COLLINS -- LOVELAND - �Esiiwrir 1994 WATER DISTRICT s 115 �a'. _f7>>- R �C„ d,{'il' �' O It `=lL' T 'E q•,�? SUBGRADE INVESTIGATION AND PAVEMENT DESIGN FOR STREETS IN THE VICINITY OF KINARD JUNIOR HIGH SCHOOL FORT COLLINS, COLORADO Prepared for: CITY OF FORT COLLINS STREET OVERSIZING DEPARTMENT 281 North College Avenue P. O. Box 580 Fort Collins, Colorado 80521 Attention: Ms. Eileen Bayens Project No. FC03508-135 June 15,2005 4001 Automation Way I Unit 2011 Fort Collins, Colorado 80525 Telephone:970-206-9455 Fax:970-206-9441 L..A ... . TABLE OF CONTENTS SCOPE...........................................................................................................................1 SUMMARY OF CONCLUSIONS....................................................................................1 SITE CONDITIONS........................................................................................................2 PROPOSED CONSTRUCTION......................................................................................2 INVESTIGATION............................................................................................................ 2 SUBSURFACE............................................................................................................... 3 LABORATORY INVESTIGATION.................................................................................. 3 SUBGRADE PREPARATION.........................................................................................4 SOLUBLE SULFATES...................................................................................................6 PAVEMENTDESIGN.....................................................................................................6 PAVEMENTMATERIALS.............................................................................................. 8 CONSTRUCTION DETAILS.........................................................................................11 MAINTENANCE...........................................................................................................11 LIMITATIONS...............................................................................................................12 FIGURE 1 - LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 - SUMMARY LOGS OF EXPLORATORY BORINGS FIGURE 3 THROUGH FIGURE 7 - GRADATION TEST RESULTS FIGURE 8 AND FIGURE 9 - SWELL TEST RESULTS FIGURE 10 - HVEEM STABILOMETER TEST RESULTS TABLE 1 - SUMMARY OF LABORATORY TEST RESULTS APPENDIX A - FLEXIBLE PAVEMENT AND RIGID PAVEMENT DESIGN CALCULATIONS APPENDIX B - FLY ASH STABILIZATION CONSTRUCTION RECOMMENDATIONS APPENDIX C - MATERIAL PROPERTIES AND CONSTRUCTION CHECKLIST APPENDIX D - GUIDELINE MAINTENANCE RECOMMENDATIONS CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 S0FC03508.000N35@. Repad 11FC03508-135apt0oC SCOPE This report presents the results of our subgrade investigation and pavement design for the Zeigler Road widening from Shallow Pond Drive to Trilby Road, for Trilby Road from Zeigler Road to the southwest corner of the Kinard Junior High School site and for the Old Legacy Drive cul-de-sac. This investigation was to identify the type of subgrade soils under the proposed streets to be widened and paved and to send design pavement alternatives for paving the streets. We believe our report is in general conformance with Chapter 5 and Chapter 10 of the Larimer County Urban Areas Street Standards repealed and reenacted October 1, 2002, as adopted by the City of Fort Collins. Our report includes a description of the subgrade soils penetrated by our exploratory borings, laboratory test results, recommended alternative pavement sections and construction and materials guidelines. Our recommendations are based upon laboratory test results, discussions with the City of Fort Collins project design team, City of Fort Collins design criteria, the American Association of State Highway Transportation Officials (AASHTO) 1993 "Guide for Design of Pavement Structures'; and our experience. SUMMARY OF CONCLUSIONS 1. Our borings penetrated 5 feet and 10 feet of loose to medium dense, clayey sands and occasional layers of stiff sandy clays to the maximum depth drilled of 10 feet. Bedrock was not penetrated in the ten borings. 2. Ground water was encountered between 5.5 feet and 7.5 feet in 7 of the ten borings. 3. The subgrade soils have medium to high swell potential and fair to poor subgrade support characteristics. Mitigation measures are discussed in this report. 4, Subgrade soils should be scarified a minimum of 8 inches deep, moisture conditioned and compacted to at least 95 percent of Standard Proctor maximum dry density (AASHTO T 99). Sand soils should be moisture conditioned to 2 percent below to 2 percent CITY OF FORT COLLINS 1 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 S:1FC03508.0001105U. Report 11FC03508.155.rp1.doc above optimum moisture content. Clay soils should be moisture conditioned to between optimum moisture content and 3 percent — above optimum moisture content. 5. Pavement sections using asphaltic concrete pavement on prepared subgrade, asphaltic concrete pavement on compacted aggregate base course and concrete pavement are discussed in this report. SITE CONDITIONS Kinard Junior High School is located just outside of the southeastern — corner of the City of Fort Collins. The Old Legacy Drive cul-de-sac is located on the northern boundary of the school site. Zeigler Road borders the eastern side of — the school site and will be widened. Trilby currently ends at the intersection with Zeigler Road at the southeast corner of the school site. The alignment of the proposed stretch of Trilby Road is a cornfield with standing corn along the south side of the school site. PROPOSED CONSTRUCTION The proposed project includes the widening of about 750 feet of Zeigler Road from Shallow Pond Drive to Trilby Road, constructing about 1000 feet of — Trilby Road from the Zeigler Road/Trilby Road intersection to the southwest corner of the Kinard Junior High School site and paving the Old Legacy Drive cul- de-sac in Fort Collins, Colorado (see Figure 1). The stretch of Zeigler Road will be widened on its west side. A traffic control island is proposed at the Trilby Road intersection with Zeigler Road in Trilby Road. There is also a waterline planned along the south side of the Trilby Road right-of-way. INVESTIGATION Subsoils were investigated by drilling ten exploratory borings. Four borings were drilled to 10 feet in the proposed widening of Zeigler Road at approximate intervals of 200 feet, five borings were drilled to 10 feet for the Trilby Road construction at approximate intervals of 250 feet and one boring was drilled " CITY OF FORT COLLINS 2 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03608.135 S:1FC03305.000k135%2. Report 11FC03508435.rpt4oc .,� to 5 feet in the proposed Old Legacy Drive cul-de-sac. The boring locations are shown on Figure 1. The borings were drilled with a truck -mounted drill rig using 6-inch diameter continuous flight augers. Soils were sampled by driving a California sampler with a 140-pound hammer falling 30 inches and by collecting bulk samples from the auger cuttings. SUBSURFACE Our borings penetrated 5 feet to 10 feet of clayey sands. The sands were medium dense overlying looser sands. The sands were bedded with occasional thin layers of stiff, sandy clays. The clayey sands and sandy clays were moist to very moist. Bedrock was not encountered in the ten borings. We encountered ground water in 7 of the 10 borings from 5.5 feet to 7.5 feet Summary logs of the borings, including results of field penetration resistance tests, are shown on Figure 2. LABORATORY INVESTIGATION The laboratory investigation for the pavement subgrade soils was designed to provide index properties, swell/consolidation characteristics, and subgrade support values for those soils that influence the pavement design. Index properties of the soils sampled were measured and the soils were classified according to AASHTO and the Unified Soil Classification System. The soils classified as follows: five samples were A-7-6, 4 samples were A-2-7 and one sample was A-2-6 according to the AASHTO classification. Nine of the samples were classified as clayey sands (SC) and one sample was classified as a sandy clay (CL) according to the Unified Soil Classification System. The samples had group indices ranging from 0 to 29. CITY OF FORT COLLINS 3 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 SAFC01508.000USM. Report 1%FC01508-035.rpl.dx Gerrard Excavating, Inc. 1739 S. County Rd 13C Loveland, CO 80537 (970) 669.1463 (970) 669.1964 3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS PROJECT NAME CONTRACTOR NAME AMOUNT COMPLETION DATE Coeur d'Alene Estates Alan Patterson $ 1,022,812.00 Nov-01 Encorp Dohn Construction $ 165,516.00 Nov-01 Timberline/Drake Imrpovements Lafarge $ 267,083.00 Nov-01 Promontory Dohn Construction $ 331,601.00 Nov-01 Oasis Amshell Corporation $ 174,517.00 Nov-01 Dec-01 Dec-01 Clover Basin 2 & 3 Brisben Development LLC $ 653,448.00 WMllin ton Pointe Commercial ViewPointe, LLC $ 147,990.00 Harmony/Timberline Im rovemnts Lafarge $ 496,437.00 Dec-01 Loveland Police & Courts Hensel Phelps Construction $ 399,725.00 Feb-02 Highland Meadows Sewer Line Summit Land Management $ 342,828.00 Feb-02 Windsong 7th Adair Group $ 659,091.00 Feb-02 Mountain Rid a Farms Summit Land Management $ 899,989.00 Mar-02 Mountain Ridge Farms 4th Prociressive Living Structures $ 269,144.00 A r-02 Poudre River Ranch Double Ea le Construction $ 928,932.00 A r-02 Rock Mountain 7th Trammel Crow Residential $ 331,732.00 Ma -02 Harmon Park Mark YoungConstruction $ 228,079.00 Jun-02 Stanton Creek 4th & 5th James Com an $ 678,967. 00 Jun-02 Westbrooke Summit Land Management $ 328,410.00 Aug-02 Kechter Road Improvements City of Ft Collins $ 2,300,379.00 Aug-02 Weld County Library Hensel Phelps Construction $ 317,676.00 Au -02 Rock Crest Apartments Coe Construction $ 207,655.00 Se -02 Homestead Heights Progressive Living Structures $ 1,041,060,00 Sep-02 Page 2 The samples tested had liquid limits ranging from 22 percent to 41 percent and plasticity indices from 23 percent to 36 percent. The samples had 24 percent to 81 percent silt and clay -sized particles (passing the No. 200 sieve) with the majority of the samples having between 33 percent and 48 percent. A Hveem _ Stabilometer test (R-value) (ASTM D 2844, AASHTO T 190) was performed on the sample of clays (A-7-6) because it was judged to be the poorest sample and an R- value of 15 (see Figure 10) was obtained. We tested three samples in our swell/consolidation apparatus. The samples were lightly loaded to 150 psf, flooded with water and allowed to swell or consolidate. Test results indicated medium swell for the A-2-7 soils (1.3 percent) and high for the A-7-6 soil (2.1 percent). Swell test results are presented on Figure 8 and Figure 9. Based on the swell test data, Atterberg limits, visual observations of the soils and our experience, we judge the swell potential of subgrade soils to be high, using the Larimer County Urban Area Street Standards. Laboratory test results are presented on Figure 3 through Figure 10 and summarized in Table I. f SUBGRADE PREPARATION y The subgrade soils under the Zeigler Road widening, Trilby Road _ construction and Old Legacy Drive cul-de-sac are medium to high swell potential. Soils with this swell potential will require mitigation per the Urban Area Street Standards. Mitigation measures include over excavation and replacement with non -expansive or low -expansive material or chemical treatment such as mixing the on -site soils with fly ash (preferred by Street Oversizing Department). Lime and cement are also mixed with on -site soils to provide mitigation. Finally, sub drains have proved effective. Drains, if selected as part of the mitigation _ treatment, should be designed as required by the Larimer County Urban Area Street Standards. CITY OF FORT COLLINS OLD LEGACY DRIYE CUL-0E3AC, 4 ZEIGLER ROAD WIDENWG AND TRILBY ROAD CTL I T PROJECT NO. F003W&135 S:IFC03500.0001135%2. Repon VC03505.135.rpt.doc Should the over -excavation and replacement measure be selected we believe the depth should be of the order of 2.5 feet below rough subgrade elevation for the street widening and street construction proposed for this project. Should the chemical treatment measure be selected we believe the depth should be 1 foot below rough subgrade elevation for the street widening and street construction for this project. Subgrade (the subgrade would be non -expansive or low -expansive material if over -excavation mitigation measure is selected) immediately below the pavement section (not applicable if chemical treatment mitigation is selected) should be scarified a minimum of 12 inches deep, moisture conditioned to between 2 percent below and 1 percent above optimum moisture content and compacted to at least 95 percent of standard maximum dry density (ASTM D 698). Scarification and re -compaction of the upper 12 inches of subgrade soils should occur as close to the time of pavement construction as possible. The final subgrade surface must be protected from freezing and from excessive drying or wetting until such time as the pavement section is constructed. If chemical treatment is chosen for mitigation or stabilization, it should be done as close to the time of pavement construction as possible to avoid damage to the finished surface. On -site soils substantially free of trash, debris, organics or other deleterious materials are suitable for re -use as fill. Imported fill should consist of soils with properties similar or better than the on -site soils. Samples of the proposed fill should be submitted to our office for approval prior to importing to the site. A representative of our firm should observe placement and test compaction of fill. Proper grading and drainage and maintaining moisture contents near optimum will be critical to avoid excessive deflections, rutting and pumping of the roadway during subgrade preparation. If moisture and density cannot be sufficiently controlled during subgrade preparation and stabilization is required, stabilization by removal and replacement or stabilization using geotextile fabrics CITY OF FORT COLLINS 5 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL 1 T PROJECT NO. FC03505-135 3:1FC03508.000113513. Report 11FC03508435spl.d" - and/or imported granular and rock materials may be used. For isolated or small areas requiring stabilization, removal and replacement or "crowding" angular, coarse aggregate into the subgrade may be effective. SOLUBLE SULFATES Water-soluble sulfate (SO4) concentrations were measured for two samples of the near -surface subgrade soils to determine the risk of exposure to sulfate attack where portland cement concrete is used and to assess the risk of increased swelling due to reaction to chemical stabilization. Concentrations of 0.01 and 0.12 percent were measured. These results indicate Class 0 (formerly "negligible") and Class I (formally "moderate") exposure to sulfate attack on concrete (e.g. curb and gutter or pavements) according to the American Concrete Institute (ACI). These _ results also indicate low risk of increased swelling due to reaction from chemical stabilization. ACI recommends Type II cement be used in concrete with moderate exposure to sulfate attack. For this site, Type II cement should be used in -- concrete. The water-cementitious material ratio should be 0.50 or less. ACI also recommends concrete in Class I exposure environments have a minimum compressive strength of 4000 psi. PAVEMENT DESIGN We used the AASNTO design method in accordance with the City of Fort Collins requirements. The City of Fort Collins designated Zeigler Road as a two lane arterial that should be designed for an Equivalent Daily Load Application — (ESLA) value of 125 (912,500 ESAL) Trilby Road as an industrial/commercial collector that should be designed for an EDLA value of 100 (730,000 ESAL) and the Old Legacy Drive cul-de-sac as residential single lane that should be designed for an EDLA value of 10 (73,000 ESAL). CITY OF FORT COLLINS I) OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 81FC03N9.00011351L RapOrt 11FC03508•135.rpt.4" V Using the traffic loading specified we calculated the design pavement sections shown below. Provided are alternatives for asphalt on aggregate base course, asphalt on aggregate base course on fly ash stabilized subgrade and portland cement concrete on a fly ash stabilized subgrade. Pavement section calculation worksheets are included in Appendix A. The strength of the fly ash stabilized subgrade was ignored in our pavement section calculations for the sections shown in the following table. PAVEMENT SECTIONS L� atloii�'a? f{BrSF%i AX) ph tt(40)"+ �tABCIxFA3 Portlarid�Cam jit*;a % % ra`aa}� c,r: .-.,x e�,.. emu,.,+,.�,..,,�s, limber Zeigler Road from 8" AC + 8" AC + 6" ABC Shallow Pond Drive 6" ABC + 12" FASS 8.5" PCCP 4.09 to Trilby Road Trilby Road from Zeigler Road to Southwest corner 7" AC + 7" AC + 6" ABC 8" PCCP 3.76 of Kinard Junior 6" ABC + 12" FASS High School Site Old Legacy Drive 4.5" AC + 4.5" AC + 6" cul-de-sac 6" ABC ABC + 12" 5" PCCP 2.55 FASS We recommend a pavement section consisting of 8 inches of asphaltic concrete (AC) and 6 inches of compacted aggregate base course (ABC) over 12 inches of fly ash stabilized subgrade (FASS) (see Appendix B) for the Zeigler Road widening, a pavement section of 7 inches of asphaltic concrete (AC) and 6 inches of compacted aggregate base course over 12 inches of fly ash stabilized subgrade (FASS) for the Trilby Road construction and a pavement section consisting of 4.5 inches of asphaltic concrete (AC) and 6 inches of compacted aggregate base course (ABC) over 12 inches of fly ash stabilized subgrade (FASS) for the Old Legacy Drive cul-de-sac. We believe these are reasonable design alternatives and appear to be required for swelling soil mitigation by the City regulations in the light of the swelling soil subgrade indicated by our laboratory investigation. CITY OF FORT COLLINS 7 OLD LEGACY DRIVE CUL•DESAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. r=saa.im SM0050e, OMS2. Ft"art+kFCoasae-13e 9t.dec Installation of a geotextile fabric (Mirafi 5OOX or equal) between the subgrade and the base course could be used if the fly ash stabilized subgrade is — not. Such an application of fabric increases the performance of the pavement because it prevents the subgrade and base course from mixing which can happen — over the design life of the pavement section, especially in areas where higher volumes of automobile traffic are expected. If subgrade stabilization due to soft or loose soils is required, overexcavation and replacement with coarse, granular soil such as pit run gravel, use of geotextiles or geogrids, or chemical stabilization such as fly ash typically perform well in soil environments similar to those we encountered at this site. — Chemical stabilization techniques have weather and temperature limitations that should be considered. PAVEMENT MATERIALS Material properties and construction criteria for the pavement alternatives are provided below. These criteria were developed from analysis of the field and -` laboratory data, our experience and City of Fort Collins requirements. If the materials cannot meet these recommendations, then the pavement design should be reevaluated based upon available materials. All materials and construction requirements of the City of Fort Collins should be followed. All materials planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications (see Appendix C). Asphaltic Concrete (AC1 1. Hot mix asphalt should be composed of a mixture of aggregate, — filler, hydrated lime, and asphalt cement. Some mixes may require polymer modified asphalt cement, or make use of reclaimed asphalt pavement (RAP). A job mix design is recommended and periodic checks on the job site should be made to verify compliance with specifications. CITY OF FORT COLLINS 8 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 $:1FC0350E.00ON951Y. Report 11FC03508.135.rpt.doc Ed 2. Hot mix asphalt should be relatively impermeable to moisture and should be designed with crushed aggregates that have a minimum of 80% of the aggregate retained on the No. 4 sieve with two mechanically fractured faces. 3. Gradations that approach the maximum density line (within 5% between the No. 4 and 50 sieve) should be avoided. A gradation with a nominal maximum size of 3/4 or 1/2 inches developed on the fine side of the maximum density line should be used. 4. Total void content, voids in the mineral aggregate (VMA) and voids filled should be considered in the selection of the optimum asphalt cement content. The optimum asphalt content should be selected at a total air void content of approximately 4%. The mixture should have a minimum VMA of 14% and between 65% and 80% of voids filled. S. Asphalt cement should meet the requirements of the Superpave Performance Graded Binders (PG). The minimum performing asphalt cement should be PG 64-22 for use along the Front Range. The use of PG 58-28 or PG 58-22 asphalt cement has been known to cause tenderness in pavements in the Front Range area and should be avoided. 6. If used, hydrated lime should be added at the rate of 1% by dry weight of the aggregate and should be included in the amount passing the No. 200 sieve. Hydrated lime for aggregate pretreatment should conform to the requirements of ASTM C 207, Type N. 7. We recommend paving only be performed when subgrade temperatures are above 40°F and air temperature is at least 40"F and rising. 8. Hot mix asphalt should not be placed at a temperature lower than 245OF for mixes containing PG 64-22 asphalt, and 290°F for mixes containing polymer modified asphalt. The breakdown compaction should be completed before the mixture temperature drops 20'F. 9. The maximum compacted lift should be 3.0 inches and joints should be staggered. No joints should be placed within wheel paths. 10. Asphalt concrete should be compacted to between 92 and 96 percent of maximum theoretical density. The surface shall be sealed with a finish roller prior to the mix cooling to IWF. 11. Placement and compaction of hot mix asphalt should be observed and tested by a representative of our firm. Placement should not commence until the subgrade is properly prepared (or stabilized), observed, and proof -rolled. CITY OF FORT COLLINS 9 OLD LEGACY DRIVE CUL•DESAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 SiFC0350E.000MM Ropatt 1IFC0350D435,rpLdoa IF - Aggregate Base Course (ABC) 1. A Class 5 or 6 Colorado Department of Transportation (CDOT) specified aggregate base course should be used. A recycled concrete alternative, which meets the Class 5 or 6 designations, is also acceptable. ' 2. Aggregate base course should have a minimum Hveem stabilometer value of 77. Aggregate base course or recycled concrete material — must be moisture stable. The change in R-value from 300 psi to 100 psi exudation pressure should be 12 points or less. 3. If used, geotextile fabric (Mirafi 500x or equivalent) should be placed over the approved subgrade within 24 hours prior to placement of aggregate base course or recycled concrete. Fabric should be rolled out longitudinally with minimum overlapped seams of 2.5 feet. — No wrinkles should be permitted. 4. Aggregate base course or recycled base course should be placed in _ thin lifts not to exceed 8 inches, moisture treated to within 2% of optimum moisture content, and compacted to at least 95% of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). 5. Placement and compaction of aggregate base course or recycled concrete should be observed and tested by a representative of our firm. Placement should not commence until the underlying subgrade _ is properly prepared and observed. Prepared Subgrade _ 1. Subgrade should be stripped of organic matter, scarified, moisture treated, and compacted. 2. Cohesive soils (A-6 to A-7-6) should be moisture conditioned between optimum to 2% above optimum moisture content and compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). 3. Granular soils (A-1 to A-5) should be moisture conditioned between 2% below to 1% above optimum moisture content and compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). 4. Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. CITY OF FORT COLLINS 10 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03500.135 S0FC03500A00113511. Repo[ 11FC03503.135tp1.dot 4. i va 5. Once final subgrade elevation has been reached and the subgrade compacted and observed, the area should be proof -rolled with a pneumatic tired vehicle loaded to at least 18 kips per axle. The proof -roll should be performed while moisture contents of the subgrade are still within the recommended limits. Drying of the subgrade prior to proof -roll or paving should be avoided. Areas of soft or wet subgrade should be remedied. CONSTRUCTION DETAILS The design of a pavement system is as much a function of the quality of the paving materials and construction as the support characteristics of the subgrade. The construction materials are assumed to possess sufficient quality as reflected by the strength coefficients used in the flexible pavement design calculations. These strength coefficients were developed through research and experience to simulate expected material of good quality, as explained herein. During construction careful attention should be paid to the following details: Placement and compaction of trench backfill. • Compaction at curb lines and around manholes and water valves. • Excavation of completed pavements for utility construction and repair. • Moisture treating or stabilization of the subgrade to reduce swell potential. Design slopes of the adjacent ground and pavement to rapidly remove water from the pavement surface. MAINTENANCE We recommend a preventive maintenance program be followed for all pavement systems to assure the design life can be realized. Choosing to defer maintenance usually results in accelerated deterioration leading to higher future maintenance costs, and/or repair (See Appendix D). CITY OF FORT COLLINS 11 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 S:1FC01503.000113512. Report 11FC03503.133.rptEoc LIMITATIONS The pavement and construction recommendations are based upon our field observation and testing, minimum traffic levels, and design criteria required by the City of Fort Collins and the AASHTO design methods. The design procedures were formulated to provide sections with adequate structural _ strength. Routine maintenance, such as sealing and repair of cracks, is necessary to achieve the long-term life of a pavement system. If the design and construction recommendations cannot be followed, or anticipated traffic loads change considerably, we should be contacted to review the recommendations. We believe the geotechnical services for this project were performed in a manner consistent with that level of care and skill ordinarily used by members of _ the profession in the locality of the project. No warranty, express or implied, is made. If we can be of further service in discussing the contents of this report, or in the analyses of the proposed pavement systems from a geotechnical point of view, please call. CTL I THOMPSON, INC. John J. Boulden, EIT Staff Engineer Reviewed by: Frank J. Holliday, PE, CCE Senior Consultant JJB:FJH:bly (6 copies sent) CITY OF FORT COLLINS 12 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03505435 51FC03500.0001135k2. Report 11FC03500.135.tpl.doc SCALE: NOT TO SCALE SHAL�OW POND DRIVE TH 10 TH-3 T LEGEND: TH-2 TH-1 TH 6 T! TH-7 TRILBY TH-8 ROAD TH-1 INDICATES APPROXIMATE 0 APPROXIMATE LOCATION OF EXPLORATORY BORINGS CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD, TRILBY ROAD CTL I T PROJECT NO. FC03508-135 VICINITY MAP (FORT COLLINS AREA) NOT TO SCALE Q O w elf -..J 0 _w N I TH-4 Locations of Exploratory Borings IF FIGURE 1 ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION CONTRACT QUANTITY UNIT Unit Price TOTAL .