Loading...
HomeMy WebLinkAboutBID - 5912 OLD TOWN SQUARE AND ALLEYS PROJECT13 Cixy of Fort Collin" ADDENDUM No. 4 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 5912 Old Town Square and Alleys Enhancement Project OPENING DATE: June 16, 2005 (Our Clock) 3:00 P.M. To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Questions and Answers: 1. On drawing LS101, there are references to the "Swirl" pattern being both granite and concrete pavers. Answer: Manufacturer: Granite Paving by High Tech Architectural, 2950 Jefferson Street, Suite A, Riverside, CA 92504, phone 951.785.7592, or approved equivalent. Paver Style: Rough Hewn Paver Dimensions: 4" x 4" x 2 7/8" thick Finish: Rough Hewn ASTM C-97 - Absorption by weight: 0.40%, maximum ASTM C-97 — Density: 160 Ibs/Cu. Ft., minimum ASTM C-99 — Modules of Rupture: 1,500 psi, minimum ASTM C-170 — Compressive Strength: 19,000 psi, minimum ASTM C-241 — Abrasion Resistance: Ha=25.0 ASTM C-880 — Flexural Strength: 200 psi, minimum Granite paver colors: G562, AG-HZ and G682. Contractor shall supply 2 square feet of each color for review and selection. Owner's Representative will select one color for entire project. 2. What is the color of the sandstone used in Tenney Court? Answer: All sandstone pavers and sandstone veneer shall be Loveland buff quartzitic sandstone to match color and physical properties of sandstone specified in specification section 04860 — Stone Veneer Assemblies. Finish for all sandstone pavers shall be sawn finish. Color for all sandstone wall caps, stair treads, stair risers, and plinth caps shall be red tc match the existing wall caps in Old Town Square. Maximum Absorption 3.0% ASTM C97 Compressive Strength 10,000 psi minimum ASTM C170 215 Nortll Mason Street • 2"" Fluor ^ P.O. Box 5M + Fort Collins CO 80522-0580 • (970) 221-6775 • FAx (970l 221-6'0- www.fcgov.com in ifs N 00 I N TUBE STEEL J-BOX (BEHIND). PROVIDE A CLEAN AND WEATHER TIGHT CONNECTION 3'-42" BETWEEN J-BOX AND LIGHT FIXTURE 3'-04" LIGHT FIXTURE RE: ELECTRICAL 9" REUSED HINGED SIGN PANEL (1) 1 FROM EXIST. KIOSK. VISION PANEL BOTH SIDES I SIDE FOR TENANT LIST, 1 SIDE FOR POSTERS. REPLACE (E) POSTER TAPING SURFACE. STEEL CHANNEL SECTION FRAME (TYPICAL). 1" STEEL PIPE WELDED(TYPICAL). �C4X5.4 4 X 4 TUBE STEEL 12" CONCRETE PIER A ELEVATIONS i 31 A102 1/2 =1 -01, OLD TOWN SQUARE / ALLEYS ENHANCEMENTS A DATE 06,08,2005 PROJECT NO. 04030071.01 SCALE Y2"= 1'- 0" KIOSKS PARTIAL OF 2/A102 TWO SIDED KIOSK S K-2 INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of -- Bonds and Insurance.......................................5.14 defective Work............................10.4.1, 13.5, 13.13 final payment ......... ....................... 9.12, 14.15 insurance 5..14 .......................................................... other Work, by CONTRACTOR ..........................7.3 Substitutes and "Or -Equal" Item$......................6.7.1 Work by OWNER,,,,,,,,,,,,,,,,,,,,, ,,,,,,,2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................................. 4.1 site, related Work .............................................. 7.2 Work, ..........................................13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR...................................6.9.1, 9.13.3 ENGINEER .......................................... 6.20, 9.13.3 OWNER ................................................... 6.20, 8.9 Addenda --definition of (also see definition of Specifications) ,....... (1.6, 1.10, 6.19), Lt Additional Property Insurances ................................. 5.7 Adjustments -- Contract Price or Contract Times ...........................1.5, 3.5, 4.1, 4.3.2, 4.5.2, .............................4.5.3, 9.4, 9.5, 10.2-10.4, .........................................11, 12, 14.8, 15.1 progress schedule, .................... ........................6.6 Agreement -- definition of......................................................1.2 "All -Risk" Insurance, policy form............................5.6.2 Allowances, Cash ................................................... 11.8 Amending Contract Documents ................................ 3.5 Amendment, Written -- in general................1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2 _...,6.8.2, 6.19, 10.1, 10.4, 11.2 ...................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ..........................9.10, 9.11, 10A, 16.2, 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER'S Responsibility ............................... 9.9 final payment .................. 9.13.4, 9.13.5, 14.12-14.15 in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5 progress payment. ..................................... 14.1-14.7 review of.................................................:14.4-14.7 Arbitration 16.1-16.6 ...................................................... Asbestos -- claims pursuant thereto..........................4.5.2, 4.5.3 CONTRACTOR authorized to stop Work,,,......, 4.5.2 definition of 1.4 Article or Paragraph Number OWNER responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4.5.1, 8.10 possible price and times change ....... ........... 4.5.2 Authorized Variations in Work,.,..,,,, 3.6, 6.25, 6.27, 9.5 Availability of Lands ......................................... 4.1, 8.4 Award, Notice of --defined, ...................................... 1.25 Before Starting Construction,,, ..... ... ........2.5-2.8 Bid --definition of........................A.5 (1.1, 1.10, 2.3, 3.3, ........................4.2.6.4, 6.13, 11.4.3, 11.9.1) Bidding Documents --definition of...................................................1.6 (6.8.2) Bidding Requirements --definition of..................I.......................1.7 (1.1, 4.2.6.2) Bonds -- acceptance of....................................................5.14 additional bonds .10.5, 11.4.5.9 Cost of the Work............................................11.5.4 definition of... .................. I., ................................ 1.9 delivery of...................................................2. I, 5.1 final Application for Payment .................14.12-14.14 general ...................................... 1.10, 5.1-5.3, 5.13, ........................................ 9.13, 10.5, 14.7.6 Performance, Payment and Other...................5.1-5.2 Bonds and Insurance --in general ........................ *........5 Builder's risk "all-risk" policy form ........................5.6.2 Cancellation Provisions, Insurance..,,,,,, 5.4.11, 5.8, 5.15 Cash Allowances....................................................11.8 Certificate of Substantial Completion..,.,,, 1.38, 6.30.2.3, ..................................................14.8, 14.10 Certificates of Inspection ...................9.13.4, 13.5, 14.12 Certificates of Insurance ............2.7, 5.3, 5.4.11, 5.4.13, .......................5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances 11.8 claim for price adjustment............4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 ................... 9.5, 9.11, 10.2, 10.5, 11.2, 13.9, ......................13.13, 13.14, 14.7, 15.1, 15.5 CONTRACTOR's fee.........................................11.6 Cost of the Work general.... .........................................11.4-11.7 .. Exclusions to,., ... ........................................ 11.5 Cost Records.....................................................11.7 in general.............1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing. *4 ..... * ... * ........ 11.3.2 Notification of Suret.........................................10.5 Scope of... ..............,,,, ........jO.3-10.4 Testing and Inspection, Uncovering the Work .................................. 13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Unit Price Work,11.9 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment,..,,,,, 4.1, 4.2.6, 4.5, 5.15, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, ............... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits12.2 Delays beyond CONTRACTOR's control........................................................12.3 Delays beyond OWNER's and CONTRACTOR's control.............................12.4 Notification of surety.........................................10.5 Scope of change........................................10.3-10.4 Change Orders -- Acceptance ofDefective Work ..........................13.13 Amending Contract Documents., ......................... 3.5 Cash Allowances..............................................11.8 Change of Contract Price....................................It Change of Contract Times...................................12 Changes in the Work *........ ......... .........10 CONTRACTOR's fee........................................11.6 Cost of the Work.......................................11.4-11.7 Cost Records....................................................11.7 definition of 1.9 emergencies.................................................... 6.23 ENGINEER's responsibility ....... 9.8, 10.4, 11.2, 12.1 execution of ....................................................... 10.4 Indemnifiction .........................6.12, 6.16, 6.31-6.33 Insurance, Bonds and.......................5.10, 5.13, 10.5 OWNER may terminate ......... .............15.2-15.4 OWNER'S Responsibility ............................ 8.6, 10.4 Physical Conditions -- Subsurface and..............................................4.2 Underground Facilities--.............................4.3.2 Record Documents ........................................... 6.19 Scope of Change.......................................10.3-10.4 Substitutes........... ..... ....6.7.3, 6.8.2 Unit Price Work ................................................ 11.9 value of Work, covered by.................................11.3 Changes in the Work..................................................10 Notification of surety.........................................10.5 OWNER's and CONTRACTOR's responsibilities .............................. .............10.4 Right to an adjustment................................I.....10.2 Scope of change, ................ .............10.3-10.4 Claims -- against CONTRACTOR ................................. ...6.16 against ENGINEER.........................................6.32 against OWNER...............................................6.32 Change of Contract Price ........................... 9.4, 11.2 Change of Contract Times .......................... 9.4, 12.1 CONTRACTORs.............. 4, 7.1, 9.4, 9.5, 9.11, 10.2, ............. I............. 11.2, 11.9, 12.11 13.9, 14.8, ............................................15.1, 15.5, 17.3 vi CONTRACTOR's Fee ....................................... I L6 Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work,,,,,11.4, 11.5 Decisions on Disputes...............................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement ................... 16.1-16.6 ENGINEER as initial interpretor.... ..............9.11 Lump Sum Pricing ......................................... 11.3.2 Noticeof..........................................................17.3 OWNER's................... 9.4, 9.5, 9.11, 10.2, 11.2, 11.9 ........................12.1, 13.9, 13.13, 13.14, 17.3 OWNER's liability .............................................. 5.5 OWNER may refuse to make payment.................14.7 Professional Fees and Court Costs Included......................................................17.5 request for formal decision on,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.11 Substitute Items.............................................6.7.1.2 Time Extension ..... ..... .......................................12.1 Time requirements ................................... 9.11, 12.1 Unit Price Work 11.9.3 Valueof...........................................................1,1.3 Waiver of --on Final Payment.................14.14, 14.15 Work Change Directive ..................................... 10.2 written notice required ......................9.11, 11.2, 12.1 Clarifications and Interpretations ............. 3.6.3, 9.4, 9.11 CleanSite............................................................4.17 Codes of Technical Society, Organization orAssociation..................................................3.3.3 Commencement of Contract Times ...........................z.3 Communications-- general..............................................6.2, 6.9.2, 8.1 Hazard Communication Programs ......................6.22 Completion -- Final Application for Payment .........................14.12 Final Inspection. ............................. ................. 14.11 Final Payment and Acceptance ...............14.13-14.14 Partial Utilization,____...... ... ...... _ ............ J4.10 Substantial Completion ......................1.38, 14.8-14.9 Waiver of Claims............................................14.15 Computation of Times............................... .17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others..................................................6.8-6.11 Conferences -- initially acceptable schedules .............................. 2.9 preconstruction................ „. ,,,_._ ...............2.8 Conflict, Error, Ambiguity, Discrepancy -- CONTRACTOR to Report... ........................ 2..5,3.3.2 Construction, before starting by CONTRACTOR............................................2.5-2.7 Construction Machinery, Equipment, etc, .................6.4 Continuing the Work ......... ............ ................. ,29, 10.4 Contract Documents Amending..........................................................3.5 Bonds............................................................. 5.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Cash Allowances,,,,,,,,,,,,,,,,,,,,,,,,,,,_ ... ,,,,,,,,,,.,,,11.8 Article or Paragraph Number Change of Contract Price .................................... 11 Change of Contract Times...................................12 Changes in the Work ........................... I ..... 10.4-10.5 check and verify................................................2.5 Clarifications and Interpretations .........................3.2, 3.6, 9.4, 9.11 definition of.....................................................1.10 ENGINEER as initial interpreter of,,,,,,,,,,,,,,,,,, 9.11 ENGINEER as OWNER'S representative..............9.1 general3 Insurance...........................................................5.3 Intent........................................................ 3.1-3.4 minor variations in the Work..............................3.6 OWNER's responsibility to furnish datq.............. 8.3 OWNER's responsibility to make prompt payment ......................... 8.3, 14.4, 14.13 precedence ................. ......... ............3.1, 3.3.3 Record Documents6.19 Reference to Standards and Specifications of Technical Societies..............................*....3.3 Related Work ......... 7.2 Reporting and Resolving Discrepancies...,.,,, 2.5, 3.3 Reuseof............................................................3.7 Supplementing, ................................................. 3.6 Termination of ENGINEERS Employment .......... 8.2 Unit Price Work................................................11.9 variations .................. ......................3.6, 6.23, 6.27 Visits to Site, ENGINEER's................................ 9.2 Contract Price -- adjustment of ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof...........................................................11 Decision on Disputes........................................9.11 definition of .................................................... ]..It Contract Times -- adjustment of ..........................3.5, 4.1, 9.4, 10.3, 12 Change of ......... ........................... ............. 12.1-12.4 Commencement of2.3 definition of ....................................................... 1.12 CONTRACTOR -- Acceptance of Insurance ................................... 5.14 Communications,,,.... .._........6.2, 6.9.2 Continue Work........................................6.29, 10.4 coordination and scheduling............................6.9.2 definition of .............. ... ...... ........ ........1.13 Limited Reliance on Technical Data Authorized.......................................... 4.2.2 May Stop Work or Terminate............................1,5.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,,,, 7.2, 13.2 Safety and Protection ...................4.3.1.2, 6.16, 6.18, ................................... ...6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal6.25 vii Stop Work requirements..................................4.5.2 CONTRACTOR's- Article or Paragraph Number Compensation............................................11.1-11.2 Continuing Obligation.....................................14.15 Defective Work,,,.....* ....................... .6, 13.10-13.14 Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by Emergency........................................... 6.23 Defects in Work of Others ,7.3 Differing conditions ...................................4.2.3 Discrepancy in Documents,,,,,,., 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated,,,..,,,,, 4.3.2 Emergencies .............................. ....................... 6.23 Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost Plus,,,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee .......................0.30 Hazard Communication Programs ......................6.22 Indemnification ........................6.12, 6.t6, 6.31-6.33 Inspection of the Work....:,,,,,,,,,,,,,,,,,,,,,,,,,, 7.3, 13.4 Labor, Materials and Equipment ...... .........0.3-6.5 Laws and Regulations, Compliance by,,,,,,,,,,,,, 6.14.1 Liability Insurance..............................................5.4 Notice of Intent to Appeal .........................9.10, 10.4 obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds .......... .............. 5.1 Permits, obtained and paid for by.......................6.13 Progress Schedule ...........................2.6, 2.8, 2.9, 6.6, ................I.......................6.29, 10.4, 15.2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities— Changes in the Work..................................10.1 Concerning Subcontractors, Suppliers and Others. ... ........_.........._......6.8-6.11 Continuing the Work ..........................6.29, 10.4 CONTRACTOR's expense .......................... 6.7.1 CONTRACTOR's General Warranty and Guarantee.......................................6.30 CONTRACTOR's review prior to Shop Drawing or Sample submittal.................6.25 Coordination of Work6.9.2 Emergencies ............................... ................ 6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items.............................6.7.3 For Acts and Omissions of Others ............................. 6.9.1-6.9.2, 9.13 for deductible amounts, insurance...................5.9 general........................................6, 7.2, 7.3, 8.9 Hazardous Communication Programs .... ,...... 6.22 Indemnification ................................... 6.31-6.33 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Labor, Materials and Equipment..............6 3-6.5 Laws and Regulations..................................6.14 Liability Insurance ......... ......... ........ 5.4 Article or Paragraph Number Notice of variation from Contract Documents ........................................... 6.27 Patent Fees and Royalties............ I................6.12 Permits.......................................................4.13 Progress Schedule.........................................6.6 Record Documents 6.19 related Work performed prior to ENGINEER's approval of required submittals ............................................. 6.28 safe structural loading.................................6.18 Safety and Protection ......... .......6.20, 7.2, 13.2 Safety Representative...................................6.21 Scheduling the Work..................................6.9.2 Shop Drawings and Samples ....................... 6.24 Shop Drawings and Samples Review by ENGINEER ..................................... 6.26 Site Cleanliness ........................................... 6.17 Submittal Procedures ................................... 6.25 Substitute Construction Methods and Procedures6.7.2 Substitutes and "Or -Equal" Items................6.7.1 Superintendence ........................................... 6.2 Supervision...................................................6.1 Survival of Obligations................................6.34 Taxes......................................................... 6.15 Tests and Inspections..................................13.5 ToReport.. ................ ­ ....... * ..................... 2.5 Use of Premises.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal _........ ............................... 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim,,.._...,,, 4, 7.1, 9.4, 9.5, 9.11, 10.2,11.2, ..........11.9, 12.1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection,,,,,,,,,,,,,,,,,, 6.20-6.22, 7.2, 13.2 Safety Representative.....,,,,,,.I...................... I.... 6.21 Shop Drawings and Samples Submittals ..... 6.24-6.28 Special Consultants........................................11.4.4 Substitute Construction Methods and Procedures„6.7 Substitutes and "Or -Equal" Items, Expense .......................................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Others .......... 6.8-6.11 Supervision and Superintendence ......... 6.1, 6.2, 6.21 Taxes, Payment by............................................6.15 Use of Premises ......................................... 6.16-6.18 Warranties and guarantees ..........................6.5, 6.30 Warranty of Title ................... ...._..., .......,14.3 Written Notice Required -- CONTRACTOR stop Work or terminate ........ 15.5 Reports of Differing Subsurface and Physical Conditions .......................4.2.3 Substantial Completion..,.,,..... I....................14.8 CONTRACTORS --other .............................................. 7 Contractual Liability Insurance,,,,,,. I......................$.4.10 Contractual Time Limits12.2 Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................6.9.2 Copies of Documents ............. ......... ............... 2.2 Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance ofDefective Work ..........................13.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period 13.12 OWNER May Correct Defective Work ............13.14 OWNER May Stop Work...............................13.10 „ Cost -- of Tests and Inspections.....................................13.4 Records11.7 Cost of the Work -- Bonds and insurance, additional ...................11.4.5.9 Cash Discounts ................................................ 11.4.2 CONTRACTOR's Fee.......................................11.6 Employee Expenses......................................11.4.5.1 Exclusions to .................................................... 11.5 General 11.4-11.5 Home office and overhead expenses ....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment„ ......... „_........11.4.2 Minor expenses...........................................11.4.5.8 Payroll costs on changes..................................11.4.1 performed by Subcontractors ......... ...........1.1.4.3 Records 11.7 Rentals of construction equipment and machinery.......................................11.4.5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary facilities ................11.4.5.2 Special Consultants, CONTRACTOR'S ...........11.4.4 Supplemental ................................ ...........11.4.5 Taxes related to the Work............................1,1.4.5.4 Tests and Inspection .......................................... 13.4 Trade Discounts .............................................. 11.4.2 Utilities, fuel and sanitary facilities ...............11.4.5.7 Work after regular hours.................................11.4.1 Covering Work ............... ................................ 13.6-13.7 Cumulative Remedies ...................................... 17.4-17.5 Cutting, fitting and patching ......................... _........ 