�,, •x, %& k-,�.%� '��'w'' is "�a,,ron'� � # e� p'.veF%�- ,m+w'�:�'`�. =��; N �`v'9= a7+� :,�iF 202-01 Remove Pipe RCP, CMP, PVC) 218 LF 202-02 Remove Vertical Curb And Gutter 100 LF 202-03 Remove Structure and Cap Pipe 1 EA 202-04 Rotomill Asphalt Pavement (5"-10" Depth) 570 SY 202-05 Profile Mill 0-2" 4,079 SY 202-06 Remove Existing Tree 33 EA 202-07 Remove Fence (Various Types) 385 LF 202-08 Demo Existing Concrete Box 1 EA 202-09 Remove Trickle Pan 30 LF 202-10 Remove Type III Barrier 1 LS 202-11 Remove Sidewalk 100 SF 202-12 Remove Handicap Ramps 1,825 SF 203-01 Unclassified Excavation 2,755 CY 203-02 Embankment - (CIP) 1,635 CY 203-03 Haul & Dispose 1,120 CY 203-04 Borrow ABC (Class 5 or 6) - (CIP) 500 TON 203-05 Muck Excavation - (CIP) 150 CY 203-06 Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth 1,000 CY 203-07 Topsoil - (Stripping and Haul Off -Site) - 6" Depth 1,214 CY 203-08 Median Hardscape Shaping (CIP) 954 SF 203-09 Potholing 1 LS 203-10 Flow fill Section Over Shallow Utilities 100 LF 203-11 Import Screened Topsoil (3") - Parkway areas 172 CY 203-12 Clearing and Grubbing 1 LS 208-01 Erosion Control 1 LS 208-02 Orange Construction Fence 290 LF 210-01 Adjust Manhole Ring/Cover 2 EA 210-02 Modify Manhole 2 EA 210-03 Adjust Valve Box 12 EA 210-04 Modify Valve Box 6 EA 304-01 Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP) 2,200 TON 304-02 JBase Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP) 50 TON Gerrard Excavating, Inc. 1739 S. County Rd 13C Loveland, CO 80537 (970) 669-1463 (970)669-1964 3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS PROJECT NAME CONTRACTOR NAME AMOUNT COMPLETION DATE T-Bone Ranch Apartments The Adair Com an $ 782,667.00 Se -02 Bennett Road Bungalows S an'er Construction $ 297,017.00 Nov-02 The Hill Double Ea le Construction $ 875,760.00 Jan-03 Brunner Farms Double Eagle Construction $ 666,880.00 Jan-03 Three Silos Three Silos, LLC $ 869,559.00 Jan-03 Clydesdale Park Double Eagle Construction $ 784,915.00 Feb-03 Dos Rios Jo ce Allel $ 176,879.00 Jun-03 Westrid a Village II Dohn Construction $ 154,772.00 Jul-03 The Lode Drahota Construction $ 711,909.00 Au -03 Cottonwood Ride Progressive Living Structures $ 1,422,063.00 Au -03 Matthews Farm Double Ea le Construction $ 1,265,525.00 Au -03 Mountain Ridge Farms 2nd Progressive Living Structures $ 327,305.00 Au -03 Lemay Avenue Widening City of Ft Collins $ 2,758,878.00 Au -03 Westrid a Village I Dohn Construction $ 814,335.00 Nov-03 Highland Meadows 4-2 Summit Land Management $ 1,300,950.00 Dec-03 Highland Meadows 6th Summit Land Management $ 343,269.00 Jan-04 Lofts at park Central Dohn Construction $ 145,178.00 Feb-04 Big Hom Ride Alliance Construction Sol. $ 522,133.00 Jul-04 Eckerd Drug Dohn Construction $ 168,713.00 Jul-04 Harvest Heights Double Eagle Construction $ 448,670.00 Jul-04 Soft Gold Park Sinnett Builders $ 141,819.00 Jul-04 Loveland - Ft Collins Airpark Centre Point Business Airpark, LLC $ 3,558,489.00 Aug-04 Page 3 TH3 9 10 L 11 12 ZEIGLER ROAD , I TH2 TH1 TH4 TH5 12112 1WI2 V., n 12/12 8112 _ _ 4112 i S112 10112 g � 5112 ig LEGEND: aSAND, CLAYEY, LOOSE TO MEDIUM DENSE, MOIST TO WET, BROWN TO DARK BROWN (SC) DRIVE SAMPLE. THE SYMBOL 12112 INDICATES 12 BLOWS OF A 140-POUNO HAMMER FALLING 30 INCHES WERE REOUIRED TO DRIVE A 2.S-INCH O.O. SAMPLER 12 INCHES, WATER LEVEL MEASURED AT TIME OF DRILLING, V C� 8U i CITY OF FORT CMLW5 M. LEGACY ptrvE WL OE Y, UIGLER ROA0 FR6FNING ANO TRILBY ROAD CTL I T MOJECT NO. FCCOM 116 —OLD TRILBY ROA LEGACYDRIVE TH6 TH7 TH8 TH9 TH10 0 1 13112 11112 5r12 6/12 11I12 2 3 7112 4112 e. 2)12 3112 5112 4 � � 5 Q 6 L 7 OF 6/12 1112 23112 _ 16112 9 10 11 12 NOTES: 1. THE BORINGS WERE DRILLED ON MAY 24,200S. USING 6-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. 2. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS. LIMITATIONS AND CONCLUSIONS IN THIS REPORT. SUMMARY LOGS OF EXPLORATORY BORINGS FIGURE 2 HYDROMETER ANALYSIS SIEVE ANALYSIS Tar HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45MIN. 15MIN. ROMIN, 19MIN. 4MIN. i MIN. '200 1100 •50 *AO 30 '16 *10 V •4 W. 3R- 1%" 3" SIC, 6" f00 , - 0 SO SO U so 50 U 40 30 .__ 80 90 70 0 OOt 0.002 005 0% 0$9 .M7 .D74 .149 .297 O.A2590 1.19 2M 2-38 4.76 9.52 19.1 36.1 76.2 127 200 DIAMETER OF PARTICLE IN MILLIMETERS 1M CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE COBBLES Sample of SAND, CLAYEY (SC) GRAVEL 3 % SAND 59 % From TH 9 AT 0-5 FEET SILT & CLAY 38 % LIQUID LIMIT 41 % PLASTICITY INDEX 28 % HYDROMETER ANALYSIS SIEVEANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45MIN. 15MIN. 60MIN.19MIN. 4MIN. 1MIN. 200 1100 '50 *4030 116 *10'8 '4 318" 314" 1%" 3" 5"6" W 20 30 50 AASH- W a 40 _ —� • -----' 60 d - -� _ _ 80 10 .. _—.. — _. 90 0 100 y127 001 0002 005 009 019 037 074 149 297 590 1,19 202.38 476 952 191 36.1 762 200 042 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NOWM ASTIC) SANDS GRAVEL FINE I MEDIUM I COARSE FINE COARSE I CO08LES Sample Of SAND, CLAYEY (SC) GRAVEL 1 % SAND 75 % From TH 2 AT 0-5 FEET SILT & CLAY LIQUID LIMIT 48 N-, PLASTICITY INDEX 32 Gradation. Test Results FIG.3 CTL I T PROJECT NO. FC03508-135 0 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR, TIME READINGS US. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN, 15 MIN- 60 MN.19 MIN. 4 MIN. I MIN. '200 -100 '50 '40 '30 116 '10 '6 '4 3(8" 3(4•• I IN. 3" 6*61 e" 100 90 - 10 - -- —� -- - - --- -- w_ _ do 20 L9 70 _ --- ___ . —_.._r—_� ._ __ .._ ..--- _ 30 i �40 aso • • 50 Y 50 °• M __.. ._ __. .__ 1 r 1v.. _ _ 60 a 20 so 90 10 _.___ : _ .001 M002 005 .009 .019 .037 .074 .149 .297012590 IAA 2.0 2.38 4.76 9-52 1S1 36.1 76.2 12� 200 52 DIAMETER OF PARTICLE IN MILLIMETERS Im CLAY (PLASTIC) TO SILT (NONELASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I C088LES Sample Of SAND, CLAYEY (SC) _ GRAVEL 7 % SAND 60 % From TH 9 AT 0-5 FEET SILT & CLAY 33 % LIQUID LIMIT _ 39 % _ PLASTICITY INDEX 23 % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SOUARE OPENINGS 45 MIN, 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MN. '200 '100 '50 '40 30 -16 -1018 '4 318" 314" IX" 3" 5"61 B" ... I 70 1 (... 30 50 c=Wi a 4030 60 It —+ 70 20 10 90 0 101) 00/ 0 002 005 009 019 007 074 149 297 590 1 19 290 2.30 476 952 191 361 762 127 200 042 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT INON-PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE COBBLES Sample Of SAND, CLAYEY (SC) From TH 4 AT 0-5 FEET GRAVEL 1 % SILT & CLAY 33 % PLASTICITY INDEX Gradation SAND 66 % LIQUID LIMIT 42 % 29 % Test Results FIG.4 CTL 1 T PROJECT NO. FC03508-135 HYDROMETER ANALYSIS SIEVE ANALYSIS 26 MR. 7 MFL TIME READINGS U.S. STANDARD SERIES CLEAR SOUARE OPENINGS 45MIN. 15MM. 60MIN.19MIN. 4MIN. 1MIN. -40 '100 150.40130 116 '10'S '4 we. 34•' IW 3" S'6" e' 100 _ T 90 10 80 20 N a60 _ -- __- ___ ,._.._.-, _�r_.� __ — - r.. - a 40 W _ __ _ �_ '—�--T 50 w U _ a 10 60 n 30 70 20 0 1M 001 0002 005 .009 019 .031 074 .149 .297 .590 IA9 2.0 2.30 4.76 9.52 19.1 36.1 76.2 127 200 0.42 IS2 DIAMETER OF PARTICLE IN MILLIMETERS CLAY 1PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE I MEDIUM I COARSE L FINE COARSE I COBBLES Sample Of SAND, CLAYEYSD GRAVEL 0 % SAND 52 % From TH 9 AT 0-5 FEET SILT & CLAY 48 % LIQUID LIMIT 46 % PLASTICITY INDEX 2�9 % HYDROMETER ANALYSIS _ _ _ _ SIEVE ANALYSIS 25 MR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SOUARE OPENINGS 45 MIN. 15 MIN. 60 MN 19 M01. 4 MIN. 1 MIN. -200 1100 •50 .40 '30 116 110 -6 14 w VIT, vs. 3" 5"6" B' 10D D -- — — v T _ �. -- - - — -- - .-i- T r-^—.-r-_._(r _ t.__..__ ��. 90 10 so 20 T U' 7030 w 60 40 so Q 40 30 --^--'_�.. 20 _._..�—__---'--__ 80 i _-- 90 100 001 0 002 005 009 019 037 074 149 297 $90 1 19 20 238 4 76 9 $2 191 361 762 1 2752200 042 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PtASTICI TO SILT (NOWPLASTICI SAND$ GRAVEL FINE MEDIUM ICOARSEI FINE I COARSE I COBBLES Sample of CLAY, SANDY (CL) GRAVEL 0 % SAND 19 % From TH 6 AT 0-5 FEET SILT & CLAY g1 °/u LIQUID LIMIT 51 PLASTICITY INDEX 36 % Gradation Test Results FIG.5 CTL ( T PROJECT NO. FC03508-135 I HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. Z HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN 19 MIN. 4 MIN. I MIN. -200 1100 '50 *40 '30 116 11018 *4 3W 3W' I W' 71 616" r too a 90 2 0 70 ---- -- ---- 30 960 t so so 40 30 U- 70 W-1. 4 20so =4 ----- I--- W 90 im .001 0rO02 ow .009 .019 '037 .074 .149 -297 $90 1.19 2.0 2.38 476 %52 191 361 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) I SANDS i GRAVEL FINE El FINE COARSE COBBLES Sample Of SAND, CLAYEY (SC) GRAVEL 0 % SAND 66% From TH 9 AT 0-5 FEET SILT & CLAY 34 % LIQUID LIMIT 44% PLASTICITY INDEX 30% HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR, 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN, 15 MIN. 60 MIN. 19 MIN. 4 MIN. I MIN. =0 -100 '50 70 M 116 10 -B *4 aw 304' 1 I/V 3" 6.6" 8r. 100 ---0 so 4------ 10 I so 20 0 70 z 30 60 -,40 7=1= z w 50 60 30 70 20 10 90 too 001 0002 005 OGO 019 037 074 149 297 690 1 19 20 238 476 952 19 i--36 1 762 117 200 042 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT 4NOWPLASTIC) SANDSGRAVEL —eDIUM ;J�CO�ARSFJ FINE I SE COBBLES I I Sample of SAND, CLAYEY (SC) GRAVEL 0 % SAND 64% From TH 8 AT 0-5 FEET SILT & CLAY 36 % LIQUID LIMIT 47 % PLASTICITY INDEX —32 7/a Gradation Test Results FIG 6 CTL I T PROJECT NO. FC03508-135 j HYDROMETER ANALYSIS I SIEVE ANALYSIS 25HR 7HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45MIN. 15NIIH. 60MIN. ISMIN. 4MIN, IMIK '200 IWO '50 '40 —W 16 ^IQ's -4 318' IfIr iw 31 5"S' W 10D 0 90 10 20 _7 40 50 so 40 —7T- 30 70 00 7 ------- 0 i iIm 90 001 0,002 005 009 .019 .037 .074 149 297 590 IA6 2,0 2.36 436 9.52 i1JA 36A 162 RI 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC] i j SANDS GRAVEL —FINe I MEDIUM ICOARSEi FINE I COARSE I COBBLES I Sample of SAND, CLAYEY (SC) GRAVEL 0 % SAND 56% From TH 9 AT 0-5 FEET SILT & CLAY 44 % LIQUID LIMIT 43% PLASTICITY INDEX 28% I HYDROMETER ANALYSIS SIEVE ANALYSIS 25HR 7HR. TIME READINGS U-S. STANDARD SERIES CLEAR SQUARE OPENINGS 45MIK 15mi" SOMIKIWN. 4MIN. iNHH. '200 -100 'SO '40 *30 *is *IQ's -4 W 314" vN. Y, 516, 81 100 0 so 10 so 20 70 A. 30 < _4 40 z w so 50 S HT 40 -------- 70 10 4L� 90 0 1 Q0 001 0002 005 ow 019 037 074 149 297 $90 1 19 20 238 476 9 52 191 361 762 127152 200 0 C? DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON-PLASTICI I SANDS i GRAVEL VE =0ARSE FINE I MEDIUM lCOARSE l FINE I COBBLES a Sample of -SAND, CLAYEY (SC) GRAVEL 0 % SAND 69% From TH 10 AT 0-5 FEET SILT & CLAY 31 % LIQUID LIMIT 43% PLASTICITY INDEX 29% Gradation Test Results FIG. 7 CTL I T PROJECT NO. FC03508-135 3 2 DUE TO 0.1 to 10 100 APPLIED PRESSURE - KSF Sompfe of SAND, CLAYEY (SC) NATURAL DRY UNIT WEIGHT= 103 PCF From TH2- AT 2 FEET NATURAL MOISTURE CONTENT= 22.6 °% M TO 0.1 10 10 10D APPLIED PRESSURE -KSF SOmPie Of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 102 PCF From TH6- AT 2 FEET NATURAL MOISTURE CONTENT= 22.9 % Swell Consolidation Test Results FIG. 8 CTL I T PROJECT NO. F003508-135 OLD LEGACY CUL-DE-SAC 2 IM O 0 z Q a -, x w 0 0 -2 rn w a: -3 a 2 O a DUE TO a 0.1 to 10 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) NATURAL DRY UNIT WEIGHT= From TH10- AT 2 FEET NATURAL MOISTURE CONTENT= 3 0 z 0 0 a z a 2 e e 0.1 APPLIED PRESSURE - KSF Sample of From 10 10 100 108 PCF 18.9 % 100 NATURAL DRY UNIT WEIGHT= PCF NATURAL MOISTURE CONTENT= % Swell Consolidation Test Results FIG.9 IF CTL I T PROJECT NO. FC03508-135 OLD LEGACY CUL-DE-SAC No Text TABLE 1 SUMMARY OF LABORATORY TEST RESULTS NATURAL SWELL TEST DATA ATTERBERG LIMITS AASHTO CLASSIFICATION GROUP INDEX SOLUBLE PASSING Boring DEPTH NATURAL DRY SWELL APPLIED LIQUID PLASTICITY SULFATES NO. 200 SOIL TYPE DENSITY PRESSURE LIMIT INDEX SIEVE FEETMOISTURE TH1 0.5 18.6 41 28 A-7-6 5 38 SAND, CLAYEY SC TH2 2 22.6 103 1.3 150 SAND CLAYEY SC TH2 0-5 21.4 48 32 A-2-7 0 0.01 24 SAND CLAYEY SC TH3 0-5 18.5 1 39 23 A-2-6 2 33 SAND CLAYEY (Sc) TH4 0.5 16.8 42 29 A-2-7 3 33 SAND, CLAYEY SC TH5 0-5 19.2 46 29 A-7-6 9 0.12 48 SAND, CLAYEY SC TH6 2 22.9 102.2 2.1 150 CLAY, SANDY CL TH6 0.5 16.8 51 36 A-7-6 29 81 CLAY, SANDY CL TH7 0-5 20.6 44 30 A-2-7 4 34 SAND, CLAYEY SC TH8 0-5 20.5 47 32 A-7-6 5 36 SAND, CLAYEY SC TH9 1 0-5 21.8 43 1 28 A-7-6 7 44 SAND CLAYEY SC TH10 2 18.9 1 88 1.3 150 SAND, CLAYEY SC TH10 0-5 17.6 1 43 1 29 A-2-7 1 2 31 SAND CLAYEY SC CTL I T PROJECT NO. FC3508-135 Page 1 of 1 Gerard Excavating, Inc. 1739 S. County Rd 13C Loveland, CO 80537 (970)669-1463 (970) 669-1964 3.5 PROJECTS COMPLETED IN THE PAST 5 YEARS PROJECT NAME CONTRACTOR NAME AMOUNT COMPLETION DATE Windsor Recreation Center Highland Meadows Golf Course Phase 1 St Elizabeth Ann Seton Church Eleventh St Bride Dohn Construction Summit Land Management Alliance Construction Sol. Dohn Construction 0 $ 0 $ :255,923.00 $ 0 $ Se -04 Dec-04 Dec-04 Dec-04 Mercantile at Crossroads Dohn Construction $ 0 Dec-04 Poudre Overlook Pro ressive Livin Structures $ 0 Dec-04 Glenn Ridge Estates Homestead 2nd Filing Stoner Construction Legacy Development $ 291,800.00 $ 1,079,805.00 Ma -05 Ma -05 HMGC Phase 2 Summit Land Management $ 662,473.00 Ma -05 McKee Medical Center Alliance Construction Sol. $ 775,839.00 May- 5 Pine Street Lofts Dohn Construction $ 175,265.00 Ma -05 Thompson Crossing Water Line Phs 1 & 2 Thompson Crossing Metro Dist. #1 $ 1,869,248.00 Jun-05 No. Colorado Rehabilitation Hospital M.J. Harris, Inc. $ 321,514.00 Jun-05 Thompson Crossing Interceptor Ta for Kohrs $ 1,618,166.00 Jun-05 Estates at Matthews Farm Double Ea le Construction $ 1,017,192.00 Jun-05 Homestead Heights Progressive Living STuuctures $ 424,732.00 Jun-05 Page 4 T APPENDIX A FLEXIBLE PAVEMENT AND RIGID PAVEMENT DESIGN CALCULATIONS CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-136 S:1FCW500.0ON 3512. Report IIFC03500-135.rpt.dw E D 1 AASHTO FLEXIBLE PAVEMENT ES GN Project: ZEIGLER ROAD WIDENING Job No. FC03508-135 Location: Shallow Pond Drive to Trilby Road Full Depth HBP Thickness on Subgrade is s linches What is the HBP Layer Coefficient ? What is the ABC Layer Coefficient ? What is the FASS Layer Coefficient? 7 8 inches HBP over 6 Q inches Aggregate Base Course NOTES: HBP = Hot Bituminous Pavement, ABC = Aggregate Base Course This table presents design parameters and pavement thickness calculations, and shoudi not be used for construction purposes. Final pavement thicknesses are presented in the report. CTL I T PROJECT NO. FC03508-135 Page A-1 T _,. AA,qLI10 FLEXIBLE EAM911110I DESIGN IF Project: TRILBY Job No. FC03508-136 Location: Zeigler Road to Southwest Corner of Kinnard Junior High School What is the Design ESAL ? What is the Serviceability Loss ? no What is the Reliability ? What is the Standard Deviation ? What is the R-value ? Computed Resilient Modulus PSI If R is not available, Input Resilient Modulus = psi DESIGN RESILIENT MODULUS = DESIGN STRUCTURAL NUMBER (SN) Full Depth HBP Thickness on Subgrade is LALJinches What is the HBP Layer Coefficient ? ((fit Whatis the ABC Layer Coefficient ? What is the FASS Layer Coefficient? TRtI it Inches HBP over Minches Aggregate Base Course NOTES: HBP = Not Bituminous Pavement, ABC = Aggregate Base Course This table presents design parameters and pavement thickness calculations, and should not be used for construction purposes. Final pavement thicknesses are presented in the report. CTL I T PROJECT NO. FC03508-135 Page A-2 ..w AASH 9 FLEXIBLE PAVEMENT DESIGN Project: OLD LEGACY DRIVE Job No. FC03508-135 Location: Cul-de-Sac What is the Design ESAL ? What is the Serviceability Loss ? What is the Reliability ? What is the Standard Deviation ? What is the R-value ? Computed Resilient Modulus = If R is not available, Input Resilient Modulus = DESIGN RESILIENT MODULUS DESIGN STRUCTURAL NUMBER (SN) _ Full Depth HBP Thickness on Subgrade is What is the HBP Layer Coefficient ? What is the ABC Layer Coefficient ? What is the FASS Layer Coefficient? psi psi psi �inches inches HBP over inches Aggregate Base Course NOTES' HBP = Hot Bituminous Pavement, ABC = Aggregate Base Course This table presents design parameters and pavement thickness calculations, and should not be used for construction purposes. Final pavement thicknesses are presented in the report. CTL I T PROJECT NO. FC03508-135 Page A-3 AASHTO RIGID PAVEMENT DESIGN Project: ZEIGLER ROAD WIDENING — Job No. FC03508-135 Location: Shallow Pond Drive to Trilby Road CTL T PROJECT NO. FC03508-135 Page A-4 Project: TRILBY Job No. FC03508-135 Location: Zeigler Road to Southwest Corner of Kinnard Junior High School What is the Design ESAL ? What is the Reliability ? What is the Serviceability Loss ? What is the Concrete Elastic Modulus ? What is the Concrete Modulus of Rupture ? What is the Drainage Factor ? What is the Standard Deviation ? What is the Load Transfer Coefficient ? What is the R-value ? Computed Resilient Modulus = If R is not available, Input Resilient Modulus = DESIGN RESILIENT MODULUS = Design Slab Thickness is psi DSl psi psi psi inches CTL ( T PROJECT NO. FC03508-135 Page A-5 AASHTO RIGID PAVEMENT QESIGN Project: OLD LEGACY DRIVE _ Job No. FC03508-135 Location: Cul-de-Sac What is the Design ESAL ? What is the Reliability ? What is the Serviceability Loss ? 2,5 What is the Concrete Elastic Modulus ? . 4W psi What is the Concrete Modulus of Rupture ? 6$@ psi What is the Drainage Factor ?•4:_..,.:' What is the Standard Deviation ? '< What is the Load Transfer Coefficient ?. What is the R-value ?6 Computed Resilient Modulus psi If R is not available, Input Resilient Modulus = psi DESIGN RESILIENT MODULUS = ;4fE,; `' _'. psi Design Slab Thickness is (! inches CTL ( T PROJECT NO. FC03508-135 Page A-6 ..w T APPENDIX B FLY ASH STABILIZATION CONSTRUCTION RECOMMENDATIONS CITY OF FORT COLLINS OLD LEGACY DRIVE CIJL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 S:IFCOS508.800113512. Report 11FC03508.135.rp4.doc FLY ASH STABILIZATION CONSTRUCTION RECOMMENDATIONS 1. The areas to be treated should be cut within 6 inches of the bottom of the zone to be treated. The resulting surface should be prepared with a blade to provide a relatively smooth working area. 2. The bottom 6 inches of the treatment zone should be scarified and pulverized. Pulverization should be accomplished using a rototiller or similar device. The combination of scarifying and rototilling should result in a layer of soil approximately 8 inches in thickness pulverized to minus 1 inch in the area of stabilization. 3. When pulverization is complete, fly ash shall be applied at a rate of 12 percent of the dry compacted weight. The fly ash content can be made more precise by performing a mix design using on -site soils and the fly ash anticipated for the stabilization. 4. The fly ash should be spread uniformly across the area to be treated and mixed with a rototiller or similar device. 5. When sufficient soil and fly ash has been mixed, water should be added to bring the mixture to 2 percent to 5 percent above optimum moisture content for compaction. Optimum moisture content will be determined by compacting a sample of the mixture using ASTM D 698 compaction procedure. The area to be compacted should be rolled with a vibrating sheepsfoot or similar compactor until 95 percent of the maximum density determined using ASTM D 698 on the treated soil is achieved. 6, Subsequent lifts of the stabilized zone should be placed in an 8- inch thick loose lift(s), pulverized and compacted as described in Items 2 through 5 immediately above. 7. The final lift should be allowed to cure for 3 to 7 days or until a non -yielding surface is achieved. CITY OF FORT COLLINS Appendix B�1 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508.135 SAFC03SX000I13SU. Report 1IFC03508435sptdoc m APPENDIX C MATERIAL PROPERTIES AND CONSTRUCTION CHECKLIST CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC0350BA35 S.'FC03508A00U35t Repoli 11FC03508435.rp1.doc -H%C�?' A�ERRARL7 Developing A Common future Equipment List EXCAVATORS 345—105,000 LB 330 - 75,000 LB 225 - 60,000 LB 215, 320L - 40,000 LB 215 with thumb attachment - 40,000 LB 320L with jackhammer attachment - 50,000 LB LOADERS 950F - 4 CY 950A, 936,928 - 3 CY add $10.00/hour for forklift attachment BACKHOES/LOADERS 416 580,310 210 add for compactor MOTORGRADERS 140G 160H SCRAPERS 627, 623 - 23 CY 613/615 -18 CY TRUCKS Tandem - 12 CY End Dump -16 CY Belly Dump -16 CY Rock Trailer -16 CY Water Truck Pick ups Lowboy COMPACTORS Sheeps foot roller 815 - 4 wheel w/ blade Bomag Roller - Pneumatic Hyster REX Arrow tamper DOZERS D5 Dozer D6 Dozer D7 Dozer MISCELLANEOUS Compressor with breaker Bobcat Mini -Excavator Ag tractor and disc 1739 South County Road 13c / Loveland, CO 80537 office 970.669.1463 /fax 970.669.1964 Laborers Supervisor MISCELLANEOUS POWER TOOLS Cut off saw, jumping jack, breaker, rock drill IF MATERIAL PROPERTIES ASPHALT CONCRETE n Design assumes a strength coefficient of 0.44. r Asphalt concrete should be relatively impermeable to moisture and should be designed with 100% crushed aggregates that have a minimum of 80% of the aggregate retained on the No. 4 sieve with two mechanically fractured faces. n Gradations that approach the maximum density line (within 5% between the No. 4 and 40 sieve) should be avoided. r A gradation with a nominal maximum size of 3/4" developed on the fine side of the maximum density line should be used. r Total void content, Void in the Mineral Aggregate (VMA) and voids filled shall be considered in the selection of the optimum asphalt cement content. The optimum asphalt content shall be selected at a total air void content of 4%. The mixture shall have a minimum VMA of 14% and voids filled that range from 65 to 80%. > Polymer modification can change the rheology and viscosity to improve pavement performance and is recommended for the upper 3 inches of collector and arterial streets. n Residential streets should be fog sealed approximately 30 days after the placement of asphalt concrete at 0.1 to 0.15 gallons per square yard. A job mix design and periodic checks on the job site shall be made to verify compliance with the specifications. AGGREGATE BASE COURSE Design assumes a minimum Hveem stabilometer value of 70. A Class 5 or 6 Colorado Department of Transportation (CDOT) specified aggregate base course is recommended. v Aggregate base must be moisture stable. The change in R-value from 300 psi to 100 psi exudation pressure must be 12 points or less. If the construction materials cannot meet these recommendations, then the pavement design should be evaluated based upon available materials. Materials and placement methods should conform to the requirements of the City of Fort Collins. All material planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications. CITY OF FORT COLLINS Appendix C-1 OLD LEGACY DRIVE CUL-DE-SAC, pp ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 8?F083388A88t13A2, Report 1�FC813U&133xptdoc an CONSTRUCTION CHECKLIST The construction procedure of the pavement system Is as important as the quality of the materials. Inadequate compaction of the subgrade is often the reason for early pavement failure, resulting in pavement instability, rutting, cracking, settlement and heave. We recommend the proposed pavement be constructed in the following manner. PREPARATION Subgrade Preparation > Subgrade shall be stripped of organic matter, scarified, moisture treated, and compacted. > Utility trenches and all subsequently placed fill shall also be compacted and tested prior to paving. > Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. Granular Soils (A-2-4 and A-4) > Soils shall be moisture treated to within 2% of optimum moisture content. > Soils shall be compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). Cohesive Soils (A-6 to A-7-6) > Soils shall be moisture treated between optimum and 3% above optimum moisture content. > Soils shall be compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). Proof Testing > After final subgrade elevation has been reached and the subgrade compacted, the area shall be proof -rolled with a pneumatic -tired vehicle loaded to at least 18 kips per axle. a Subgrade that is pumping or deforming shall be scarified, moisture conditioned, and tested. > If areas of very soft or wet subgrade are found, the material shall be sub -excavated and replaced with approved on -site or import material, moisture conditioned, compacted and tested. CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-0ESAC, Appendix C-2 ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO_ FC03508.135 &IFC03500.0001135U. Report 11FC03508-135.rpt.dec ASPHALT CONCRETE n Asphalt concrete shall be hot plant -mixed material compacted to at least 92 to 96% of maximum theoretical density. Paving should only be performed when subgrade temperatures are above 40' F and air temperature is at least 400 F and rising. n The temperature at laydown time shall be determined according to the temperature -viscosity relationship of the asphalt cement. Experience indicates that the laydown temperature shall be at least 2750 F for AC-10 asphalt cement. v The maximum compacted lift for 3/4 inch nominal aggregate size bituminous pavement should be 3.0 inches and joints shall be staggered. No joints shall be placed within wheel paths. > Surface shall be sealed with a finish roller prior to the mix cooling to 1750 F. CITY OF FORT COLLINS Appendix C-4 OLD LEGACY DRIVE CUL-0E-SAC, pp ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL i T PROJECT NO. FC03505-135 S.WC03505.000113M. Report 11FC03505.135.rpLtloc ir APPENDIX D GUIDELINE MAINTENANCE RECOMMENDATIONS CITY OF FORT COLLINS OLD LEGACY DRIVE CUL43ESAC, ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO. FC03508-135 SAFC03508.000MM2. Report AFC03508.138.rpL00o MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS The primary cause for deterioration of low traffic volume pavements is oxidative aging resulting in brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will typically preserve the original or existing pavement by providing a protective seat or rejuvenating the asphalt binder to extend pavement life. 1. Annual Preventive Maintenance a. Visual pavement evaluations shall be performed each spring or fall. b. Reports documenting the progress of distress shall be kept current to provide information on effective times to apply preventive maintenance treatments. C. Crack sealing shall be performed annually as new cracks appear. 