7.2 Data, to be furnished by OWNER ......... I ............... 8.3 Day --definition of„.....,,,,,..„................................17.2.2 Decisions on Disputes .................................... 9.11, 9.12 defective --definition of...........................................1.14 defective Work -- Acceptance of.. ..................................... 10.4.1, 13.13 E.ICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Correction or Removal of. ..................... 10.4.1, 13.11 Correction Period13.12 in general.........................................13, 14.7, 14.11 Article or Paragraph Number Observation by ENGINEER ............................... 9.2 OWNER May Stop Work...............................„13.10 Prompt Notice of Defects ......... ......... ........13.1 Rejecting .................................. ........................ 9.6 Uncovering the Work.......................................J3.8 Definitions ................................................................ 1 Delays ..................................... 4.1, 6.29, 12.3-12.4 Deliveryof Bonds.....................................................2.1 Delivery of certificates of insurance ............................2.7 Determinations for Unit Prices 9.10 Differing Subsurface or Physical Conditions -- Noticeof........................................................4.2.3 ENGINEER's Review ....................................... 4.2.4 Possible Contract Documents Change..............4.2.5 Possible Price and Times Adjustments..............4.2.6 Discrepancies -Reporting and Resolving„..............................2.5, 3.3.2, 6.14.2 Dispute Resolution -- Agreement ........ ........... ...................... I ...... 16.1-16.6 Arbitration ............. .............. ..................... 16.1-16.5 general16 Mediation 16.6 Dispute Resolution Agreemen(.........................16.1-16.6 Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,, ................... Documents -- Copiesof...........................................................2.2 Record 6.19 Reuseof. ........................................................... 3.7 Drawings --definition of..........................................1.15 Easements ........ 4.1 Effective date of Agreement -- definition of..............).16 Emergencies...........................................................6.23 ENGINEER -- as initial interpreter on disputes,,,,,,,,,,,,,,,, ................. definition of.................................................... 1.17 Limitations on authority and responsibilities,,,,, 9.13 Replacement of .................................................. 8.2 Resident Project Representative ...........................9.3 ENGINEER's Consultant -- definition of ..................... 1,18 ENGINEER's-- authority and responsibility, limitations on ......... 9.13 Authorized Variations in the Work.....................9.5 Change Orders, responsibility for.,,,,,. 9.7, 10, 11, 12 Clarifications and Interpretations ...............3.6.3, 9.4 Decisions on Disputes ............................... 9.11-9.12 defective Work, notice of..................................13.1 Evaluation of Substitute Items,,,,,,,,,,,,,,,,,,,,,,,,,,6.7.3 Liability .................................................. 6.32, 9.12 Notice Work is Acceptable..............................14.13 Observations..........................................6.30.2, 9.2 ix OWNER's Representative....................................9.1 Payments to the CONTRACTOR, Responsibilityfor ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.9, 14 Recommendation of Payment ....................14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations on,,,,,,,,,,,,,,,,, 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions.............................4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Construction -- authorized variations in the Work..................9.5 Clarifications and Interpretations ..................9A Decisions on Disputes ......................... 9.11-9.12 Determinations on Unit Price .......................9.10 ENGINEER as Initial Interpretet.......... .11-9.12 ENGINEER's Responsibilities ................9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities..............................9.13 OWNER's Representative..............................9.1 Project Representative...................................9.3 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and Payments....................................9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations.................................. 9.10 Visits to Site ...................................................... 9.2 Written consent required..............................7.2, 9.1 Equipment, Labor, Materials and .. ....... ........ ..... *.,6.3-6.5 Equipment rental, Cost of the Work,,,,,,,,,,,,,,,,,, 11.4.5.3 Equivalent Materials and Equipment .........................6.7 error or omissions .. ....... .................... *......... ,,,,,...... 6.33 Evidence of Financial Arrangements .......................8.11 Explorations of physical conditions ....... ........... 4.2.1 Fee, CONTRACTOR's--Costs Plus ...........................11.6 Field Order -- definition of ....................................................... 1.19 issued by ENGINEER,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 3.6.1, 9.5 Final Application for Payment...............................14.12 Final Inspection ................................................... 14.11 Final Payment -- and Acceptance.....................................14.13-14.14 Prior to, for cash allowances .............................. 11.8 General Provisions .......................................... 17.3-17.4 General Requirements -- definition of.....................................................1,20 principal references to..............2.6, 6.4, 6.6-6.7. 6.24 Giving Notice.........................................................17.1 Guarantee of Work --by CONTRACTOR,,....., 6.30, 14.12 Hazard Communication Programs .......................... 6.22 Hazardous Waste -- definition of.................................................I...1.21 general............................................................. 4.5 OWNER'S responsibility for...............................8.10 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Indemnification..............................6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules...................................2.9 Inspection -- Certificates of..............................9.13.4, 13.5, 14.12 Final ............................................................ 14.11 Article or Paragraph Number Special, required byENGINEER ......................... 9.6 Tests and Approval ................. ........8.7, 13.3-13.4 Insurance -- Acceptance of, by OWNER.. I ............................. 5.14 Additional, required by changes in the Work............................................11.4.5.9 Before starting the Work .................................... 2.7 Bonds and --in general ......... ......... ...........5 Cancellation Provisions 5.8 Certificates of ................... 2.7, 5, 5.3, 5.4.11, 5.4.13, ........................5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations.................................*....5.4.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR's objection to coverage.............5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility................................................5.9 Final Application for Payment ..........................14.12 Licensed Insurers,,,,,,,,,,,,,,,,,,,,,, I........................5.3 Notice requirements, material changes ........ 5.8, 10.5 Option to Replace.............................................5.14 other special insurances....................................5.10 OWNER as fiduciary for insureds .............5.12-5.13 OWNER's Liability ............................................ 5.5 OWNER'S Responsibility.....................................8.5 Partial Utilization, Property Insurance...............5.15 Property ................................. ..................... 5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance ................................... .......... 5.10 Waiver of Rights..............................................5.11 Intent of Contract Documents.............................3.1-3.4 Interpretations and Clarifications 9.4 Investigations of physical conditions ......... ........4.2 Labor, Materials and Equipment..........................6.3-6.5 Lands -- and Easements...................................................8.4 Availability of...........................................4.1, 8.4 Reports and Tests...............................................8A Laws and Regulations --Laws or Regulations-- Bonds........................................................5.1-5.2 Changes in the Work.........................*..._..........10.4 Contract Documents ............................... 3.1 CONTRACTOR's Responsibilities .....................6.14 Correction Period, defective Work....................13.12 Cost of the Work, taxes ........... ............... 11.4.5.4 definition of ....................................................... 1.22 general6.14 Indemnification ........................................ 6,31-6.33 Insurance ................................. Precedence ............................................... 3.1, 3.3.3 Reference to................ 3.3.1 Safety and Protection................................6.20, 13.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Article or Paragraph Number Tests and Inspections...................................13.5 Use of Premises ................ ......... ..............6.16 Visits to Site.......................................................9.2 Liability Insurance-- CONTRACTOR's............................................... 5.4 OWNER's...........................................................5.5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment,,,,,,,,,,,,,,,,,,,,,, 14.2 CONTRACTOR's Warranty of Title . ..............14.3 Final Application for Payment .........................14.12 definition of .................... ......... ..............1.23 Waiver of Claims ............................................. 14.15 Limitations on ENGINEER's authority and responsibilities................................................. 9.13 Limited Reliance by CONTRACTOR Authorized ......................................................4.2.2 Maintenance and Operating Manuals -- Final Application for Payment .........................14.12 Manuals (of others)-- Precedence....................................................3.3.3.1 Reference to in Contract Documents,,,,,,,,,,,,,,,,, 3.3.1 Materials and equipment -- furnished by CONTRACTOR...............................0.3 not incorporated in Work...................................14.2 Materials or equipment--equivalent...........................6.7 Mediation (Optional)..............................................j6.7 Milestones --definition of........................................1.24 Miscellaneous -- Computation of Times .................... I.................. 17.2 Cumulative Remedies 17.4 Giving Notice .................................................... 17.1 Notice of Claim .............................. 17.3 Professional Fees and Court Costs Included .17.5 Multi -prime contracts ................................................. 7 Not Shown or Indicated, ........................................ 4.3.2 Notice of -- Acceptability of Project.....................................14.13 Award, definition of.........................................1.25 Claim.............17.3 ............................................... Defects,13.1 Differing Subsurface or Physical Conditions,,,,., 4.2.3 Giving............................................................17.1 Tests and Inspections .................................. ....13.3 Variation, Shop Drawing and Samplg ..............6.27 Notice to Proceed -- definition of..................................................I..1.26 givingof...........................................................2.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety..............................................10.5 Observations, by ENGINEER...........................6.30, 9.2 Occupancy of the Work,,,,,,,,,,,,,,,,,,, 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR................6.9, 9.13 Open Peril policy form, Insurance ..........................5.6.2 Option to Replace.... ................. ............................. 5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of„.....................I....._...6.3 OWNER -- Acceptance ofdefective Work ........................... 1,3.13 appoint an ENGINEER......................................8.2 as fiduciary ...............................................5.12-5.13 Availability of Lands, responsibility ....................4.1 definition of ....................................................... 1.27 data, furnish......................................................8.3 May Correct Defective Work...........................13.14 May refuse to make paymen(.............................14.7 May Stop the Work ......................................... j3.10 May Suspend Work, Terminate ...........................8.8, 13.10, 15.1-15.4 Payment, make prompt.....................8.3, 14.4, 14.13 performance of other work .................................. 7.1 permits and licenses, requirements,,,,,,,,,,,,,,,,,,, 6.13 purchased insurance requirements... ............. 5.6-5.10 OWNER'S -- Acceptance of the Work..............................6.30.2.5 Change Orders, obligation to execute,,,,..,.., 8.6, 10.4 Communications ................................................. 8.1 Coordination of the Work 7.4 Disputes, request for decision ............................%11 Inspections, tests and approvals..................8.7, 13.4 Liability Insurance ............................................. 5.5 Notice of Defects13.1 Representative --During Construction, ENGINEER's Status ...................................... 9.1 Responsibilities— Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ................. 8.10 Change Orders..............................................8.6 Changes in the Work...................................10.1 communications8.1 CONTRACTOR's responsibilities.....*.............8.9 evidence of financial arrangements„.............8.11 inspections, tests and approvals,,,,,,,,,,,,,,,,,,,,, 8.7 insurance...................................................... 8 .5 lands and easements.................„.,,,.„..._,,,,...8.4 prompt payment by........................................8.3 replacement of ENGINEER ...........................8.2 reports and tests...................................I........8.4 stop or suspend Work..................8.8, 13.10, 15.1 terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at site,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 9.3 Xi testing, independent.........................................13.4 use or occupancy of the Work ......................... 5.15, 6.30.2.4, 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number written notice required ........................7.1, 9.4, 9,11, ....................................11.2 , 11.9, 14.7, 15.4 PCBs -- definition of ....................................................... 1.29 general..............................................................4.5 OWNER's responsibility for,,,,,,,,,,,,,,,,,,,,,,,,, ,,,„8.10 Partial Utilization -- definition of...........................I.........................1.28 general 6.30.2.4, 14.10 Property Insurance............................................5.15 Patent Fees and Royalties . ......... ......... ....... 6.12 Payment Bonds...................................................5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......................14.2 CONTRACTOR's Warranty of Title..................14.3 Final Application for Payment,,,.....,. ............14.12 ..... Final Inspection .............................................. 14.11 Final Payment and Acceptancg ................14.13-14.14 general.........................................................8.3, 14 Partial Utilization 14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments ............................... 14.4-14.7 prompt payment,,,,,...., ........$ 3 Schedule of Values,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,14.1 Substantial Completion .............................. 14.8-14.9 Waiver of Claims ............................................. 14.15 when payments due ...............................„ 14.4, 14.13 withholding payment .. ......... ....................14.7 Performance Bonds 5.1-5.2 PermitsI ...........................................................6.13 Petroleum -- definition of ....................................................... 1.30 general..............................................................4.5 OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating to,,,,,,,,,,,,,,,,,,,,,,,, 4,2.1.2 ENGINEER'S review ......................................... 4.2.4 existing structures............................................4.2.2 general4.2.1.2.......................................................... Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,,, 4.2.3 Possible Contract Documents Change...............4.2.5 Possible Price and Times Adjustments..............4.2.6 Reports and Drawings .................................... 4.2.1 Subsurface and ........... ......... ......... ....., 4.2 Subsurface Conditions .................................... 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ....................... 4.2.2 Underground Facilities— general........................................................ 4.3 Not Shown or Indicated ................................ Protection of.........................................4.3, 6.20 Article or Paragraph Number Shown or Indicated, ............................................... 4.3.1 Technical Data ............................................... 4.2.2 Preconstruction Conference ........................................ 2.8 Preliminary Matters.....................................................2 Preliminary Schedules ...... .................. I...................... 2.6 Premises, Use of ... ........................................... 6.16-6.18 Price, Change of Contract ....... .................................... I I Price, Contract --definition of ................................. 1.11 Progress Payment, Applications for ..........................14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR'S,,,........2.6, 2.8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project --definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I .............. 1.31 Project Representative-- ENGINEER's Status During Construction.............9.3 Project Representative, Resident --definition of ......... 1.33 prompt payment by OWNER...................................„8.3 Property Insurance -- Additional.........................................................5.7 general5.6-5.10 Partial Utilization................................5.15, 14.10.2 receipt and application of proceeds.,,,,,,..... 5.12-5.13 Protection, Safety and..............................6.20-6.21, 13.2 Punch list 14.11 Radioactive Material-- defintion of ....................................................... 1.32 general4.5 OWNER's responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,8.10 Recommendation of Payment,,,,,,,,,,,,,,,,, 14.4, 14.5, 14.13 Record Documents.. ....................... ......... 6.19, 14.12 Records, procedures for maintaining .......... ...........7.8 Reference Points ......................4.4 ................................. Reference to Standards and Specifications of Technical Societies ......................................... 3.3 Regulations, Laws and(or)......................................6.14 Rejecting Defective Work..........................................9.6 Related Work -- atSite........................................................7.1-7.3 Performed prior to Shop Drawings and Samples submittals review....................6.28 Remedies, cumulative......................................17.4, 17.5 Removal or Correction ofDefcctive Work................13.11 rental agreements, OWNER approval required ..... 11.4.5.3 replacement of ENGINEER, by OWNER ................... 8.2 Reporting and Resolving Discrepancies.................................2.5, 3.3.2, 6.14.2 Reports -- and Drawings.................................................4.2.1 and Tests, OWNER's responsibility ....................8A Resident and Project Representative -- definition of....................................................1.33 provision for............................................................ 9.3 E.ICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR's................6.2 Responsibilities— CONTRACTOR's-in general .................................. 6 ENGINEER's-in general........................................9 Limitations on.............................................. 9.13 OWNER's-in general..............................................9 Retainage............................................................J4.2 Reuse of Documents .... ...................... I ... .................... .7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ..........................6.25 Review of Applications for Progress Payments ............ ...................... .... 14.4-14.7 Right to an adjustment............................................10.2 Rightsof Way..........................................................4.1 Royalties, Patent Fees and......................................6.12 Safe Structural Loading..........................................6.18 Safety -- and Protection................................4.3.2, 6.16, 6.18, ......................................6.20-6.21, 7.2, 13.2 general .................................................... 6.20-6.23 Representative, CONTRACTOR's..............._._....6.21 Samples -- definition of ..................................................... 1.34 general.....................................................6.24-6.28 Review by CONTRACTOR................................6.25 Review by ENGINEER..............................6.26, 6.27 related Work....................................................6.28 submittal of....................................................6.24.2 submittal procedures.........................................6.25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, ......... ......... .............6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, 6.24-6.28 Schedule of Values...............................2.6, 2.8-2.9, 14.1 Schedules -- Adherence to..................................................15.2.1 Adjusting.................................. I ............ I ........... 6.6 Change of Contract Times,..... I..........................10.4 Initially Acceptable ...................................... 2.8, 2.9 Preliminary ................................. ......................... 2.6 Scope of Changes ...................................... 10.3-10.4 Subsurface Conditions 4.2.1.1 Shop Drawings -- and Samples, general.................................6.24-6.28 Change Orders & Applications for Payments, and.........................................9.7-9.9 definition of.....................................................1.35 ENGINEER's approval of.................................3.6.2 ENGINEER's responsibility for review. ...... ............ ................ 9.7, 6.24-6.28 related Work.....................................................6.28 review procedures................................2.8, 6.24-6.28 Article or Paragraph Number submittal required...............................................6.24.1 Submittal Procedures ......................................... 6.25 use to approve substitutions..............................6.7.3 Shown or Indicated ................................................ 