2. 3 to 5 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approximate intervals of 3 to 5 years to reduce oxidative embrittlement problems. b. Typical preventive maintenance treatments include chip seals, fog seals, slurry seals and crack sealing. 3. 5 to 10 Year Corrective Maintenance a. Corrective maintenance may be necessary, as dictated by the pavement condition, to correct rutting, cracking and structurally failed areas, b. Corrective maintenance may include full depth patching, milling and overlays. C. In order for the pavement to provide a 20-year service life, at least one major corrective overlay can be expected. CITY OF FORT COLLINS Appendix D-1 OLD LEGACY DRIVE CUL-DE-SAC, ZEIGLER ROAD WIDENING AND TRIL8Y ROAD CTL I T PROJECT NO. FC03508-135 &IFC03508.0001i35U. Report 1ffC08508-155.rpt.d0c # /y _�iF/i'/Qi4/i�% 1739 South County Road 13c/Loveland, CO80537 Developing A Common Future office 970.669.1463 /fax 970.669.1964 CONSTRUCTION EXPERIENCE NAME EXPERIENCE Gary Gerrard Owner of Gerrard Excavating, Inc. since 1984. Partner of Gerrard Construction 7 years. Ken Holman — Residential Superintendent Superintendent for Gerrard Excavating since 2005. Owned and operated water and sewer installation company from 1982 to 2002. Bill Nicholl — Project Manager Estimator/Project Manager for Gerrard Excavating since 1992. Project Manager/Contract Administrator since 1972. Riley Cooper — Commercial Superintendent Superintendent/Operator for Gerrard Excavating since 1991. Ed Hersh — Commercial Utility Superintendent Superintendent/Operator for Gerrard Excavating since 1996. Steve Jungemann Quality Control/Testing Technician for Gerrard Excavating since 1999. Technician Inspector for FCLWD for 9 years. SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: August 19, 2005 TO: Gerrard Excavating Inc. PROJECT: 5927 Trilby Road & Ziegler Road Improvement Project OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated August 16, 2005 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 5927 Trilby Road & Ziegler Road Improvement Project. The Price of your Agreement is Eight Hundred Forty One Thousand Three Hundred Seventy Two Dollars and Forty Three Cents ($841,372.43). 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 September 3, 2005. 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 OWNER By am s B. O'Neill, II, CPPO, FNIGP ector of Purchasing & Risk Management 9/12/01 Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 19th day of August in the year . of 2005 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Gerrard Excavatinq Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the Trilby Road and Ziegler Road Improvement Project and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by JVA Consulting Engineering, Inc., and City of Fort Collins Engineering, who is hereinafter Called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete by October 31, 2005 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 by November 11, 2005 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 on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 9/12/01 Section 00520 Page 2 MANY .. r.... 1) Substantial Completion: One Thousand One Hundred Fifty Dollars ($1,150.00) for each calendar day or fraction thereof that expires after October 31, 2005 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 November 11, 2005 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: Eight Hundred Forty One Thousand Three Hundred Seventy Two Dollars and Forty Three Cents, ($841,372.43), 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 9/12/O1 Section 00520 Page 3 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 100.0 of the Work completed. 900 of materials and equipment not, incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in 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. 9/12/01 Section 00520 Page 4 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors 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 1.1D 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: 9/12/01 Section 00520 Page 5 ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION CONTRACT QUANTITY UNIT Unit Price TOTAL 306-01 Reconditioning (8") Under Sidewalk 1,794 SY 307-01 Flyash Subgrade Stabilization - (12%) 7,034 SY 307-02 Flyash Subgrade Stabilization - (6%) 10,666 SY 403.01 Hot Bituminous Pavement - Grading S - 100 (2" Depth) - (PG 64-28) 1,125 TON 403-02 Hot Bituminous Pavement - Grading SG - 100 (6" Depth) - (PG 58-28) 2,038 TON 403-03 Asphalt Leveling Course - Grading SG - 100 - (PG 58-28) 684 TON 403.04 Asphalt Patching - Grading SG - 100 (6" Depth) - (PG 58-28) 78 TON 506-01 5'x5'x2.5' Type L Rip -Rap, 6" Topsoil (CIP) 2 EA 506-02 10'x8'x1.5' Type D Rip -Rap, 6" Topsoil (CIP) 1 EA 506-03 6'x6'xl.5' Type L Rip -Rap, 6" Topsoil (CIP) 1 EA 603-01 Tie To Existing 14"x23" HERCP 1 EA 603-02 14"x23" HERCP 95 LF 603-03 14"x23" HERCP FES 1 EA 603-04 4" Median Underdrain Pipe 326 LF 603-05 4" Conduit Sleeving 200 LF 603-06 6" Conduit Sleeving 50 LF 603-07 18" RCP Class III 34 LF 603-08 18" RCP Class III - (FES) 2 EA 603-09 8" Underdrain bedded in washed rock (CI 57) 500 LF 603.10 4" Underdrain bedded in washed rock (CI 57) 500 LF 604-01 5' Type R Inlet 2 EA 608-01 Concrete Sidewalk 8' Wide (6") 13,424 SF 608-02 Concrete Access Ramps with Truncated Dome (8") 789 SF 608-03 Concrete Cross pan and Apron (9 112 ") 1,537 SF 608-04 Hi -Early Concrete (24 Hour) 25 CY 608-05 Flow able Fill Concrete 65 CY 608-06 Exposed Aggregate Median Hardscape 4" 954 SF 608-07 Pedestrian Refuge Island 525 SF 608-08 Sidewalk Chase @ Old Legacy Drive (2'x10') 1 EA 608-09 Attached Sidewalk @ Cul-de-sac (8') 2,720 SF Utility Plans for Poudre School District Trilby Road & Ziegler Road - JVA Consulting Engineers. Sheet C0.0 Cover, Title, & Vicinity Map Sheet C0.1 General Civil Notes Sheet C0.2 Legend, Abbreviations, Notes & Typical Sections Sheet C0.3 Demolition Plan Sheet C0.4 Striping and Signage Plan Sheet C0.5 Grading and Erosion Control Plan Sheet C0.6 Utility Plan Sheet C1.0 Trilby Road Plan and Profile Sta 1+00.00 to 5+75.00 Sheet Cl.l Trilby Road Plan and Profile Sta 5+75.00 to 9+50.00 Sheet C1.2 Trilby Road Plan and Profile Sta 9+50.00 to 12+50.00 Sheet C1.3 Trilby Road Plan and Profile Sta 12+50.00 to 17+07.21 Sheet C1.3A Trilby Road Cross Sections Sta 5+50.00 to 12+50.00 Sheet C1.3B Trilby Road Cross Sections Sta 13+00.00 to 15+50.00 Sheet C1.4 Trilby Road Median Plan and Profile Sheet C1.5 Ziegler Road Plan and Profile Sta 1+00.00 to 5+25.00 Sheet C1.6 Ziegler Road Plan and Profile Sta 5+25.00 to 10+25.00 Sheet C1.7 Ziegler Road Plan and Profile Sta 10+25.00 to 15+21.91 Sheet C1.8 Ziegler Road Cross Sections Sta 3+86.50 to 10+50.00 Sheet C1.9 Ziegler Road Cross Sections Sta 11+00.00 to 14+21.73 Sheet C1.10 Storm Drain Plan and Profile Sheet C1.11 Site Details Sheet C1.12 Site Details Sheet C1.13 Site Details Sheet C1.14 Site Details Sheet C1.15 Site Details Sheet C1.16 Intersection Details Sheet C2.0 Trilby Road Waterline Plan and Profile Sta 5+75.00 to 9+50.00 Sheet C2.1 Trilby Road Waterline Plan and Profile Sta 9+50.00 to 12+50.00 Sheet C2.2 Trilby Road Waterline Plan and Profile Sta .12+50.00 to 17+07.21 Sheet C2.3 Waterline Details Sheet H1.0 Homestead/Kinard JHS Cul-de-Sac Grading/Utility Plan Sheet H2.0 Homestead/Kinard JHS Cul-de-Sac Site Details The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. 0 9/12/01 Section 00520 Page 6 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. OWNER' CITY OF FORT COLLINS CO Of1w P— JAMES 'NEILL II, CPPO, FNIGP D CTOR OF PURCHASING AND RISK MANAGEMENT Date:_ Attest: 8l 31 ) 0�5' Ci Address for giV nk notices P. O. Box 580 N Fort Collins, CO 8 Approved as to Form As to ity Attorney NTRACTOR:Gerrard Excavatin Inc. By: — Title: y Date: (CORPORATE SEAL) Address for giving notices: LICENSE NO.: 9/12/01 Section 00520 Page 7 SECTION 00530 NOTICE TO PROCEED Description of Work: 5927 Tri Project To: Gerrard Excavating Inc. This notice is to advise you: Road & Ziegler Road Improvement 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: Gerrard Excavating Inc. Title: 9/12/O1 Section 00520 Page 8 SECTION 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 F /. SECTION 00610 PERFORMANCE BONA Bond No. 104246295 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Gerrard Excavating, Inc. (Address) 1739 S. County Road 13c Loveland, CO $05337 (an Individual), (a Partnershipj, (a Corporati.on), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address)6060 S. Willow Drive, Greenwood Villageh, C 80�1%. hereinafter referred to as "the surety", are elc� an firmly bound unto City of Fort Collins 300 Laeoorte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of 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 _ 19th day Of August , 20 05 a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 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. * Eight Hundred Forty -One -Thousand Three Hundred Seventy -Two Dollars and Forty -Three Cents ($841,372.43) 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 shal) 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, CURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact; business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed xn three (3) counterparts, each one of which shall be deemed an original, this Ted day of August , 2005, IN PRESENCE OF: Principal. Gerrard Excavat ng, Inc. 1739 S. County Road 13c Loveland_ CO 0537 (Address) � ' Other Partners Sy: IN PRESEN F: Surety Travelers Casualty and Surety Company of 6v�� �� America e ert Richard D. Herbert cEy 6060 S� [111145L Se, CO 80111 Echo L. McAfee (Address) ( S�atzy'�3�e1 i u r NC Qf` t; of Hond must not be prior 'f-CONTRACTOR is Partnership, 7/96 to date of Agreement. all partners should execute Bond. Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. 104246295 KNOW ALL MEN BY THESE PRSSSNTS: that (Firm) Gerrard Excavating, Inc. (Address) 1739 S. County Road 13c, Loveland, CO 80537 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) 6060 S. Willow Drive, Greenwood Village, CO 80111 hereinafter referred to as "the Surety", are held and firmly bound unto the city of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Eight Hundred Forty -One Thousand Three Hundred * 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 19th day of August , 2005, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, . NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. * Seventy -Two Dollars and Forty Three Cents ($841,372.43) 7/96 Section 00615 Page 1 e=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 tray affect its obligation on this bond; and it does hereby waive noLice of any such change, extension of time, alteration or addition to she terms of the Agreement or to the work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR, shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 23 ` day of August , 20 05. x v IN PRESENCE OF: T lq 'vdbod�'e LLB, IN PRESENQC3QFc Sa�'- Echo L. M�Afee (Surety Seal) Principal Gerrard Excavating, Inc. y(TiLle) 1739 S. County Road 13c, Loveland, CO 80537 (Address) Other Partners Surety Travelers Casualty and Surety Company of America Richard D. Herbert By:6060 S. Willow_Drive,_,Greenwood Village, CO 80111 (:address) G;F3ond must not be prior to date of Agreement. h' all *--rs should execute Bond_ is Par nera zp, par ��,dPr Section 00615 Page 2 VA TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Richard D. Herbert, Christine A. Herbert, Sally D. Herbert, Kelly McNair, Elizabeth Jolivet, of Longmont, 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 Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (02-05) Unlimited 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 17th day of February, 2005. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD ,kl1PO �f1` eJ'`Ty Aft T. a HAW ;q.R S Re o z 198j�' O COWL 's s � 1`61 � F�iDI' biy • �� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President _ On this 17th day of February, 2005 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. t Q. My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Senior Vice President 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 23rd day of August 20D5. �A rJ1,11V ANp� `. � � � CONN. c ♦ t • >��f "��c bey � Aa►J By Nicholas Seminara Senior Vice President ADDENDUM 1 REVISED Bid Schedule Trilby Road and Ziebler Road Improvement Project (Kinard Junior High School) CITY OF FORT COLLINS, STREET OVERSIZING DEPARTMENT BID NUMBER 5927 ITEM NUMBER DESCRIPTION 7QUANTITY CONTRACT UNIT Unit Price TOTAL 609-01 Vertical Curb & Gutter (30") 2,721 LF 609-02 Outfall Curb & Gutter (18") 675 LF 609-03 Roll Over Curb & Gutter 475 LF 619-01 24" Ductile Iron Lock In Place Water Pipe With Wrap 1,076 LF 619-02 Waterline Filter Material Below Bedding Zone (Approx. 1' Below District Specs) 290 CY 619-03 Waterline Excavation Below Bedding Zone (Approx. 1' Below District Specs) 271 TON 619-04 8" PVC Waterline C-900 FCLWD Specifications 56 LF 619-05 24"x8" Tee With 8" Gate Valve 2 EA 619-06 24" Butterfly Valve& Box 3 EA 619-07 lFire Hydrant Assembly Include, Tee, Valve, Lead Pipe, Restraint 2 EA 619-08 8" Plug And Blow Off 1 EA 619-09 24"x11.25" Ductile Bends With Restraints 6 EA 619-10 24"x2" Pluq And Blow Off Assembly 1 EA 619-11 Dewatering for Waterline 1 LS 619-12 Wet Tap 8 " on 12" valve and " Tie in Pipe to 24" 1 LS 619-13 8" - 90 Degree Bend 1 EA Subtotal Ziegler Road: Ary r {p@17- Wyl: J W ta"kf� ,N eP� +.�M b HX S^5 60140 Topsoil 772 SF 1 1/2" Colored Rock 127 Ton Subtotal Landscaping: w �' b 3a. �,. '�:wama�'. w r,ry •.ma�.R 4 r� .r- M e - Contract Bond 1.00 " OLS 625-01 Construction Surveying 1.00 LS 626-01 Mobilization 1.00 LS 630-01 Type III Barricades 9.00 SECTION 630-02 Message Boards 1.00 LS 630-03 ITraffic Control 1.00 LS Subtotal Ziegler Road Misc. Quantities: SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 CORP. CERTIFICATE OF LIABILITY DATE INSURANCE 1 'RODUCER (303)939-9921 FAX (303)939-9926 Herbert -Leavitt Longmont 275 South Main Street Suite 208 08/23/2005 8/23/2005 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Longmont, CO 80501 INSURERS AFFORDING COVERAGE NAIC # NSURED Gerrard Excavating, Inc. INSURER& Bituminous Casualty Corp 1739 S County Rd 13C Loveland, CO 80537 INSURERS: Pinnacol Assurance INSURER INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR &DD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CLP3203251 01/01/2006 EACH OCCURRENCE $ 1 000 00 ' 01/01/2005 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR DAMAGE TO RENTED $ 100 , OO MED EXP (Any one person) $ 10,00( A X Per Project Gen Ag PERSONAL &ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00( GENT AGGREGATE LIMIT APPLIES PER: POLICY M PRO- JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,00( A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS CAP3203247 01/01/2005 01/01/2006 COMBINED SINGLE LIMIT (Ea accident) $ 1,000, 00 X X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACC [DENT $ ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG $ $ A EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE CUP2574836 01/01/2005 01/01/2006 EACH OCCURRENCE $ 51000,00 AGGREGATE $ 5,000,00 $ DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 4028598 01/01/2005 01101126W X I we STATU- X OTH- E.L. EACH ACCIDENT $ 1,000,000 B ANY PROPRIETORIPARTNERIEXECUTNE OFFICERMIEMBER EXCLUDED? R yes, describe under SPECIAL PROVISIONS below OFFICERS INCLUDED E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,00 A :%,LAND MARINE CLP3179523 01/01/2005 01/01/2006 SCHED EQUIP 8,730,973 DEDUCTIBLE 1,000 LST/RNTD 150,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS e: 5927 Trilby Road and Ziegler Road Improvement Project he City of Fort Collins is named additional insured in regards to the liability arising out of the Ivork performed by the named insured. City of Fort Collins 300 Laporte Ave. Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY UPON THE INSURER. ITS AGENTS OR AUTHORIZED REPRESENTATI Richard Herberti 4CORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 4CORD 25 (2001/08) SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: Citv 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 substantially 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 AUTHORIZED REPRESENTATIVE DATE REMARKS: 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE Gentlemen: You are hereby notified that on the day of Fort Collins, Colorado, has accepted for the City of Fort Collins project, the 20 20 ,, the City of Work completed by 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: PROJECT: (CONTRACTOR) 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 Oi^INER or its officers, employees, agents or assigns arising out of the 7/96 Section 00650 Page 1 an CONSTRUCTION CHECKLIST The construction procedure of the pavement system Is as important as the quality of the materials. Inadequate compaction of the subgrade is often the reason for early pavement failure, resulting in pavement instability, rutting, cracking, settlement and heave. We recommend the proposed pavement be constructed in the following manner. PREPARATION Subgrade Preparation > Subgrade shall be stripped of organic matter, scarified, moisture treated, and compacted. > Utility trenches and all subsequently placed fill shall also be compacted and tested prior to paving. > Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. Granular Soils (A-2-4 and A-4) > Soils shall be moisture treated to within 2% of optimum moisture content. > Soils shall be compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). Cohesive Soils (A-6 to A-7-6) > Soils shall be moisture treated between optimum and 3% above optimum moisture content. > Soils shall be compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). Proof Testing > After final subgrade elevation has been reached and the subgrade compacted, the area shall be proof -rolled with a pneumatic -tired vehicle loaded to at least 18 kips per axle. a Subgrade that is pumping or deforming shall be scarified, moisture conditioned, and tested. > If areas of very soft or wet subgrade are found, the material shall be sub -excavated and replaced with approved on -site or import material, moisture conditioned, compacted and tested. CITY OF FORT COLLINS OLD LEGACY DRIVE CUL-0ESAC, Appendix C-2 ZEIGLER ROAD WIDENING AND TRILBY ROAD CTL I T PROJECT NO_ FC03508.135 &IFC03500.0001135U. Report 11FC03508-135.rpt.dec SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety)' on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of (Surety Company) By ATTACH: Poc:,er of Attorney and Certificate of Authority. of Attorney(s)-in- Fact. 7/96 Section 00660 Page 1 SECTION 00610 APPLICATION FOR EXEMPTION CERTIFICATE OR in )' A I 201* COVORKOF) UP AVITMERS OF REY"ur, 6 M"P.R. CO 06261 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)CAX) DQ tZol Wrlic IR IKS SPACE T tie ext-isnpiion certificate for wlw 11 "Cu af -- al) I)]:; I rig ini, be tjz d ojr!y for the pul PC., e of pijrch.�-inq consirucl ion and Wilding 1 -1 -.". . , d to; the exernf.4 pfojev desroboM T I tis ex-tvylnri dce, rict in( ud, or apply 10 1 hr PLUchasc of jew,:] 01 equiplirr_ I -t- supplies, Er.,-1 to tefia Is v.hirh ate Purchased, rented, of con.stinw-d by I tie curia I a( tOf and vvehich do no), bccotny rya!t of I tic C:iniclufe, highest'. wad. suael, or other public woti-s owned and used by tne i'Y.rITV Al-ij Ul I ---LJlhorf2e d use Of the -?XCniF)ll0 I I r -'I I lfj.,. fe:..11! I ra I of lOur '-xenipfion cei I fficate and of I)---; vov;dr( I by IaV.- A sq _,.rse c crtair is requw-�d I, r 11 C o r'.Zrar t. �LJIJ(Ontf,.MIS Will 1101 lie ISSUE-d of E'-'ijr 11.)1 Ivy (r- of R-.'veinj.'� 11 i-o the respowik!;iV Cf the fnrlii i onii�"ior 10 1.;<L: UH611-- 1C. e"Cil of jh.t; 'j:r'fa10' - FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. I PL, Q'. f.'.1 0170 -750 (999) $0.00 CONTRACTOR INFORMATION A P-11--.n r7- 17-3111M— aM, 77M Copies of contract or agreement pages 11) Identifying the contracting parties EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached, 98 - :r ,_U-1 f'. V!h" w I doUaw under porially of parpay in the sewild degree ffirtl Me 'f;tltaw.nN irrado, it; Uris are buo and complete to the )NIst o,'n)y knetVacJrjtl DO NOT WRITE BELOW THIS LINE Section 00670 Page 1 SECTION 00700 GENERAL CONDITIONS o PRINT PRINT a NAME FIRM NAME j C3 Al ti o �nne�} �esourc.es N �2fs�J4 C\J v O OD of �cct� U' / , r itit �uY ¢ 0 0 LU 6 LO F-- C CD Ji`�A41-s.A 0 i c^s PULtwtaI ATTENDANCE RECORD CONFERENCEPREBID Project: 5729 Trilby Rd & Ziegler Rdmptovement Project Time: 10 a.m. Bate: Aug. 2 Location:281 N Colleae A NE iFAX # Ft. Ceti lws -CC � t D ex> �5l3 Pa lot 3323� ��sz i PD. fSoy\ plolf,ev; .-SlSp Sr18Qd l�r, 9�n rd. eo 31Oq �c�szs �.�. 1-7 J "-157 �t,,M,as7,,• ! 53a-c'4S? 37k � IL ADDRESS 4-7v 'Da l-C?a7 - f 64;- vlt-, GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Thy GENERAL CONDITIONS have been developed tT using the. STAtdDARD GEN -RAL CONDITIONS Op TILE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Comm ittee, WCDC No. 1910-8 (1990 Mition), as a lstse. Changes to that douvment arc shm n by underlining tc-t that has been added and striking thruu_h text that hus Ixcn deleted. TDCDC GEN RA1. COND111ONS i 910-s (1990 rnrrroNi WITH C11'Y OF 1-01tf COI..LINS MODlr1CA'f10NS (R}iV 9/99) TABLE OF CON TEWS OF GINFRAL CONTNUONS Article or Parngrnph Page Article or Paragraph Number &Title Number Number &Tiac DUMNUTIONS ......................_......-_........-...........I 1.1 Addenda 12 Agreement .......................................... 1 13 Application far Payment,,,,,,,,,,,,,,,,,,,,,, 1 1.4 Asbestos- ......................_...................1 ................. I's Bid 1.6 Bidding Documents,_...... ... ..... . .... 1,7 Bidding Acquirements......._„ ..... ......... 1. 1.8 Bonds 1 1,9 Change Order.....*._-,.. . ... ..... J 1110 Contract Documents....,_ ....... I'll Contract Pricc 1.12 Contract Times ................_....-.,,,.,,,....1 1.13 CONTRACTOR ..................................1 1-14 defective ...........................__..............1 115 Drawings........__.........._ .. . ... ..... 1.16 13Uctive Date of the Agreement....._ ... I 1.17 ENGINEER ........... I 1.18 ENGINEER's Conskileml 1 1.19 Field Order 1 1.20 General Requirements,_......._..........._ 1.21 1 b7tardous Waste 1-22.a LnursandRegulation.%, I.:iw% or Regulations .......... ........................... L21b Legal Iloliduys ....... ...... ... ................. 1.23 Liens ....... .. .. ........ 1.24 Milestone........_..... 1.25 Notice of Award 2 126 Notice to PTCXCC4 . . ...... ...... 2 .................. .......... 12.7 M-riMER . . .- ... - ' 11 - .. . .. ...... . . 1 1 128 Martial Uidization 129 Pens 1.30 Petroleum 131 Proicet 2 132.ft Rnaioacliye Malerml- ........... 2 1.32.11 .............. Reekdra, Working Hours .......................1 .....' 1 11.13 Re-iide-ni Project Representative......._... . 2 Page Number PRELMEMARY MATTULS ..............--.-......._....3 4 1 Delivery of Bonds ............................. 3 12 copiosomocuracaL........................3 23 Commencement afrontract Timm, Notice to Proceed„..... 2.4 Starting the Work ............................. 3 26-2.7 Before vitarting Construction: CONTRACTOIrs Responsibility to Report; Preliminary Scheddes; Delivery of Certificates of Insurance..... ... ........... _ ...... __ 34 is PreconslTuction Conforencq ....... _ ...4 2.9 Initially Acceptable Sclwdute4 ... ...... 4 CO\L7.lZj\CT DOCLIXENTS: IINTENT, A.MHENDING, REUSE_ ...... ............ ... 3.1-3.2 Intent -:4 3.3 Rerertnuc to Standards and Speci- fications of Technical Societies. Reporting and Resolving Dis- crepanci's ................................. 4.5 3.4 Intent of Certain Terran or .AdjCCLivCs .......... I ........................... i 3.3 Amending Contract Doutmenis 3.6 Supplementing Conlraci Documents . ............. ........ ........ 3 3.7 Reuse of Documents .................. --J 'MAILARILITY OF LANDS; SQ3SURFACE AND PH YSICAL CONDITIONS REFERENCE POFNTS 4.1 Availability of Lands.._ 5-6 4.2 Subsurfaccand Physical Conditions .6 4,11 Reports rind Drawinsk ..................... 0 4.12 Limited Reliance by CONTRAC- TOR AtahotizeVrechnical 134 Samples......... .... .......... .......... ...... .. . Data ........................... _ .......... 6 1.35 Shop Drawings_ ........... _ ... ........ 2 4.2-3 Notice of Differing Sulnurface 1.36 Specifications ........ ........... ....... ! or Mysiol Conditions ...... ---- 6 1.37 Subcontractor ...................................... 414 EIN G I NM. E I t's R c v i, � w 1 ;3 13s Suhstrintial Completion„_ ... .... 42.5 Possible Conrad Documents 1.39 Suppkmcnuary Conditions ....... - ....... Change ..................... ... ..... 6 1.4f1 Supplier ......... ....... I-- ... .... I ............. 4-1.6 Possible Price and'rinies 141 Unk(erground Facilities_ AdjUstalentS. 1-7 1.42 Unit Price Work„_.._ _,.............. ....3 4.3 real Colitions-Underground Mys nt 143 Work....._ .............................. Facilities .. .................. 7 144 Work Change 0irccrive 3 4 1-1 Shown or Indicated ... ....... 7 1.45 Written Amendment ... ...... . . ........... ' 0.2 Not Shown or Indicitted.. 3 4.4 Reference Points- I . � .. 11 � .1 1 ....... 7 LJL'1X'UL'N1:KM, CGINDMUNS 1910-3 09%) LDMONJ wICITY CA2 MRTCOLL N-EVVIODIFICATION'S IM 919d)) Article or Paragraph page Article or Paragraph page _ Number & Title Number' Number & Title Number 4.5 Asbestos. PCBs. petroleum. Hazardous Waste or Radioactive Ivinterial .....................7-S 13 DS AND INSURANCE .................................8 5.1-5.2 Performance. payment and Other Bands............................................. S 5.3 Licensed Sureties and Insurers; Certificates of Insurance„ ................. 