4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness 6.17 Site, Visits to -- by ENGINEER .......................................... 9.2, 13.2 byothers ..........................................................13.2 "special causes of loss" policy form, insurance........................................................5.6.2 definition of ....................1.36 ................................. Specifications— defination of....................................................1.36 of Technical Societies, reference t9...................3.3.1 precedence .................................... ............ 3.3.3 Standards and Specifications of Technical Societies 3.3 Starting Construction, Before..............................2.5-2.8 Starting the Work.., .................... I ..................... ......... A Stop or Suspend Work -- by CONTRACTOR .......................................... 15.5 by OWNER ..................................... 8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety........................................6.18 Subcontractor-- Concerning................................................0.8-6.11 definition of.....................................................1.37 delays.............................................................12.3 waiver of rights................................................6.11 Subcontractors --in general.................................6.8-6.11 Subcontracts --required provisions, ....., 5.11, 6.11, 11.4.3 Submittals -- ,Applications for Payment,,.........*......................14.2 Maintenance and Operation Manuals .........., 14.12 Procedures.......................................................6.25 Progress Schedules.......................................2.6, 2.9 Samples...................................................6.24-6.28 Schedule of Values................................. ....2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2.8-2.9 Shop Drawings.........................................6.24-6.28 Substantial Completion -- certification of............................6 30.2.3, 14.8-14.9 definitionof....,,..... ..........................................1.38 Substitute Construction Methods or Procedures ... ,.... 6.7.2 Substitutes and "Or Equal" Items ............................... _6.7 CONTRACTOR'S Expense............................6.7.1.3 ENGINEER's Evaluation„ 6.7.3 "Or -Equal...................................................... 6.7.1.1 Substitute Construction Methods E.ICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number or Procedures.............................................6.7.2 Substitute Items 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relatng to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 ENGINEER's Review ....................................... 4.2.4 general..............................................................4.2 Limited Reliance by CONTRACTOR Authorized .................................................. 4.2.2 Notice of Differing Subsurface or Physical Conditions ......................................... 4.2.3 Physical Conditions ...................................... 4.2.1.2 Possible Contract Documents Change...............4.2.5 Possible Price andTimes Adjustments,,,,,,,,,,,,,,, 4.2.6 Reports and Drawings .............. ......... ....... 4.2.1 Subsurface and,,,,,,,,.., ......... ......... ....... 4.2 Subsurface Conditions at the Site 4.2.1.1 Technical Data.................................................. 4.2.2 Supervision— CONTRACTOR's responsibility ...........................6.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9.13.2 Superintendence.......................................................6.2 Superintendent, CONTRACTOR's resident ..............6.2 Supplemental costs .............................................. I L4.5 Supplementary Conditions -- definition of.....................................................1.39 principal references to...............„1.10, 1.18, 2.2, 2.7, .......................4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ........ I ........ .11,6.8,6.13,7.4,8.11,9.3,9.10 Supplementing Contract Documents ..........................1.6 Supplier -- definition of......................................................1.40 principal references to,,,,,,,..„3.7, 6.5, 6.8-6.11, 6.20, ..........................................6.24, 9.13, 14.12 Waiver of Rights...............................................6.11 Surety -- consent to final payment...... I.................14.12, 14.14 ENGINEER has no duty to.................................9.13 Notification of ..................... ...........10.1, 10.5, 15.2 qualification of ......... ............5.1-5.3 Survival of Obligations...........................................6.34 Suspend Work, OWNER May ....................... j 3.10, 15.1 Suspension of Work and Termination-- ......................15 CONTRACTOR May Stop Work or Terminate ............................................... 15.5 OWNER May Suspend Work ............................. 15.1 OWNER May Terminate ............................. Taxes --Payment by CONTRACTOR .........................6.15 Technical Data -- Limited Reliance by CONTRACTOR, ................ 4.2.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 xiv Temporary construction facilities. ............................. 4.1 Article or Paragraph Number Termination -- by CONTRACTOR...........................I...............15.5 by OWNER........................................8.8, 15.1-15.4 of ENGINEER's employment...............................8.2 Suspension of Work-in general .............. .............15 Terms and Adjectives,,,,,,,,,,,,,,,,,, ............................ 3.4 Tests and Inspections -- Access to the Work, by others............................13.2 CONTRACTOR's responsibilities ......................13.5 cost of 13.4 covering Work prior to ........... ................... 13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects13.1 OWNER May Stop Work . ......... .............13.10 OWNER's independent testing ...... ...............i3.4 special, required by ENGINEER ........................... 9.6 timely notice required ....................................... 13.4 Uncovering the Work, at ENGINEER's request................................................ 13.8-13.9 Times -- Adjusting...........................................................6.6 Change of Contract.............................................12 Computation of............................................. ...17.2 Contract Times --definition of ...........................1.12 day.........................................................1.7.2.2 Milestones ........................................................... 12 Requirements -- appeals................................................. 9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Times 2.3 Preconstruction Conference ...........................2.8 schedules.........................................2.6, 2.9, 6.6 Starting the Work.........................................2.4 Title, Warranty of ................................................... 14.3 Uncovering Work .......................... ................... 13.8-13.9 Underground Facilities, Physical Conditions -- definition of ............................... 1.41 Not Shown or Indicated 4.3.2 protection of,,,,,,,,,,,,,,,,,, ......... ........4.3, 6.20 Shown or Indicated 4.3.1 Unit Price Work-- claims.........................................................11.9.3 definition of....................................................1.42 generalll.9, 14.1, 14.5 Unit Prices— general 11.3.1 Determination for........................................„.,_9.10 Use of Premises ................................. 6.16, 6.18, 6.30.2.4 Utility owners.............................6.13, 6.20, 7.1-7.3, 13.2 Utilization, Partial...................1.28, 5.15, 6.30.2.4, 14.10 Value of the Work............ 11.3 Values, Schedule of..............................2.6, 2.8-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 3'-0j" 1 C 4X5, (TYP.) O N I I N 3 —43,, f $ 4'-2�- B PLAN A102 1/2 11=1f-oll OLD TOWN SQUARE / KIOSKS ALLEYS ENHANCEMENTS PARTIAL OF 2/A102 QTWO SIDED KIOSK The ARCHITECTS' STUDIO, Inc. we. H.LI� d. DATE 06,08,2005 Fa,I Corti, Cdaredo 80539 TEL 9709639125 PROJECT NO. 04030071.01 �_� FAX s1o9A2,95a SCALE Y2"= V— 0" Variations in Work --Minor Authorized ........................................ 6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,*....9.2 Waiver of Claims --on Final Payment,,,,,,,,,,,,,,,,,,,,, 14.15 Waiver of Rights by insured partieg..................5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................6.30 Warranty of Title, CONTRACTOR's........................14.3 Work -- Accessto..........................................................1.3.2 byothers ............................................................... 7 Changes in the.....................................................10 Continuing the ................................................. 6.29 CONTRACTOR May Stop Work orTerminate...............................................15.5 Coordination of...................................................7.4 Cost of the.................................................11.4-11.5 definition of ........................................ ...... ....... 1.43 neglected by CONTRACTOR...........................A3.14 otherWork............................................................7 OWNER May Stop Work.................................13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site ........................ ............ 7.1-7.3 Startingthe........................................................2.4 Stopping by CONTRACTOR,...........I ................15.5 Stopping by OWNER.................................15.1-15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive -- claims pursuant to.............................................10.2 definition of... ..................................................... 1.44 principal references to......................3.5.3, 10.1-10.2 Written Amendment -- definition of ........................................................ 1.45 principal references to..............1.10, 3.5, 5.10,15.12, .........................6.6.2, 6.8.2, 6.19, 10.1, 10.4, 11 . 2, 12.1, 13.12.2, 14.7.2 Written Clarifications and lnterpretations...................................3.6.3, 9.4, 9.11 Written Notice Required-- by CONTRACTOR............................7.1, 9.10-9.11, ........................................... 10.4, 11.2, 12.1 by OWNER .................... 9.10-9.11, 10.4, 11.2, 13.14 xv E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) (This page left blank intentionally) xvi E.ICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w.r CITY OF FORT COLLINS MODIFICATIONS (REV 9199) GENERAL CONDITIONS ARTICLE I —DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement --The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment --The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid ---The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents --The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order --A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents --The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times --The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14,13. 1.13. CONTRACTOR --The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective --An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings --The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER --The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order --A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. M 1.20. General Requirements --Sections of Division 1 of the Specifications. 1.21. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22.a. Laws and Regulations, Laws or Regulations --Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.22.b. Legal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens --Liens, charges, security interests or encumbrances upon real property or personal property. 1.24. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice of Award --A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed --A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER --The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs --Polychlorinated biphenyls. 1.30. Petroletim--Petroleum, including crude oil or any fiaction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project --The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.a. Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of E.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Working Hours --Regular working hours are defined as 7:00am to 6.00pm unless otherwise specified in the General Requirements 1.33. Resident Project Representative --The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings --All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications --Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor --An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion --The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terns "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conditions --The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier --A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Facilities --All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or d materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work --Work to be paid for on the basis of unit prices. 1.43. Work --The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive --A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment --A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times, Notice to Proceed. 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. in tie ill the Gent _et Times eewumenee to run later than the si*tieth day after the WJ-U7-, of the Agmefnent, wNehever date is earlier. Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2.6.2.1. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and OWNE shall each deliver to 4he ether OWNER, with copies to eEte" additional :_ ed identified in the SupplementaFy Condition ENGINEER 11111112 certificates of insurance (and other evidence of insurance reasonably --request requested by OWNER) which CONTRACTORand 03A94ER respeetively it is required to purchase and maintain in accordance with paragraphs 5.4, ` . Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents, a, least ten days bec _e .., Of the fi . before any work at the site begins, a conference attended by CONTRACTOR, ENGINEER and others as epprepriete designated by OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 - General Requirements. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to F.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies, Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or A 3.3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.3.4. In the event of conflicting or ambiguous provisions within the Contract Documents, specifications will take precedence over the drawings and addenda will take precedence over both. Notwithstanding the foregoing, the more specific provision will take precedence over the less specific; the more stringent will take precedence over the less stringent; the more expensive item will take precedence over the less expensive. On all drawings, figures take precedence over scaled dimensions. Scaling of dimensions, if done, is done at the CONTRACTOR'S own risk. No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR..,_a_ reasonable written _es est ONW, s- of eF filing a rneehanie's lien against sueh land OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by CONTRACTOR Authorized, - Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4,inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if, 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEERS Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities: 4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data fumished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv)the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shah may be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEERS Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEERs judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material. 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. ,. ... . W 1-. •. • .. Y •- • . . .... EJCDC G EN ERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) ARTICLE 5—BONDS AND INSURANCE Performance, Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also fumish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insurers, Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. CAVT�all d-eliver tR G,04$TTRAGTOR, with espies --to eaeadditienal in the suppleflien", e of .,..u...suFanee requested by GONTRACTO OF ' other ••additien.1 Fed) ..1 ieh lllllATZ:D r LIGHT FIXTURE PROVIDE A CLEAN AND WEATHER TIGHT CONNECTION BETWEEN J-BOX AND LIGHT FIXTURE RE: ELECTRICAL ELECTRIC CONDUIT J-BOX AND TUBE STEEL TO BE FLUSHED TO BACK OF LIGHT FIXTURE. COORDINATE DIMENSIONS OF J-BOX WITH ELECTRICAL CONTRACTOR l eARCHITECTSSNDIO, Inc. 15' Wee' Wun.n, Avenue fon c._ cn.'.. wsza FAX P7048284W D BRACKET DETAIL A102 21'=11-011 NOTE: 1. FIELD VERIFY ALL DIMENSIONS 2. FIELD VERIFY (E) FOUNDATION 3. APPEARANCE OF ALL VISIBLE WELDS IS IMPORTANT ALL VISIBLE WELDS MUST BE SMOOTH, CONTINUOUS AND ACCEPTABLE TO THE ARCHITECT. 4, USE HIGH PERFORMANCE PAINT WITH APPROPRIATE PAINT ALL EXPOSED SURFACES, 5. ELE TR THE LEG OF KIOSKS AN UP TO CONNECT LIGHT FIXTURE. SECURE AND RUN TIGHTLY. SEAL ALL PENETRATIONS. PAINT TO MATCH ADJACENT STEEL WORK, OLD TOWN SQUARE / ALLEYS ENHANCEMENTS A DATE PROJECT NO SCALE 06,08,2005 04030071.01 211= 11— 011 KIOSKS PARTIAL OF 1/A102 THREE SIDED KIOSK S K-4 CONTRACTOR Is Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may he correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OWNER Is Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: ��i!!f�771�5!!T_R7frJ!!!!!_l7fF.1!'►!!!!5!R�i1RTf _ -_ - . _ ,. ...._ .. �i�Jl _ _ �1�41i4�!M37rMAt�1. M e IhAe ...elie:eus eoveffige, vandalism And seh:ef. eafthquake, eellapse, ,let.«:, refflaval, demelitie fl oeeasiefted by e..F reement damage, of ha e water and stieh other mplaeement of any insured pFepeFty (ineluding but not l:.«tt..d to fees and ehe«,.e,, eF engineeN e...l iffliT.lFF.lR.. • .1. Ie • _ _ 1. ! 2 _ . . 1. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others iii the R ark to the extent of any deduetihle a e ., .ntthat .. identified in the —SapplemeltffT' O IS.The—risk—ef lass within sueh identified deduetible ame. nt will be L,.....e by CONTRACTOR; Stibeentraetef or others suffefing any sueh less and if any ef them vvishe ee.,efflge within the I:«..a,. ,.F ....,.h �«eh....e and at the «eh..,..,«r.. ,•.. .::.....uo.. uuu ...uu.au.a. e e e 1 O EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Receipt and Application of Insurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers arid' .`c «e.,..:_ed in writing by any patty :_ interest 03AL TER s fia'.w «. ..hall gk,e 1,,.nd lot th Yrepff PeFfefffiRROL Acceptance of Bonds and Insurance, Option to Replace: 5.14. If either - (ONW En 6F GONTn A CTO OWNER has any objection to the coverage afforded by or other provisions of the Bends er insurance required to be purchased and maintained by the other pai4� CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, +he objeeting patty shall so notify the ethef patt� OWNER will notify CONTRACTOR in writing within tex fifteen days after reeeipt delivery of the certificates 'er ether requested) to OWNER as required by paragraph 2.7. OWNER arid nD shall eaeh provide to t6 psayided as the eE4ref r ser+e` request —'either ptifty does n reL,ase o ma4itadn all C L. B d d er remedy, the other pa" may eleet to obtain equivalent the expense of the paFtywhe was FequiFed to proNide sueh. Partial Utilization —Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment. 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on Saturday, Sunday, Holidays or outside the Regular Working Hours. II 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the Citv's purchasing restrictions. A copv of the resolutions are available for review in the offices of the Purchasing and Risk Management Division or the City Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal "Items. 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description 12 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTORS Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineers Evaluation: ENGINEER will he allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6_9. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is, without subcontracting). The 20 percent requirement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.8.2. if the c, ppleme tafy Condition Bidding Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, —an CONTRACTOR has submitted a list thpwaef on aeeerdanee with the Supplementary !`,..Aifie ffi OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of en so identified may be feveked on the in whieh ease CW4RACTOR shall submit a meeptable—substitute, the Cent.ae4 Price ill b will be issued er wFitten Amendment signed. will constitute a condition of the Contract requiring the use of the named subcontractors, suppliers or other persons or organization on the Work unless prior written approval is obtained from OWNER and ENGINEER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment" 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any stieh agreement is with a Subee..tfaeter OF e...._li ff .. ti,,. ., c..t,.d AN Fin additional insured 8H the +.,iflSffaftee ,idea : paragraphs 5.6 er V .. ..e. 5.7, the agreerrte"t het;. en th SI\IMI\I99��Y\/!11\IIi9�Y��.7llalr Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents. 14 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. - 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes on materials to be Permanently incorporated into the project Said taxes shall not be included in the Contract Price Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver, Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials physically incorporated into the project are to be paid by CONTRACTOR and are to be included in appropriate bid items. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEEXs Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents, 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents. EJCDC GENERAL. CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOWs duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 am notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited 16 EICDCGENERAL CONDITIONS 1910-8(1990Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of W construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.L 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDF1 IONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations. 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable 18 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, film or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8--OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall fumish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing IF 1X1 STEEL ANGLE TRELLIS AT EQUAL SPACING 5X6 STEEL ANGLE WITH J" STIFFENER WELD TO 3 X 3 TUBE N 00 I N d- E ELEVATI Ann A /n11_41 n" TheARMITECTSMOO Inc. uE Av o F4rl CclliCgo,Wn .l O$A TEL 9M.2.125 PAX 0704828450 LIGHT FIXTURE RE: ELECTRICAL. J-BOX (BEHIND). PROVIDE A CLEAN AND WEATHER TIGHT CONNECTION BETWEEN J-BOX AND LIGHT FIXTURE REUSED HINGED SIGN PANEL (3) FROM EXIST. KIOSK WITH HINGED VISION PANEL OUT. I PANEL WITH TENANT LIST, 2 PANELS FOR POSTERS. REPLACE (E) POSTER TAPING SURFACE, STEEL CHANNEL SECTION `FRAME (TYPICAL). 