8 5.4 CoNTRAMOR's Liability Insura nv4k......................................... 9 5.5 OWNER's Liability Insurance. . ............. 1.) 5.6 Pntperlylnsurance .................. ......9-10 5.7 Boiler and Machinery or Addi- tional Property Instuance................10 3.8 Notice of Cancellation Provision_ 10 5.9 CO\rl'RACTOR's Responsibility for Nductiblc Amounts ,,,,,,,,,,,,,,,,,,10 5.10 Other Special Insurance,,,.,.,_,-....... ... 10 5.11 Waiver or Rights ........................ 5.12-5.13 Receipt and Application of Insurance Irocccds .................... .1u-11 5.14 Acceptance orRondsand lnsa- once; Option to keplace................. .11 3.15 Panial Utilization--Propert-v Insurance, ...... ..................... ........... l I CONTRAC -WS RESPONTSIBILITIr,%............. )1 6.1-6.2 Supervision and St1pvri01cndCaCe..,_,.11 6.3-6.5 Labor, \4atcrialsand EquipmcLrt.. I1-12 6.6 Prowess Schedule ......... .................. .12 6.7 submitnt5 and-Or-Egaal' Items; CONTRACTOR's Expense: Substitute Construction \dvthodsor Prcccdtres: ENGINIAiR's Evaluatian-. ,....-.13.13 6.8-6-11 ConcerningSubmiractors, Suppliers and Others; Waiver of Rights ...................... 1:3)-14 6.12 patent Fees and Royalti",k................... 4 6.13 Permits................_...........................14 6.14 Laws and Regulat ions.....................Ice 6.15 Taxes ...... ..:... ........ I ......... I ..... ...... 14.15 6.16 Use ofPrnniscs................ ....... ......... 15 6.17 Site Cleanliness ...................... ........... IS 6.18 Safe Structural Loading...................... 5 6.19 Record Documents_ ................. 15 6-241 S1leLV2nd1 protetit>tt _15-16 6.21 Sal'elvReprrsentative ................... ...16 6.22 Hrrrard(-am municntion Programs.,.. 16 6.33 linn•rgenciLy ........_....... _... .... . 16 6.r4 Shop Drawings and Samples.............16 o 25 Submittal Pro cedures; CON- TRACTOWs Review Prior to Shop Drawing or Sample Submittal ................................... 16 6.26 Shop Drawing & Sample Sutarik- tals Revitnv by ENGINEER ...... 16-17 6.?7 Responsibility for Variations From Contract Doctunerak........... 17 6.28 Related Work Performed Prior to ENGINEFR's itcview and Approval or Required Submit tails...................................17 6.29 Continuing the Work ........ ....... ..•... I7 6.30 CONTRACCOWs General Warranty and Guarantee .......... _. 17 6.31.6.33 Indemnification ........ .......... . _..17-18 6.34 Survival or obligations ................... )s 7. OT7-II1R WORK ............. .................................... I S 7.1-7.3 Related Work at Site.......................18 7.4 Coordination .... _........... ..... _....... IJ S. OWINMR'SRFSPONSiBri ms.........................IS 3.1 Communications to CON. TRACTOR ................................. IS 8.2 Replacement of FNGINF.FR............ IS 3.3 Furnish Data andPay Promptly %Vhen Due..................................18 8.4 Lands and EusvmcnW. Rept)rls and Tests .._..................19.19 S.5 Insurance ........... I.- ............ ......._,l9 8.6 Chan6c Orders ........ ...................... 19 8.7 Inspections, Tests and Approvals ................................... to 8.S Stop or Suspend Work; Terminate c(Y: rRA(-1'0R's Services ......................................19 8.9 Litnilatiots on OWNEICS Responsibilities ................ _.......-.19 8.10 Asbestos, P(:Bs. PeLrolcum, Ilazmdous Waste or Radioactive Material._. ..... ...... 19 8.11 Evidence of Financid Arrangcm vats ...........................19 ENGINEER'S STATUS MIRING CONSTRUC,TION...... ...... . .... ..... . .......19 9.1 (7WNER's Rcprewountive..........-... 19 9-2 Visits lo!34C...................-........_.19 93 Project Repr�sentntive. .............. 19-21 9.4 CL•nrificutions and Interpre- tmions .................... ................... 21 9.5 Authorized Variations in Pdrk... _.... 31 ti1ULA: ULMALAL (:pkl)1'l Mel 191 u-S (IIA" Ii 311JUti H, CITY Or r•Catr 9:997 1,'N4 .Article or Paragraph K.'ase Number &Tiae Number 9.6 Rejecting Defective Work .............. zl 97-9.9 Shop i;awinss. Change Orders and Payments ......................... .......... 21 9.10 L)ctcrm inaticris for Unit Prices 21-22 911-9.12 Decision -.on Disputes'. ENGI- NEER as Initial Interpretec...... 112 9.13 Limitations on LING ME M, Authority and Responsibilitie$ ... _22-23 CHANG E SIN 'mr., WORK 23 Article or Paragraph lumber & Title MI O%VNI%R*s Ordered Change ................ 23 14. 111.2 Claim for Adjustment ......... ......... 23 10.3 Work Not Required by CanTract Documents....-.-' _ ... .... .............23 10.4 Change Orders '�n . ..... ............ ......B 105 Notification of rely,., .................... 1 ... 23 CI LANGE OF (,o\jrrR.jk(7r PRIC.13 7.- 11.1-11.3 Contract Rice; Claim Adjustment; Value of the Woi K ....... ........... . .............. 23-24 11.4 Cost of the WcH k .......................... 24-25 11.5) Exclusions to Cost of the Work ........ _ 25 11.6 CONTRAM'OR's Fee 113 Cost Rocorchs. ........................ ........ �5-26 11's Cash Alkavanc%s_ . ............. ........ ...... 26 IL9 Unit Price Work.. .......... ...... 2( CHANGE OF CONTRACT TINJUS ............................26 12.1 Claim for Adjustment,-_ .. ........ .26 Time or the Essence._,..-,.„ '6 12.3 Delays Bi;y%Nid CONTRACTOR'S C011UL* . ......... .............. ........ 26-27 12.4 Nlays Beyond OWNMR's and CON'TILACTOIrs Control., ......... .... 7 TrSTS AIND IN'SPECTIONS: CORRECTION RL-MOVAL OR ACCEP'FANICL OF DUECTIM WORK .. ......... .............. ...... . ............ 27 13.1 Notice of f)Liecis . ........... ...... ....... _27 13.2 Atckss to the 'Work ...... t7 13.11 I*csis and Inspections: C0\4TRACIGIrs ('ooperation .......... 27 13.4 OWNEWs ResIxinsibiIiimi. IndepenclentTesting Lilxwntory ....... 27 13.5 raq rRACT01V% Responsibi lilies . .. ....... ........ ... '7 11.& 13.7 Covering Work Prior to Inspec- tion. Testing ur AM'roVIA .............. .,7 13.8-13.9 Uncovering Work at UNG]. Page -',lumber NITCEWs Request ...................... 13.11) OWNER May Stop the Work......... . 28 13.11 Correction or Removal of De "Clive Work I 112 Correction Period ........... ............... 23 13.13 Acceptance ofDefecfive Work ... ..... 28 13.14 OWNER May Correct Defecnve Work... ............ ....... _ ........... I '2 .29 PAYxifim'%'ro row RACTOR AND COMPLETION' 29 141 Sche"I'tile, of Values,,,,,,,,,,,,,,,,„._,,,-29 t4.2 Application for Progress Payment .................... _ ......... 29 143 CONTRAC'FOR's Warranty of Title 29 14.4-14.7 Review I pplicntions for Progress Payments .......... 10-30 14.8-14.9 Substantial Compicl : ion_., 30 14.10 Partial Utilization _30-3 1 14.11 Final Inspection ............................31 14.12 Final Application for Payment,,.,,,,, 31 14.13-14.14 Final Payment and Acveplancr. 31 14.15 Waiver of Claims„ ..... .. ... 31-32 15. SUSPLL\")I(.)\LT OF WORK AND THRIMI MAT ION 32 Suslxnd 14brk,,,,,_.,, 31 15.2-15A OWN'FIR r%4ayTcrminatc,.. _3 3?_ 15.5 CONTRACTOR Miry Stop Work or Term inatc 32-33 16. D7 SPUr F' RF SOI .1,71 ON .......................... 33 IT k-IISCrLLANLEI')tJ.%; .33 17.1 Giving Noticc........................ ;3 ......33 17.2 Computation OfTimes- .. ........ ....... 33 17-3 Notice of Claim ... ........ ..... _33 17.4 Cumulative Remedies .................... 33 17.5 Professional Fees and Cow Costs Included ... .1 . ....... . 33 17.6 Applicable State Laws 3.1-34 3riternioniffly left blank ............ i-xHiniT GC -A: (Optiomil) Dripute Resolution Agreement..._. CC -Al 16.1-16.6 AThitratiOn 16.7 Nvicdiation .!3C.A I t':X'IX: GUNI-RA1. CONDI 11ONS 19111-N EDI rtO141 w� CITY Or 170RTCOU. N';.%tcy)irw.,ATiONStltr.V9.'"I INDEX TO GEMRAL COMMONS City or Fort Collins modifications to the General Conditions of the Construction Contract are Tint shown in this index Article or Paragraph Number Acceptance of - Bonds and Insurancq ........................................ 5.14 defective Work.....-,,,_................. ]04 1. 13.5. 13-13 Final payment ........................ . .......... __9.12, 14.15 insurance ............................................... 14 other txrork. by CONTRACTOR .........................7.3 Substituics and "Or-r-Afuql"Items„ ................ _§ T 1 Work by OWIMM11 ......... _.................. �?.' 1 6.10, 6.34 Access to t he. - Lands, OWNER andCO1 rI'RACTOIZ responsibilities .............................................. 4.1 site, related Work ................... ... ................... ... T2 Work, _ ............. ........ ...... ....... _ 13,2. 13.14, )4.9 Acts or Omissions--, Acts and Ornissions-- co,vi-RAM'OR. . ....... . I . ... ..... .. I .......6 9.1, 9.13-3 rNIG I -,\1 F V R ....... ........... .. ............ ...... ,6.20, 9-1 1.3 0XVIKER .................................0,20. 8.9 Addenda--definii ion of (also see definilion of Specifictitions) (1. 6. 1.10. 6.19), 1.1 Additional Nopo,tv Insurances_ ......................... __ 5.7 AAjL1%1MCn1S-- Contract Price or Contract Times: ...... . ................. 11.5. 3.5. 4.1. 4.12. 4.5.2. ........... ... I ........... 4.5.3, 9.4. 9.5, 10.2-10.4. . - ...... .... . .. - ... ... I—- 11. 12. 14.9. 15.1 progress schedule,-.-.._...._........... e ..................... .6 Agevinent-- definition of ......... 1.2 Alf -Risk' Insurance, policy form Allowanw.s. Cash A 1�8 Amending Contract Documents ................................ 3.5 Amendment, Written.. in general... ,, ......... 1, 10, 1.45,15. S. 10, 5.12, 6.6.2 ...................... 4.8-2, 6.19. 10.1, 10.4. 1 L2 .... 1 12.1, 1-1.12.2. 14.7.2 AplxraL OWI\T!,R or CONTRACTOR intent to .......................... 9-10. 9. 11, 10.4. 16.2, 16.3 Application for Payment -- definition of.- 1.3 FiKIG I NE F.Ti Rc%pon%ibi I ity ............................... 9-9 final payment ................... 9.13-4.9.111, 14.12-14.1.5 in general..--._ .......... ...... 2. S. 2.9, 544. 9.10. 15.5 progress payment....._- ----- * ... .... 14.1-14.7 review Of ... .. 14.4-14.7 Arbitration ................ ....................... ..... 16.1-16A ZUK-slos-- claims pursuant iftercio... ... .. ..... .... 452, 4.5.3 0\ , � TRACTOR authorized to stop Work ....... 4.5.2 definition of. _1.4 Article or Paragraph Number OlViJKlk responsibility for ................. ............ 4.5.1.9.10 possible price and times change ........................ 4.5.2 Authorized Variations in Worl; ...... .. 13.6. 6.25. 6,27. 9.5 Availability of Lands. ..... ... ... . .... ............... . -4.1,8.4 Award, Notice ol-defined ...................................... I.qC BCfDTC Starting C(M1.q1rUdiOa............................. '15-2.8 '. Bid-dallinition of ........................ 1.5 (1. 1, 1. 10, 2.1_, 3.3, 11 .... ............ 4.2.6A, 6.13, 11.4.3, 11.9.1) Bidding Documents.-ticGnition of J.6(6X2) Bidding Rcquircmcnts--definition Of ... ......... 1.7 (1.1, 4,2.6,2) Bonds -- acceptance of ............. additional ............................... ...............------ - 10.5. 11.4.5.9 Cost of the Work ... ...... ........ .. ...... 11.5.4 definition o( LS deliveryof ......... .......................................... . 5A final Application for PaYnic"k.. ..... ..... .._2 . 14.1-I4.14 general .......................................1.10, 5. 1 -5.3, 5. 13, ....I ..... .............................9.13. 10.1, 14.7.6 Petfwmunve, payment and Other ......... Bonds and Insurance --in general,.........._.... 5 Builder's risk "all-risk" policy forth.,,.,_..-,,..._.._.., 5.6.2 Cancellation Provisions, Insurance..___, . SA.111, 5.8, 5.15 Cash Allotmincc j 1.8 Cerfifivate of SubsumLiEll Completion .1.38, 15.30,23. ................14.8.14.10 reFtirm-ates or inspection ........ .......... c) 114. 135. 14.12 CertificatesofInsurance... .. - 2.7, 5.3, 1.4.11. 5.4.13. ---- r.6.5, 5.9, S. 14, 9.13.4, 14.12 Change in Contract Price. - Cash Allo%"nnces 11.3 claim for price adjuslivent .... ... _ _4.1, 4.2.6. 4.5, 3.15, 6.8.2. 9.4 ....... . 1. 93, 9.11. 10.2. 10.5. 11 2, 13.9. ....... ......... 13.13, 13.14, 14.7, 15.1, 15-5 fee 11.6 (`tw of the %`ork general .... ........... .......... ..... ........... 11. 411. 7 1.5 Cast Reckxds. .. .. ....... ...... ... ....... 113 in general.............1.10, 1.44. 9.11. 10-4.7, 10.4.1 11 Lunip,311111 Priceig 12 '�otiricwionorsurety_ _ ., ........ . . ..... . . 11) S Scope ........ . . . ........... .. . .. . ..... . 10.3- 1 (t4 Testing and Inspection, Uncovering the Work ..... ...........13.9 EJCw CA--' NLRAL C."ONDUM."S W 1U.M.19" %v CM* C44ORT CC)IJJN*.% NODIFIC.zinMS CR17V 9.:'OVI I fnit Price Work. , ............ ... ................. 11.9 Article or Paragraph Number Vales: ofWork..................................................11.3 Change in Contract Times - Claim for times adjustment...... ... 4.1, 4.2.6, 45, 5.) 5, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2. 10.5, 12.1. .............. 13.9, 13.13, 1314, 14.7. 15.1, 15.5 Contractual time limit,; .....................................12.2 Delays beyond CONTRACTOEVs control... ........ .......... ....... .................. 123 Delays beyond M'7\1F'R`% and coNz-1'p-m7rojes control .............................12.4 Nolificistion orsurcly ........................................ 10.5 Scope of change ........ ........... .................. 10.3-10.4 Change Orders-- AccepLince ofDepetive Work ..........................13.13 Amending ("noiract Document.% ........... I ..... I ......... 3.5 Cash Allowances.._......................................... .)i.g ChanV of Contnict. Price.....................................11 Change: of Contract Times ...................................11 Changes in the Work._........_ ..................... ....... 10 CONTRACTOR's fee ........................................11.0 Cost of the Work.._..................................11.4-11.7 Cost Records .................................................11.7 definition of ............................................. L9 einergencies; ............... .. ..... . ............. ............. 0.13 EINGINEER's responsibility .... .. 9.S, 10.4. 11.2. 111 exetulton of.......................................__..........10.4 Indemnifichori Ip. M 6.16, 0.31-6,33 Insurance, Bonds and ........ 3. 10, 5.13, 1 O�5 OW'NT-R mac terminate .......................... 5.2-15.4 OWNER's Rkspoitsibility, ___ .......... ........$A VIA Physical Conditions— Subsurface and, .............................................4.2 Underground Facilities, ......................... -.4.12 Record YhIcuivi ent.%.,, .... (1-19 Scope of Change............_......................... 10.3-10.4 Subsfittiles ............................. ........... __§.7.3. 6.8.2 linit Price Work .................................. ........... JL9 value of Work, wyered by_„.............................. 11.3 Changes n the Work......_ ............................._....... -.Jo \Nmification of surety ... .. ......... . OWNT-iRs and CONJ RACTORs responsibilitics ........................................... jO.4 Right wan;id.nistmenk ..... ..... I I ........ .... 10.2 Scope ol'change...................... ................. M31-10.4 Claims -- against (,oAl rRACTOR, ............ . . . ...... .. .. 6.16 against ENCTINMER . ................................ I ...... 16-32 agamsi 01k.tiFR .. ............ ................. - Change of0minict Nice ..... ........ ......... . `)A 11.2 Change orConrad Times ,. ,' A 12.1 CONTR M`1`01Z's 4. 7.1. 9.4, 9.-1, 9.11. 10.2. 12.1, 1.19. 14.w, 15.1, 15.51 17.3 CONTItACTOWs Fee 11.6 Articlo or Paragraph Number MNITILACTOR's liability ..... ..... 3.4.61Z 6.16,6.31 Cost of the Work ............................. 11.4,11.5 1%xisims; an Disputq ............................... 9.11,9.12 Dispute Resolution ............................................16.1 Dispute Resolution Agreement, ....... _ ......... 16.1-16.6 ENGINMER as initial interpretor ................. __J.11 'Lump Sum Pricing ......... I ....... ......... I—— ... ..... 11.3.2 Noticeof ..............................._......_...................17.3 OWNEWs 9 4, 9.3, 9.11, 10-2. 11.2. 11.9 .................... .. 12.1. 13.9. 13.13. 13.14. 17.3 0MINT-It's liability ...................................... ......5.5 OWNER may refuse to make payinenk ................14.7 Professional fees and Court Costs Included ...................... 5 request for formal decision M ........................... 9.31 substitute Items ...... ....... 6. 7. 1.2 Tim c Extension.................................................12A Time requirements ....................................`9.11, U. I Unit Price Work ...... .................. . ................ J 1.9.3 ValueOf ...........................................................11.3 Waiver or --on Final Paymeril ................. J4.14, 14.15 Work Change Directive— ........................ 10.2 writtcn notice rccluired .................... 11, 11.2, 12.1 Clarifications and 1mcrpr%tatiuns ...... ....... 4.6.3 Z. 9.4. 9.11 Clean Site ..........................................................0..17 Codes Of Technical SocieLy, OtgInization or Association .................................................. �3.3 Commencement of Contract Timcs ................ .......... 2-3 Communications— gencral ................ ........................ 0.2. 6.9.2. S. I hazard Communication Programs ......... .. .. ... _f?,22 Completion-. Final Application for Aayment ..........................14.12 Final inspection ...... __ . ..... ..... .. ........... _J4.11 Final Payment and Acceptance ....... ...... . 14.13-14.14 Purtial lit ilizutivil ........ .................... ........... j4.10 Substantial Completion ........ ..... ....... VIA 14,S-14-9 %%-'aivcr of Claims............................................14.15 Conipkitation of Times ... .- I ... .......... 17.111-17.2.1 Concerning Subcontractors. Suppliers andOthers ..... ........ r ......... ........... Confercricus-- initially acceptable schedules. ............................... 2.9 precon-Aructiorl ........................................... ....... AM Contlici. Error. Ambiguity. Discrepancy - CON7RACMIZ to RcMi 2.5. 3.31 Consli action. brftwc starting by CONTRAM'OR 1:5.2.7 Constructirn Equipment, etc;,,,,,,,, .. ..... fi.4 Continuing the Work ........ ............................. & 29, 10.4 Contract Documents-- Amending........................................4.................I Bonds ...... 5.1 EAW GENLAAL G(1NXTIONS MO3IM5111 NO RON) W OW ff FORTCMUM MODIFICATION'S (REV 9!") 1, . Clish Allowances....- ......................................... Us Article Eir Mragruph Number Change of Contract Price............ I ....................... Change of Contract Times,,,__,.- - .................. Changes in the Work ................................ *10.4-11),5 check and verify ............................ ............. ...... 2.5 Clarifications and Interpretations ... ...... ......... �3.1 ' 3.6. 9A, 9.11 definition or ENGINFER as initial interpreter of ..................9. I I rNGlNFrR as 0XVNERs rejuescrilative ............. 9.1 ScncraU Insul-Rriot 3 Intent ......... .. .. .... .......... . . ................ _1 1 .3.4 at inor variations in the Work, .......... .. .. ............3.6 OWNFR's responsibility to furnish data .8.3 OW'NFR's responsibility to make prompt payment ...........................S.3. 14.4. 14. 13 prel;Ldence. ............ ... . ............ 1' 33.3 Record Documents 6. 19 Reference to Standards and Specifications of Techn icat Societies. I ................................. 3.3 Related Work.. .................... ......................... 7.-1 Reporting and Resolving Discrepancies.. 2.3.3-3 Reuse of Suppicni Loring .............. ........... ...... : ................ 3.6 Termination of ENt3n11-,ER!s Employnlejjl" _8--) Unit Price Work.. ................... __ _1 1�) variations ........................ ............. JA 6 23. 6 27 Visits to Site. ENUINHIE"Irs 9.2 Contract Price - adjustment of.,,.,,.. ..... .. i-S. 4.1, 9A. 10.3. 11.2-113 Changeof...... . � .. .......... I .. .......... I � ..... - - . AI Decision on Disputes ... .................. .............. .. 9.11 definition of Contract Times -- adjustment Of. --- ....... ............... 3.5. 4.1. 9A. 10.3. 11 Change o........................ .. ............ . Commencement of. definition of .................................. .................. 1.12 COINTRAcroR.- Acoeptnnce of Insurance .5.14 Comm univafionS .. ................ I ... .... I ... 6.2.6.9.1 Continue Work ... . .............. .............. 10.4 coordination and scheduling ......... . . ...... ..... . (j.9,'- definition Of 1.13 Limited Reliance, on Technical Data Authoriicd -)6-1:ty Sty) Wiwi, t-q Trtm inatc 11.5 provide sneacceqs it) others 7.1 13 2 ...... 43 1 6. 16- 6 1 S, ...................................... 6. 2 1 .6 23. 7.2, 1.1.2 Shop) Drawing and Sample Review Prior to SUhnktlql ¢ 2i .STOP Work requirements......._, ------ - .4.5.2 Article or paragraph Number COMPOVIS11tiOn. . ...... ........... ..... ................ 11,1-11.2 Continuing ON igation ..................................... 14.15 Elefecth-e WvTk ................ ........ ...... 9A. 13.10-13.14 Duty to correct ckfective Work ..........................13.11 Duty to RCPLxt-- Changes in the Work caused by LmoTgcricy... I .................. ........... --- _§.23 Defects in Work of Othcrs. ............... ............. 73 Differing conditions...................................4.2.3 Discrepancy in Documents ......... 1.5, 3.3-2, 6.14.7 Underground facilities not indicated ...... _ .:4.3.1 Emergencies........ ................. ................... Equipment and Machinery Rental, Cost Of the Work ............. .................... 11.4.5.3 Fee -Cost 1711% ....... 11 4 5.6. 11.3.1, 11.6 General Warrant%, anti Guarantee .... ............... _0.30 Hazard Comm unicatiun Programs,,,,,,,,,,,,,,,,,,,, . 6.22 Indemnification, . ... .... .... . ...... 0. 1? 6.16. 6.31-6.33 InsilLclion Of theWork ................................ 7.3, 134 Labor. Materials and EquipnienL .................... C).3-6.5 Laws and Regulations, Compliance by,..".___,. 6.14.1 Liability Insurance ............. * 5.4 Notice U[InIML to �Ppe;d- .9.10, 10.4 obligation to perforill and complete the Work 630 Patent Fees and Ro,%-altics, paid for b� .................. 6.12 Performanceand OffiCT[loncLs __ . .. . ........... ,.I Permits. obtained and paid Cur by,.,,,_,,,._„_„_....6.13 Progress Schedule .. ........__......-__?.6. 2.8. 2.9. 6.6- -6.29. 10.4, 15.11 'ifivnial Request for decisionon disputes..............9.11 Responsibilities -- Changes in the Work.",_.._.,.,,"- . _.. Concerning SubcoulluClOTS. Suppliers and Others 6.3-6.11 Continuing the W-ork, . . ................... _ -9 .6.'). 10.4 CON`rRAC. ['(.-)R'n exfwr)%L ............................ 0.71 comr R--%CT0R!s General %Vni-rinity and Guarantee 6.30 CONTRACTORS review prior to Shop Drawing Or SOMPIC . ..5611111.121. . ........ 624 . _ -- coordination of Work . ..... ........ ............. ... 6.9 2 Emergencies . ........ ......... * ................... ...... 623 ENGIN1211ts evaluation, SI1LV"Iituq" or Items 6-7.3 ror Acts and Ouiissien5 orolbers ........ 0 9. 1 -6.9.2, 11.13 , ror deductible amounts. insurance 59 -'ellerill ......................4, .... ... ............ T, 7.3, 9.9 Hazardous Communication PrkVril". 6 .22 Tridemnificloom 631-6 113 EJUX7 GENW(AL COMM I DONS l')JU-% (I YYO Fill I tU.1d) Wi CI TY Or FORTCOLIJINS NIODIFICA-VIONSMW )i9vi 1 11 Labor, Materials and rRjuipment .............6.3.6.5 Laws and Regulatiowk ........... ..... ... � .; ...... A14 Liability Insurance ........................................ 5.4 Article or Paragraph Number .Notice of variation from Corflr= Dorumeni........................................... 0-17 Patent Pees and Royalliesk ............................. 6112 Permits .......................................................0.13 Progress Scheilok .. .................................... jG-6 Record Documents-..---._ ................... ......... 6.19 related NVork performed prior to ENGINEERs approval Of rc4UiUd Submittals ... .................................. ...... JS-29 safe structural loading. _ ........ ..................6.18 Safety and Protection...................15.20.7.2, 13.2 Safety Representati ve.................. ... _ ......... *621 Scheduling the Work ................................. 6.9.2 Shop Drawings and Samples .. ........ .. .. 6.2-1 Shop Drawings and SampIe3'RC'viUW byr-NM-EER.P 6.26 Site Cleanliness.._.._ ........... ..... ............ .... 6.17 Submittal 3 al procedures ........................ (i.25 Substitute Construction MethoLls, and Procedures.................................... 6J-2 Substitutes and'Or-Equal" Items ............... fi.7,1 SuperriniendcrIcq ........................................... 0.2 Supervision ..... ............. P ............. ........... _ ..0. 1 Survival of CAiligations ................................6.34 Taxes.- ..................... ........................ _10. 15 Tests and Inspections, ...... I --- ....... P .......... 13.5 To Report ..................................................... ),% . r Ltsic of Premises 16-6. IS. 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal. ..................................... _fi.25 Ri?J)t to adjustment lbr changes in the Work ..... 10.2 right to claim_...,,,,,-_, 4, 7.1. 9.4, 9,;, 9.11, 10.2,11.2. J 1.9, 12.1. 119, 14.S, 15.1. 15.5. 17.3 Safety and Protection. .......... ....... A.10-6.22. 7.2. 13.2 Safely Representative ..................... .............. ... 6.21 Shoji Drawings and Saunplv% Saban ittaln ..... 6.24-6.29 Special Consultants............_........._.... 11.4.4 nstruct onstruct ion Methods and Proccifurok. 6.7 Substitute Co StiWitutes and "Or-"uidl' Items, Expense............ I ......... - ................... 6.7.1. 6.7.2 Subcontractors, Suppliers and Others.,,.,,.,., 16.8-6.11 Supervision and Superinicndeac�._ ...... 6.1, 6.2. &N Times. ftyrnent by .. ..... . ......... U.&Z of Premises 6. 1&6. Is Warranties and guinantees .................. ..... . 6.5,6.30 Warranty of'fiLIC 14.3 Written Nky6ce Required -- CONTRACTOR stop Work or terminate ....... 15-5 Reports Of Differing Subsurthce and I)hi-siiml Conditions ., _...!;.2.3 SuIxilantiaf Completioin 144 ttii (XVTfRACTORS-other..............................................7 Contractual Liability Insurance....,._ ......... ..... .... iA- 10 Contractual Time Limits .............. I ....... ....... - - ....... 12.2 Article or Paragraph A Murn ben Coordination- CONTRAcTows responsibility ........................6.9.2 6.9.2 Copies of Documents. ..... ...... ................... ...... ...... 1.2 Correction Pericitt ...... ...................... .................. 13,14' Correction. Removal or Acceptance orDef"five Work- in general ................................... 10.4-1. 13. 10- 13.14 Acceptance ofDefecHve Work...........................13.13 Correction or Removal Of Defective Work ........ ... .................... 6.30, 13.1 I Correction Period .......................... . ..... ...... -.33.1.1 OWNER May CcwTcct Dkfecfire Work... ..... ... . 13.14 OWNTFR wfay Stop Work .................................13.11) Cost - of TtSIS and Inspections .................................... 13.4 Record!. 113 Ckest orthe W'ork- VAinds and insurance, additional ................... 11.4.5.9 Cash Discounts..............................................11.4.2 CONTRACTOR's Fee .................. .. ..... ............ 11.6 Employee 11,tpenses ........................_............I 1.4 5.1 Exclusions ttk .................... ... 11.4i General ll.4-113 Home office and overlicail expenscT._. ...... ....... 11.5 Losses and (Limoges .....................................11.4.5.6 Materials and equipment...._........._ ....... ............ 11.4-2 Minor expenses ................... ... .. ............. _.) 1.4.5.S Payrrill costs on changes......., ...... - - ........ 11.4.1 performed by Subcontractors . ....... .............11.43 11.43 Records 11. i ReIIIIIIS Of Construction e(jUipille"I and machinery...........-_ .................. ..... 11.4.33 Roy -sky 1-myruents, permits and license fees ................................. )1.4.5.5 Site otricc and temporary facilific's" . ... .... .. . 11.4.5.2 Special Consultants, CONTRACTOR's ........... J 1.4.4 supplonkIIIIII .............. ..... ...... ..... Taxes related it) [he Work . . . . . . . . . . Tests and Inspection .... ... . ....... ..... ... .... ....... J14 Trade Discounts .......... ........... ........... .... J L42 Utilities, fuel and sanitary fi-Icilitics .... ..... ... J 1.4.5.7 Work after regolor hours..._...........................11.4 1 Covering Work 13 .C4 13.7 Cumulative Remedies 17AA7.5 Cutting. fitting and parching .. .. ... .. . ........ .......... 7.2 Data, to be rurnithad toy CAVNCRII. ... . .. Day-derinilion of .... . . ...................J7.12 DCcIMMS 00 Disputes .................................... 9A 1. ') 12 Ckfeclive-definition Of_ ...... . ..... . &Cfecure Work- Accepuiricc of......._......_ _...._........ ... li).4.1. 13-13 I-A:DC (A-,NLKAI. COMAT IONS 1910-S I110) M 110-,4) i r 'CITY Cs' FORT COUIN', MODIFICATIONS 4ItFV %Vj) I P.M Correction or Remmmi of ......-... Correction Period.. ....... ...... .... in Bentrnl ............................... 13J1 OWNS&'sRepicsenunivq,,,_..-_-_-, ................13.f2 Payments to the CONT RACTOR. ....,,-.13. 14.7. 14.11 Responsibility for,,,,,,,,,,,,,, Recommendation of payment ......... Anicle or Paragraph ivuml><Y Ohserval ion by ENGINEER ................................ 9.2 OWNER bUy SlopWork.................................1s-l0 Prompt Notice of M-feces........................ ........... 13-1 Rejecting,.__....................................................9.6 13naoverinethe R'txk......................_............. 13.8 Definitions..._........................................ -........ I I.klays..................................... 43, 6.29, 12.342.4 Delivery of Bonds ..................... ......................... -..... z.l Delivery of Certificates of insurance ........ _............ ..... Delcrm inations for Unit Prices ,,,,,,,I .............. .10 Differing Subsurface or Physical Conditions.- Noticeof..... ..... ............ _ ................. ......... ...... .2.3 ENOWRE.R's Revitiv......... .. ............... ............ 4.2.4 Possible Contract Documents Chongq........ -.._. a.23 Possible Price and Times Adjustments ...... :....... .2.6 Discreptnc i es -Reporting and Resolving......_ ........ .............. 2•5.3.32.6.14.2 Dispute Resolution -- Agreement ........ ........................................ 16.1-16.6 Arintrntion.............................................. 16. t-1G.5 gencrall6 kledialion,...._................................................16.6 Dispute ResolutionAgreement., .. ... ................ J6.1-16-6 Disputes, Mcisions by ENGINEER ...................9.11.9.12 Documents -- Copiesof...... ................. ..... -.?' _............... _...... Record 6.19 Retire ol......_.._....-..... .....................3.7 flrawings--definition of„...................................j.15 F.a-kments................................................... 4.1 E(fective dad: of Agreement -- definitity t!l................1.16 limergencics.... ... ._........ ........ ............. ... ._., 6.23 ENGDTCR-- as initial interpreter on disputes ................9.11.9.12 definition uf......... .... ........ .................... ,........... 1.17 Limitations to authority and resptmsibilitics ..... 9.13 Replacement of ............................................... S.2 Resident Project Representative..........................9.3 ENGINEM6 Consultant -- definition of................1.18 ENGINEERS-- authority and responsibility, limitations is ....... -9.13 :Authorized Varimions in the Work.....................9 5 Change Orders. respot»ibility Cur , , 9.7, 10. 11. 12 Clarifications and Interpretations............ 3.6.3, 9.4 Decisions ort Disputes,,,.. ,,... _..... ............ 9.1 I!\-12 ,kfecrire Work. notice of 13-1 Evaluation ul'SuMlimm hams....._._.................ti.7.3 ................ Notice Work isAcceptable..... ....... ........... ......1-L 13 (Alt;ovations ........................................... 15.30.2. 9.2 9.9. 14 .........14.4. 14.13 Article or paragraph Number Responsibilities --Limitations on„ ...... ........ 9.11-9.13 Review of Reports on DifferingSubsurtace and Physical Conditions, ................. ......... :42.4 Shop Drawings and Samples, review responsibility ........................ ...................... 6.26 Status During Ctnstruclion-- authorized variations in the Worl;..................9.5 Clarifications and Interpretations ..................9A Decisions on Dispute; ........ ................. -11.9.12 Determinations on Unit Price......................9.10 Ii,NGINEEIZ as Initial Interpreter,_...... ...... ENCrNEER'sResporeibilitits 9.1-4.12 Limitatirns on ENGINE rUrs Authority and Responsibilities.........._ ................. 9.13 O\VNERs Relmestantative...............................9.1 Project Representative ..... ...... ..... .. .... ........ 9.3 Rejecting Defeetity Work..............................0.6 Shop Drnnings, Change Orders and Payments ...... _.................... _..... 9,7-9.9 Visits to Sitc Unit Rice determinations„-_,- Visits to Sitc...... _ ._............._...... _..............._93 Written consent required .............................. Equipmttnt, Labor, Ivlatcrinls anti........................4.3 6.5 liquipmeni rental, Cost of the Work 11.4.5.3 Equivalent \4aterialsandL•quipmenl..,,.... „_-...,-,,,,.J3 error or omissions..................................................6.33 L-videnee of Financial Arrangements, _. . ........... 8.11 Explorations of physical conditions ....................... 4.2.1 Fee, CONTRACTORs-Costs Plus Field Order_ of., .... ....1.19 issued byL•NGINCER...................... ........3.6.1. 9.5 Final Applimit ion for Payment ...... ___ ..... _-. _......-.14.1_2 final lnspectio rl...................... 14.11 Final Paymlenl-- mid Acceptance ...................._ .. ... 14.13-14.14 Prior to. for cash allo anees....... ...................1 I.8 General Provisions.............._..............-...._..-..17.3.17.4 General Requirements -- definition of................._..-........-............-.-.......j.20 principal references to..._.... 2.6% 6.4- 6.6-6.7, 6.24 Gtv-ing Notice ...... .,.,17.1 Gr n ninvoc of Rork --by CONTRACTOR _ ...... 6.30. 14.12 flarnrd Communication Progrnms................._.... a2_ ❑aLardous wwle-- definition of....................................................1.21 general......... .. .............. _..... ................4.5 OWNERk respm,sihaity fix . ....... ..... .............I .... .111 17L-IR: MNLIIAL COMM 11ON'S l'/1 V-8 n19VU EDITION) x' tTIY OF TORT 9.`991 Indemnification _* ...... 6.12, 6,16, 6.31-6.331 . '-'- .....................6.12, ......... ... Initially Acceptable Schedules„ .. ............. .............. 2.9 Inspection-- Certificatestic 9.13A, 13.5. 14.12 Final........................... ....... ....................... 14.11 Article or Paragraph Nwnlwr Specird, required byM NGIMIER .........................9.6 Tvsis and Approval ................... ......... $.7.13.3-13.4 htstirance ..Xcocp6-incc of, by OWNrR .......... ....................5.14 Additional, required by changes in the Work ......................................... 1.4.5.9 Before sinning the Work_..,...... I ...................... ... 2.7 Bonds and --in general ............... I .... .. ... ... .... q Cancellation Provisions .................. .............. _5.8 certificatcso( .... ....... ...... :2,7, 1. 33 '�A.l I. 5.4-13, 1, 63, 5.3. 5.14, 9.13:4, .................... 14.)2 cowtplaliio'peratiowi ............ ....... I ........ 5-4.13 CONTILA.CTORs Liability..................................5.4 ............ '**5.4 ' " CONTRACTCAts objection to cvVCrxgC ............. 5.14 > Contractual Liability ................... .............. ... 5.4.10 deductible amounix. COMMAC-rOWs responsibility ................................................5.9 5.9 Final Applicalion for Payinent ................ ........ )4 1'_ Licensed Insurers........... _.... _.. _............._....... - 5.3 Notice requirements. material changes... ..... 5-S, 10.5 Option to Replooc .. ........................ ...... .... .....>. 14 other special insurances....................................5.10 OWNER as fiduciary for insurcdq ..............5.12.5.13 (.)WNliW% Liability_ .. ............... . ..... .. - .. 0RrNT.Its.Respt.,nsiL,ility...................................8.3 Partial lAilizAtion. Property lnsuram-q ............... 5.15 Property.......... _.... ... ... .. 11 .... .. .. ..... . . 5. G- -S. 11) Receipt and Application of Insurance proceeds........................................... Special Insurance ... ....... ................ ........ .. Waiver of Rights ....... ...... ... - ............... Intent of Contraut DocurricnL4 ............ .. .............. 11-3.4 Inkrpretations and Clarifications ....... ...... . ..... 1.6.3.9.4 Investigations or Physical conditiorip ..........................4.2 Labor, _Matkriils and Equipmem. - ......... . .... I.nnds-- and Eimments ..... .. ...... ..... ..... .. ............ . .... .-vailubility of ....................... . . ...... ....... _.4. 1. 8.4 Reports andTests..................... _ ... ............. .. ... 8.4 Laws arid RLgulations--Laws or Regulations-- Bonds1-5.1 Chances in the Work ........ .. ... M4 Conti act Docotvtvnts� ........ . ............ . ....... ...... 3.l C0N*fR'*t(:1'0R's Respontabil ities- ........ 'JI 14 Correction Period,d.{/eefive Work yi. I _- Cost Or the lk*ofk. lases...............................1 i 4 i ' 4 definitim of ........ . . .......... ... ..... .. eencralCw 14 Ind%nitnifivatim ... ............. Insurance................................................. .......... 5.3 Precedence . ... ...... . .. ........ . . ............ _11. 3.3.3 Reference to .. ... LI ....... L ........................... 3.3.1 Safety and Protection ..................... I .... I ----- 6,20. 13-2 Subcontractors. Suppliers and Otherk ........... 6.8-6,11 Article or Nragraph .l umber lumber Tests and Inspections ......... ........................ I I.5 Use 6f Promisvi.-.11111- ....................................... 0.16 Visits to Site........_.... . 9.2 Liability Insurance-- COWRAC.j'olrs ..... ........ ....................... 5.4 OWNER'S .................... ....................... .......5.5 Licensed Sureties and Insurers ............ ......... Liens -- Application ror Progress Payment ................. CONPRAMOW3 Warranty of'ritle, .............. r ... 14.3 Final Application for payment..........................14.12 definition of ............... ..... ............ ............. 'j'..)-. Waiver of Mints ............. .................... ... ..... 1435 Limitations on ENGINE-ER'saudiority and responsibilities ................. ........ Limited Reliance by CONTRAC MR Authorized ...............................................:......4. ^_:2 Mainterinvice and Operating X-1-inuali Final Application for Payment .. .. ........... 14.12 Manuals (of o(hers)-- Precedence... r. ."I ..... . . ..... .. . ... .. Reference to in Contract 13MU11MIL5 ...................3.3.1 Materials and equipracnk fumished bi, CONTRACrrolz ...... ..... ..... .. .. .. .. not incorporated in Work . ... ......... ........... ... 14.2 Nfaterials or equipment --equivalent ..........................0.7 Mediatim (Optional) ..... . L .. . .......... ' "... . 16.7 1 finition (j...................I....................1.24 Milestories--dc . Miscallancous.. CoMpUlAt" or7"'U47S ... .... ..... .. ' ..... 17_2 Cumulative Remedies ...... ............ .............. . .... 17.4 UiVing. NL4iC,:,.. ...................... ...17.1 Notice OF Clain ... .... .... . ...... .... ..........17.3 .,ionat Fee., and C % Include ..ourt CosL -d prorc.%- _1 7.5 MUlti-prime contracts....... - . ___ ......... ... ....... _ 7 Not Shown or Indicated... .. ... .. .. ........... . 4.3.2 Notice of-- Acceptabil4y of lliqpcq ................ ... _ ............. 14.13 Award. definition of ...... .. .... L ..... ... r ..... . .. J.25 Clain.... ..................... L ........................ ...... J.7.3 Delecm. 13.1 Differing Subturfacc or 11hi-sicil Caiditions .... 4.2.3 C;'V"'C . . __ . ..... .. .. . ....... . .......... L ' , " -17.1 Tests and Inspoviions . .. ..... ..... ..... .. ...... .. 133 Varintion, Shot, Drawing 11,1d Sajiipl4_ . .. . ....... ii 27 Notice to Proceed -- definition of .....................................................1..2G 8'Vin.- of ... .......... EJUXTUENLRAI, CONVIIIONS 19111-S 099-1 LLIJ FI(M) IVCITY OF rORTC01.1. M% NIMMATION'S (REV 91") ti 0 CD n: Mv z c c ATTENDANCE RECORD PREBID CONFERENCE Project; 5729 Trilby Rd & Ziegler Rd Improvement Project Time: 10 a.m. Date: Aug. 2 Loc"on;2$1 N College A PRINT wl iPRINT ADDRESS (TELEPHONE FAX # E-MAIL ADDRESS _ NAME FIRM NAME p zr r� rv'tvs 1 �Q '�' ti, r" dc�. � 221 I Of •tt�.lf��'�.. i . r�t:,��..i �1 % erl. �_ ! �7! �} r r, }f :', .t-` /• I �. � I wf!✓iCpdi ") r �kk,Je• l� rr,:�r 1 � �, ,� i!. r :r%:., \J� r LJ 1�C1 G� �NI�{ Y F f'iY• 4UGl'bt (�vL'L . t J fpee 7V I a � i✓GT t Ff��a�td��5�� `r--roS`S. 7 c }�- �/ot& -O&Yf 8 C'orr�i�sf...c 0 c3 Notification to Surew 10.5 Observations, by HiNbiNil . I ....... .... ... .......... 9.2 Occupancy or the Work ..................5.15. 6.30.14. 14.10 Ornimams or acts by CONTRAI r6K ............... o.9.9-13 Open Peril policy form, Inwranci:.-........................5.6.2 Option to Replace ....................................................5.14 Article or paragraph Number 'Or Equal' Items.._, ......... .......... _ ........................... 6.7 Other worl, 7 Overtime Work --prohibition or......_, ..................... 6.3 OWNER_ Ameptance ot'defecrive Work ...........................13.13 appoint all ENGINEER ......................................8.2 an Fiduciary .......... ............ Availability of Lan(b, responsibility........._,....._„ definition of.,. _ .... ..... ............... .... data, furnish .. ................ .......... ................ $3 May Correct DeRclive Work . ...........................13.14 May refuse to make pq)wcnt ................... ............... ------14.7 \.May Slop the Work ............ ...... ...................13.10. -\Ik% Suspend Work, Terminate.._. ...................... $X 13.10. 15.1-15-4 Payment, mike prompt ...... ...... N.3, 14.4, 14.13 performance ol'other work ................................. 7A permns and licenses. requirements ...... . ........ j6.13 purchased insurance requirements_,..,,,, ...... 5.6-5.10 011,1\7F.RS.- Acceptance of the Work .. .... .. .................. (i. 3 tY2. 5 Change Orders, obligation to cxcctdF .......... ).0. 10A Communications 8.1 Coordination of the Work ...... 7-4 Disputes, request for decision ..... 9'11 Inspections. tests and approvals_,.... _ ...... ,>.7. 13.4 Liability Insur-.111ce ....... ._.55 Notice OrDejects 13.1 ReprcscrunLive.-During Coostruction, MKOHNFER's Status... 9.1 Responsibilities— AsNstos, Pr_&k Petroleum. Hazardous Was& or Radioactive Xhucrial 10 Change Orders ............................. ................ 8.6 Changcs in the Work........._ ......... .. ... lo.] communications 9.1 CO-;N-I'IZACfOls"r'c'sponsibililic4 ...... ....... 3.9 evidence of Financial urtangoncto s ..A]I inspections, tests and approvals„_ ...... ....... . . S.7 owurroice .................... ................ lands and easement,,.. 3.4 Prompt lm)'ment by .......... _ ............. ......... 9.3 ieplacetacril of LNTGI\;T-ER .. .... ...... ..S.1 - reports and tests ......... ......... ........ 9 4 ,lop or suspend Work .. .. .... ... ... SIR, 13 10. 15,1 terminate CON'TRACTL)R's serviccs_ separate relimmemative it site..._ ......................_ testing, indeperidem ... ....................................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, 11,41 rX:IX7 OFNERAL CONDI'l IONS WIV-S119W Ullnu-N) w'('1 TV Or FORT C("M.TR;,% Nl0D1rl(-.AT10-.5 (7tT.Vwqql Article or Paragraph Number written notice rcquirl:4 ........................7.1. 9.4, 9.11. .................................... 11,9, 14-7, 15.4 PCBs -- definition ....... ......................................... 1.29 general......... ............................... ......... ..... 4.5 OWNER's responsibility for .................. I ........... N-10 Partial Utilization.. definition o(... ......... ........................................ ).28 general 6-30.2.4. 14 10 Property Insurance............................................5.15 Patent Fees and Royalties ....................................... A K) Payment Bond! . ..................... ............................ 5.1-3.2 Payments. RA -commendation o( .... ......... 14.4-14.7. 14.13 Vayrrenis to CONTRACTOR and Completion - Application for ProgressFaymcnts•- ......... ......... 14.2 CONTRACI'01;r% Warranty of Title, ......... ......... 14.3 Final Application for Paymenk .................. ...... 14. 12 Final inspection ..... ... __ .................................. 1411 Final Payment and Acceptance. . ............... 14,13-14.14 gencrul U. 14 Pnrlial Utilization.-.._...............................-.34.10 Retainage.......................................................... 14.2 Review of Applicrnions For Progress Pavale.nis .......................... __34.4-14.7 prompt payment .......... ...................................... Schedule of Valu . ............................................14.1 Substantial Completion ..................... .......14 9.14.9 Waiver of Claims ........................ .................... 14.15 when payments duq ................................ 14.4,14.13 withholding payment._... . .................. . 14.7 Performance Bonds .......................................1..... 5. -5" Permits................................. I ....................... .. §J Petroleum - definition ot� .................. . ................................. ).30 general 4.5 OUNEWs responsibility for.. .............................5.10 Plivsioul Conditions -- Drawings of. in or relating LQ ........................ �1. 2. L2- r.N,(YTN'ErR'% rCylev` .................................... I ... L4,2.4 existing structures . .......... ........ I ... .4 ............ 4.22 general4.2- 1.2 .... .. .... ...................... ......... ........... Notice, of Differing Sublsurfuc or,,.......... _...-...4.2-3 Possible Contract Documents C1mngq ............ -g.2'5 Possible Pr ice and'rimen Adjustments_ ........ .. !U2.6 Reports and Drawings .................... .............. _.4.2-1 Subsurface nad ... . ... . . .... ............ .... . .... _... .4., Subsurface Conditions --' 1 C Technical Data. Lint it,4 k clia;ILby F70NTRINC-1`01Z Autthirized .............. ........ 4.2.2 Underground Facilitics-- general......................................................... 433 Not Shady or indicacd .... ........... ... -. al, 3. 2- Protcoion of ......................................... 4 3,6 W Article or Paragraph Number Shown OF Indicated ......... ................. ... ...... 4.3.1 Technical Data- ......_.........................._ 4.I 2 2 Preconstruction Conlercriel; ....................................... IS Preliminary Matter ......... ........... ............ 1--.1 ........ 2 Preliminary ScItedule.1 ............................... ............... 1 6 Pivraiu-ts, Use of ............ ................ �6-16-6. 18 Nice, Change of Contract, ................................ ......... I I Price, Contrat:1--definition its ................................. 1-11 Progress Payment. Applications for...._._ ... .. .......... J4.2 Progress Paymcnt-retainagq 14.2 em% 1-Yogrscliodule, CONTRACTOR's ........... " .6, 18, 29, 6.6. 6.29.10.4. 15.2.1 Project -definition of ............................. 1 31 project Rtprcmnlatift- ENGINEER!s Status During Comoruction ............ 9.3 Project Reprowntative, Resident --definition of ... I ...... 1.33 prompt payment by Ott NTER ..................................... 93 Property I nsurance- Additional........ .... ............................... ............. gtmcraUh. ;. 10 Partial Utilization..........._..................S.15. 14-ICU" receipt and applicatiort ol'procced% ............ 5.12-5.13 Protection, Safety and............................. C20N6.2i, 13.2 Kinch list .. ....................... .. ........................... 14.11 Radioactivelklaterial- dcrintion ol.................... ....... ......... ................ L 32 eenera14.5 t)%VNJ--,Ws responsibility * .......... ............ ....... S. to Rccommentkuion orPaynitnk ....... ......... 14.4, 14.5 14.13 Record Documents.. .. .......... .................. .. - 6.19. 14.12 Records, procedures for invintaining ..........................IS Reference Points ...... -- ........... ................ ....... ..... - 4.4 Reference to Standards and .Specificahons ol'T,chnical SaikLieg .........................................3.3 Regulations, Lnws arxi (or) ....................................1.6.14 lujecting Do ve Work ....... . 'Ped ...... ... .. ... ...... .. ... .. 9.6 Related Work - atSite ................................. ..... .......... .... 7.1-7.3 Perfixtried prior to Shop Drawings and Samples submittals review: ......... __ ....... 028 Remedies. cumulative..„.....__ ........... .. .......... 174. 17.5 Removal or Correction ol'Defeediv Work.... . .. I I I rental agreements. (JWNERapproval rcquifco .... I 1.4.5. I replaccinLut of LNIGINE JX by U%V.4LR ..... .. .......... 5-1 Reporting and Resolving Discrepancies5. 3.3 " 6 142 Reports - and Dravvings. ... . ... .. 4.11 1111l] Tests. 0%%NFR!3 I Cspensibility- . . ......... .... 8.4 Resident and Project Representative - definition of 1,31 provisionfor ............................................................ •)- 3 X6 WW ULNEA.U, COMATIONS 39104 o999EM I wl* CITY Or FORT COLUNSMODIFICA"nMM (REV I 1� .1 . Article or Paragraph Number Resident Superintendent. CONURAcrcws ......... &2 Responsibilities— CONTRACTOWs-in general ..................................6 U4131N ll'Ws-in general ....................................... 9 Limitations on. 0%.WM's-in general ............................................ Retainage............ .. .. .. ......... .. ...... .......... 4. Reuse of Documents .... I ......... ........................ .......... 3.7 Review byCON YRAUFOR: l)hopDrawings and Samples Prior to Submittal....._...._ .. Review or Applications cm Pyopess Paynicnt3....... . .. ..... 14.4-14.7 Right to an adjustment .................... . ............... __10-2 Rights of Way__ .... ... .... ............. __ ............... 4.1 Royalties. Patent Fees and .......................................6.12 Safe Structurn) ) Amilin 0.13 Safetv- Und Protection .... . .. ......... . 6.20-6.21, 7.1. 13-2 general.................................................... j.i,2()-6.23 Representative, COWRACTOR's ......... ............ fi.21 Samples -- definition of ....... .... ... .... .......... .. ....... _ ...... 1.34 general ................... .............. ........ §_N.6.28 Review W COS TRiN.C.TOR ....... Review by T-NI(ANRER ..................... ........ §.'20, 6.27 related Work �,,28 submittal of I . ).24.2 submittal procedures...,., ........ .......... I ..... ....... 6.23 Schedule of progress,.... ......... .............. '.6. 2.8-2.9. 6.6. ............... .&'_Mk 10.4. IS.2.1 Schedule of Shop Drawing and Sample Submittals..-_..... 2.6, 6.24.0.2'5 ....... _ ............. .Schedule ofVnIttog. -2.9.19. 14.1 Schedules -- Adherence to-, ............... Adjusting..... .. ............. ....... __ ........ .. 0�6 Change of Contract Time........... .......10 .4 Initially Acceptable .. . ........ _ _ .................. 1 9. 1� 9 Preliminary .......... ......... ... _ .... .. Scope of Changes ....... ....................... 10.3-10.4 Sulnurlituc Conditions 4.2. JA Shop Drawings -- and Samples, general......._ ................ ....... 6.24-6 28 Change Orders & Applications for Paxitients. and .. ..... ........ 9.7-9.9 definition of......_ . 1.35 EINKANI-I'R's approval of, ....... ..... ...... _16.2 ENGINT-TR's responsibility for rite ion 9.7- 6.24-6218 related Work ... . . ...... . ... .. ..... review proccduru........... ..................... 2Y,X, 6.24.6 1% Art icic or Paragraph Number submittal required ............................ ......... ........ j6.24.1 Submittal Procedures ........................................ 6.25 use to approresubstilutions ............................... 63.3 Shown or Indicatedk ........................ ..................... 4.3.1 Site Access 7.*� 112 Site Cleanliness 17 .Site, Visits lo. by ENGUNMER. . .... ... ..... 0.2. 132 ...................... ....................... 13-2 special (Muses of Policy form, insurunw........................................................ 6.2 dcrinition of .................... _ ........ ...................... 136 Specifications- defirialtion of......_ .................. . ....................... 1.36 of Technical Sociztic.%, reference to 33.1 precedence...................................................... 3_3.3 Standards rind Specifications of Technical Societies._......_ ..... .......... ............ 3.3 Starting Con-ATuction, MfbrS..............................2.5.2.8 Starling the Work ... . ..... .. ... . ... . ................... 