3 X 3 STEEL PIPE (TYP.) 01 -12" CONCRETE PIER OLD TOWN SQUARE / ALLEYS ENHANCEMENTS A DATE PROJECT NO SCALE 06,08,2005 04030071.01 Y2"= 1, Q„ ELECTRIC CONDUIT KIOSKS PARTIAL OF 1/A102 THREE SIDED KIOSK S K-5 structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. WON ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 0WNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Irsits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress E.1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in the StippletnentaF� 6etiliens of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as 9.3.1. The Representative's dealings in matters pertaining to the on -site work will, in general, be with the ENGINEER and CONTRACTOR. But the Representative will keen the OWNER properly advised about such matters. The Representative's dealings with subcontractors will only be through or with the full knowledge and approval of the CONTRACTOR. 9.3.2. Duties and Responsibilities. Representative will: 9.3.2. 1. Schedules Review the progress m �l schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER conceming acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other iob conferences and prepare and circulate copies of minutes of meetings 9.3.2.3. Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR working principally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information when required, for proper execution of the Work 9.3.2.3.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER. 9.3.2.4.Review of Work, Rejection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding in accordance with the Contract Documents. 9 3 2 4 3 Accompany visiting inspectors representing public or other agencies having jurisdiction over the Proiect, record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the ENGINEER. 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for 20 E,ICDC GENERAL CONDITIONS 1910-8(1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) modification in Drawings or Specifications and report these recommendations to ENGINEER. Accurately transmit to CONTRACTOR decisions issued by the ENGINEER. 9.3.2.7. Records. 9.3.2.7.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of equipment and materials 9.3.2.8. Reports. 9.3.2.8.1. Furnish ENGINEER periodic reports as required of the progress of the Work and of the CONTRACTOR'S compliance with the progress schedule and schedule of shop Drawing and sample submittals. 9.3.2.8.2. Consult with ENGINEER in advance of scheduling maior tests inspections or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes obtainii backup material from the CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive Changes and field orders. 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of any accident. 9.3.2.9. Payment Requests. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values, work completed and materials and equipment delivered at the site but not incorporated in the Work. 9.3.2.10. Completion. 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion. 9.3.2.10.2. Conduct final inspection in the company of the ENGINEER. OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. 9.3.3. Limitation of Authority: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accept any substitute materials or equipment, unless authorized by the ENGINEER. 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the Contract Documents. 9.3.3.3. Undertake any of the responsibilities of the CONTRACTOR. Subcontractors. or CONTRACTOR'S superintendent. 9.3.3.4. Advise on, or issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures for construction unless such is specifically called for in the Contract Documents. 9.3.3.5. Advise on or issue directions regarding or assume control over safety precautions and programs in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR. 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the ENGINEER. Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Orderjustifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article I 1 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 M for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such 22 E.ICDC-GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter purstiant to Ai4iele46. 9.13. Limitations on ENGINEER's Authority and Responsibilities: 9.13.1. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and IV responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents E.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. covered by a Change Order, Work Change Directive or Written Agreement are not valid. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 NW paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall inelude, butnobe limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and -ant benefits ienuses applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, 24 EXDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof --all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOWs officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4--all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTORS principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTORS capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1, a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee ef fi, o PeFeOflt of the amount paid to thefle*t lower fier Stlbee_«_aeto_. to be negotiated in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor. 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I I if 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; E.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) 26 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining item so long as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12—CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasaiiable time for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such 27 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to fumish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period. 13.12.1.If within erte yeas two year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other 28 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of ene yea two years after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and In y G PLAN A102 1 /2"=1'-0" 'rye ARCNITEC TS' STUDIO Inc. 151 Wealc`chWnAvenue ren cnllne, Cnleeee WVs TEL 970 482 $125 F,x w1102&W .IGHT FIXTURE ATTACHED E: ELECTRICAL I/A" STL. STIFFENER WELDED (TYP.) OLD TOWN SQUARE / ALLEYS ENHANCEMENTS DATE 06,08,2005 PROJECT NO. 04030071.01 SCALE Y211= 1'- 0" ari�12w PARTIAL OF 1/A102 THREE SIDED KIOSK S K-6 M] damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds that are withheld by the OWNER shall not be subject to substitution by the CONTRACTOR with securities or any arrangements involving an escrow or custodianship By executing the application for payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes, Section 24-91-101 et sea. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applicationsfor Progress Payment. 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 M OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER 30 E.ICDCGENERAL CONDITIONS 1910-8(1990Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. 01 CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Project manual. Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been fumished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.La waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after 31 y final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid 32 E.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15A. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terns as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of'Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. E.ICDC GENERAL CONDITIONS 1910-9 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included: 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement. Reference to two pertinent Colorado statutes are as follows; 17.6.1. Colorado Revised Statutes (CRS 8-17-101) require that Colorado labor be employed to perform the Work to the extent of not less than 80 percent (80%) of each type or class of labor in the several classifications of skilled and common labor employed on the project. Colorado labor means any person who is a bona fide resident of the State of Colorado at the time of employment, without discrimination as to race, color, creed, age, religion or sex. 17.6.2. If a claim is filed, OWNER is required by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials, team hire, sustenance, provisions, provender, or other supplies used or consumed by CONTRACTOR or his 33 a+ 34 FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Im (This page left blank intentionally.) E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 36 EJCDC GENERAL CONDITIONS 1910-8(1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. E.ICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -AI EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) At one time fountain was designed to auto fill and drain. This function has not operated in the five years that current staff has been maintaining the fountain. It is recommended that these functions remain manual for ease of maintenance. The following is a list of recommend otions, equipment and contractor direction required to address the filtration and drain issues identified by the current operator. 1. Confirm all filter discharge, return, and back wash lines are operational. Notify Engineer of any deficiencies. 2. If lines are not operational consult with Owners Representative regarding replacement or re -plumbing alternatives prior to executing the following tasks, \ 3. Replace existing Triton TR-60 24" sand filter with new of some model. 4. Provide #20 silica sand media (qty=3251b min) or as specified by the manufacture. 5. Replace filter multiport valve and plumbing with 2" Pentair multipart for sand filter Pentair model 261055. t 6. Replace filter pump with Whisperflo Energy Efficient Swimming Pool Pump Model WFE3, 3/4hp, 7. Add 2" site Glass to filter back wash line. 8, Provide mechanical schematic drawing of revised filter system plumbing. 9. Provide and install new filter system plumbing within the equipment space. 10. Maintain existing throttle valve functionality on filter system. 11, Add flow meter on filter discharge line, Blue White inline model f-300 for 2°schedule 40 pvc or equal. 12. After filter system is installed and running throttle pump discharge to operate system at 45 gpm. 13. Back wash fgter when gauge on filter reads 6-8 psi. 14. Modify existing 8" steel flanged return elbows (2) to accommodate 3" drain fittings replacing the existing 1-1.5" drains for faster draining. 15. Contractor to provide mechanical schematic of the revised drain system. 16. Contractor to provide shop drawings of 8" elbow modifications. 17. Omit Solenoid valve drain function upon re —plumbing drains. 18, Use 3" (2) ball valves for drain control of new installation. 19. All new drain pipe and fittings to be 3" nominal. 20. Provide a maintenance program and schedule for the fountain. Submit document in 3-ring binder for Engineer approval. NOTE: CONTRACTOR TO SUBMIT A COMPLETE PACKAGE OF MATERIALS AND EQUIPMENT FOR APPROVAL PRIOR TO ACQUISITION OF MATERIALS. CONTRACTOR TO INCLUDE A BRIEF DESCRIPTION OF THE REPAIRS. CONTRACTOR TO ATTEND A FOUNTAIN REPAIR PRECONSTRUCTION MEETING PRIOR TO COMMENCING. -A OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authorit REFERENCE NO. ADDENDA 4 DRAWN BY: EDAW Chip Steiner —Exec. Director ® DATE: 2 MAY 05 CHECKED W: BAS 19 Old Town Square lUrbm YAo Z. X.=tata A�nu•OrS �•m>• � - ►. E• hi CO REFERENCE: CS502 SKETCH No. DRAWING TmE: Fort Collins, CO as04M44 ISO Gz vra.44114Aata OLD TOWN SQUARE GRADING PLAN SK06 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: Subgrade Investigation Old Town Square Plaza Renovations Trimble and Tenney Courts Fort Collins, Colorado Project No. FC03381-135 By CTL Thompson Inc. December 10, 2004 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 20 days lost due to abnormal weather conditions. 11:/1 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960 Application for Payment ME SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: URIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDER TOTAL PENDING CHANGE ORDER TOTAL THIS CHANGE ORDER TOTAL o OF THIS CHANGE ORDER TOTAL C.O.o OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST (Assuming all change orders approved) ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing $ .00 0.00 0.00 0.00 $ 0.00 DATE: DATE: DATE: DATE: DATE: 9/99 Section 00950 Page 1 Section 00960 Application for Payment Insert pages 1 - 4 9/99 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract NUMBER DATE AMOUNT The present status of the account for this Contract is as follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: CONTRACT AMOUNTS Bid Item Number Description Quantity Units Unit Price Amount APPLICATION FOR PAYMENT Work Completed Work Completed This Month Previous Periods Qty. Amount Qty. Amount Work Completed To Date Qty. Amount Stored Materials This Period PAGE 2 OF 4 Total Earned Percent To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00. TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 STORED MATERIALS SUMMARY On Hand Received Item Invoice Previous This Number Number Description Application Period PAGE 4 OF 4 Installed On Hand This This Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 IE a d Z. A 1 952 a 2 :5 p x n LU a z e j .. I _ � �BBBBBaBB8BB8BBB � N z N ����B�BD�B���B�O....._,..... z _. BIB88BBBBBBON _...._ Z � O y' U Z ° vll v a C s � � ° z 0 Ld V/ OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authority ® Chip Steiner - Exec. Director 19 uo e. Nomisin pvnue Id Town Square 1.d.a.p. AU hit..t .. FGA C.wpn., CO eo6;4 Fort Collins, CO UUrb=7.W Oz 97o404.aaia REFERENCE NO. ADDENDA 4 DRAWN BY: EDAW DATE: 9 JUNE 05 CHECKED BY: BAS REFERENCE: LS508 SKETCH NO. LSK07 DRAWING 71TLE: OLD TOWN SQUARE GRADING PUN • • I N C O SUBGRADE INVESTIGATION OLD TOWN SQUARE PLAZA RENOVATIONS TRIMBLE AND TENNEY COURTS FORT COLLINS, COLORADO Prepared For: EDAW, INC. 240 East Mountain Avenue Fort Collins, Colorado 80524 Attention: Mr. Brad Smith, PE Project No. FC03381-135 December 10, 2004 375 E. Horsetooth Road I The Shores Office Park I Building 3, Suite 100 1 Ft. Collins, Colorado 80525 Telephone: 970-206-9455 Fax: 970-206-9441 TABLE OF CONTENTS SCOPE SITE CONDITIONS PROPOSED CONSTRUCTION FIELD AND LABORATORY INVESTIGATION EXISTING FILL PAVEMENT AND SURFACING Subgrade Preparation Concrete Paver Surfacing Pavement SOLUBLE SULFATES MATERIALS AND CONSTRUCTION MAINTENANCE LIMITATIONS FIGURE 1 - LOCATIONS OF EXPLORATORY BORINGS FIGURE 2 - SUMMARY LOGS OF EXPLORATORY BORINGS FIGURE 3 - SWELL/CONSOLIDATION TEST RESULTS FIGURES 4 through 6 - GRADATION TEST RESULTS FIGURE 7 - HVEEM STABILOMETER TEST RESULTS TABLE I - SUMMARY OF LABORATORY TEST RESULTS APPENDIX A - DESIGN CALCULATIONS APPENDIX B - MATERIAL PROPERTIES AND CONSTRUCTION CHECKLIST APPENDIX C - GUIDELINE MAINTENANCE RECOMMENDATIONS EDAW, INC. OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 1 1 2 2 4 5 5 6 8 9 10 10 10 IF SCOPE This report presents the results of our subgrade investigation for the proposed Improvements to Trimble Court and Tenney Court as part of the Old Town Square Plaza Renovation project. Trimble Court is located northeast and Tenney Court is located northwest of the intersection of College Avenue and West Mountain Avenue in Fort Collins, Colorado. The purpose of our investigation was to explore pavement and subsoil conditions, to determine the type and support characteristics of the subgrade soils at the site, and to provide surfacing alternatives and construction guidelines. -- Our report includes a description of the pavement and subgrade soils encountered in our exploratory borings, laboratory test results, alternative surfacing sections, and construction and materials guidelines. The surfacing alternatives presented in this report are based upon laboratory test results, Larimer County design criteria, the owner's (City of Fort Collins) desired surfacing method, and the American Association of State Highway Transportation Officials (AASHTO) 1993 "Guide for Design of Pavement Structures." SITE CONDITIONS The project area includes two public passageways in the vicinity of Old Town Square Plaza each approximately 80 to 90 feet long and 13 to 18 feet wide, in downtown Fort Collins, Colorado. Trimble Court is an east -west passageway located approximately 100 feet north of West Mountain Avenue on the east side of College Avenue, and Tenney Court is a north -south corridor located approximately 80 feet west of College Avenue on the north side of West Mountain Avenue. Both courts are constructed up to the existing buildings on both sides and have inverted crowns with minimal longitudinal slopes. We anticipate minor, if any changes in existing alley grades will be made during the renovation. The two passageways are public rights -of -way and have functioned as alleys in the past. With the evolution of Old Town to more of a pedestrian area, the two courts have seen decreased vehicular use and an increase in pedestrian traffic. EDAW, INC. 1 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 However, we understand the alleys will remain open to pedestrian traffic and vehicular use that may include delivery trucks, trash collection, and emergency vehicles. A vicinity map and site plan is shown on Figure 1. PROPOSED CONSTRUCTION We understand this project will include revitalization of the existing courts by repaving the street and revitalizing trash dumpster and business entry alcoves to improve the esthetics for pedestrian use. Plans envision the concrete that surfaces the existing alleys will be removed and replaced with a more esthetically pleasing asphalt, concrete or concrete paver surfacing. FIELD AND LABORATORY INVESTIGATION The pavement and subgrade soils in the area of the proposed improvements to Trimble and Tenney Courts were investigated by drilling four (4) exploratory borings (two borings in each of the courts) to a depth of 10 feet at the approximate locations shown on Figure 1. The borings were drilled on November 10, 2004 with a truck -mounted drill rig using 4-inch diameter continuous flight augers. A representative of our firm supervised the drilling and sampling, and logged the subsoils penetrated by the borings. We obtained samples by driving a 2.5-inch O.D. California -type sampler into the subsoils using a 140-pound hammer falling 30 inches and by collecting bulk samples from auger cuttings. The -- = samples were returned to our laboratory for visual examination and testing. Results of laboratory tests are presented in Figures 3 through 7 and summarized on Table I. We measured concrete thickness of 8 inches (S-1) and 4 inches (S-2) over approximately 2.5 to 4.5 feet of clayey to silty sand fill over sandy to silty gravel fill in Tenney Court. The borings drilled in Trimble Court (S-3 and S-4) encountered 8 inches of concrete pavement over approximately 9 feet of clayey to silty sand fill. The EDAW, INC. 2 -. OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 IF clayey to silty sand fill contains angular gravel and appears similar to a "dirty" or contaminated aggregate base or structural fill. The sand fill grades with depth to a fill material containing more gravel and less silt and clay. More discussion of the significance and our opinions of the fill soils are included below in the EXISTING FILL section of this report. The samples of gravel fill classified as poorly graded gravel with sand (GP) according to the USCS. We classified the sand fill as silty sand (SM) and clayey sand (SC) according to the USCS. According to the AASHTO system the sand fill samples were classified as A-2-4 and A-2-6 and the gravel fill samples were classified as A-3 soils with group indices of 0 to 1. Two (2) bulk samples of the shallower sand fill tested were non -plastic. A drive sample of the sand fill had a liquid limit of 32 percent and a plasticity index of 17 percent, with 34 percent silt and clay -sized particles (passing the No. 200 sieve). A composite sample of the near surface sand fill with gravel was also tested and was non -plastic, with 20 percent silt and clay -sized particles. The composite sample was classified as a silty sand (SM) soil by the USCS and as an A-2-4 soil by the AASHTO system. An Hveem stabilometer tests (R-value) (ASTM D 2844, AASHTO T190) that was performed on the composite soil group sample indicated an R-value of 71. A one-dimensional swell/consolidation test was performed on a sample of the clayey to silty sand fill to characterize the swell potential of the subgrade soils. The sample was loaded to 150 psf in a one-dimensional swell/consolidation apparatus, flooded with water and allowed to swell or consolidate. The sample exhibited no swell or consolidation (0 percent). The swell test results confirm our judgment that the subgrade soils are non -swelling. Groundwater was not encountered in any of the subgrade borings. Graphical summary logs of the exploratory borings, along with field penetration resistance test results are shown on Figure 2. EDAW, INC. 3 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381.135 IF EXISTING FILL Existing sand and gravel fill was encountered in each of the borings below the concrete pavement in Trimble and Tenney Courts to the maximum depth investigated of 10 feet. With the exception of subgrade fill that may have been placed during concrete paving of the alleys, we believe this fill is undocumented and was most likely placed during the relatively older development of the downtown area. Therefore, we understand that compaction records probably do not exist for the fill. We anticipate that owing to the age and nature of construction in the downtown area over the years, minor amounts of trash, rubble and timber may be present within the fill. If such material is encountered during removal of the existing concrete and grading of the alleys, it should be removed and replaced with well -compacted, granular fill such as a MOT Class 5 or Class 6 aggregate base course. Undocumented fill presents a risk of movement to improvements supported on the fill. However, the existing concrete pavement in both alleys appears to have performed well over the life of the pavement. Therefore, we believe the existing sand and gravel fill may continue to be used as subgrade for the pavement improvements. With the exception of sand fill encountered in S-1 at the north end of Tenney Court, the near surface sand fill was medium dense based on penetration resistance tests. The sand fill encountered in S-1 was loose. We believe the limits of the loose soil can be determined during construction. We recommend this area of loose fill be removed in its entirety or to a depth of 2 feet (whichever is less) and re -compacted below the alley. Other areas of loose sand fill or soils that have excess water content or are otherwise judged unsuitable that may be encountered during concrete removal and grading should be removed and re -compacted. Unstable areas can be mitigated by overexcavation and recompaction using geotextile fabric and coarse aggregate or pit run type gravel, or geogrid and aggregate base course. Fly ash or lime treatments is not advised for these sites due to the engineering properties of the site soils. All fill should be placed and EDAW, INC. 4 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381.135 compacted to the specifications presented in the Subarade Preparation section below. PAVEMENT AND SURFACING The surfacing alternatives presented in this report are based on methods in the AASHTO 1993 "Guide for Design of Pavement Structures", the "Larimer County Urban Area Street Standards", our experience, and preferences indicated by EDAW, Inc. and the City of Fort Collins. EDAW and the City of Fort Collins are considering surfacing the revitalized alleys with concrete pavers, asphalt pavement on aggregate base course or portland cement concrete. We discussed anticipated traffic loading with the City of Fort Collins Engineering Department. Although the volume is not expected to be high, the loads may be heavy. Therefore, we used an EDLA of 50 for design, and calculated an equivalent single axle load (ESAL) of 365,000 (from Table 10-1 of the Larimer County "Urban Area Street Standards"). The site soils have good pavement support characteristics. Because of the potential for variability of fill soils below the concrete, we recommend a design R- value of 55 for resilient modulus calculations. Sub -grade Preparation. Following removal of the existing concrete loose areas of existing sand fill should be removed and re -compacted. Fill should be constructed using on -site or similar low- to non -swelling soils. Fill materials similar to the on -site soils should be moisture treated to between two percent below optimum and two percent above optimum moisture content, placed in thin lifts, and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). Imported soils used to construct fills should be non - expansive soils similar to the on -site soils. We recommend samples of soils proposed for importing should be submitted to our office for approval prior to EDAW. INC. 5 _ OLD TOWN SQUARE CTL i T PROJECT NO. FC83381-135 hauling them to the site. The final subgrade should be scarified a minimum of 12 inches, moisture conditioned to between 2 percent below optimum and 2 percent above optimum moisture content, and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). We recommend that a representative of our firm observe and test compaction of the scarified subgrade and any fill placed during construction. Concrete Paver Surfacing. We understand the City may prefer to resurface the alleys with concrete pavers and a sand base. We believe that with proper grading and drainage, some planned maintenance, anticipated traffic, and the design and construction recommendations presented below; a durable surface can be constructed using these materials. However, it should be noted that City of Fort Collins standards do not normally permit street sections designed or constructed with pavers. Special consideration or review may be required. Recommended thicknesses are presented below in Table A. An additional consideration is that drainage is currently provided by the inverted crown, and drainage outward using a typical crown is not considered feasible because of the existing buildings. If this alternative is chosen, we recommend consideration be given to a concrete trickle pan to avoid excessive wetting of the subgrade by water that collects and flows near the inverted center of the courts. We have assumed a minimum thickness of 3 inches for the concrete pavers, and a 1-inch minimum thickness of bedding sand below the pavers. The prepared sub base should consist of a minimum of 6 inches of an aggregate base course material such as CDOT Class 5 or Class 6 (aggregate base course). Aggregate base course should have a minimum Hveem stabilometer value of 77. Aggregate base course or recycled material must be moisture stable. The change in R-value from 300 psi to 100 psi exudation pressure should be 12 points or less. For this application, we recommend a geotextile fabric such as Mirafi 500x (or equivalent) be used between the base course and subgrade. The fabric EDAW, INC. 6 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 should be placed over the approved subgrade within 24 hours prior to placement of aggregate base course. Fabric should be rolled out longitudinally with minimum overlapped seams of 2.5 feet. No wrinkles should be permitted. Aggregate base course should be placed in thin lifts, 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). Placement and compaction of aggregate base course should be observed and tested by a representative of our firm. Placement should not commence until the underlying subgrade is properly prepared and observed by our representative. The design of a paving system is as much a function of surfacing materials as supporting characteristics of the subgrade. The quality of each construction material is reflected by the strength coefficient used in the calculations. If the surfacing system is constructed of inferior material, then the life and serviceability of the pavement will be substantially reduced. Materials and placement methods should conform to City of Fort Collins requirements. The structural coefficient assumed for aggregate base course in our evaluation is an R-value of 77. The Colorado Department of Highways Class 5 or Class 6 base courses will normally meet these requirements. Base course varies considerably and can be sensitive to change in moisture; therefore, we recommend the material planned for base course be laboratory tested prior to importing it to the site. The primary cause of early pavement deterioration is water infiltration into the pavement system. The addition of moisture usually results in softening of base course and subgrade, and the eventual failure of the pavement. We recommend drainage be designed for rapid removal of runoff from the surface and subgrade. Final grading of the subgrade should be carefully controlled so that design cross -slope is maintained, and low spots in the subgrade that could trap water are eliminated. EDAW, INC. 7 - OLD TOWN SQUARE - CTL I T PROJECT NO. FC03381-135 IF Our experience with concrete pavers indicates they tend to behave more like a flexible pavement than a rigid pavement and they generally perform best in low traffic, light load situations. Problems frequently associated with their use include: • movement, cracking and breaking of the bricks (due to their tendency to "float" rather than transfer load). A regular maintenance and replacement program would likely be required to maintain visual appeal. • frost heave due to the entrapment of water in the sand bedding and base course beneath the concrete pavers. Other alternatives to the concrete pavers that have been used successfully in the area include conventional portland cement concrete pavement that is colored and/or stamped with brick or other patterns after placement; and placement of the concrete pavers and sand bedding over a 4-inch thick portland cement concrete pavement on prepared subgrade. Pavement. The existing alley pavement is constructed of 4 to 8 inches of portland cement concrete pavement according to our borings. The concrete pavement appears to have performed well over the life of the pavement. We understand the existing concrete pavement is to be removed and replaced. We recommend using one of the pavement section alternatives presented below in Table A for the alleys. TABLE A SUMMARY OF RECOMMENDED PAVEMENT SECTIONS Indicates default thicknesses. Because of space constraints and drainage considerations, we believe concrete is a superior alternative to the other pavements for these locations. EDAW,INC. 8 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381.135 City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 3 BID #5912 OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5912 Old Town Square and Alleys Enhancement Project OPENING DATE: June 16, 2005, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Bid opening has been extended to June 16, 2005, 3:00pm (our clock) 2. The Pre -Bid date is May 26, 2005, 10:00a.m. 215 N. Mason, Room 2d. 3. June 7, 2005 will be the last day for questions. If you have any questions please contact John Stephen, CPPO, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 However, the asphalt on base course over a prepared subgrade alternative may present a more cost-effective approach initially, asphalt pavements typically have higher maintenance costs. Flexible pavement alternatives for the alleys include asphalt (hot bituminous pavement) on aggregate base course over compacted natural subgrade. We understand the City does not allow full depth asphalt on natural subgrade, therefore we have not provided a recommendation for that alternative. If concrete pavement is the selected alternative, we recommend slip joints be constructed between the concrete pavement and adjacent building foundations to allow for potential movement of the pavement without affecting the buildings. Concrete pavement should not be connected to the adjacent building foundations. As discussed in the Concrete Paver Surfacing section, a typical crown to drain surface water outward is not considered feasible. If the asphalt on base course alternative is selected, we recommend consideration be given to a concrete trickle pan near the inverted center of the Courts. SOLUBLE SULFATES Water-soluble sulfate concentrations were measured for two samples of the near -surface subgrade soils. The purpose of the test was to determine the risk of exposure to sulfate attack where portland cement concrete is used for pavement. The concentrations measured ranged from 0.005 to 0.06 percent. Sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that comes into contact with the subsoils, according to the American Concrete Institute (ACI). For this level of sulfate concentration, ACI indicates any type of cement can be used for concrete that comes into contact with the subsoils. In our experience, superficial damage may occur to the exposed surfaces of highly permeable concrete, even though sulfate levels are relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to-cementitious material ratio should not exceed 0.50 for concrete in EDAW, INC. 9 _ OLD TOWN SQUARE CTL I T PROJECT NO. FC03381.135 IF contact with soils that are likely to stay moist due to surface drainage. Concrete should be air entrained. MATERIALS AND CONSTRUCTION The performance of a pavement system is determined by the quality of the paving materials and construction practices. Material properties and construction practice guidelines are presented in Appendix B. During construction, careful attention should be paid to the following details: • Maintaining subgrade moisture content as close to optimum moisture content as practical. • Design slopes of the adjacent ground and pavement to rapidly remove water from the pavement surface. Moisture treatment of the subgrade will reduce the swell potential of the site soils. However, higher moisture contents will tend to decrease stability of the subgrade for proof rolls. Uniformity of the subgrade and careful monitoring of the subgrade preparation will decrease the likelihood of stability problems during subgrade preparation. 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. Recommended maintenance programs for pavements are outlined in Appendix C. LIMITATIONS The opinions, conclusions and recommendations included in this report are based upon our field observations, laboratory testing, estimated traffic levels, and design criteria specified by EDAW and the City of Fort Collins. Routine maintenance, such as sealing and repair of cracks in pavements, is necessary to achieve long-term life and serviceability. If the design recommendations and EDAW, INC. 10 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 construction guidelines cannot be followed, or if anticipated traffic loads change significantly, we should be contacted to review our recommendations. We believe the geotechnical services for this project were performed in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions 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 geotechnicai point of view, please do not hesitate to call. CTL I THOMPSON, INC. Gary Diewald Staff Engineer `\\\\\`P no iREC� ii Reviewed by' i E .�` oEA. 2 Thomas A. GD:TAC:bly (5 copies sent) EDAW, INC. 11 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 .. 4 SCALE: 1 "=100' 11 VEST MOUNTAIN AVE. o ui a w O w J J O U F O W EDAW, INC. OLD TOWN SQUARE PROJECT NO. FC03381 N LtUtND: S-1 INDICATES APPROXIMATE LOCATION 0 OF EXPLORATORY BORINGS VICINITY MAP (FORT COLLINS AREA) NOT TO SCALE Locations of Exploratory Borings FIGURE 1 w w w LL 2 H a. w 0 TENNEY COURT S-1 S-2 F-0 L=I L8INCHES 10 15 25 35 EDAW INC. OLD TOWN SQUARE PROJECT NO. FC03381 I S-3 INCHES TRIMBLE COURT S-4 INCHES SUMMARY LOGS OF EXPLORATORY BORINGS 7 LEGEND: CONCRETE (AND MEASURED THICKNESS). INCHES B_ 0 SAND, CLAYEY, SILTY, LOOSE TO MEDIUM DENSE, MOIST, BROWN (FILL). ® GRAVEL, SANDY TO SILTY, MOIST, BROWN TO REDDISH BROWN (FILL). 5 DRIVE SAMPLE. THE SYMBOL 5/12 INDICATES 5 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES. BULK SAMPLE FROM AUGER CUTTINGS. 10 15 w w w LL 20 = ww NOTES: 1. THE BORINGS WERE DRILLED ON NOVEMBER 10, 2004 USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. 25 2. BORING LOCATIONS WERE SURVEYED BY A REPRESENTATIVE OF OUR FIRM. 3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 30 35 40 SUMMARY LOGS OF EXPLORATORY BORINGS FIG. 2 of 11 7 6 5 4 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of FILL, SAND, CLAYEY TO SILTY DRY UNIT WEIGHT= 124 PCF From S-4 AT 2 FEET MOISTURE CONTENT= 9.2 % Swell Consolidation Test Res u Its FIG. 3 PROJECT NO. FC03381 1:11114:90 111 W&I CLAY (PLASTIC) TO SILT (NON -PLASTIC) Sample Of -FILL, GRAVEL, SANDY From S- 1 AT 5-10 FEET DIAMETER OF PARTICLE IN MILLIMETERS Sample Of FILL, SAND, CLAYEY TO SILTY From S-_2 AT 0--5 FEET PROJECT NO. FC03381 GRAVEL -57 % SAND 36% SILT & CLAY 7 % LIQUID LIMIT % PLASTICITY INDEX % GRAVEL 28 % SAND 57 % SILT & CLAY 15 % LIQUID LIMIT NO % PLASTICITY INDEX NP % Gradation Test Results FIG. 4 I I HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HIR. 7 HFL 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 *16 *10 *8 *4 318" 314" 1W' 3' 5116!1 111, 90 10 -- - - --- - -- - - - - - - - - - - - - - 80 20 - - - - - - - - - - 0 70 30 -=T- 7_9.�717 t- ::::::::'=7 z 60 40 so 50 cwi 40 60 30 + - 70 20 . . . . . . . . . . . . . . .... .. . BO 10 _7 90 --7:7 0 L 79 777 77j7 . . . . . . . . . Inn 001 0.002 ms .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 7&2 127 200 0.42 '152 DIAMETER OF PARTICLE IN MILLIMETERS I SANDS I GRAVEL I CLAY (PLASTIC) TO SILT (NON -PLASTIC) L FINE I MEDIUM COARSE I FINE COARSE I COBBLES Sample Of FILL, GRAVEL, SANDY GRAVEL 69 % SAND 24 % From S- _2AT 5:10 FEU SILT & CLAY 7 % LIQUID LIMIT - % PLASTICITY INDEX - % DIAMETER OF PARTICLE IN MILLIMETERS Sample Of FILL, SAND, CLAYEY TO SILTY From S- 3 AT 0__5 FEET PROJECT NO. FC03381 GRAVEL 33 % SAND 49% SILT & CLAY - 18 % LIQUID LIMIT 32 % PLASTICITY INDEX 17 % Gradation Test Results FIG. 5 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. 1 MIN. '200 '100 '50 '40 '30 '16 '10 '6 '4 3/8" 314" 115" 3" 516" 8" 100 0 _.. 90 10 .._..._.___ _....____. _ .._ ___.._....._�..-_.__... _- . __.______ _.__. __._.� .___.. .._•__ __.._._.__ ._...... . .. ... .__.__ _____�._ so 20 - -. ... __ .... __ _. 30 Z 70 ...., N._ 60 _ ..... ... _. , .._. _ . __ .... __ 40 z Q --._ _... _....__. .. _.. ___ _ ___... ...._ _..__.. ..... ._._.__ a _ 50 50 O K __.•�_ .__ _ _ -- U a 40 _—_ .. I 60 i 20 ._.____ __.__._... .......... ......._. ._._.... .__..__._. _.... .....__, ...___._ _,_.._.....__ ....___._ _...___....._ ._,.. .._._. W 10 90 0 tnn .001 0.002 .005 .009 .019 .037 .074 .149 .297 1.19 102.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42690 DIAMETER OF PARTICLE IN MILLIMETERS SANDS GRAVEL CLAY (PLASTIC) TO SILT (NON -PLASTIC) FINE I MEDIUM lCOARSEl FINE I COARSE I COBBLES Sample of FILL, SAND, CLAYEY TO SILTY GRAVEL 29 % SAND 53 % From S- 3 AT 5-10 FEET SILT 8 CLAY 18 % LIQUID LIMIT - % PLASTICITY INDEX % DIAMETER OF PARTICLE IN MILLIMETERS Sample of FILL, SAND, CLAYEY TO SILTY From S- 4 AT 0-10 FEET PROJECT NO. FC03381 GRAVEL 29 % SAND 51 % SILT 8 CLAY 20 % LIQUID LIMIT NO PLASTICITY INDEX NP % Gradation Test Results FIG.6 900 800 700 DTI 500 400 300 U) IL w 200 U) w Ir IL z 0 a 100 - c x w 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE PROJECT NO. FC03381 Hveem Stabilometer Test Results Fig. 7 City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 BID #5912 OLD TOWN SQUARE AND ALLEYS ENCHANCEMENT PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5912 Old Town Square and Alleys Enhancement Project OPENING DATE: April 11, 2005, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. 11 Fee and Testing Clarification Contractor to pay: Electric fees WATC — traffic control plan review fees The Owner will pay: Water tap fees This project will not have development permit fees. The Owner will use their testing company — to be coordinated with the contractor 22. REVISE SECTION 01310 — PROJECT MANAGEMENT AND COORDINATION, PART 1,subsection 1.7,13, "Project Meetings," substituting the following: 1.7 PROJECT MEETINGS Pre -construction Conference: The pre -construction conference will be held after the awarding of the Contract and prior to the issuance of the Notice to Proceed and a partnering session will be held on Monday, April 18, 2005 from Sam to 4pm at a location determined by the Owner. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. Attendees: The meeting will involve the Owner, the Engineer, the Contractor, the Contractor's site representative, subcontractors performing over 5% of the contract, the partnering specialist as selected by the Owner, and representatives of utilities and other properties that will be directly affected by the Work. 3.i Auto CAD File Availability AutoCAD Rel. 2004 files of the Old Town Square Enhancements base elements (Survey, layout, grading, planting and irrigation) are available at the following location: (http://www.edaw.com/ftp/) for bidding purposes. From this URL location select Fort Collins, and then the Old Town Square folder. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 TABLE I SUMMARY OF LABORATORY TEST RESULTS - SUBGRADE BORINGS SUBGRADE BORING DEPTH FEET SAMPLE TYPE MOISTURE %) DRY DENSITY PCF SWELL TEST DATA PASSING NO.200 SIEVE % ATTERBERG LIMITS R-VALUE GROUP INDEX AASHTO CLASSIFICATION UNIFIED SOIL CLASSIFICATION SYSTEM WATER SOLUBLE SULFATES SOIL TYPE SWELL % I APPLIED PRESSURE (PSF) LIQUID LIMIT °k) PLASTICITY INDEX °% S-1 2 CAL 11,8 12 SM 0.005 FILL SAND CLAYEY TO SILTY S-1 0-5 BULK NP NP SM FILL SAND CLAYEY TO SILTY S-1 5-10 BULK 3.8 7 0 A-3 GP FILL GRAVEL SANDY S-z 1 2 CAL 1 10.3 1 20 1 SM FILL SAND CLAYEY TO SILTY S-2 0-5 BULK 5.1 15 NP NP 0 A-24 SM FILL SAND CLAYEY TO SILTY S-2 5-10 BULK 3.3 7 0 A-3 GP FILL GRAVEL SANDY S-3 2 CAL 10.1 34 32 17 1 A-2-6 SC FILL SAND CLAYEY TO SILTY S-3 0-5 BULK 5.9 18 0 A-24 SM FILL SAND CLAYEY TO SILTY S-3 5-10 BULK 4.0 18 0 A-24 SM FILL SAND CLAYEY TO SILTY S4 2 CAL 9.2 124 0.0 150 22 SM 0.060 FILL SAND CLAYEY TO SILTY COMBINED SAMPLE 84 D-10 BULK 7.1 20 NP NP 71 0 A-24 SM FILL SAND CLAYEY TO SILTY EDAW, INC OLD TOWN SQUARE PROJECT NO FC03381 Pape 1 Of 1 1� r APPENDIX A DESIGN CALCULATIONS EDAW, INC. - OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 �r wiwl •YI• Project: Old Town Square Location: Trimble and Tenney Courts JOO NO.: 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, FASS = Fly Ash Stabilized Subgrade 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. PROJECT NO. FC03381 FIGURE A-1 AASHTO RIGID PAVEMENT DESIGN Project: Old Town Square Location: Trimble an Tenney Courts Job No.: FC03381 What is the Design ESAL ? What is the Reliability ? What is the Serviceability Loss ? :ryry What is the Concrete Elastic Modulus ? si .....:....:.... p What is the Concrete Modulus of Rupture ? '` psi What is the Drainage Factor ? What is the Standard Deviation ? ['-'t't> What is the R-value ? Computed Resilient Modulus = <"`_' psi If R is not available, Input Resilient Modulus = psi DESIGN RESILIENT MODULUS S'17 psi Design Slab Thickness is �:: inches PROJECT NO. FC03381 FIGURE A-2 Project: Old Town Square Location: Trimble and Tenney Courts Job No.: FC03381 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 Paver Layer Coefficient ? What is the ABC Layer Coefficient ? psi psi psi inches afl< ! inch Paver over r inches Aggregate Base Course NOTES: HBP = Hot Bituminous Pavement, ABC = Aggregate Base Course, FASS = Fly Ash Stabilized Subgrade 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. PROJECT NO. FC03381 FIGURE A-3 a APPENDIX B MATERIAL PROPERTIES AND CONSTRUCTION CHECKLIST EDAW, INC. OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 0 MATERIAL PROPERTIES ASPHALT CONCRETE ► Design assumes a strength coefficient of 0.44. ► 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. ► Gradations that approach the maximum density line (within 5% between the No. 4 and 40 sieve) should be avoided. ► A gradation with a nominal maximum size of 3/4" developed on the fine side of the maximum density line should be used. ► 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 for the upper 3 inches of collector and arterial streets is recommended. ► 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 77. ► A Class 5 or 6 Colorado Department of Transportation (CDOT) specified aggregate base course and a Mirafi 500x or equal fabric is recommended. ► 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. PORTLAND CEMENT CONCRETE - - - Portland cement concrete should have a minimum compressive strength of 4,000-psi at28 days and a minimum modulus of rupture (flexural strength) of 650 psi. A iob mix design is recommended and periodic checks on the mob site should be made to verify compliance with specifications. ► Portland cement should be Type II :low alkali" and should conform to ASTM C 150. 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. EDAW, INC. B-1 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 CONSTRUCTION CHECKLIST The construction procedures of the pavement system are 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. Non -Cohesive Soils (A-3, A-2-4 and A-2-6) ► Soils shall be moisture treated at 2 percent below optimum to plus 2 percent of 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. CTL I Thompson should observe the proof test. ► 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. Construction Observation ► Where soft, yielding subgrade is encountered, the excavation shall be inspected by a representative of CTL I Thompson, Inc. ► CTL I Thompson shall be notified and tests taken to confirm the subgrade meets the specifications. EDAW, INC. OLD TOWN SQUARE B-2 CTL I T PROJECT NO. FC03381-135 AGGREGATE BASE COURSE ► Geotextile fabric (Mirafi 50OX or equal), if used, shall be placed over the approved subgrade within 24 hours prior to placement of aggregate base. ► Fabric shown on the plans shall be rolled out longitudinally with minimum overlapped seams of 2.5 feet. No wrinkles will be permitted. ► The subgrade shall be smooth and free of ruts or other grade variations, which could affect the fabric. ► Placement of the fabric shall be inspected. ► CDOT Class 5 or 6 Aggregate base course shall be laid in thin, loose lifts, moisture treated to within 2% of optimum moisture content, and compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). CURB AND GUTTER ► Curb and gutter shall be backfilled and compacted to reduce the potential of heave or settlement that would cause water to pond adjacent to the pavement. ► Compaction shall be in accordance with Section 203.11 of the State of Colorado Standard Specifications for Road and Bridge Construction and the City of Fort Collins specifications. ► An asphalt cement tack coat should be applied to the curb, subgrade and all joints at a rate of not more than 0.10 gallon per square yard. The tack should be applied at a temperature between 800 F and 130° F and allowed to cure for 1/2 hour prior to paving. ASPHALT CONCRETE ► Asphalt concrete shall be hot plant -mixed material compacted to at least 93 to 96% of maximum theoretical density. ► Paving should only be performed when subgrade temperatures are above 40°F and air temperature is at least 40°F and rising. ► 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 2750F for AC-10 asphalt cement. ► The maximum compacted lift 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 175°F. RIGID PAVEMENT ► The resulting subgrade should be checked for uniformity and all soft or yielding materials should be replaced prior to paving. Concrete should not be placed on soft, spongy, frozen, or otherwise unsuitable subgrade. ► The subgrade should be kept moist prior to paving. ► Portland cement concrete should not be placed when the subgrade or air temperature is below 40°F. EDAW, INC. B-3 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381.135 0 ► Curing procedures should protect the concrete against moisture loss, rapid temperature change, freezing, and mechanical injury for at least 3 days after placement. Traffic should not be allowed on the pavement for at least one week. ► Curing of portland cement concrete should be accomplished by the use of a curing compound. The curing compound should be applied in accordance with the manufacturers recommendations. ► Construction joints, including longitudinal joints and transverse joints, should be formed during construction or should be sawed shortly after the concrete has begun to set, but prior to uncontrolled cracking. All joints should be sealed. ► Construction control and inspection should be carried out during the subgrade preparation and paving procedures. Concrete should be carefully monitored for quality control. The additional requirements of the Colorado Department of Highways Specifications should apply. The subgrade preparation and the placement and compaction of all pavement material shall be observed and tested by CTL I Thompson. Compaction criteria shall be met prior to the placement of the next paving lift. The additional requirements of the City of Fort Collins shall apply. EDAW, INC. B-4 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 El 4.) Notes in legend on sheet LP100 designating "PLANTING TO BE PROVIDED BY OWNER" to be deleted. 