2.4 Stop or Suspend Work_ by CONYMACTOR ........................................... 15. i by OW-111-N. __ 8. & 13- 10, 1 S. I Storage of malt:riils and equipment.....................4.1.7.2 - r.1.1 ...... . ..... 4.1.7.2 StrueturRI Loading. Safety.-....._ ...... ... ............... 6AS 3ulxontractor_ Concerning, ....... ........................ .......... 1 03-6.11 definition of .............. ...................................... 1_37 delays . .. ...1 .... .. 1.2-3 waiver of rights ............... _ ................. .......... _ is, I I Subcontractors --in gcncra.l... ........... .................. &S-6.11 Subcontracts --required provisions_._ ... 5.11, 6.11, 11.4.3 subm ittal-, Applications for Payment ................... I .............. 14.2- Mninicnarice and Operation ..14.12 Procedures.........- ..... ................ ........ 0M Prc,gress Schedules..........._ ... ... .... I ........ 16. 2.9 Samples ......... . ........ Schedule or Values.,.__-- ......... .. .......... 1.6, 14.1 Schedule of Shop Drawings and Samples sullanissions Shop Drawing.j. ........... ...... ....... .6.2".23 Subblantial C4)mp)eti"1-- cerfitication of ....... ......... .........�.30,2_3, 14.$-14.9 definition of ............... ....................... ...1.38 511witute Con's1ruction Methods or Procedures.., .. 15.7.1- Suh%titutc% and 'Or Equal' Items,___-,_..,,, ........ .. 67 C014TRACTOIrs Experisc_ .... .. ... 0-7.1.3 NWIM"KWs HVq1tiation •Or -equal".. .............. . ..... . .. .. ..... Subsinuic Ctwisuruction Methods sin K JCIX7 ULNUMCONDMONS 19JU-S I IWO E1.01110N.7 AW(ITY 017 r1.)ItT (701.UNS.%I0DTrI(.*ATI6,,.s iRry giso) Article or Paragraph lumber or Procedures .................. ........................... 67.2 Substitute Items ............... ............. ........ . 6.7.1.2 Subsurface and Mysical Conditions -- Drawings of '. in or relaft to .......... ....... ..... 4.2. 1.2 L..\IGR%TIEXs Review ................................. .. . -.4.2.4 general.............................................................. 4.2 Limited Reliance by CONTRACTOR Authoriz,:4 .................................. ....... .1.2.2 Notice Of Differing Subsurfitec Or Physical Conditions ......... ................ _ ......... _4.2.3 Physical Conditions .............................. . ....... 42.1.2 Possible Contract Doctinivrits; Chang%; ............. . 4.2.5 Possible Price anklTimes Adjustments ......... I ..... :4. 2.6 Reports and Drawings......._ ................ ....... .... 4 'A Sulinurfiace anti ...................................................4.2 41 ace Conditions at the Site Subsurface ........ 4-2.1.1 Technical Data ................................................ 4.2.2 Supervision— COY, FRACTOks responsibility .... .. .......... M"NI-Az shall not%upervisq ................................R.9 ENGINEER shall not supervisq ................ 9.2.9-13 2 Superintendence, .............. ......... ................ ............ 6.2 Superintendent. CONTRACTOR'S resident ...... .. .... • 6.2 Supplemental cost! . .................. ....... ......... ......... 11.4.5 Supplementary Conditions -- definition of .......... ....... ...................... d ............ 1.39 principal references LQ ........... ...... j W, I.IS, 2.2, 2.7. 2. 43, i 1. 5.3. 3.4, 5.6-5,9. 6.9. 6A3, 7.4,8.11. 9.1.9.10 Supplementing Contract Dovumcnl$.... ...... ..............?.6 Supplier -- definition of......................................................1.40 principal references to ........... 3.7, 6.5. 6.8-6 11, 6.20, * *' "' 15. 24, 9, 13. 14.12 Waiver of Rights ................... ................ .. ....... 6-11 study -- consent to final payment .. .. .. ........ . _J4.12. 14.14 JENGTHEER has no duty to ................................9.1 a Notification O(d .............. .. . . * ..... ... . 10.1. 105. IS -'_ qualification of - _ ............ . Survival of Obligations ........ ............ .... .. j5.34 Suspend Work, OWNER May ............... .13-10. 15.1 Suspension of Work and I'vrmination-7 ... .......... ..... 15 CONTRACTOR Nlkv Stop Work or Term innte .. .... J i'; OWNER May Suspend Work,_.„ ..... . .. I5.1 OWNER \d+.Ay Tcrminulv. .. ......... . ........ 15.2-15.4 'faxes --Payment Iiy CONTRACTFOR ..... .. .... .. ....... 6 Technical Dula— Limitcd Relionec by CONTRACIOR............_..9.2.2 Possible Price and Times Adjwmwnis_.,. 4.16 Reports off iffering Sulxaurface and Phy.Nicat Conditions . .. ... ... 4.2.3 xiv Temporary construction facilities.,_.___ 1 ............. .. 14.1 Article or Paragraph Number Termination -- by co rmcroiz ...................... .......... __ ..... 15_5 by 0W_NIiR ........................................ S.S, 15.1-15.4 orl-ENGMEMsciriployment .......................... ...3'2 Suspension of Work-in general .............................15 Term-, and Adjective4 ............ .................... ........ 3A Tests and Inspections -- Access to the Work, by others.-........._ ...............13.2 CONTRAC'ToWs resixinsibilitim ....................... 13. 5 cost or 13.4 covering Work prior to .... ......................... 13.6-13.7 Laws and Regulutions (or) ..................... ......... 13.5 Notice of Dofccis. ............. _ ........................... _13.1 Ow, IF.'.R May Stop Work .............. ........ 11 ........ 13.10 0W4NMR'% independent testing ..........................j3.4 special, required by ENGINEER ..........................9.6 timenoticercilUired.................... timely' I ................ I3.4 Uncovaing thAVorL at ENGTINEEM.; request........._ .............. .......... .. .-13.N-139 Timcs-- Adjusting....... .................................................. (i.6 Change of Contract .......... . ... ................ .... ...... 11 Computation Of, .......................... ........ .. .... _..I T2 Contract Times --definition of,,,., . . ... ..............1.12 day ............................ ............... .... hJilcstones..........................................................12 Requirements -- appeals ... ........ 9AO, 16 clarifications, claims and disputesk .......... ...... cP. 11. 1 U. 12 Commencement or Conti -act Tunes...... .. .... 13 prearins. truction Conlerenct; ........................... S '�dlcdulcs ......................................... 2.6, 19' ("(.; SIinitig the VVork ..... ...... .. 1. .. 14 Title. Wrirranh• of .................. ................... .... .... 14.3 Uncovering Work ............................. . ............ 13.3-119 Underground Facilities, Physical Conditions - definition 0( ..................................................... 141 Not Shown cr Indicated ... ............... . .... ...... 43.2 protection of _ _ ....... . .. . . 4.3. 6 20 Shown or Indicated ..................... ... .... ..... . 4.3.1 Unit Prig: Work - claims .............. .... ... . ....... ... k 1.9.3 definition of ........................... . ............. ......... J 42 general 119. 14.1. 14. Unit Prices— "encral 11. ',,1 Determination for..,,, ..... ...... . ..... .... .... .. 9. 10 Use of Pternises; ti- 16. 6. IS. 6 10.22.4 Utility owners ............................G.13. 6,20, 7.1-73 3, 13.' Lhilizalion. Pallial ............ .... 328. 5.15.13 30 24. 14. If.) Value of the Work ......... ........ ....... I ............... 111.3 Values. Schedule of ..10. 2.S--*!.% 14.1 EJC1XUL'NW,AL W(ITY Or FORTCOLLINS'NINAF [CAT[ OMS IREV 9-YI) Variations in Work-444inor Authoriud ...... . 1.- ..625. 6,27.9.5 Article or Paragraph Number Visits to Site —by PYGJ' NFEF, ................................. 9.1 Waiver of Claims —on Final Payment .....................14A3 Waiver of Rights by insured pnrlics ...... 45. 11. &11 Warranty and Guarantee, Genernl--by COMMACTOR —0-10 Warranty of Title, COWIZ-ACTOWs ........................14 3 Work — Accessto.. ............ .................. ...... ....... .......... 02 byothers ................................................ 7 Changes in the ....................................................10 10 conlinving the .... .................... ... CONTRACTOR Nfay Stop Work or Terminate ..... . ..... ... ......... J5,5 Coordination tV .. .... .. ... 7.4 Cost or the L-) definition of 1 43 neglected by CONITRACTOR ....... .............. .. _ 113 14 other Work Olk NER May Stop Work ......... ............. ......... 13. 16 MIKE R May Suspend Work .................... 13. 10, 15.1 Related, Work at Site 7.1-73 Starting the —nA Stopping by COINTMACTOR .............. ............ 15.5 Stopping 1)), OWNER .... _ ........................... 15,145.4 Variation and deviation authorized. at inor Work Change Dircclivc— claims purmant to dertnivion of .... .. ...... .... ..... J.44 principal references to ' .............. .... 10.1-10.2 Written AmenJanent— definitionof I. I... . ....... .. .. . principal refercrtmi to ............. 1. 10. 2 3.51 S. IQ I31 ........................P-6.— 1% 101, 4, —I L-2. 12.1. 13.11.2. 14.7.2 Written Clarifications and Interpretations ................................3.6.3.24.9.11 Writ ten Notice Required -- by CONTRACTOR ............................7.1, 9. i rt-9. 11. ....... 10-4. 1 L2. 13.1 by OWNER ............. ... 10.9. 11. 1404. 11.2. B 14 EJGW GRUNMAL (70ND)l RANS I71U-3 I 1990 EN I ttlry or, roRT cou.ms MOT) MCATIONS (REV 'j.;9% (This ImSe left blank intentionally) X%I 1-WWt;L%IjLAt. COMMIUNS 1910-stmJ9 MTIW.i) ,-.'CITY Or FORT CTAIMMODIVICATIONS IItrV %'!PJ) GENERAL CONDITIONS AwrfCLC I--DEItINITfO1 S Mitrerer turd in these General Conditions or in the other Contract Documents the following terms have the mcaniny;s indicated which are applicable to ball die singular and plural thereof I.I. ;Id*nob--V%`ri11cn or graphic instruments issued prior to the opening of Bids which clarify. correct or change the Bidding Requirements or the Contract Documents. 1.2. Agmenle er--: I'hc written contract between OWNER and CONTRACTOR covering die work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as pro, ided therein. 1.3. gppficaion for Pgtwenr-The form necepted by ENUMFFiR whicli is to he used by CONTRACTOR in requesting progress or final paymlcnts arid which is to he acme rl amcd by such supporting documentation as is required by the Contract Doctanems. 1 A. :lsGzsros--Aaty nhmcrinl that cannins more than one percent asbestos and is friabhe or is releasing asbestos fibers into the air nhovo current action levels established by tic Unite States Occupational Safety and Health Administration. i.5. Bid -The oflir or proposal of die bidder suhnimed on the prescribed form setting Binh the prices for the woe; to he performed. I A. BidoWl$ Dck-tim rats-'rhe ndvertisenfent or invihnticrh to Bid, instructions to bidder% the Rid form, dad the proposed Contract Decumcids (including, all Addenda issued prior to receipt of Bider). same are more specifically identified in the Agreement, together with all Written Amendntcrtts, charge Orders. Work Charge Directives. Field Orders and 04GTNEER's written interpretationsand clarification; issued pursuant to parngraphs3.5. 3.6.1 and 3.6.3 on or alter the Effective Male of the Agreement. Shop Drmving submivaIs approved pursuant to paragraphs 6.26 and ti27 and the reports and drawings referred to in paragraphs 4.2.1 and a 22 are not Contract Doeunenb. 1.11. Contract Price -The moneys rayablc by OtE'N-ER to CONTRACTOR for o ampletion of the Work in nccortince with the Colamci Documents as anted in the Agreement (subject to the protisions of paragraph 119.1 in tha case of Unit Price Work). 1.12. Control limns -The ommten or lots or the dates stated in the Agreement: (i) to achieve Suhatiniial Completion. and (is) to complete de tVork so that it is ready for lint payment as evidenced by IiNG1NECws written recommentlatiort of final payment in aocoirda hoc with paragraph 14,13. 1.13. CON111A '/'OK --The person_ firm or corporation with whom tr OWNER has cned into the Agreement. 1. K al fPetive-An adjective which when modifj•ing die ward Work refers to Work that is uncatistoetoty, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference anndrrd, test or approval referred to in the Contract Documents, or has been damaged prior to Eh\GiNMEWs recommendation of Gnat payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in mxordmce with paragraph 14.8 or.1a.1 t)), 1.15. Drou-ings--The dfawinps which show the scope, extent and character of the work to be lbndshed and perfbrmed by CONTRACTOR and which have been prepared or approved by ENG1i'EER and are referred to in the Cmtraet fkx umcnts Shop drawings are not Drawings as so dctined a/• Or:nlair rdeynn7mleiKY--Ile aUwertLaelnClt W incitatiattuBid-instntniunstobidders-,andltlxBidii+rm1-16—L(Cictti� Derr df Iln� gel=Tlie diie indicated in the Agreement tin which it Ixx:(mes effective, I.S. BwuG-Performance and Nynr:nt bends mid other but if no such date is indiatcd it means the dlatc on which instruments of sxcurity-. the Agreement is signal and ddiverttl by the last or the two partiestosi]n and deliver 1.9. Change palter -A docunient reconimendk(I by Ili tGINTER. which is signed by CONTRACTOR acid OWNER and authorizes an addition deleticrh or mi-ision in the Work, cy an adjustment in the Comnaot Price or the Contract Times, issued on or after the L•flective Date of the Agreement. I.ln. Comma DocYmi.nts-The iVre.emem- Adiltnta (which pertnin to die Contract fkxvmcnt-s). CONTRACPORS Bid (uullulim; documentaton acccimpanyiog the Bid and any post Bid documentation Submitted prior It, de Notice of Award) when attached as an exhibit to the ,agreemcm, the Notice to Procccdl, the Bonds, these General Conditions, the Supplemtansry ('onditions, the Spccili.ntions and the Dmwincs a; the MIX,GEtEKA. t'O%Of[IONS 19I9S it YM L'titim) trr (I ri• OF 1'0It I MODI FICA'I-IONS (RIY arldrn !- 1.17. EAAGINE':'R-The person, Firm or corporation tamed its such in die agreement. 1.18. GAti/ArEER's C'oruri twir-A person. fnu or carp enrion having a contract with ENGINr•.LiR to lumish services as ENGTNEER's independent professional associate or consultant hviah respect to the Project and who is ioemiFed as such in the Supplementary Conditions. 1.19. Field Order -A wrillcn order issued by ENGiNEER which orders minty charges in the Work in accordance with paragraph 9 5 hilt which cirts not imol e it change in the C-ontmd Price or the C•eatraet Times. 120. Gowan Requimments—Sections of Division 1 of the Specifications. 1 ^L Harardam 81mle—The term llarurdous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Ad (42USC Section 6903) as amended from time to time. M- .n. Laws andReSukhaiw; Lon orRegnkttiont -Any, and all appluubla laws, rule& regulations. ordinuncea codas and orders of any and all govcrrmtenal bodies, ageneics, authorities and courts having jurisdiction, 1.22.b Le! Nr�idknrr shall It those holiclats ubsenLd 1w the City of 1_prt collint. 1.23. Lietw--Liens, chargm seanrily interests ar encumbrances upon real property or personal pinporty. 124. Aiiksmne--A principal event specified in dic Contract Documents relating to an intermediate completion dtilc or time prim to Substantial Completion of all the Work. 1.25. Notice oj.•hran>rA written notice lay OWNER to the appmcY successful bidder status that uprra cvinplimec IV the apparent successful bidder with the conditions pieta cat caumomted U acir% within the time specified, OW'N&R will sign and deliver de Agrecmcaat. 126. Notice to Ptnceed—A written notice given by OWNER to ( —)NIT RACrUR (with a W, to HNGNHER) fixing the date dw which the Contract Times will owninmce to oat and on which CONTRX-I'OR slwll scan to perform CONTRACTOR:- obligations under the Contras Documents. 1.27. 01PNER Tle public lady or audwity. corporation. association. firm or person with whoa CON'rR,%CTOR his entered into the Agretmont and for whom the Work is to be prorided 1.28. Partial Urikatitbt—Use by WV\l;R of a substantially completed part of the Wade lice the purpose for which it is it lettdtd (or a related parpow) prier to Substantial Completion of till the Work 1.29. PC,its—ladilychkarimntd bipheryls. 1.30. Perruhtan—Falmkom, including crude oil dx any fraction thereof which is liquid at standard conditions itf temperature and pressure (60 degrees Palvenheil rand 14.7 pond- per attaare inch sbstlue). such it,; oil. Petroleum, fuel oil, oil sludge, oil refuse. gnsoli ne. kerosene and oil miwxl with other mro-1 laruokats WasAs aml crude oils. 1.31. Prnjscr--The uaWl contslructwn Ltf whio;h ale \Nark to be prm ided untkr the Comma lk+caamems muy be the whok ar a part :as indicated elsewhere in the f ontrnct Docamcros. 1.32.A, Radkoucave i/utrritrl—Source. alweial nuclear. Lit M•product material as clefined by the Atomic knerey e\ct of a1r1X: GtiXlea.U. CO\Lk'nU:+LS 1910-s it %K-Edney at CITY OR FOlt'I't'OLhIA7idlbrllF'IC.i 170\Y (Reel"-1.1. "I'll 1954 (42 USC Section ^4011 at soq) as amended from lime to time.. 1.32.b. Rceidar Iroddne Notary-Ratular %varkirct hours arc defunod as 7:00am to 6tan unless othL•ru'isx snoailied in the General Rermiremmts 1.33. Reskkttt Prpjecl Representative —The authorized representative of GNG1N=- , nfio may be assigrted to the silo or any part thereof. 1.34. Scarp/es—physical examples of materials, equiptnem, dv ttorkmanship that are representative of some potion of the Work and which establish the standards by which such portion of the Work will be judged I35. Shop Uinndngr All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assammltled M, or for CONTRACTOR and submitted by CONTRACTOR to illustrnte some ponaon of the \Vork. 1.36 tipecyicailats—Those portions of the Contract 13oeumems consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administmtive details applicable thereto. 1.37. SttbLrnrnmYar- r1n indlividtml, firm or corpttrAtion having a direct contract with CONTRAC,,TOR or with any other Subcontractor for the performance of A port of the Work At the site. 1.33. Sttbstatrlial Contplcdrrr--Thc 1Vork (or a 4xcilied pan therM) Ins 1wrigressed to the point where, to the opinion of HNGiNIiEK a- avldlenLed by l\GNGGR's definitive certificate of Substnmial t: ontt�Lbon it is sulriciomly complete, in accordance with the Contract Doaxtmems, so that the. Work (or spccifed fxan) 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 l'or foal pa}anent As cn tdkhtetd by 11GMTR's tasiaat) recommendation of tirml paymcnt in accrdnm-c with parograph W.D. The lemrs "sadstrmtinlly complete and "sutwgraially crapleted" as opplied to all or pan of doe Work refer to Substantial Completion thereof. 1.39. SWplentrntary CotuMaits—The pan of the Contract Documents which amends or supplements these General C orAtions. 1.40. Supplier -A manufacturer, fabricator, xgga]ier, disuihaor. matcriahnan or vendor having u direct contract with CONTRACTOR or with any Subarttmctor to lumish materials or edptipment to be incorporated in the \Vak by CYj\TRACIVR or any Subcontractor. 1.41. Un(kigrettaad Reivilmes—All pgiclimv. L'nmluits. duct-, cadbkx wires manlutles. vaults, stinks. tunnels or other such fteilitic.s or attachments, anti any eneasemelu- crtaiaina such facilities which have been installed undergrouml to furnish tin- of 0w following sen-ices or materials: electricity, gases steam. liquid petroleum products, telephone or other communications. cable television. Sewage and drainage removal. trafic or other control systems or water. 1.42. Unit Price Nair -Wok to be paid for on the basis of unil prices. 1.43. Mork -The entire completed construction or the various separately identifiable pets thereof «Yluired to be furnished under ihu Contract Documents. Work includes and is tic result of pafcxming or furnishing labor and furnishing and incorpomling mateiints and equipment into the construction, and perforating or fumislting services and furnishing documents, till tic required by the Contract Documcros 1.44. [York Charge Directive -A written directive to C0NTRACT'OR issued on or ukr the Elleetive Dale of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, cc responding to dillering or unforeseen physical Londitiots under which the Wok is to be performed as provided in paragraph 4.2 or 4.3 c to emergencies under paragraph 6.2". A Work Orange Directive will twit change the Contract Price or the Contract 'Times, but is evidence that the parties capect that the change directed or docunnerted by n Work Cktnge Directive will be incorporated in a suhkgtwntly issued C3tange Order following negotiations h) Ile panics as to its ollect, if any, on the Contract Price or Contract Times as Provided in paragraph 101, 1.45. if" irren AnKnebnaw-A written amendment of the Contract Documents, signed by OA-NTR and CONTRACTOR on or after the Effective fixate of the Agreement and normally dealing with the noxnginccring or nontechnical rather than strictly constriction -related aspects of the CorntruCt Doeunlents. ARTICLE 2-PREJAMINARY MAT'I'ERS Delivery of Ranch: 1-.1. When CONTRACTOR delivers the ewcuted Agreements to O4V'\q:k CONTRACTOR shall also deliver to OIANER such Bonds as CONTRACTOR tray lx rctltlire d to furnish in aoxxckmce with lrnlgmph s. I. C(Ides of Documenrs. 2 _ OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplemenuiry Conditi(ns) of the Contract Documents as are reasonably rnecemry for the excoutiot of the. Wok. Additional copies will be liunislxtl upon request. at the cost of reproduction. C'o inrencvmersr ofCourracr Times; Nurice rn 13r-o eed: 2.3. Tax Ccvuract Times will commence to run on die thirtieth day nlicr the lActive tkna of the Agreement. or. kicocC1LXLN.U-CU\01-times if) Iti4 (Iwo L'a tim! ui ITIY OF FONT C(A.LIxS MODIFIV.-MONS (REN k1110M if a Notice to Proceed is given, on the day imdicnted in the Notice to Proceed. A Notice: to Proceed may be given au any time within thirty days after the Effeu•tice Date of the A:raement.—tit-tin-even-will-ohs-Gcatraei-Times fiwnnteneeto-ntn later�henihe si tooth dxraftee the -lay of -Bid opening-ar-the thinieth day-aller-the Effective Doe of -the -Agreement, whichever date is earlier: Starring the Work. 2.4. CONTRACT'OR shad] start to perform Ild: Work on the date when the Contract Times commrnx to run, hill no Wok stall be dome at the site prior to the date on wltich the Contract Times commence to sin. liefare Smiting Consiniction: I.S. Before undertaking each part of the Work, CUNT'RAC1'UR shall curefully study and compare the Contract Documents and chedr and verify pertinent figures shown thereon and all appliwblc field measurements. CONTRACTOR shnll promptly repot in writing I0 ENGINEER any conflick error, mmbiguity rr discrepancy which CONTRACTOR may dinoover and shall obtain a uriaerr interpretation or clarification front FNCrfNF.F,R Iwfac proceeding with alt Work affected thereby; howet cr, (.-(X% l'RACTOR stall not he liable to OIiAER of L IGfil t R Ceti fnilurc to relort n% conflict, error. ambiguity or discrepancy in the Contract Ik)cumenits, unless CONTRA(7UR knew or reasonably Should have knnmsn thereof. 2.6. Within Ica daps after the EMtive Date of the Agreement runless oherwise specified in the General Requirements), CONTRACTOR shall submit to TNGINEER for review: 2.6.1. n preliminary progress schedule Indicating the times (numbers of days or dates) For :caning and completing the various stages of the Work_ utctudmg any �li[estoxsSpxcified in die contract Docmnrms: 2.6? n prellniaary schedule op Slwp llrmvuag rand Sample submittals which will list each raptlred submittal all([ thr times for submitting. ieviewue3 and pnxensing such cubminaL "A'2.I In no caw will n Schedule be a plgble.hich.uots_lsthn_calendarw__ soya fix vich revreiy b!' Latmnccr. 2.6-3 A preliminary schedule of valuers for till of die Wok which tviv include quantities and prices of items aggregating the Contract Price mad will }ubtliviele ilk. lVo;k intoconnpunenl pans in sndtieient detail to serve as ill, basis fir prcvess pxtyments during construction. Such prices will inchdle an appropriate amount ofovencciad and profit applicable to each item of Work. IT More any Work at the site is snarled CONTRACTOR arid -OW FR shall ew.h dchyer in it* other OlY\Ek with aapi..; to .-.kh-atilJilimalare;tlrctl identified inthe-Supplementary Condruons t Nt;IA?I(RsR. certificates of insurance (and other evidence of insranee whish�ititaFaFtlumr�anY—addiliarv+l--iawtrnl—mnM reasonably rrryutu reuucstal by U141 which CO?v'fRACTOR-arts C� R nrspealivet-1 r�gltired to purchase and maintain in atzordance with paragmplas S.d,—i.6 and 51. Preconatraction Coaaferenew :.S. Within twenty days after the Contmet Times start to on but before tiny *oar at the site is stored a conference attended by CON7TRACTOR, ENGiNEFR and alters as appropriate will he held to establish a working undcrstan ding among the parties as to the Work and to discuss the schedules referred to in pamgmph 2.6. procedures for handling Shop Dra-atrirles and other submittals Irocessing Applications far Nyment and maintaining required records. Isdrial(y IcceprabieSchadaalea: 29 Unlacs otherwise provided in the Contract I)otuments at least terrdaysdxfitra stthnissian of the Fist Applieatico-for-Payment Wore env work m the sire batinc a conference auendcd by CONTRIXLfOR, ):NC)NEUR sod others as nppropriate cr•signatcd by O\VNFR will be held to review for acceptability to ENGINEER as provided t ,low the: scheduies submitted in accordance with pvmgraph_.6. prat..Divisior2_I,,,_Gejeral_;Rmikemrnts. CONY RAf'1'OR shall Wa 4 an additimial ten dhyx to make corrections and adjustments and to complete and resubmit the schedules. lelo irrogress payment shall be made to rONITRA\CTOR until the scnodules are submitted to and acceptable to IiNGINI'zEli ns provided lick-Av. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified \4desiones and the Contract Tiws. but suchaeceptance will Ix:ither impose. on ENCIDIEE'R responsibility for the saquenc:ing. scheduling or prowess of the Wort: nor interfere with are relieve CONTR.r\CfOR from C0TITR.\C1'0Rs full responsibility thereror_ M\. rMACTOR's schedule of Shop Drawing and Sample submissions will be acceptable um r%'Gfj\7li1:R as providing a wolalble arrangernent for reviewing alld processing the required stlbininals coy. fR \C"rOR.'s schedade of values will be acceptable tc L•'NGt\'E ;R as to Cam mad substance. 'UMCLE a —CONTRACT DOC IFINI 1\ PS: ENMI T, ,V%l p ±\DI LNG, 12T.USE Intent: 3.1. The Contract fkrcumems comprise the entire ❑grwmcnt between OWAliR and ODNTRACTOR coneeming the Work. The Contract Donmurtrants arc Complementary: what is caliel for by one is as binding as if atlled for by all. file Contract Documents will be construed in accordance with the law of the place of the. Projcc:t. 3 ? it is the intent of the Catmct Dneumeans m fiJiyr 6L'\IR:ll.4G.\'DI'11Gati'.�' t411}S t l7JP ttfitipn +v. CITY OF Fold' ('OLLI\'S MUDIPIOATIO\S gN1iV L?IIaNr} describe a futxtienally complete Project (or pert thereof} . . to be constructed in accordance with the Contract Documents. Any Work. materials cr equip mea that may reasonably be inferred from tlx; Contract Dccum its or from prevailing custom or trade usage as being rautired to produce the intended result will he firmshed and performed whether or to specifically called fa. When words or phrases which have a welbknown technical or eonsiructia industry or trade meaning arc used to describe Work. materials or sgttipaunk such words or phrases shall be interpreted in accordance with that mcaning. Clarifications and interpretations of the Contract Documents shall he issued by ENGINEER as provided in pantgraphVIA. 3.3. Reference to Slandarttr and Specification of Technical Sacvedea; Reporting and Resebing D-Yer"aeies. 3.3.1. Reference to sumdards, specifications, marmis or codes of any technical society. organization ..ti or association, or to the Lmvs or Regulations of arw , governmental authority_ whither ouch reference lic specific or by implication shall mean the latest standard, atxciftuition, manual, code Or law'x or Regulations ineffect titdie time ofgenia$o Rk%(or. .., on the Effective Date of the Agreement if there were tin Bich), except as may be otherwise specifically staled in the Commit Documents. 3.3.2. If during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or heaveen the Commct Documents and any provision of any such Law or Regulation applicable to the perfonnnmee of the Work or of any ,. such standta d, specification, manual or cock or of any instruction of any, Supplier rekired to in p;amgraapph 6.3. C'ONTRACfOR 4011 report it to L'NCINEER in writing at ace, and, CO\rFR.-\CTOR shall not proceed with the Work affected thereby (acep in an emergency as authorized by pzaragmph 6.23) until an amendment or suppleanent tO 111e Contract lyoenments his been issued by orw of to methods indicated it' pangraph3.5 Or 3A provitkrt however. that C01,1TRACTOR stall not be Iiahk to OWNER or _ ENGINEER for failure to report any such conflict. error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should lave knodm thereof. III I:except as otherwise specifically crated in the Contract Dooanncrus of eta may be provided by nmerxtmem or supplement thereto issued by ere of the methods indicated in hnmltmph 3.5 Or 3.6. the provisions of the Concoct Documents :dull take .. precedence in resolving any- contlia. error, ambiguity or diuxcprency lxtwecn the provisions of the Cumract Documents and: 3.3 z.l . du provisions of any such ssandard. spezifaaatiao, manual, ark Or instruction ( whetivr or not spxsifically incorporated by relucnec in the Contract Documents); Or ,tea ere 11171 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 - 00300-3 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 - 00960-4 General Requirements 1-18 Technical Requirements 1-37 South Fort Collins Sanitation District Standard Construction Specifications Fort Collins Loveland Water District Standard Construction Specifications Subsurface and Physical Conditions: 1-41 CTL THOMPSON Incorporated -- Subgrade Investigation and Pavement Design for Streets in the Vicinity of Kinard Junior High School Fort Collins, Colorado 3.33.2, the provisions of any such lank or Regulations applicable. to the perfcamance of the Wreck (unless such an interpretation of the provisions of the Contract Documents would resat hn viollniion of such Law or PuTulation). No provision of any such standard, specification, mnnual rude or instruction shall be effective to change olio duties and responsibilities of OWNER, CONTRACTOR or IiNCiTNEER. or any of their subcontractors, consultants, agents or employees from those set tonh in the Contract lorcuments, nor shill it he effective to assign to OWNlilt, ENGiNF.F.R or am' of T-NGT NFF,R's Cohtsadtants, agents or empin),ccs any du!)' or authority to supervise. or direct the furnislthig or Inrfommricc of the AVork or any duty or nuthority to undertake responsibility inconsistent iviih the provisicins of paragraph 9.13 or arty other prm'isio n of tire Coarnct iocuments 3.4. Wherever in the Commet Documents the terms -ns trderd", "as directed", "as required". "as alhnved", 'as nplrored" or terns of like ctTocl or import are used, or the adjectives "reasonable", "stritable . 'acceptt'ible' "proper' or .satisfactory" or adjectives of like effect or import are used to describe a requirement direction review or judgment of ENC 4N•rEER as to the W-dirk, it is intended that such requirement, direction, review or judpincnt will be .solely W evaluate. in general. the completed Work for amiplianu with the ret(uinraenls of timl infiuntation in the Contract Documents and cortormance with the design concept of the completed Project as a functioning t%hole as shown or indivaned in, tie Coitract Doanncnts (unless there is a spa;ilic statement indicating ohernise). The use of any such tern or ailjeefise shalt not be effective to assign to TNCiI-NILLR any duty or authurily to supervise. or direct the fumishane or performance of & Work or any holly or authorjty to and eilake PeSpxrmiliility torurary to the provisions of paragraph 1).13 or any other prot•ision of the Contract Locuments. : Lrnrnr8ng cord S«ppfemwrfing Contract Doc«nte«h 3.5, The C;:ontmct Documents muy be amended to provide for adlcfhtions, deletions rod revisions in the.. Work a to modify the temps and dvnditians thereof in one or more of the follatvmg stays: 3.5.1. a lormi l Written Amtnclment 33.2. a C.'hangc Order (post ant to para_reiph I Ci a), or l7CUCt:F:iUi,tL N\ W'nUNS 19104 (1999 Gtfilim)1 w;tl'1'i'OF PORT e'a)LLn;`t ]lOINI•la'•t'OOvS(RJ:V 1-2r91111 3.5.3. a Wark Cltvmc Diro;tivc (pursuant to paragraph 10.1). 3.6, in addition the requirements of the Contract Documents may boos supplernLMccl. and minor variations and deviations in the %forL may be aahori=J. in one or more of the following ways: 3.6.1. A field Order (pursunm to paragraph 93), 3.6.2. L•tNGINTI-IRsapproval ofaShop DtaniMor Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.1 DIGINEERk written interprelatiai at clarification (pu minix to paragraph 94). Reuse of Doccitnuals. 3.7. CONTRACTOR. and am Subcontractor or Supplier or other person or organization performing or furnishing any of de Work under a direct or indirect contract with OWNER (i) .fall not have or acquire am, title to or ownership rights in any of the Drawings, Specifications or otter documents (or copies of any U=or) prepared by or bearing the seal of IsNOIN1iIsR tir ENGINF.F.R's Corsitlaat, and (ii) shall not reuse any of such Drawings, Specifications, other documents or topics at extensions of the Project or any other project without written consent of MVNT-R and L• NCTNEER and specific written verifiartion or adaptation by iiNGl vl'<iiR. ARTICLE J--A\SIILARTLITV OFL ANDS; SUBSURFACE AND Plll'SICAI, CONDITICYNS; REFERF_N'C.F, POT \ rS : bn8abiliq• ofLitndv: 4.1- OWINER shall famish as indicated in the C'ontrnct fkhcuments, ilk' lands upon %which the Work is to be perromed. rights•of-way and casements for acres, thereto, and such other lands which are dhsipivited for the use of CONTTR ACTOR Lpnin reasomkiltr written rtkpuestt E�44SfL3t >ifm{4-kimi�r-Eta'rFR,4tzf�)R-dvith-e-eeirratn saaenient-of record -legal fito-and-legal descripikin of the L•mds upon -which the -Work is -to- -be performed -and OV 'ER's-interest-tiereinas-necessary-for giving -notice or or -filing--a nnevtsanuds litre- ,dint-such-lanids-in act:exdrinct�wifh-mpiplivhdtc.-•{,nos-and--Ikgulmiuns: MINER slall identity any vncurtibmnces or restrictions not of general application &it specifically reluted to use of lumb so furnished with which CONTRACTOR will have to ccanply in pxrfirmhrg the Wark. 13rsements fir pvmmtrxm strucluus or permanent changes in existing faciiilics twill he obtained and paid hrr by OWN unless otherwise provided in the Contract Documents, if CON'TRACfOR sad DWNE:R rah unable to agree on entitlement to or the amount or exicnt of any adjustments in the Cirmmct Prig or the Contract Times as a result of ally delay in Utf:tfAV% fumshine rhi-se. lance, riglal f- WM%, or ctisemcnts. Cr3NrR:\CTOR roe make a slain therel6r as provided in articles II and i_. CON -TRACTOR shah provide for all additional lands and access thereto that may bee required for temporary WnSlNclice fac:ilhies or storage of materials and equi awed. J.? Srbseerface and Pbyuical Comfilias 42,1. Repwis rind Drandngs: Reference is mace to the Supplementary Conditions for identification of: 4.2.1.1. Snbspid4ce ConMais: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have ben utilized by ENIGLNEER in preparing the Contact Documents - and 42.1.2. Physical C'ancfrtions: Those drawings of phy. ical conditions in or relating to existing surface or subsuriwe structures at or contiguous to the site (except Underground Faeilitiest) that have becll utilized by ENGLNEhiR in preparing de Contract Documents. 42.2. A.Imded ReBaue by COMI 41CTUlt .durhaizer(• Tech�acai Data: COtrfRACTOR may rely upon the gcaeml r c ttrav or the "tectmical data' com,'lined in such repots and drawings, but %rich reports and drawings are not Contract Documents. Such "technical data` is identified in the Supplemenauy Coalitions. Except for such reliance on such `tcchnpl desert", C O*i I'RAt r()R may rat rely upon or mnko any claim against OWN1ii:, ENGINSER or may of ENG1NIiER's Consuhants with rcgpcct to: 4.2211. the completeness elf such reports and drawings for CONTRACTOR's purposes - including, fiat not limited to, any aspect$ of tlX means, mcilarls, techniques• sequences and procedures of coltstna:tion to Ica employed by CONTR.AC7'OR and safety precndiona :cod programs incident thereto, or 4.2.2.2. , c her data, inerprcialions. opinions and informnocin contsmW in sudtreports or shown or indicetod in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "tacdttilml dnin" or any such d ita. interpruAnuons. opinions or iadUrmatio n. 4.2.3. Afalic• of Dr( III1q Snhstafiace or Physical Comliiiatts: If aDI TR xerok believes that am %u bL%urface or piT•mlcll eunhaln at or curAWImns to the site that is wnaa•erotii or revealed either. 4.2.3.1. is of such a nature as to establish that any. "acllmeal (!alai an which (YDNTR\CT(-)R is en iami to rely its trovi&-d in perupaphs 4.11 arvd 4.22 is matarially inaccurate. or 4.232, is of soled it nature its to reilunrc it challgc in the C iatmo Documents or 42.3.3 di&m materially from that shown cc IJ%ll4Gli!xf•.KAt CU\I)I'rIJ S IY li!.Y a 1)7P L'mtiarr w'llTl` Ur F(NtT(1NAA �S AIPDIRI(tdTlq\5(RKF1.7a(rrl indicaw d in the- Contract Doctmterm or 42.3.4. b; of an ummslal nature, and differs materially from coalitions ordinarily .mcotlniered and generally recognized as inherent in teak of the character provided for in the Contract Documents, then CONTRACTOR shall, pFWW4y im�nei_at' : • ftr becoming aware thereof laid before further disturbing condidow affectxl thereby or performing arty Work in connection therewith (cxcept in an emergency as permitted by erngraph6.3), nrillr OWNER and 210i1vEElt in writing about such coalition. COWRA(",I'OR shall not filer disturb such conditions or perform airy Work in connection therewith (except as aforessnd) ulwf receipt of written order to do so. 4.2.4. ENGINEER's Review. INGINHER will promptly review the pertinent core itiorts, determine the n cesstty of OWNER's obtaining additional exploration or tests with respect ihereto nod advise OWNER in writing (with a copy to CONTRACTOR). of INCTINF:ER's findings and conclusions. 4.2.3. Ponible ('OMU v Docttmearr C7mn?9e: if IiNGINSP,R concludes that a change in the Contract pkxumcnls is required as a result or, condition that mtets one or more of the categories ih paragraph 4.2.3, a Wok Change Mective or a Change Order will he issued as provided in Article i0 to reflect and document the enhsequemces of such change. 42.6. 1'atrible !'Pica old T'buer itf'usfohnits. An equitable adjusnucnt in the Contact lyric: or it the Contract Times. or both, will be allowed to the Went that the existence of inch uncovered or revealed condition caws an increase or decrease. in C'OrN TRACTOR's coat of or time required for pertbriuma c of. the 6Vork; st(I>ject, however, to the tollaving: 4.26.1. such condition must coal anv we or more data the calegt*es described in paragraphs 4.2.3.1 through 42.1.4, incklsivc: 42.62. it ilmngee in the Contract Thheuments puraunnt to paragraph 4.2.3 will not be an auto rnic authonnitnon of nor it condition precedent to cmidcraem to any such udjostment; 426.3. with respell to 1Vork that is paid for can a Unit Rice Busis, urt toliustmem in Contract Rice will he subject to the provisions of rarapuphhs 9.10 and 119, Neal 42.6.4. CONTRACT ORshall not b; entitled Io any :Kljustmeni in the Contract Price or Time_•% if; 4.16.4.1. CON'TRAC'TOR knew of the existcm:e or such eunditions at the time (JC).15TRA("I'OR mock a fmal eornmitmera to ONVNMR in rna7xcl of ('ontract Price and Contract limes by the submission of a bid or liooming bound under a negotiated contrec t: or 4.2.6.4 the existence of such cunttition could reasonably have Ixcn discovered or revealed as a result of any c..,mminalion, investigation, ciploration, test or study of the site and conaiguous areas required Iny the Ulditg Requirements or Contract Doxtmrnts to be conducted by or for CONTRACTOR prior to CONMACTOR's making such final comminnenc,, or 4.2.6.4.3. CONl'RICI'OR filled to give the written notice within the time anti as required by paragraph 4.23. If OWNER Find CON TRACTOR and unable to agree on entitlement to or as to the amount Fir le%th of any such equitable adjustment in the Contract Rice or Contract 'times, 'a claim may be made tharefor as provided in Atticlat l l and 12, However, OWNER. ENOINF.F,R and MANEFR's Consultants shall not bit liable To CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any oh:r project or anticipated project 4.3. Ph.sfeniConrbliornr lindrrgrauulFucifrries: 4.3.1. S/room or Nn4coied. The informounn and data shown or indicated in the Contract Documents with resicct to existing Undeground Facilities at or contiguous to the site Is based on intitrmatiot and data furnished to OWNFR or ENTOMF.UR by the owners of such Underground Facilities or by others. Unless it is olherwisc expressly provided it; the Supplementary Conditions: 4.3.1.1. OWNTER nuxi GNGRerErR shall not be responsible 1'or the accuracy or completeness of any such inronnatitm or data: and 4.3. i 1 The cost of all of &- fottowing will be included in the Contact Price and CONTRA(,70R shall have full responsibility fax- (i) reviewing and checking ali such nnformalion and dale, (ii) locating all Underyound Facilities shown or intliattel in the. Contract Dorunhents,(iii) coordination of the Work with the owners of Steil Underground Facilities dining construction, and (ir) the safety and proterotion of all such Underground Facilities as provided in pamgiaph 6 20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shmr i or lntlicoled, if an Underground Facihty is uncovered or rcvc:aed at or contiguous to tie: site which avas not shown or in3icated in the Contract Lkcutuents. CCLxi'rRACTOR "I. prump tly immediately alter becoming aware thereof and belcire further disturbing conditions affected thereby or (trrfonning any Work in connection therewith (except in an emerec=v as required by paragraph 6.'_3), identiry nha mvner of rt h tinder; own d facility and ex;ucdit � a:n,u, cOxinno�s t,tas cr rev twWi,Al a, O rY OF roar rut.taas suns aia vno rx (Rev a,2tenn give wrinen notice: to that owner and to OWNER and INiGMT-R. INGINEER will promptly review tho Underground Facility and determine the cxtem, if any. to which a change is required in the Contract Documents to reflect and docuncm the consequences of the existence of the Underground Facility. If INGDX,ER concludes that a change in the Contract Documents is required, a Work Change Directive or a Champc Onkx will be issued as provided in Article 10 to rdflw and document such c onscguen o m During such time. CONTRACTOR shall be responsible fax the safety and protection of such Underyynnrrutnd facility as provided in .pnrairap}h620. CONTRACTOR Atall may be allowed an mercnse in the Contract Price or an cxterAion of the Contract Times, or hoot to the OuCat that they arc attributable to the existence of any Urdergroud facility that was not shown or indicated in the Contract Documents and that, CONTRACTOR did not know of and could not reasonably have heal expected to be aware of or to lave anticipated. if OW'NnER and COMAC" f OR are unable to agee on entitlenidmt to or the amount Or lengilt or any such adjwxnent in Contract Price or Cmtracl ,rimcs, (..ON'rR-ACTOR may make n claim therefor as provided in Articles l r and II However, OWNER, F,NGiNEF.R and FNGfNErR's Consuliants shall not he liable to VOINTRACRA for any claims, casts, losses or damages incurred tx sustained b; CO\rflUXCTOR on or in connection with any oh r project oranticipated prNcct. Reference Pointe 4A OW\lilt shall lwtwicw engineering stxveys to establish relcren ce points for construction which in fidvMEMs judgment are nece=ry to enable (Y)NI'IZACfOR to pmaetl with the Work - CONTRACTOR shall be responsible for layirg out the Work, shall protect and preserve the esutblishal reference points and shall make no elatiges or rcWatiou without the prior written approval of OWNER CONTRACTOR shall reptvi to UNGiNHUIZ wh encver any reference point is lost or de."ed or requires reloo.;tion because of necessaty change-, m grades or locations, and shall he responsible for the accurmy replacement or relocition of such reference points by professionally qualified pelsonnel. 4.T AsNwrox PCBs. Petroleum. llnuirdous I Pii fe or Radioactfne ilatcrial. 4.5.1. OW IhR shall tie, responsible for tiny Asbd:slus. PC13s, Petroleum, HarGlrous Wwae or Radioactive Material uncovered m revealed at the site which was nx shown or indicated in ftrawitn6s or Sptcifturtions or identified in the contract rkx:uments to be within the scup, of 1he Work and which may prescnhl a subsui n al ddangcr to petsota or paoppeefty csposxl thereto in co ricction with the Work at the site M-NOW shall not be regxvnsiblc Gram, such materials lxoght to the site l>\ CONTRACTOR, $uh vrietoee. Suppliers dr anyone clw fur whom CONTRACTOR is responsible. 4s3--Ff nikFreeegjt-of smolt s}xaml-xwHat natfc CoNfRACTOP-does-tint-agrcv to-resurno-such-work ixstd-en-a-fexserhebk-beheC-it-i4•tmsaf�Rar-nut egret--to-raunre--such-A4arl;-unskF-auelt�peein{ exhmlitioirs tlaeet-Ot�"viiR-may-order-awh-TaxtxHt-of th�WMk-drat-is-in-•cannectiat-xtith-stx:h-Mrnrdaus euraiitiert-<x-in-such-xtlahed-ar�w-to-be-deltoid-treat tltr W arFz--t�911^ll : R-and-(-;()�f Rr1�f t)Ii-contra agree usto entitleniem to or the amhount or extent -or -on edjustmeiit,i+�wty; iirCertvaef-Rice-aFf�tintnet�imes aata-resddti 4 dAetatg-mrah-part ionof-tha-Work-their either porty-may rnnke mclnhu therefor as provided ill Aftieies-l-I-teml-1?-QWNE-mey-hnve-stttdrdeleted partion•0-theOW'NER.'s-own forces or-tnhcrs-in-accordkuce with AAiele 7, .i=W—}st-the-feNeat-aaieitt-Ixrnnited�w-L• xws-coal Regulations; OWNER- slsall--axkntrtifc--nal hold harmless-._--.- CONTRACTOR:-- $ulxCOmrtt OM &ti6t?iF£R-E!<C�Il�fsFiR� d�xn�+ltrmtx xnl--rbe oftivers,..-directors--employees• agents. other consultants -autt-subduntnativs of -each and :any of them -Goal -and -against toll -claims. costs;-Iusws-+and damages--arisinq..ewt--of M--resuhh)g•-frcitt such haahnluuarcou66dtt ixdWidd-that-(�xny�uehslnim: vest --loss or tlenrage is xtttibuteble-to bodily injury: saneness tiara iasaeaeattoFlo-aaju toga-deamcht'+ of-txrtgiblo-pity-(attar-room-the-ti'erlt-itself: irtcludinp-tire-loss of=-use-resedtitt� thetefirmA And (h)•nulMrtE in•1t�•suhpttntgreph 4:5:4shall obligate OWNER-lainensnilj nm jarsunor ontity Titan-aml xgainw-tfxr•sxnsrquerx:ca-u[�hxd-persduis-er--.nuiry:s ONVII M-AhgeMN.' 4:5-5--The-provisiura-af prragmplu-�:?+utd-lei-.are rxx-iitxmdecl-tat-applytEr-isl.rsto�-Pal uw,-Pttrt�letmf }laedrtkws-�4ash•-eFRatliuua:l ivc-?dnierial-tem�iv cn�tl ex-roveoWd at the site: K7CUd: diE�r7d,W N`ttx'neiti 1 vw.'t I OW EeMMIV u:' nry or• rextr d-ouat s sidxnru an'io��s easy a n_datut ARTICLE S-BONDS ANT) IMURANCE Prrfvrmance. Poyment and Other Bondr.• 5.1. CONTRACTOR shall furnish Performance and Payment Bonds. each in an amount at least equal to the Contract Rice to security for the faithful pe4kxman0. and pavnhea of all CONTRACPOR's obligations under to t 6nract Documents. These bends shalt ranain in effect at least until am year alter the date when final payment becomes due. excert ns provided otherwise by 1 caws or Regulations or by the Contract t)o unlents CONTRACTOR shall also furnish such other Bonds as nre required by the Supplementary Conditions. All ticmdr sfmll be in the form prescribed by the CoNraet Dauments accept as prmidd otherwise by laws or Regulatiom and shall be oteecuted by such sureties as are mumd in the cuncnt list of 'Cca Immes Holding Cenificales of Authority, as Acceptable Sureties on Federal Bemis and as.. Acceptable Reinsuring Companies" as Misled in Circuinr570 (;amandc) by the Audit star Bureau of Goverroncm Fuhancial Olvrations, U.S. Trensury Department All Bonds signed by an agent must be aa.•ompanitd by a certified copy of such ngents authority to act. 52. If the surely on any Donal funtisliedl by C()\rf ttA(:'fOR is declared a bar krupt or bernmes insolvent or its right to do business K terminoted in any state when aiw port of the Project is located or it ceases to rac,q the rtquvcancnts of paragraph 5.1, CONTRACTOR shttil within ten days thereafter substimc another Ilond and surety, lxnh of which must be neceptaltic bi OWNRiR. 5.3. Licensed Sxrefies and Insarers; Certificates Of Insumnee: 5.3.1. All Bonds and insurance rcquired by the Contract f)tcmnents to be purchased and maintained by OINNT-R it CONTRACTOR shall be obtained from surety or insurance eolurnnies tlmt nre duly licensed or authoriled in the jurisdiction in which the Project is located to issue Doitds or insurance policies kr the {omits and ettt•eriapts so required. Such surclgg and insurance companxcs shall also meet soda addtic nd requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. ('0N7'ftACY0R shall deliver to MINIM with Dories to cudh nddtiotml insured identified in the Supplomcnutrn Comitions• certificates of inartulce (and other evidenec- of insurance roquvstcd by O\VNry.',R or any other Additional insured) which CONTRACTOR is mVAird to purchase and mnintnin in accordance with pnragrtph 5.4. OWNiR- shn11 deliver-lu--6d�T RAC=t9R--wikh�nplew-lei--do+th additional •insured- ija"Ied-in-U u-supplenx•Mxry EdaaliFier-droAiGoalts--dn=instdrdanu-(and--art her taiJencc-uf-insuntrk�satpdestcJby-FOYl I�\l�•FJR r+r-any-Drat--adihvaaxi-nmaredr-whialrF)r.�'�:E<lt-K rcyuind-tatwrchxs�xnJ-irtxintxnt•in utveKIxnee-with paramphsa.d And 5 7 hereof COMMA CTOR'sLiability Insurance: 5.4. CONTRACTOR shell purchase and maintain such liability and other insurance as is appropriate for the Work Ming perfi rmed and furnished and cis will provide Protection from claims stiff forth below which may arise out Of or result front CONTRACTOR's performance and furnishing of the Wok and C-ONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnishes! by COIA"rRACTOlz, any Subo:onl actor or Supplier, or by anyone directly or indirectly, employed by ran of dfem to perform or Itirrfish any of the Work, or by anyone for whose acts am' of them may be linhle: 5.4.1. ehaimS under wotkcri eonpenstttiom tliwbilily bcwrlls and other similar employee benefit acts; 5.4.2. claims for damages because of bndi = injury, occupational sickness or diseax, a akuth of CONTR-ACI'OR's employees; 5.4.3. claims for damages because of hodily injury, sieknem or disease, or death of anv person oilier than CONTR ACTOR's employees; SAA.- claims --for- damnees--insured -by-- customary prrsoal-injui�linbil itt=eeweraee-\vhiel t-are-s(dstained; f+�by-any-t*+rsarxsit-rawlt-of ant-opereirdirestlr-ace iiidirecnly-ralotedl to-tlro-employmentof loch -person. by F_().W=Rr\(;=1{-aR-(i�-tiff-} by--anr�xix=Fltersoti-I�nny otfieFrenson; 5.4.5. claims lie damages, tiler than to the Work itself; becmisc of injury to or destruction or tangible propclty wherever located. including i" of ise resulting therefrom; mid SAG. claims 1'or dam tg s txcsusr of tnlily injury x death of ally person or prt)�eny dmnage arising out of ow nership, wnership, mntrnn :airxe tx aura of anv, mow notice. ' The policies of insurance so rcquired by this patagraph 5.4 to M purchased and ntaimained sluill. 1A.2 with respect to itnurunat required In - paragraphs 5.4.3 dirmioh 5-4.6 inclusive sent, 5. 9. seclude as additioal inuurcets (subject ill am cxlslonary exclusion in respect. of professionid liability). OWNER. L•Nd31h73[iR. F�CINkiL'R's C'onsuftams aml am• other (x'rxxrs o>r entilics idenified in the Supplementary Conditions all of whom shall be listed as a(kbhon:ll instireds, anal include coverage nix the respective officers and cmphi)-ces of all such addilicaeil insura ls: S.A.S. include the slxcific wycrages and b written ror no lac% than the. limits of liability provided in the Supplementary Coridilions or required N, Lards err Rcgulallooi' Whichever is cre--iter. 5,4-9. include completed operations in5umnce: XJCIX: (XNL lAt. C C=..Nnl'Itgstg 191u.S (1 `),)Q fiat(ien) act(7'IY (1F F(iN'r I'd>LLt\5 \I(N)Irt(':\7lU\S (1tFA A21xeq 5.4.10. include contractual liability insuntrice covering CONTRACTOR'S indemnity obliyy,ations tinder paragraphs 6.12, 6.16 and 6.31 thro Igh 6.33; 5.4.11. contain n provision or endorsement that the txnverage afforded will not be caturolle(A materially changed or renewal refused until at etist thirty Jays' prior written notice hits boon given to OWNGR and CONTRACTOR and to each otherauklitiomal insured identified in the Supplemenary Conditions to whom a Certificate of inwrainiee has been issued (and the mrtirwates of insurance lurnished by die CONTRACTOR pursuain to paragnlph 5.3.2 will so provide); 5.4.12. renutin in ell'eet at least until Brad puyntut and at all times thereafter when CONE RACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4,13. with respect to completed operations irnumuce, and any insuranee coveragc written on a claimsmnde brisis, remain in elFect for of least two hears aller Lineal paymem (,and CONTRACTOR shall furnish OIVNFR and chili other additional irviured identified in the Supplementary Crniditions to whom it certificate or insurance has been inuctl evidence smistridory to 0412vZiR and any such addilinil inured of continuation of such imumncu at fired Payment and one year therenfler). 0114NER's Liabilitr• insurance: .5.5. In addition to insurance required to be provided by CONTRACTOR under pdimgraplt5.4, O<XrlTR. at OWNER's gwit)M stay ptniiww and maintain at OWNLR's egxrsc OWNER'S own liability insurance as Will protect OWNER against claims which may arise Boat Operations under the t_otmdx Documents. PropeM- Insurance: 5:6,-- lnlle'ti, olerwise provided in dx Supplementary Conditions.--.OIa NFIt---shall purehnse. and - maintain txHperty-arxtmrtetupra-the-lr:xrte-at-Uee .itcurthe-amdwnt of -the hill 'replacement Cost thereof (subject to such deiductible--amanas ads --may -be providled in -the Supplementary--Gotylilions or--rewired-4w Lases -and Regulatias)- This intsumtu:e slatlz 5A.L inc-tutde - the interests ..-of OWNER. t)R—$ulwwxnwtws— tie\ 4. NTL'lz_ Ei;6ieVTsGRs-C unsultatts-aril-acry older divwit er entities ides tifletd in the Suppltniertan= Coltlitiors, each ofwhtnr is deemed -to hnvaxn-insurablrinterest lmrdshldl be listed as an-i sured ix-ackhtioml-irisunred; 5:6.2. be -written- on -a Buldet's-Risk -"ell-red:" .o r+pen-peril-d+r-gxsinl-detest, � ofla�s-pnlidy-l-aura-thxt shall-at-least-ittclutk - insumnrcc-fttFpluxia xl-Iss+-a dxmxgris4fir.-Wtxk= tttnlurare--hxikhn3�-Inlsewark send!-It::xk-ix�m resit-xrtd-stall-inw ra-xe}timt-xNcxst the followings 1wrils: lire: lightning- extended ooverage •-theft.-vantlalis"ivLi• malicious-YaWlief-. earthquake,-Nellagar tkhris removal-�antu)ition ocoasioiwd-ttrtmforcenaeat-of LWNS-and44gutatitms: tvotNr-alanraga-and--strait--atht�-Pori 4x-aa�nay-lx apeoit�eN}�•regtlira iH� 5.G3.-ineluda-arpamx�-itreurred-et--the-repair-or raplm�amrntofotty-insured-praprrtY{iltaluclirgtFwt-!wt limited--to--teas-and-clrerges--ef-artgin,eFs--and architects). 3 4 town matetals artd eytFiplrtmFslorttl aHkt site tx tIMHFYs-ag ted-to-m writing -by LR-�1FIl�F-Ht••llalp$-Inafk}�afttled--Irfllia-i�'OFii_ rirov,de4thatsuch-materials-w4equlpment-have been +peEudetl-in•en-�tptiextion-Cw�•Femtent reeommeaded bvdi?JFiI?iGl'sR;'Intl tE+ _s-F�mx'IMninet�imetl'vst-until-timtl-pt IymtmHs pMda-Hnlem-etiKh4 dt thing-day-,I-vrFitten-notice-to-ench-ether-adttitiaml ittsorad-Hs•wlwm-a-cea�uete-ttf-insuranerlats-txea issued: x:7�(�W,� shall-ixrreHHase-end-mninlaitt-mrelt-{xtiler mid-tml ehilteryirtwtnnca-ar-Ndditienn I-progeny-insuraitea os-may..Ba--requlrcd-by-thrSu�tlummingr-Faxht Ions -ix bows-aml-R2gnMtiturrwhieF�wi1}-iltehtdt-the-intartstw-ut C-}LMNS l A4Rlb4�f�+riuheedFaHacs-is 7F:4V}sibi$ liNtilNliti"C-mxulwnL-and-mty-other-prrsemor entities idaaifia3•irfdte Stg�pletttenmgK�anditienk-2aelrol=+vhwn is-dtemad-tu irpnrnn-utsttmhia-iMertstnrxl3ln ll-lie-Figrecl-r�s nn-insuredtx�tdditioml-itmrrzt6 -.9. "r."a.palie9aroftit9eretwx fond tltceeFFiFteatesex mlxtr-aviderw��-tharaolj-FequiFecl-Io--6e-yatre9n�ai-tuxl mailnained by-rAVINMWin-occordance with pmgmphs 5.6 and S-}-wiFFeanutm-trprurisian-nrerxkra>eniant-Ihel-Ne coverage nRtxttud-wilhnot-W-earwiled-ur--materially dimVed or-remmal rrfuwd-until at -least -thirty dnys-pFiar written - notice .... has ---been- -given- to-0A4'?%TR end EXh,}:1=ltrlt.'-FOIL and-to-aaalt-oUer-additis�rrtl-nuurecl-ta when, a ccrtifitxtt«f-itxttnmaa-hoc been -issued and will contain waivrr----pre isiorls---k- - accoAlanre- with ponVmph-$4+ 5.9. OXYN[R 4mll not be rcgxmss-t+le lie p 0msing and maintaining nrp' properly instum,ce to prolett the interests of COufRACTOR, subcortimctors or others in 1he-"k4othe-asent-o"ny-tkdtxti'IFI"nkxrnts-thR"re idemilial-in N,e-Supplemetlaty (:'antlitiass:--1'hu risk -of krN-within�uch-itkvnHti9�Fl+kvluatrbkamwtnt;-will-brlxxtx� t +.TR�fFO[��uhsonkecltx+3F oAler'Fauffcruw--uny talti,-kiss -and -if-any-of-tltam � wishes-Itroptvty-inAtmna; coverage -witf in• dw-limits-of-lath amounw; each -may ptucha9e4ind maintain-i"whe purr; moves own exprnw :--to- .. -1! 'A.'O%N:ILAGFOR:• rt9' mm3 m wFitirlg'..that-other y7, arjal jFtAr[gnrr*-be�iFwltldtxl in-Nrr-pFa WFly-tawnance poli ties-provided-uader-Nmgmphs--t6-vF+.7.-Ou-' 6R Shah-if-litY�91I11h-IIIaIFYta--Qh.`lT-nl-wlMndr:-Nr1EF11M-ecl9 thurcrrf--IIt- Ix-lrtigmddu-V.X+ W-TQR-ley-appropriate Change Order ar- Written Ameodmem. Prier to l:K:llt: <:>:NC•R1L t'UvU1T1U.�-5171t'.Y i 17io t:Jiiatr it) NY! 011 VCAT roe r(7(x.r.lt�ti\10DIIlCr\I'IU\tilltl•:4'r•'Ulm rx>mmencemanFpf-lha-Nark at -the ana; C}�yVIiR shaN�m writing-advise-6'91V�Rr1E-'T•9R-x�rlteFt�m>F-sttcht+thrz irnumnta-hasbeen�roc;urrd l�-0w�3b[b S.Lb----liroivewfRy hI.* insumnca-h.Fustea-eF-dhenvis, lmY'Ible wxkrrmy pol'wy-sn issued - -waiv e-all--FighI9 (ghat CONTRACTOIA-- -. "'Snleillltmctors; IL%G FR-L'•33E;IFTEERR-C-:onsultaeHs-afKF-I officers din ctors;-.mpb}ras arid-ngatNs ut=ally-ol' Ihent.-ftx: �r1-1:11:--las4dua tof>usrrtess-uilztruption= loss of -ace -or other -eonsequerxinl lots -extending bapmd-direct physical ---loss ,x danmgo-to t�iY•4'IsR=a-rropniy-or--rlx-►York-eNtwed--lt�: arising ten of or resaking-frxn tiro or-Wkwpenl. whella'rorant-manedby-OW' MM.'Intl -5A&2=: lass or-damage-lo the--compicted Projcol-or-pan-theroofceus+xl-by. nrisirn_-etd ufc+r rewlting Gan-fire.x odier imumd-perilcovered by-Nrly-txaperlY--rnSl1FNM{e-n1N/MN1 faYi-iMr-lbr colnpktrd-Nrajeck-tx-pnFt- thertef-l�-O�WW"sii during pamial - utilization -pursuant 10 pnntg rph-14:10; urle[-SubslxntiNl•Lomplelim pur.VAW 10-paMgrnpll 14 8 or miler -full Implenl pup.,tnmt to.1mragrxph-14-13: Any-insumme-poia -maintained-M-OW?4MR-txivenre tray-Ivs �c4anaga or •oonxytlential kss attired -to -in -this pan,eFaph-fi-I-I3-sheN-a,,rNam-Ix.»�it9intw.-totlte•etl2et-tlwt m the erenl-uf--peynxm-of-any-such-lasn.-dNmagr-ear cormev*,entlal- Im -tle inmrrers -will Im•e -no Hain of- rectwerv-asainsi-any of-6C�tNTR:At 6)R-SubctxaractOrs: 1�376�FBR's�anwltants-grub-th�elp'raawc directors. rand-aenrtsa>Fany uEth�mt Receipt and Appficatian ujinsrrronee Praceer(r.• 3.12. Any insured loss under the policies of insurance required by panAmphs5.6 and 5.7 will be adjusted with OWNER and made pntyable w OWNER its fiduciary for the insureds, us their interests may appear, subje x to the reepairements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account may money so received, and shall distribute it in actiordance with such agreement as the parties in interest may reach Iran other special agreement is reached the damaged Work shall be repaired or replaced, the moneys So received applied on accxtnl thereof and the Work and the coat thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWINMR as fiduciary shall have power to adjust and scatle any loss with the insurers unless one of the parties in interest shall object in writing -within fililm thys afux the occurrence of lost to 0\VN9R's exercise of dais power. If such obiection he made, OWNER at fiduciary• shall make wulcmiax with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the panics in interest is reached. Ot4TQHR as fiduciary shall -adjust aril settle the lots will, the insurers an.kk-il=ref4io,m 4w-"iirg74"ny-party-.in uuereK-OL\--NLlt as fnduoiory--shall-give-bond fir- the pny,er-pxrf,armance-of suelvdul Ms. Acreprance ofBwtdr and Insurance, Option to Replace 5.14. If till,rr-pony- f6Wa�1CI� ar (111 1 ETOR) OWNER has any oxyection to the coverage afforded by or Mier provisions of die Bonds or insurance required to be purchased Ind maink UK. the ether —pony CONTRACTOR in accordii will', Article 5 on the basis uF tort{txJi,rmalxng with the Contract Dcumens, the objecting party shill -so rxxify-thtother party QIY:�t k%vill txydj C_UVJ'I:Ar,C(.C11t in tvritut.4 within ten fifteen okays after receipt ticliiNry or the certillcnes (or -other ovWnce requested) to ()U.1R_ is required by parngnph ? 7. ^�,"�•_R-end-F.l'-FRr1Fi'[end-shxl�taeh-prewrdrte-the other -suds atklnionnl infoxnwtion-in respeel-Of iltswance Irovidnl-as the other -may reasonably request:-Ir eithr party Jcxs loot-Iwrchast-er-mainain-all-of-rite-Bertris atxl ursurmtce requiroh --of - stwh-pMy -by-die--rattrxct TXxoments -S ucch -party ndnxll -notify the-rNher party --in writing of=such l'nilure repurchase prior-to-thc slaraol the a\?ark-or-xf-,plebe-foilare-ic*inxinWin-pxiutttaxny-21ttu,gu-in th,erctiluirecce,vtragS 4itlawfpreltndicrleany-Wwf-rir;bt ox remedy; de other -pn lY racy -elect 10ON111mepaivalcmt BondsOfinsurance to protect -such other -patty's interests at thotxpxnse of the -(arty who ins-recpuirtol-to-provitk such efyerNl:'C; NFai-i��hlrl�+l'-�,rJCf-5hNll-bet-t%112J-Ifl-BJJUbt-llt. Contract Privc neorthn gly. PnrYird L'I/lirnriun--ProprrtPlusmm�c-e: ..15. If u\V\T•.R fuxls it ncussary to Occupy Or use a portion or pxrums of die \fork prior to Substantial recur GI-NEIA.M. Ce xtr 11OX51 alas tt r�) L•'lliti �q a: Cl'll'tur rr.a{Ti'ULLIXS N0Irr1C-A I -IONS rxeiy IQIXN)) Completion of all the 4Vork, such use or occupancy Out be accomplished in accordant itith paragraph l ►.lt} provided that no such use or occupancy shall owmmnncc before the irstrers providing the property insurance have acknowledged notice thereof and in writing effectod any changes in coverage necessitated thereby. The insurers providing the property insurance doll consent by endorament on the policy or (alicien, but the property insurance shall not be cmcellc{1 or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTORS RESPONSIMUTiES Suprnisio n and/ %openniendenee., 5.L COMPACYOR shall supervise, inspect and direct the Work competently and efficiently, devoting Such attention thereto and applying such• skills and cepertise as may be necessary to perform the Wank in accordance with the Contract Documents. CCLVnuicIOR shall be solely responsible for the means, mcdanl.0 techniques, sequences and procedures of construction, but CONTRACT OR 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 sMnvn or indicated in and oxprettly required by the Contract Documents CONTRACTOR skill be responsible to sec that the completed Work connplies accurately with tlx: Contract Documents. 6.2. CONTRACTOR shall keep on ale Wok at all lines during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINTi:HR extxpx under extraoducry eircututtareet 'fix: suulx:rimcndem will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All oummutnicaliotr to the supcnnlendent shall tie as binding as if given to CONTRACTOR. iwahar, ;4lnreriab and Erpripmenr. 6.3. CONTRACTOR Shull provide Lornpelenl. suitably gmtlipied personnel to survey. Iny out and construct the Wok as required by the Contract Documents. CONTRACTOR Shall at sell times maintain ^ood discipline and Order at the site Lnxpl its otherwise repaired air the safety or protection of punwns or the Work Of Properly at the site or adjaoc at thereto, and except as otherwise indicaed in Ito Contract lh eumentt Oil Work al the site skill be performed during repular working hours and CONTRACTOR will not permit overtime work or the perfonmmce of Work Ora Saturday, Sunday or any Icbml holiday without uW.\;ER's written current givon after prior written notice to fiNGINE-r-R CONTRACTOR shall sudatit retacsts to tlx -\'GT.'NtEFR polo,,; Ihan 4l hours in advance of at work in hr. arc ro mtxl on Salurd:n•, Suntk{y. }fciliJ rs w outiiok t[e RcaulartVcrfcina Hours. 6.4, Uitle . othtneise specified it the Gentml Requirements. CONTRACTOR shall famish and assume full responsibility for all materials, equipment. labor. transportation, cocisstnu'tion uVipmem and machinery, tools, uppliancs, fuel. power. light, heat, telephone. water, salary facilities, temporary Ceull ies and all other faeilitirs and incidentals mr mitry for the frtmishing, perfortmince, testing, slag -up and oosapleticn of die Work. G^�.1. Pttrcimsinr ttptrntiom C�[�fRACI OR mtt91 ctatl. niv with. the (_ids twrchnsire restri tins A v of it . rewlutiotu are available fax review in the otiteas of the purchasing end Risk Management Division or the City Clerk's office. G.a '. ('ement Rcgridioruz. City of tort Collins Resuliuien 91-1^1 fediaies that suIXdia%��al vindaoers n cement or nroduw oontaimirg_umem to ce . ry that i4u t was not made in cement kibhsss that bum hluxudna.4w 0 aaa fuel_ 65. All materials and cquipment shall be of good gwllity and new. except as otherwise provided in the Contras Docunnents. All narmatis and guarantees specifically called for by the Specifications shall eq rc&%1Y run to the berteftt of OtV'NER. if required by FT GML F.R, CC1N'I'RAC.'I'C7k %loll litmish satislactary evidence Cincluding reports, of required tests) as to the kind and cpiality of materials and equipment All marterials and equipment shall the npplicLL installed, connected. erected, used, cleaned rud conditional in accordance with instructions of file applicable Supplier, c\ccpt as otherwise provided in the Conmact Documents. Progress Sehedute: nib. (X*rfIUV'f01( skill aderc to the progress schedule established in acaxdlttoe with paragraph 2.9 as it may be adjusted from time to time atsprovided below: 6.6.1. CONUCNCTOR shall submit to ENGI`'ELIZ for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Comrnd Times (ale . fdesuxtes). Stehadjustmamswill tvnform gcncrnlly in the progreati schedulc then in elTea and additionally will comply with any provisions of.the General Requirements appliathlc thereto. proposed adjteunwits in lbw progress schedule that will changes the Contract Times (or Milestones) shall be submitted in macordame with the requirements of paragraph 12.1 Such udjustmenls may only ba made by a Change Order or lVrincn Amemhnent in acoordaiux with Article 12 6.7. SubsrlruresWild "Or-FgNstl"lrtwis. 6.7.1. Whoever ton item of material or equipment is specified or described in the Contract Documenta by using. the name of a proprietary item or the mime of a particular Supplier, the speeiticntion or deurriluim is inti:mkd to establish the type, function and quality required. Cnlesz'the. specification or description IiX:U[: vL•lliR•tl. �'J�UrnOtsy' 191tt.511'17P Emiieoi 1— erlel'IYW"Ft/a'r[llt.trA'a \IPDtI+IC,tl'IONB [7tt:Y'�1?mrlJ contains or is followed by nbrds reading that no like, cquh-illent or "or-Nual" item or no substitution is Permitted. other items of material or cWipment or material or equipment of other Suppliers may be accepted by MW NEF.R and ar the following circumstances: 6.7.1.1. Vr-Equal", If in ENGIiVECsiYs We discretion an item of material or owipmerit proposed by CONI'RACCOR is functionally equal w that named and sufficiently similar so that no change in related Wurk will be required. it may be considered by KNCrINI-+.k as an , or-, gent' item. in which case review and sppruval of Ole proposed item may, in ENGINEERS sob discretin, he accomplished without compliance r with some or all of the requirements for acceptance of proposed suhslituto item& 6.73=. Substiarkhemrs. If inENGINEER'ssole discretion an item of material Or cgrtipmerit proposed by CONTRACTOR does not qualify as an'orequal" item under sublamgmph 6.7.1.1, it will be.comidcred a proposed substtute item. CON'1'RAcrok shall submit suincient information as provided below to allow F.NtiINiF.R to determine that the item of material or equipment proposed is essrntially equivalent to that named and an acceptable substitute tterelix. The procedure fix review by the L•'NGMEER trill include the I'utmving as supplemented in the General Requirements tut! its F.NGINvHER mov �e Jecidc is appropriate under the circumstances. Relluesis for review of prnpoad substitute items of ninterial or equipment will not he accepted I*, FITGiNFTR from anyone other tivut CONTRACTOR If CONTTRACTOR wishes to furnish or use a %ubstilule item of material or apiipnteni. CONTRACTOR %loll first make written application to ENGIN.afiM for acceptance thereof, cenrfyittg that the propose d substitute will perform adequately the functions and achieve the results called for by the gererarl design, be similar in substance to that specified mud be suited to the same use nt that spcCifnd The application will state the went. if any, to which the 041tiatiotl and acceptance of the preqxrsed substitute will prejudice COV17LAl'f0R:s achievement of Substantial Completion on time. whether or riot aaxcplalce of the substitute for use in the Work will require a change in ally of the Contract Documents (or in Qe pro visans of any other dir,d contract with OWNIM for work on the Project) to adkipt de design to the propuMd substitute and whetter or not incorporation ox use of the substitute in connection with the Work is subject to payment of oriy license let or royalty. All varititxts of the lxcupptwd substitute from that specified will be ideutifted in the applitsitiun and uvnlubk maintenance. r}air and replacement service: will beimliattcd The application will also contain an iletniaed tstimalc of 01 ants or .. medics that will resell direedy ex indirectly from aiceeptamc of such subslitule`, including CealS Of redesign and claims of other contmciors nlYeded by the restlhing cliano . all of which will be considered by t-NGfNM in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional clam +both the prolposed substitute. 6.7.1.3. COMRAL-MR'r rocpensv: All data to be provided by CONTRACTOR in support of arty prortowd "oxegml' or Substitute item will be at CUNTRACTORs a-Vatsu 6.7.3. substit ue Construction diethodr (- Procedures: If a specific meats, metho& technique. sequence or prowdurc of construction is shoum or indicated in and ax'praAr regnired by dw Contmct Documents, CONTRACTOR may furnish or utilin: a substitute means. method. teclauque, sequence or procedure of construction acceptable to ENGINI:LR. CO? 'TRACTOR "I submit sulliuent information to alknv I:N(ilNI-lik in P. UNRIM sok discretion, to determine that the substitute proposed is equivalent to that e�prmly called for h}' the Contmel Documents The procedure for review by F,NGINFJiR will he similar to that provided in subparagraph 6 7.1.2. 6.7.3. Engineers Evaluation: F.NGINTF.GR will he allowed a reasonable time within which to evaluate each prolwsal err submttud made pursuant to paragraphs 6.7.1.2 and 6.7.2. ]E tGMER will be the sole judge of acceptability. No "or-egqteal" or subtitute will be ordered, insmllai or utilized without R-MGINI:ER's prior written acceptance which will he evidenced by either a Change Order or an approved Shop I)rawmg, OWNER Mae require CONTRACTOR to runtish al COMfRACTOR's expense a special performance guarantee of other surely with wspect to any 'orwqutl' or substitute L'NGIATEER will record tune required by ENGINMER and ENG1NEER's Consulatms in evoluming snWimtes proposed or suk-dnitted by COMRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in makin, changes in the Contract Documents (or to the provisions of any other direct contract with OWNER for work an the Proiect) occasioned thereby. Whether or not ENGINTER accepts a suhlituic semi so proptmcd or submitted by CONTRACTOR. C(WfR\CTOR shill reimbtase OWNER its the chtmes of L•e GUM-7ER and ENGfNM. 's Consultants for evaluating each such proposed a" item. 6�8� Coneerrrrng Subewnrracters, Suppliers sad Orbem: 6.9.1. CONTR\C'1'(M sledl not employ any SubLonu actor, Supplier or other person or organization (including those ticceplable to OWNER aml r_"NGI: iLTR ns indiczaesl in }wmpnlph G.B._), whether initially or as it substituu:, ugannst whine OWNW or 11GINTRE.R may lave reasonable objection. CONTRACTOR shall non be repuireel to employ may Sutromraoaor, Supplier or other per." or oreanization to furnish err perform urt of the Work aeauat alto» CONTRACTOR has reasonable objection 1;,1('llC tili.�F'R.U. CC!\I)I'nQ,\S to str9)u t>tNigU a"CITY OF FORT('01.1.1N, sl(NJIFI(':n IONS tRl:wd?raga 6-9. CON 1 Rr\t TOR shall per.(ann not less than 2(.) 1}iE?n. �( tVsrl:..wi t ovvtt_forc��slh_9t_jg evdhuut subcv tmfinsl The ^0 (ercrnl recptrircmcnl shall uW.r, ood to refer io tat IX" the value of which tot•. riot des th�r 20 percent of the Contract price- 6.8.2. 13iddlflC Ooeymcnts require the idauity of certain Subwrarautors, Suppliers or other persons or organiratirm (including these who are to furnish the principal items of materials or equivalent) to b: aMtincd in OWNER in advance af-rha yxcified date prior to the EReotive Dote of the Agreement for acceptance by OWNER and HNGINF.FR-and-if F-0 ."Fi2:AEl'AFF--Ms-submitted-e-list-dtsra�f-in anew'eYrrwro-wiUt-tlw-,Stlppbmentery-C-rrtelitiuns,; OWNER's or SNGINHER's acceptance (either in nritirg or by failing to make written objection thereto by the date indicated for acceptance or objection in the bkkling documents or the Contract Documents) of any-arch-8uhsontreeteF, Supplier-er- dwr-pemen-or cxganivatien-sir-it&ntiEed-mxy-kx-revoked-ear-rho lsrsis-oC-ices(rnlrlx-ohjeatien-eAerthw-im+stigatimr, in--which-caw-464)NT ACT(At-401F-cutxnit-an nmetpurMt-soli tituttlx (anuae�Pricr will -Lie adjusted -by thy-ditTerenee ill rh cost (neensicwter�b± mheh substitution-mill-tin-appr(yxiate-Gltonga-Orrkr will-err-issued-err-�Vt3rrat-rinreadrnent-sigtree� tt�ill dpnstilule_a_condition of the C(lntrdU m requng_tlw use ofilk-iiamed iir�ieorircuctxs. sttOplierS or other persoas or omaniation on the Work unless prior written apprrn•al its (Attained 1"norn M% R nnl l'IN(;INliliR No acceptance by OWNER or ENi 1%TER at any intuh Subcontractor. supplier or other person or organization shall conxthute a waiver of any right of OWNER or WGINUER to reject defective W(rk. 6A I. CO\TRACTOR slelll be fu8y responsible to OWNER mal ENGINEIiR for all acts mid (vnixsrons of the Sob 0111MC rs, Supplers and otxr plrsorts raid organizioio ns perrormirte or Burnishing any of the Work under a direct or indirect co mrao with CONTRACTOR just. as CONTRACTOR is rasps lsible lirr CON711ACTOR's own acts and omissions. Nothing in the Contract Documents shut) create for the ire -refit of any Stich Subcontractor, Supplier or other person or organization any WuLructual relationship between OWNER or I1G1PTF.R and my such Subco mrsclor, Supplier or other perxnl or oga»mli(n nor shall it create any obligation on the part of OWNER or ENGINE -ER to pay or io sce to the payment of any moneys due; am, such Sub:ontractoT, Supplier or o tlrer person tx organization wept as may othenviw, be required by Latwsunl RegWations Qu�ER or I;V(i1. tElt muv_ furnish. w any sit cgntraclor. spppiier w cxhyr parson or organizntion ttiidence of amou s —MjJ to CONTRAC-1'01Z in accetrdane with CCj TR,\C'rOR'S"�1 li(:ui(n+ksPavmcrir'. W 6.9.2 CONTRACTOR shall he solely responsible for scheduling and coordinating the Work of Subcordmnom Suppliers and alter Persons arrd organizations performing or furnishing any of the Work under it direct err indirect caaract with CONI'RAC'MR. ComrRACI'OR shall recpaire all Subcontractors. Suppliers and such other persons and organimWis •performing or furnishing any of the Work to communicate with the rNGINL•ER through CONTRACTOR.. 6.10. The divisions and se:tions of the Specifications and the identification or any fbawingt shall not control CONTRACTOR in dividing the Work amung Subcontractors or Suppliers or delineating the Work to he Performed by any specific trade. 6.17. All Word perrormcd for CONTRr\(TOIt by a Subconu letor or Supplier will be pursuant to an aapppprrot+ppr�. to agreement betwecnt CONTRACTOR and the. Sub c1or or Supplier which specifically bins the Subeontniclor or Supplier to the applicable terms and conditions our tleo Contrail Documents for the benefit of OWNER and UNGtNEEK. �t Ixwavcwnn auahwgeament is-widrn-SUbeeatNaator-or-.Supplies-+via+-is-listed-es-an additiamal-intsirtd-on-the-Ixope r--mswaanw-ixrwided-in pnmgmltfts-.�—a—�'.--the—ngreemam—ketwa�en—tha MNTRACTM-and-tlte Subeonrnetor-or Supplier -will Parent Pee.randRowlNe: mil_'. CONIR.ACI'OR shall pity all license fees Bill royalties and assume all costs incident to the use in the per timaiannce of the Wed: or tie 3neorpomtio1 in ilia 1Vork of any mventiot. design, irroceu, protbai or device whia is the sULyect of palm rights or copg rights hold by odmers. Irst particular invention, tJcsigpi ptuaxv grabuel or device is spre'Gtd in the Contrail Decurne»s for use in the WrIormnnce of the Work ore if to the actual kmvied4c of Ot\ A.'R or ENGIIQL•Eit its use is subject to patent rights or oopyrigtts calling for the payment of any Neese fee of royalty to others. the u%isterce of such rights shall be disclt.-sal by OWNER in the Cutmmet Doeuracm To die fuller csrerd permitted by Laws and Regulations. CONTRACTOR slwll indemnify micl hold harmless OW_1T.R. L-NGINIIiR. EN(11141 `R's Consultants and the ofrW.U. directors, employees. apents arty other consuluins of each and any of Them from and aagainst all claims, costs. loaves and damages arising out of or resulting front any inJitag carea of pxatcrit rights or cupvnghs incident to the use in aha: p>L•rfurmanoe of the Wort: or resulting from the intwpuration in the Work of any im-entiom, design. process• product or device not specified in the Coauraet Documents. F:Jt.'1)(: dil:�l•7(.1L C'rJi�UlTriti� I'J IU.'d i n')Ye E3aiaal 14 w'OT'UI'YeIR'I't'(11.LIKS �IbDIrIC:\l'[ti\511t1eVIRaFloa Parnrirs 6.13. Unless othamise pcwvaktl in the Su mentaryry C i itions• CONTRACTOR shalt "in a pny for all construction permits and licences. OWNER shall assist CONTRACTOR. when necessary, in obtaining such permits and licenses. CONTRACTOR Mall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable nit the fitne of opening of Bids, or. if there uni no Bids. on the Effective Date of the Apro cmim. 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 Larm and Regm1adors. 6.14.1. CONTRACTOR shall give all notices and mmirlyy with all Jaws and ReSuIntions applicable to 1'urnisln ng and perfan numv of the Work. Except where otherwise e%xessiy required by applicable Lairs and Regulatiom neither OWNER nor F,NGJNF.Rk shnil be resptnsibla for monitoring CON•rRACI'OR's ammpl'tance with any laws or Rcgulatitsm 6.14.1 If MNTRAcTOR p erfonns any Work - knowing or having reason to know dint it is contrary to Iaws or Regulations, C'ONTRACI'OR shall bear all claims, costs, tosses and donnnges caused by, arising out of or resulting therefrom; however, it shal I not be CONTRi\CTOR's primary responsibility to make certain that the Specification and Drawings are in accordance, with laws and RegulnWils, but this shall nor relieve CONTRACTOR or COsYTRA('I'OR's obligations une parnra ph 3.3 2 Taxes. 6.15. CONTR\C"TOR AMU ply all sales, esmostmer. use and other sdnilar tuxes oequred to be paid by CO\*1'RA4fOR in accordance with the Iuws and Regitintion of the place or the project whidh are W. kabte during the performance orthc 1\rork. u 151. ORTIER s oxen Gum Cutomdu SWNO nnl local >aks anti _U-si t:LeCS.,mn mltsTalls. tp lxgx .-niumentlr. ire t7pralel into U!e projtwt.. Said taxes Shall ran be iircluded in the CcuttOct PYN0. :\ddresr ('.olanek) DLc artment of Rcv�lw State c'nl>ital Ann x