5.1 Additional Plant Schedule for Annuals Plant schedule for annual plantings. Quantities shown are per each for pots and hanging baskets and per 10 s.f. for annual planting beds. Contractor is responsible for determining final quantities. Autumn annuals to be planted following first frost in the fall. Remove all annuals from pots with the exception of the Purple Fountain Grass, which is to remain. SPACING QTY. BOTANICAL NAME COMMON NAME SIZE O.C. SUMMER ANNUALS 3' Pots (Qty. per ea.) 2 Bidens ferulifolia 3 Ipomoea batatas'Slackie' 2 Ipomoea batatas'Marguadta' 4 Nicotiana alata'Hummingbird Lemon Lime' 1 Pennisetum setaceum'Rubrum' 3 Rudbeckia hirta'Goldilocks' 4' Pots (Qty. per ea.) 3 Bidens ferulifolia 4 Calibrachoa 'Super Bells White' 2 Ipomoea batatas'Blackie' 2 Ipomoea batatas'Marguarita' 5 Nicotiana slate 'Hummingbird Lemon Lime' 1 Pennisetum setaceum'Rubrum' 4 Rudbeckia hirta'Goldilocks' Hanging Baskets on Lights (Qty. per ea.) 2 Calibrachoa 'Million Bells Terra Cotta' 2 Calibrachoa'Million Bells Yellow' 1 Helichrysum petiole'Lemon Licorice' 3 Verbena canadensis'Aztec Red' 2 Vinca maculata Wall Mounted Baskets (Qty. per ea.) 2 New Guinea Impatiens 3 New Guinea Impatiens 3 Thunbergia alata 'Sunny Lemon Star' 2 Vinca maculata Annual Beds (Qty. per 10 s.f.) 3 Bidens ferulifolia 1 Cleome hassleriana'Helen Campbell' 3 Nicotiana alata'Hummingbird Lemon Lime' 1 Pennisetumsetaceum'Rubmm' 3 Verbena bonariensis Gold Carpet F32 EQ. Black Sweet Potato Vine F32 EQ. Lime Sween Potato Vine F32 EQ. Lemon Lime Flowering Tobacco F32 EQ. Purple Fountain Grass 1 Gal. center Goldilocks Black Eyed Susan F32 EQ. Gold Carpet F32 EQ. White Trailing Petunia F32 EQ. Black Sweet Potato Vine F32 EQ. Lime Sween Potato Vine F32 EQ. Lemon Lime Flowering Tobacco F32 EQ. Purple Fountain Grass 1 Gal. center Goldilocks Black Eyed Susan F32 EQ. Terra Cotta Trailing Petunia F32 EQ. Yellow Trailing Petunia F32 EQ. Lemon Licorce Plant F32 EQ. Red Verbena F32 EQ. Vinca Vine F32 EQ. Apricot New Guinea Impatiens F32 EQ. Peach New Guinea Impatiens F32 EQ. Yellow Black Eyed Susan Vine F32 EQ. Vinca Vine F32 EQ. Gold Carpel F15 EQ. White Spider Plant F15 EQ. Lemon Lime Flowering Tobacco F15 EQ. Purple Fountain Grass 1 Gal. EQ. Tall Purple Verbena F15 EQ. AUTUMN ANNUALS 3' Pots and 4' Pots (Qty. per ea.) 3 Brassica oleracea'Chidori Red' Flowering Kale F15 EQ. y IF APPENDIX C GUIDELINE MAINTENANCE RECOMMENDATIONS EDAW, INC. OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 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 seal or rejuvenating the asphalt binder to extend pavement life. Annual Preventive Maintenance 1. Visual pavement evaluations shall be performed each spring or fall. 2. Reports documenting the progress of distress shall be kept current to provide information on effective times to apply preventive maintenance treatments. 3. Crack sealing shall be performed annually as new cracks appear. 3 to 5 Year Preventive Maintenance 1. The owner should budget for a preventive treatment at approximate intervals of 3 to 5 years to reduce oxidative embrittlement problems. 2. Typical preventive maintenance treatments include chip seals, fog seals, slurry seals, and crack sealing. 5 to 10 Year Corrective Maintenance 1. Corrective maintenance may be necessary, as dictated by the pavement condition, to correct rutting, cracking and structurally failed areas. 2. Corrective maintenance may include full depth patching, milling and overlays. In order for the pavement to provide a 20-year service life, at least one major corrective overlay can be expected. EDAW, INC. OLD TOWN SQUARE C-1 CTL I T PROJECT NO. FC03381.135 4 IF MAINTENANCE FOR RIGID PAVEMENTS High traffic volumes create pavement rutting and smooth, polished surfaces. Preventive maintenance treatments will typically preserve the original or existing pavement by providing a protective seal and improving skid resistance through a new wearing course. 1. Annual Preventive Maintenance a. Visual pavement evaluations shall be performed each spring or fall. b. Reports documenting the progress of distress should be kept current to provide information of effective times to apply preventive maintenance. C. Crack sealing shall be performed annually as new cracks appear. 2. 4 to 8 Year Preventive Maintenance a. The owner should budget for a preventive treatment at approximate intervals of 4 to 8 years to reduce joint deterioration. b. Typical preventive maintenance for rigid pavements include patching, crack sealing and joint cleaning and sealing. C. Where joint sealants are missing or distressed, resealing is mandatory. 3. 15 to 20 Year Corrective Maintenance a. Corrective maintenance for rigid pavements includes patching and slab replacement to correct subgrade failures, edge damage and material failure. b. Asphalt concrete overlays may be required at 15 to 20 year intervals to improve the structural capacity of the pavement. EDAW, INC. `.�2 OLD TOWN SQUARE CTL I T PROJECT NO. FC03381-135 CITY OF FORT COLLINS 17 March 2005 SECTION 01100 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Use of premises. 4. Owner's occupancy requirements. 5. Work restrictions. B. Related Sections include the following: 1. Division 1 Section "Summary of Multiple Contracts" for division of responsibilities for the Work. 2. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Old Town Square and Alleys Enhancement Project 1. Project Location: Fort Collins, Colorado B. Owner: City of Fort Collins Owner's Representative: Chip Steiner, Downtown Development Authority. C. Engineer: EDAW, Inc., 240 E. Mountain Ave., Fort Collins, CO 80524 D. Contractor: Successful bidder to be determined. E. Construction Manager: Kathleen Benedict, Fort Collins Parks Department. Construction Manager has been engaged for this Project to serve as an advisor to Owner and to provide assistance in administering the Contract for Construction between Owner and Contractor, according to a separate contract between Owner and Construction Manager. F. The Work consists of the following: The Work includes, but is not limited to the following: demolition and salvage, leveling of existing sand set unit pavers, and set unit pavers on aggregate base and on concrete slab base, lighting, site furnishings, ornamental metal work, planting, irrigation, minor utility appurtenance SUMMARY 01100 - 1 d CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 adjustments, and concrete restoration. Work includes portions of construction within City Street Rights Of Way. Project area is approximately 91,000 square feet in two contiguous areas and three construction zones. 1.4 TYPE OF CONTRACT A. Project will be constructed under a single prime contract. 1.5 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Confine constructions operations to areas winthin designated limits of work. No existing building interior space is to be considered within the limits of work. 2. Public toilets present on site are for public use only. Contractor is to provide temporary toilet accommodations for construction personnel. 3. Owner Occupancy: Allow for Owner occupancy of Project site and use by the public. 4. Driveways and Entrances: Keep driveways, parking garage, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. b. Construction will take place in front of business entries. Maintain a five foot wide walkway to every entry, or schedule work at off hours as agreed between business owner, and Construction Manager. C. Maintain a five foot wide accessible walkway to every building primary egress, or schedule work at off hours as agreed between business owner, and Construction Manager. d. Contractor shall be responsible for coordinating with building owners when building activities will be interrupted by construction operations. 1.6 OWNER'S OCCUPANCY REQUIREMENTS A. Full Owner Occupancy: Owner will occupy site and adjacent buildings during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of project, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. SUMMARY 01100 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Construction Manager will prepare a Certificate of Substantial Completion for each specific portion of the Project to be occupied before Owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy. 3. Before partial Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of Project. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of Project. 1.7 WORK RESTRICTIONS A. On -Site Work Hours: Work shall be generally performed during normal business working hours of 8:00 a.m. to 2:00 p.m., Monday through Friday, except otherwise indicated. 1. Weekend Hours: 2:00 a.m. to 8:00 a.m. 2. Early Morning Hours: See City of Fort Collins restrictions on noisy work. 3. Hours for Utility Shutdowns: Weekday mornings between 9:00 a.m. and 12:00 p.m. 4. Hours for Core Drilling, saw cutting, concrete breaking: 8:00 a.m. to 5:00 p.m. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Construction Manager Owner not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Construction Manager's written permission. 1.8 MISCELLANEOUS PROVISIONS PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01100 SUMMARY 01100 - 3 ME Copyright 2002 AIA MASTERSPEC 11/02 SECTION 01210 - ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements governing allowances. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Lump -sum allowances. 2. Unit -cost allowances. 3. Quantity allowances. C. Related Sections include the following: 1. Division 1 Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders for allowances. 2. Division 1 Section "Unit Prices" for procedures for using unit prices. 3. Divisions 2 through 16 Sections for items of Work covered by allowances. 1.3 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect from the designated supplier. 1.4 SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. B. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. ALLOWANCES 01210 - 1 Copyright 2002 AIA MASTERSPEC 11/02 C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.5 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.6 [LUMP -SUM] [UNIT -COST] [AND] [QUANTITY] ALLOWANCES A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner under allowance and shall include taxes, freight, and delivery to Project site. B. Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by Owner under allowance shall be included as part of the Contract Sum and not part of the allowance. 1.7 UNUSED MATERIALS A. Return unused materials purchased under an allowance to manufacturer or supplier for credit to Owner, after installation has been completed and accepted. 1. If requested by Architect, prepare unused material for storage by Owner when it is not economically practical to return the material for credit. If directed by Architect, deliver unused material to Owner's storage space. Otherwise, disposal of unused material is Contractor's responsibility. PART 2 - PRODUCTS (Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. <Insert number>: Include <Insert allowance description> as specified in Division <Insert Division number> Section "<Insert Section title>"[ and as shown on Drawings]. END OF SECTION 0 12 10 ALLOWANCES 01210 - 2 CITY OF FORT COLLINS 17 March 2005 SECTION 01230 - ALTERNATES PART 1-GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES ALTERNATES 01230 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Alternate No. I High pressure soda blast cleaning of all unit pavers, concrete walls and stone copings within project limits, exclusive of buildings. B. Alternate No. 2: Rail Type "C" fabrication and installation as indicated in drawings and specifications. END OF SECTION 03300 ALTERNATES 01230 - 2 3. What are the dimensions of the granite paver (G/LS507)? We only have 2 7/8" thick. Answer: The dimensions of the granite cobble shall be 4 inches by 4 inches by 2 7/8 inches thick. 4. Please verify all concrete pavers are 8 cm thick. Answer: All concrete unit pavers shall be 8 cm thick. 5. Detail page LS503 shows the sandstone stairs but no dimensions of the sandstone or its color, only that it is 3" thick. Answer: Section 09638 — Stone Paving applies to the sandstone stairs and plinths The sandstone stairs and plinths shall be twenty four inches long (typical) with grout joints staggered in running bond pattern. 6. Section 09638, 3.8E indicates sealer. What sealer is specified? Answer: The sealer shall be Siloxane based meeting the following minimum specification. SPECIFIC GRAVITY: 0.996 ACTIVE CONTENT*: 7% siloxane pH: 4-5 WT./GAL.: 8.29 lbs. FLASH POINT: >212°F (>1000C) ASTM D 3278 FREEZE POINT: 32°F (0°C) Maximum VOC content 300 g/L 7. Please verify all granite is sand set. Answer: All granite shall be sand set, with the exception of granite indicated in detail C/LS502. Granite in detail C/LS502 shall be set according to specification section 09638 — Stone Paving. Section 09638 — Stone Paving, also applies to sandstone plinths, sandstone stair treads and sandstone risers. 8. Sheet LS103 has no label for a large quantity of pavement in the area between buildings G-1 and E-23. This "unlabeling" continues onto sheet LS104. Answer: It is correct that most of the existing unit pavers on sheet LS103 are not to be disturbed. The only exceptions are the additional areas of unit pavers that must be removed to accommodate additional trenching for irrigation and electrical conduit. Contractor is required to re -set all unit pavers disturbed during construction. 9. Detail F/LS501 shows concrete pavers over concrete slab set. Answer: Note 4 on sheet LS100 reads "See sheet G003 for paver base material." Sheet G003, plan A indicates that all unit pavers in Tenney Court and Trimble Court are on a concrete base. All Old Town Square entry areas within the City Street Right Of Way are also on a concrete base. All unit pavers internal to Old Town Square are to be placed over an aggregate base. Annual Beds (Qty. per 10 s.f.) Brassica oleracea'Chidori Red' Flowering Kale F15 EQ. 6.) Electrical Clarifications Sheet ES101: The homerun circuit indicates only three homerun arrows which there should be four to account for the four circuits being used. Sheet ES104: The homerun designation at the north end of the square to panel L1A-90T needs to include circuit 36. Change the homerun circuit callout to: L1A-90T-33(PART),36,38,58 (6#8 + #8GND) The homerun shall have a total of 8 homerun arrows, four circuits going to panel L1A-90B and four circuits going to panel L1A-90T. All Sheets: General Notes: Note #5 needs to be revised to the following: Contractor shall provide a one-time use seal tag for all in -use weatherproof receptacles covers to secure devices while in use. contractor shall not install these tags, but provide these to the city for future use when holiday lights are connected to the receptacles. Contractor shall also provide double the quantity for future use. 7.) Plan Sheet Revisions -- Sheets are attached 1. sheet Ip501 - planting details added 2. Ig101 and Ig102 - reissue sheets for readability of sheets 3. Is101 and Is 401 - adding striping and removing demo'ed islands from site plans. 4. sk01 - clarification of pipe sizes for subsurface drainage 5. sk02 and sko3 - clarification of tree and tree grate removal 6. sk04 - add minimum height to hanging baskets. 7. sko5 — Expanded area of concrete restoration 8.) Please use the attached Addendum #2 Bid Schedule when submitting your bid. 9.) Section 01270 unit prices - replace entire section with the attached. If you have questions please contact John Stephen, CPPO, Senior Buyer at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. CITY OF FORT COLLINS 17 March 2005 SECTION 01270 - UNIT PRICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for unit prices. B. Related Sections include the following: 1. Division 1 Section "Allowances" for procedures for using unit prices to adjust quantity allowances. 2. Division 1 Section "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 3. Division 1 Section "Quality Requirements" for general testing and inspecting requirements. 4. Division 1 Section "" for procedures for measurement and payment for unit -price items. 1.3 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work -in -place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A list of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION UNIT PRICES 01270 - 1 y CITY OF FORT COLLINS 17 March 2005 3.1 LIST OF UNIT PRICES A. Unit Price Item: Seat Wall with Stone Caps OLD TOWN SQUARE ENHANCEMENTS 1. Description: Sixteen inch height concrete seat wall, either eighteen or twelve inches in width, with stone cap including all excavation, formwork, concrete, stone and other materials, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Feet. B. Unite Price Item: Rail Type `C' 1. Description: Metal rail 1'-2" in height including all fabrication, painting, transportation, steel attachment brackets, attachment in place, and incidental efforts and materials required for completed finished product. 2. Unit of Measurement: Linear Feet. C. Unit Price Item: Strand Light 1. Description: Strand light to include transportation, installation in place including connection attachments to pole lights, stainless steel cable, hardware, and incidental efforts and materials required for completed finished product. Assumes electric power is available at point of connection. 2. Unit of Measurement: Linear Feet. D. Unit Price Item: Brick Face Attachment for Strand Light 1. Description: Steel bracket including fabrication, painting, transportation, attachment materials, and incidental efforts and materials required for completed finished product. 2. Unit of Measurement: Each. E. Unit Price Item: Light Post `A' 1. Description: Steel light post with banner anus on sandstone base including fabrication, transportation, excavation, formwork, concrete foundation, stone, installation in place, and incidental efforts and materials required for completed finished product. Assumes electric power is available at location of installation. 2. Unit of Measurement: Each. F. Unit Price Item: Light Post `B' 1. Description: Steel light post with banner arms including fabrication, transportation, excavation, formwork, concrete foundation, installation in place, and incidental efforts and materials required for completed finished product. Assumes electric power is available at location of installation. 2. Unit of Measurement: Each. G. Unit Price Item: Light Post `C' 1. Description: Steel light post with hanging baskets, support arms, including fabrication, transportation, excavation, formwork, concrete foundation, painting of baskets, installation in place, irrigation sleeving and piping for functional installation, and incidental efforts and materials required for completed finished product. Assumes electric power is available at location of installation. Strand light attachment not included. 2. Unit of Measurement: Each. UNIT PRICES 01270 - 2 CITY OF FORT COLLINS 17 March 2005 H. Unit Price Item: Wall Mounted Basket OLD TOWN SQUARE ENHANCEMENTS 1. Description: Steel hanging basket including fabrication, transportation, painting, installation in place, irrigation sleeving, valve box, ball valve, connection to adjacent irrigation lateral and pipe for functional installation, fiber basket insert, bracket attachment, and incidental efforts and materials required for completed finished product. 2. Unit of Measurement: Each I. Unit Price Item: Unit Pavers `A' 1. Description: Salvaged unit pavers reset in place on new sand setting bed including transportation and placing sand, and adjusting setting bed elevations; includes all labor, equipment and materials for a complete the installation. 2. Unit of Measurement: Square Feet. J. Unit Price Item: Unit Pavers on Concrete 1. Description: Unit pavers including transportation, excavation, formwork, sand setting bed, adjustment of setting bed elevations, installation in place, pavers, concrete, sand and other incidental materials, and all labor and equipment to complete the installation. 2. Unit of Measurement: Square Feet. K. Unit Price Item: Demolition of Eleven Inch Concrete Slab 1. Description: Demolition, removal, and disposal of eleven inch concrete slab, including all incidental efforts and materials required to complete the demolition. 2. Unit of Measurement: Square Feet. M. Unit Price Item: Installation of Eleven Inch Concrete Slab 1. Description: Installation of eleven inch concrete slab including transportation, excavation, formwork, installation in place, and incidental efforts and materials required for completed finished product to City standards. 2. Unit of Measurement: Square Feet N. Unit Price Item: Demolition of City Curb and Gutter 1. Description: Demolition, removal, and disposal of City of Fort Collins curb and gutter, including all efforts and materials required to complete the demolition. 2. Unit of Measurement: Linear Feet. O. Unit Price Item: Installation of City Curb and Gutter 1. Description: Installation of City of Fort Collins curb and gutter including excavation, formwork, and transportation, installation in place, and incidental effort and materials required for completed finished product to City standards. 2. Unit of Measurement: Linear Feet. P. Unit Price Item: Plaza Area Drain 1. Description: Plaza area drain including transportation, excavation, adjusting elevations, formwork, concrete collar, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Each. UNIT PRICES 01270 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 END OF SECTION 01270 UNIT PRICES 01270 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. 4. Requests for Interpretation (RFIs). B. Each contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor. C. Related Sections include the following: I. Division 1 Section "Construction Progress Documentation" for preparing and submitting Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. PROJECT MANAGEMENT AND COORDINATION 01310 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. Refer to other Sections for disposition of salvaged materials that are designated as Owner's property. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. C. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-112 by I 1 niches but no larger than 30 by 40 inches . 3. Number of Copies: Submit 4 opaque copies of each submittal. Architect, through Construction Manager, will return one copy. PROJECT MANAGEMENT AND COORDINATION 01310 - 2 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS a. Submit 4 copies where Coordination Drawings are required for operation and maintenance manuals. Architect and Construction Manager will retain 3 copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. B. Key Personnel Names: Within 5 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. L6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner, Construction Manager, and Architect, but no later than 5 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Construction Manager, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. It. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Preparation of Record Documents. PROJECT MANAGEMENT AND COORDINATION 01310 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Use of the premises. In. Work restrictions. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. P. Construction waste management and recycling. q. Parking availability. r. Office, work, and storage areas. S. Equipment deliveries and priorities. t. Security. U. Progress cleaning. V. Working hours. 3. Minutes: Record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect and Construction Manager of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. The Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders. C. Deliveries. f Submittals. g. Review of mockups: h. Possible conflicts. i. Time schedules. j. Manufacturer's written recommendations. k. Warranty requirements. 1. Acceptability of substrates. In. Temporary facilities and controls. n. Space and access limitations. o. Regulations of authorities having jurisdiction. P. Testing and inspecting requirements. q. Installation procedures. r. Coordination with other work. S. Required performance results. t. Protection of adjacent work. U. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Conduct progress meetings at weekly intervals. Coordinate dates of meetings with preparation of payment requests. PROJECT MANAGEMENT AND COORDINATION 01310 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2. 3. 4. Attendees: In addition to representatives of Owner, Construction Manager, and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Sequence of operations. 2) Status of submittals. 3) Deliveries. 4) Off -site fabrication. 5) Access. 6) Site utilization. 7) Temporary facilities and controls. 8) Work hours. 9) Hazards and risks. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. Minutes: Record the meeting minutes. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.8 REQUESTS FOR INTERPRETATION (RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. I. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. PROJECT MANAGEMENT AND COORDINATION 01310 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect and Construction Manager. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. a. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. C. Hard -Copy RFIs: CSI Form 13.2A. Identify each page of attachments with the RFI number and sequential page number. D. Software -Generated RFIs: Software -generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. E. Architect's and Construction Manager's Action: Architect and Construction Manager will review each RFI, determine action required, and return it. Allow seven working days for Architect's response for each RFI. RFIs received after 1:00 p.m. will be considered as received the following working day. The following RFIs will be returned without action a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Architect's action may include a request for additional information, in which case Architect's time for response will start again. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 1 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect and Construction Manager in writing within 5 days of receipt of the RFI response. F. On receipt of Architect's and Construction Manager's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect and Construction Manager within 5 days if Contractor disagrees with response. PROJECT MANAGEMENT AND COORDINATION 01310 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 5 April 2005 BID SCHEDULE (Base Bid) Lump sum for three areas: Tenney Court - Dollars Trimble Court - Dollars Old Town Square - GRAND TOTAL ($ ) Dollars ($ ) DOLLARS ($ ) For additions or deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Prices shall be complete, in place including materials and installation, ie., fittings, etc. and anything incidental to the proper installation as specified. A. The Contractor agrees that for requested and/or required changes in the scope of work, the Contract Sum shall be adjusted in accordance with the following unit prices, where the Owner elects to use this method of determining costs. B. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number of units and/or amount of labor required for added or deleted items of work. UNIT PRICE ITEM UNIT PRICE A. Demolition of 11-Inch Concrete Slab $ B. Demolition of 6-Inch Concrete Slab w/ steel reinforcement $ C. Demolition of 6-Inch Concrete Slab $ D. Demolition of City Curb and Gutter $ E. Unit Pavers `A' $ F. Unit Paver Pavement $ G. Unit Pavers on Concrete Base $ H. Sandstone Pavers on Concrete Base $ I. Granite Pavers on Concrete Base $ J. Installation of 6-Inch Concrete Slab $ K. Installation of 11-Inch Concrete Slab $ L. Seat Wall — Type A $ M. Seat W al I — Type B $ Square Foot Square Foot Square Foot Linear Foot Square Foot Square Foot Square Foot Square Foot Square Foot Square Foot Square Foot Linear Foot Linear Foot CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 G. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect and Construction Manager. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's and Construction Manager's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0 13 10 PROJECT MANAGEMENT AND COORDINATION 01310 - 7 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.3 A. C RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. SUMMARY This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. Related Sections include the following: 1. Division 1 Section "Summary of Multiple Contracts" for preparing a combined Contractor's Construction Schedule. 2. Division 1 Section "Payment Procedures" for submitting the Schedule of Values. 3. Division I Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes. 4. Division 1 Section "Submittal Procedures" for submitting schedules and reports. 5. Division 1 Section "Photographic Documentation" for submitting construction photographs. 6. Division 1 Section "Quality Requirements" for submitting a schedule of tests and inspections. SUBMITTALS Submittals Schedule: Submit [three] <Insert number> copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's[ and Construction Manager's] final release or approval. Preliminary Construction Schedule: Submit [two] <Insert number> opaque copies. Approval of cost -loaded preliminary construction schedule will not constitute approval of Schedule of Values for cost -loaded activities. Contractor's Construction Schedule: Submit [two] <Insert number> opaque copies of initial schedule, large enough to show entire schedule for entire construction period. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 Submit an electronic copy of schedule, using software indicated, on CD-R, and labeled to comply with requirements for submittals. Include type of schedule (Initial or Updated) and date on label. 1.4 QUALITY ASSURANCE A. Prescheduling Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to the Preliminary Construction Schedule and Contractor's Construction Schedule, including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss constraints, including [phasing] [work stages] [area separations] [interim milestones] [and] [partial Owner occupancy]. 4. Review delivery dates for Owner -furnished products. 5. Review schedule for work of Owner's separate contracts. 6. Review time required for review of submittals and resubmittals. 7. Review requirements for tests and inspections by independent testing and inspecting agencies. 8. Review time required for completion and startup procedures. 9. Review and finalize list of construction activities to be included in schedule. 10. Review submittal requirements and procedures. 11. Review procedures for updating schedule. 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in propersequence. PART 2-PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Initial Submittal: Submit concurrently with preliminary [bar -chart schedule]. Include submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead of tabulating them separately. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling." B. Time Frame: Extend schedule from date established for [commencement of the Work] [the Notice of Award] [the Notice to Proceed] to date of [Substantial] [Final] Completion. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. C. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than [20] <Insert number> days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. a. <Insert list of major items or pieces of equipment.> 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than <Insert number> days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's[ and Construction Manager's] administrative procedures necessary for certification of Substantial Completion. D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 3. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Use of premises restrictions. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Mockups. C. Fabrication. d. Installation. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 e. Curing. 5. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion[.][, and the following interim milestones:] <Insert additional milestones not indicated elsewhere.> F. Cost Correlation: At the head of schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of the Work performed as of dates used for preparation of payment requests. Refer to Division 1 Section "Payment Procedures" for cost reporting and payment procedures. G. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules. <Insert name of specific software>, Version <Insert designation>, for [Windows 98] [Windows NT] [Windows ME] [Windows 2000] [Macintosh OS7.x] [Macintosh OS8.x] [Macintosh OS9.x] [Macintosh OS X] operating system. 2.3 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Submit preliminary horizontal bar -chart -type construction schedule within [seven] <Insert number> days of date established for [commencement of the Work] [the Notice to Proceed] [the Notice of Award]. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first [60] <Insert number> days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within [30] <Insert number> days of date established for [commencement of the Work] [the Notice to Proceed] [the Notice of Award]. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. For construction activities that require 3 months or longer to complete, indicate an estimated completion percentage in [10] <Insert number> percent increments within time bar. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 4 CITY OF FORT COLLINS 17 March 2005 PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE OLD TOWN SQUARE ENHANCEMENTS A. Contractor's Construction Schedule Updating: At [monthly] <Insert time> intervals, update schedule to reflect actual construction progress and activities. Issue schedule [one week] <Insert time> before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to Architect[, Construction Manager,] Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 5 am CITY OF FORT COLLINS 17 March 2005 SECTION 01322 -PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. B. Related Sections include the following 1. Division 1 Section "Submittal Procedures" for submitting photographic documentation. 2. Division 1 Section "Selective Demolition" for photographic documentation before selective demolition operations commence. 3. Division 1 Section "Closeout Procedures" for submitting digital media as Project Record Documents at Project closeout. 1.3 SUBMITTALS A. Qualification Data: For photographer. B. Key Plan: Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph. Indicate elevation or story of construction. Include same label information as corresponding set of photographs. C. Construction Photographs: Submit two prints of each photographic view within seven days of taking photographs. 1. Format: 4 by 6-inch smooth -surface matte prints on single -weight commercial -grade photographic paper, enclosed back to back in clear plastic sleeves that are punched for standard 3- ring binder. 2. Identification: On back of each print, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name of Contractor. C. Date photograph was taken if not date stamped by camera. d. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. e. Unique sequential identifier. 3. Digital Images: Submit a complete set of digital image electronic files as a Project Record Document on CD-ROM. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. PHOTOGRAPHIC DOCUMENTATION 01322 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.4 QUALITY ASSURANCE A. Photographer Qualifications: An individual who has been regularly engaged as a professional photographer of construction projects for not less than three years. 1.5 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs without obscuring shadows. 1.6 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART2-PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in uncompressed TIFF format, produced by a digital camera with minimum sensor size of 4.0 megapixels, and at an image resolution of not less than 1024 by 768 pixels. PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. Photographer: Engage a qualified commercial photographer to take construction photographs. B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. l . Date and Time: Include date and time in filename for each image. 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to Architect and Construction Manager. D. Preconstruction Photographs: Before commencement of demolition, take color, digital photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by Construction Manager. Flag construction limits before taking construction photographs. PHOTOGRAPHIC DOCUMENTATION 01322 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2. Take an adequate number of photographs to show existing conditions adjacent to property before starting the Work. 3. Take an adequate number of photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 4. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements. Photograph interior walls in all basement spaces adjacent to construction activity in the alleys, where concrete demolition is to occur. E. Periodic Construction Photographs: Take 12 color, digital photographs weekly, with timing each month adjusted to coincide with the cutoff date associated with each Application for Payment. Select vantage points to show status of construction and progress since last photographs were taken. Time -Lapse Sequence Construction Photographs: Take five color, digital photographs as indicated, to show status of construction and progress since last photographs were taken. 1. Frequency: Take photographs weekly, with timing each month adjusted to coincide with the cutoff date associated with each Application for Payment. 2. Vantage Points: Following suggestions by Construction Manager and Contractor, photographer to select vantage points. During each of the following construction phases, take not less than two of the required shots from same vantage point each time to create a time-lapse sequence as follows: a. Commencement of the Work, through completion of subgrade construction. b. Exterior building enclosure. G. Final Completion Construction Photographs: Take 25 color photographs after date of Substantial Completion for submission as Project Record Documents. Construction Manager will direct photographer for desired vantage points. Do not include date stamp. END OF SECTION 01322 PHOTOGRAPHIC DOCUMENTATION 01322 - 3 CITY OF FORT COLLINS 17 March 2005 SECTION 01330 - SUBMITTAL PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 2. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 3. Division 1 Section "Photographic Documentation" for submitting construction photographs. 4. Division 1 Section "Closeout Procedures" for submitting warranties. 5. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 6. Division 1 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 7. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's and Construction Manager's responsive action. B. Informational Submittals: Written information that does not require Architect's and Construction Manager's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES 01330 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 5 April 2005 N. Sandstone Cap — 12 Inch $ Linear Foot 0. Sandstone Cap — 16 Inch $ Linear Foot P. Historic Medallion $ Each Q. Sandstone Stair $ Linear Foot R. Stairs $ Linear Foot S. Stair Plinth $ Each T. Handrail $ Linear Foot U. Rail Type `B' $ Linear Foot V. Rail Type `C' $ Linear Foot W. 6-Foot Bench — surface mount $ Each X. 6-Foot Bench — wall mount $ Each Y. Bicycle Rack $ Each Z. Trash Receptacle $ Each AA. Ash Urn $ Each BB. Bollard $ Each CC. Removable Bollard $ Each DD. 60-Inch Square Tree Grate $ Each EE. 72-Inch Square Tree Grate $ Each FF. 96-Inch Square Tree Grate $ Each GG. Large Planter Pot $ Each HH. Small Planter Pot $ Each II. Deep Planter Pot $ Each JJ. Strand Light $ Linear Foot KK. Brick Face Attachment for Strand Light $ Each LL. Light Post `A' $ Each MM. Light Post `B' $ Each NN. Light Post `C' $ Each 00. Light Post `D' $ Each BID FORM 2 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 a. Architect and Construction Manager reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Construction Manager's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 5 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Construction Manager will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 5 days for review of each resubmittal. 4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 10 days for review of each submittal. Submittal will be returned to Construction Manager, through Architect, before being returned to Contractor. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect and Construction Manager. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Architect and Construction Manager. d. Name and address of Contractor. e. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.0l.A). f. Number and title of appropriate Specification Section. g. Drawing number and detail references, as appropriate. h. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. G. Additional Copies: Unless additional copies are required for final submittal, and unless Architect or Construction Manager observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect and Construction Manager. 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. SUBMITTAL PROCEDURES 01330 - 2 ,A CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect and Construction Manager will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Use CSI Form 12.IA. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect and Construction Manager on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. I. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Approved" or "Approved as Noted." J. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. K. Use for Construction: Use only final submittals with mark indicating "Approved" or "Approved as Noted." taken by Architect and Construction Manager. 1.5 CONTRACTOR'S USE OF ARCHITECT'S CAD FILES A. General: At Contractor's written request, copies of Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the following conditions: AutoCAD release 2000 format files will be made available via an FTP website. PART2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. l . Submit electronic submittals directly to extranet specifically established for Project. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. SUBMITTAL PROCEDURES 01330 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 g. Printed performance curves. h. Mill reports. i. Standard product operation and maintenance manuals. j. Compliance with specified referenced standards. k. Testing by recognized testing agency. 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit 4 copies of Product Data, unless otherwise indicated. Architect, through Construction Manager, will return 2 copies. Mark up and retain one returned copy as a Project Record Document. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal of Architect's CAD Drawings are otherwise permitted. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Fabrication and installation drawings. C. Roughing -in and setting diagrams. d. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. e. Templates and patterns. f Schedules. g. Design calculations. h. Compliance with specified standards. i. Notation of coordination requirements. j. Notation of dimensions established by field measurement. k. Seal and signature of professional engineer if specified. 1. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least S-1 /2 by 1 I iiichc � but no larger than 30 by 40 inches . 3. Number of Copies: Submit 4 opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Architect and Construction Manager will retain two copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. SUBMITTAL PROCEDURES 01330 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit 2 full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect, through Construction Manager, will return one full set of submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit 4 sets of Samples. Architect and Construction Manager will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least 4 sets of paired units that show approximate limits of variations. E. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit 4 copies of each submittal, unless otherwise indicated. Architect and Construction Manager will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. C. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. SUBMITTAL PROCEDURES 01330 - 5 Y .r CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 D. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. E. Construction Photographs: Comply with requirements specified in Division 1 Section " Photographic Documentation." F. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Architect, except as required in "Action Submittals" Article. Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit 4 copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional licensed in the State of Colorado. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect and Construction Manager. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S AND CONSTRUCTION MANAGER'S / ACTION A. General: Architect and Construction Manager will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect and Construction Manager will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect and Construction Manager will SUBMITTAL PROCEDURES 01330 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: ""Approved" — Not further action required 2. "Approved as Noted" — Contractor to modify submittal as noted, but is not required to resubmit. 3. "Revise and Resubmit'— Contractor to modify submittal as noted, and resubmit for approval prior to proceeding with continued work associated with submittal to be revised. 4. "Rejected" — Submittal is not compatible with intent of construction documents. C. Informational Submittals: Architect and Construction Manager will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect and Construction Manager will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 SUBMITTAL PROCEDURES 01330 - 7 "I CITY OF FORT COLLINS 17 March 2005 SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS PARTI- GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Electric Power Service: Pay electric power service use charges for electricity used by all entities for construction operations. 1.4 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, contractor circulation routes, public access routes, and parking areas for construction personnel. If Contractor does not intend to provide a designated parking area for construction personnel, submit a signed letter outlining construction personnel parking accommodations. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART2-PRODUCTS TEMPORARY FACILITIES AND CONTROLS 01500 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2.1 MATERIALS A. Portable Chain -Link Fencing: Minimum 2-inch , 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8- inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide concrete bases for supporting posts. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. Store combustible materials 30 ft minimum from buildings. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work or surrounding buildings. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground, unless otherwise indicated. 2. Connect temporary service to Owner's existing power source, as directed by Owner. C. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Install three telephone lines for field office. Provide additional telephone lines for the following: a. Provide a dedicated telephone line for each facsimile machine. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. TEMPORARY FACILITIES AND CONTROLS 01500 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 b. Ambulance service. C. Contractor's home office. d. Contractor's superintendent's cellular telephone e. Owner's office. 3. Provide superintendent with cellular telephone for use when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet of building lines. Comply with NFPA 241. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Project Identification and Temporary Signs: Provide Project identification and other signs. Install signs where indicated to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Temporary Erosion and Sedimentation Control: Comply with requirements specified in Division 2 Section "Site Clearing." B. Tree and Plant Protection: Comply with requirements specified in Division 2 Section "Tree Protection and Trimming." C. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. D. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Maintain operation of temporary enclosures on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of TEMPORARY FACILITIES AND CONTROLS 01500 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 5 April 2005 PP. Wall Mounted Basket $ Each QQ. Remington Entry Gate $ Each RR. Three Sided Kiosk $ Each SS. Two Sided Kiosk $ Each TT. Steel Gate "A" $ Each mi. Steel Gate `B" $ Each VV. Steel Gate"C" $ Each WW, Steel Gate "D" $ Each XX. Steel Gate "E" $ Each YY. Steel Gate "F" $ Each ZZ. 6-Inch City Curb and Gutter $ Linear Foot AAA. Plaza Drain $ Each BBB. 8-Inch PVC Sewer Pipe $ Linear Foot CCC. 12-Inch PVC Sewer Pipe $ Linear Foot DDD. Irrigation for Tree at Tree Grate $ Each EEE. Planter Pot Irrigation Supply $ Each FFF. Hanging Basket Irrigation Supply $ Each GGG. Wall Mounted Basket Irrigation Supply $ Each HHH. Netafim Dripline $ Linear Foot III. 1-Lich Class 200 Irrigation Lateral Pipe $ Linear Foot JJJ. '/<-Lich Type K Copper Irrigation Lateral Pipe $ Linear Foot KKK. Portland Cement Plaster $ Square Foot LLL. 3-Inch Caliper Deciduous Tree (Installation Only) $ Each MMM. 3-Inch Caliper Deciduous Tree $ Each NNN. 3-Inch Caliper Deciduous Tree in Tree Grate $ Each 000. 2-Inch Caliper Deciduous Tree $ Each PPP, 5 Gallon Deciduous Shrub $ Each QQQ. 7 Gallon Evergreen Shrub $ Each BID FORM 3 ,14 CITY OF FORT COLLINS 17 March 2005 SECTION 01732 - SELECTIVE DEMOLITION PART1-GENERAL RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes the following: 1. Demolition and removal of selected site elements. 2. Salvage of existing items to be reused or recycled. Related Sections include the following: 1. Division 1 Section "Summary" for use of premises, and phasing, and Owner -occupancy requirements. 2. Division 1 Section 'Photographic Documentation" for preconstruction photographs taken before selective demolition operations. 3. Division 1 Section "Temporary Facilities and Controls" for temporary construction and environmental -protection measures for selective demolition operations. 4. Division 1 Section "Construction Waste Management" for disposal of demolished materials. 5. Division 1 Section "Cutting and Patching" for cutting and patching procedures. 6. Division 2 Section 'Building Demolition" for demolition of entire buildings, structures, and site improvements. 7. Division 2 Section "Site Clearing" for site clearing and removal of above- and below -grade improvements. 1.3 DEFINITIONS A B. C. D. 1.4 A. Remove: Detach items from existing construction and legally dispose of them off -site, unless indicated to be removed and salvaged or removed and reinstalled. Remove and Salvage: Detach items from existing construction and deliver them to Owner ready for reuse. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. MATERIALS OWNERSHIP Historic items, relics, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, antiques, and other items of interest or value to Owner that may be SELECTIVE DEMOLITION 01732 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 encountered during selective demolition remain Owner's property. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. Coordinate with Owner's historical adviser, who will establish special procedures for removal and salvage. 1.5 SUBMITTALS A. Qualification Data: For demolition firm and professional engineer. B. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Locations of proposed dust- and noise -control temporary partitions and means of egress, including for other tenants affected by selective demolition operations. 6. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. 7. Means of protection for items to remain and items in path of waste removal from building. C. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. D. Predemolition Photographs: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. Comply with Division 1 Section "Photographic Documentation." Submit before Work begins. 1.6 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Standards: Comply with ANSI A10.6 and NFPA 241. D. Predemolition Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." E. Predemolition Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to selective demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review structural load limitations of existing structure. 3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. SELECTIVE DEMOLITION 01732 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 5. Review areas where existing construction is to remain and requires protection. 1.7 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. 1. Comply with requirements specified in Division 1 Section "Summary." B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. Before selective demolition, Owner will remove the following items: a. Miscellaneous sculptures in public spaces within the Project limits. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Owner will remove hazardous materials under a separate contract. E. Storage or sale of removed items or materials on -site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. Maintain fire -protection facilities in service during selective demolition operations. PART 2 - PRODUCTS (Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. SELECTIVE DEMOLITION 01732 - 3 11 4 .. CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 E. Survey of Existing Conditions: Record existing conditions by use of measured drawings preconstruction photographs. Comply with requirements specified in Division I Section "Photographic Documentation." F. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. Comply with requirements for existing services/systems interruptions specified in Division 1 Section "Summary." B. Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. a. Where entire wall is to be removed, existing services/systems may be removed with removal of the wall. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Division I Section "Temporary Facilities and Controls." 2. Coordinate any planned operations within the designated fire lane with the Poudre Fire Authority (PFA). Comply with requirements for access required by PFA. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 1 Section "Temporary Facilities and Controls." SELECTIVE DEMOLITION 01732 - 4 CITY OF FORT COLLINS 17 March 2005 3.4 SELECTIVE DEMOLITION, GENERAL OLD TOWN SQUARE ENHANCEMENTS A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. Comply with requirements in Division 1 Section "Construction Waste Management." B. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS SELECTIVE DEMOLITION 01732 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals, using power -driven saw, then remove concrete between saw cuts. B. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power -driven saw, then remove masonry between saw cuts. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Division 1 Section "Construction Waste Management." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 3.8 SELECTIVE DEMOLITION SCHEDULE A. Existing Items to Be Removed: See demolition and electrical drawings. B. Existing Items to Be Removed and Salvaged: See demolition and electrical drawings. C. Existing Items to Be Removed and Reinstalled: See demolition and electrical drawings. END OF SECTION 01732 SELECTIVE DEMOLITION 01732 - 6 CITY OF FORT COLLINS 17 March 2005 SECTION 01770 - CLOSEOUT PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Division 1 Section "Photographic Documentation" for submitting Final Completion construction photographs and negatives. 3. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 4. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 5. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Complete startup testing of systems. CLOSEOUT PROCEDURES 01770 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit four copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with Tenney Court first and proceeding east through Trimble Court and then Old Town Square. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect and Construction Manager. d. Name of Contractor. C. Page number. CLOSEOUT PROCEDURES 01770 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1 2-by- I I -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. B. ALTERNATE BID ITEM - Soda Blast Cleaning: The process is blasting sodium bicarbonate in a slurry against the surface to be cleaned, using low -to moderate pressure compressed air. C. Water: Clean potable water. PART 3-EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. ALTERNATE BID ITEM - Soda Blast Cleaning.: Employ experienced workers or professional cleaners for final cleaning. Clean all exposed unit paver and concrete wall surfaces free of stains, grime, soot, dirt, and chewing gum. Comply with equipment manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. CLOSEOUT PROCEDURES 01770 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 b. Clean exposed exterior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. C. Rinse soda completely from all exposed surfaces. d. Do not allow spray to contact adjacent building faces and windows, or clean to prior condition before drying of slurry occurs. C. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove all temporary sediment traps and related erosion control devices. d. Clean all on -site storm drains and pipes of accumulated sediment and debris. Assure the lines are free flowing. e. Remove tools, construction equipment, machinery, and surplus material from Project site. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. h. Remove labels that are not permanent. i. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. j. Leave Project clean and ready for occupancy. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 CLOSEOUT PROCEDURES 01770 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 5 April 2005 RRR. 5 Gallon Evergreen Shrub $ Each SSS. 1 Gallon Evergreen Shrub $ Each TTT. 1 Gallon Perennial $ Each UUU. 4-Inch Perennial $ Each VVV. White Glory of the Snow Bulb $ Each WWW. Mixed Purple Giant Crocus Bulb $ Each XXX. Blue Grape Hyacinth Bulb $ Each YYY. Giant Snowdrop Bulb $ Each ZZZ. Blue Dwarf Iris Bulb $ Each AAAA. Annuals Planting for Large Planter Pot $ Each BBBB. Annuals Planting for Small Planter Pot $ Each CCCC. Annuals Planting for Deep Planter Pot $ Each DDDD. Annuals Planting for Hanging Basket $ Each RESPECTFULLY SUBMITTED: Signature Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone BID FORM 4 CITY OF FORT COLLINS 17 March 2005 SECTION 01781 -PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set(s) of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of plots from corrected Record CAD Drawings and one set(s) of marked -up Record Prints. Architect will initial and date each plot and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return plots and prints for organizing into sets, printing, binding, and final submittal. b. Final Submittal: Submit one set(s) of marked -up Record Prints, one set(s) of Record CAD Drawing files, one set(s) of Record CAD Drawing plots, and three copies printed from record plots. Plot and print each Drawing, whether or not changes and additional information were recorded. 1) Electronic Media: CD-R. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit 3 copies of each Product Data submittal. PROJECT RECORD DOCUMENTS 01781 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. PART2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Locations and depths of underground utilities. d. Revisions to routing of piping and conduits. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Changes made by Change Order or Construction Change Directive. h. Changes made following Architect's written orders. i. Details not on the original Contract Drawings. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record CAD Drawings: Immediately before inspection for Certificate of Substantial Completion, review marked -up Record Prints with Architect and Construction Manager. When authorized, prepare a full set of corrected CAD Drawings of the Contract Drawings, as follows: 1. Format: DWG, Version 2000, operating in Microsoft Windows operating system. 2. Incorporate changes and additional information previously marked on Record Prints. Delete, redraw, and add details and notations where applicable. 3. Refer instances of uncertainty to Architect through Construction Manager for resolution. 4. Architect will furnish Contractor one set of CAD Drawings of the Contract Drawings for use in recording information. PROJECT RECORD DOCUMENTS 01781 -2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 a. Architect makes no representations as to the accuracy or completeness of CAD Drawings as they relate to the Contract Drawings. b. CAD Software Program: The Contract Drawings are available in AutoCAD release 2000 format for Windows. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect and Construction Manager for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record CAD Drawings: Organize CAD information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each CAD file. 3. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect and Construction Manager. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. PROJECT RECORD DOCUMENTS 01781 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3-EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's and Construction Manager's reference during normal working hours. END OF SECTION 01781 PROJECT RECORD DOCUMENTS 01781 - 4 CITY OF FORT COLLINS 17 March 2005 SECTION 01782 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Operation manuals for systems, subsystems, and equipment. 3. Maintenance manuals for the care and maintenance of products, materials, finishes, systems and equipment. B. Related Sections include the following: 1. Division 1 Section "Submittal Procedures" for submitting copies of submittals for operation and maintenance manuals. 2. Division 1 Section "Closeout Procedures" for submitting operation and maintenance manuals. 3. Division 1 Section "Project Record Documents" for preparing Record Drawings for operation and maintenance manuals. 4. Divisions 2 through 16 Sections for specific operation and maintenance manual requirements for the Work in those Sections. 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.4 SUBMITTALS A. Initial Submittal: Submit 2 draft copies of each manual at least 15 days before requesting inspection for Substantial Completion. Include a complete operation and maintenance directory. Architect will return one copy of draft and mark whether general scope and content of manual are acceptable. B. Final Submittal: Submit one copy of each manual in final form at least 15 days before final inspection. Architect will return copy with comments within 15 days after final inspection. Correct or modify each manual to comply with Architect's comments. Submit 3 copies of each corrected manual within 15 days of receipt of Architect's comments. 1.5 COORDINATION OPERATION AND MAINTENANCE DATA 01782 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Where operation and maintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART2-PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, 'Preparation of Operating and Maintenance Documentation for Building Systems." 2.2 MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Architect. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. OPERATION AND MAINTENANCE DATA 01782 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. Binders: Heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1 2-by-I I -inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8- i '2-by- I I -inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. 2. Operating standards. 3. Operating procedures. 4. Wiring diagrams. 5. Control diagrams. 6. Piped system diagrams. 7. Precautions against improper use. B. Descriptions: Include the following: l . Product name and model number. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Complete nomenclature and number of replacement parts. OPERATION AND MAINTENANCE DATA 01782 - 3 CITY OF FORT COLLINS 17 March 2005 C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. OLD TOWN SQUARE ENHANCEMENTS D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.4 PRODUCT MAINTENANCE MANUAL A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. Include procedures to follow and required notifications for warranty claims. 2.5 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL OPERATION AND MAINTENANCE DATA 01782 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Precautions against improper maintenance. 3. Disassembly; component removal, repair, and replacement; and reassembly instructions. 4. Aligning, adjusting, and checking instructions. 5. Demonstration and training videotape, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. I. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL PREPARATION OPERATION AND MAINTENANCE DATA 01782 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division 1 Section "Project Record Documents." F. Comply with Division 1 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 01782 OPERATION AND MAINTENANCE DATA 01782 - 6 SECTION 01270 - UNIT PRICES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for unit prices. B. Related Sections include the following: 1. Division 1 Section "Allowances" for procedures for using unit prices to adjust quantity allowances. 1.3 DEFINITIONS A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work -in -place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A list of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. PART 2 - PRODUCTS (Not Used) CITY OF FORT COLLINS 17 March 2005 SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Removing existing trees shrubs groundcovers plants and grass. 2. Clearing and grubbing. 3. Temporary erosion and sedimentation control measures. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures. 2. Division 1 Section "Photographic Documentation" for recording existing conditions prior to selective demolition operations. 3. Division 1 Section "Execution Requirements" for verifying utility locations and for recording field measurements. 4. Division 1 Section "Selective Demolition" for partial demolition of structures and pavements undergoing alterations. 5. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inches (25 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees, the perimeter drip line of groups of trees, or the inside edge of planter walls, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP A. Except for materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 QUALITY ASSURANCE SITE CLEARING 02230 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises as directed by Engineer. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART2-PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Section "Earthwork." Requirements for satisfactory soil materials are specified in Division 2 Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. PART 3-EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, that complies with EPA 832/R-92-005 or requirements of authorities having jurisdiction, whichever is more stringent. SITE CLEARING 02230 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. I. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Use only hand methods for grubbing within tree protection zone. 4. Chip removed tree branches and stockpile in areas approved by Engineer. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within tree protection zones. 3. Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.6 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. SITE CLEARING 02230 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 02230 SITE CLEARING 02230 - 4 CITY OF FORT COLLINS 17 March 2005 SECTION 02231 - TREE PROTECTION AND TRIMMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Division 1 Section "Summary" for limits placed on Contractor's use of the site. 2. Division 1 Section "Temporary Facilities and Controls" for temporary tree protection. 3. Division 2 Section "Site Clearing" for removal limits of trees, shrubs, and other plantings affected by new construction. 4. Division 2 Section "Earthwork" for building and utility trench excavation, backfilling, compacting and grading requirements, and soil materials. 5. Division 2 Section "Exterior Plants" for tree and shrub planting, tree support systems, and soil materials. 1.3 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees, the perimeter drip line of groups of trees, or the inside edge of planter walls, unless otherwise indicated. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. C. Qualification Data: For tree service firm and arborist. D. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. 1.5 QUALITY ASSURANCE A. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where Project is located. TREE PROTECTION AND TRIMMING 02231 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance --Standard Practices (Pruning)." PART2-PRODUCTS 2.1 MATERIALS A. Temporary Fencing: Made of high -density extruded polyethylene fence fabric with UV inhibitors. Elliptical pattern with aperture approximately 4"W x I "L. Orange color. 4' x 100' rolls. Include tension wire at top, nylon tie straps, hog ring ties, and other accessories for a complete fence system.; B. Organic Mulch: Ground or shredded bark, free of deleterious materials. PART 3 - EXECUTION 3.1 PREPARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Maintain temporary fence and remove when construction is complete. 1. Install fence according to manufacturer's written instructions. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Mulch areas inside tree protection zones and other areas indicated. Apply 3-inch average thickness of organic mulch. Do not place mulch within 6 mches of tree trunks. D. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. E. Maintain tree protection zones free of weeds and trash. F. Do not allow fires within tree protection zones. 3.2 TREE PROTECTION: A. Locate and clearly flag trees to remain undisturbed during construction. B. Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Maintain temporary fence and remove when construction is complete. I. Install four foot height orange "snow fence" secured to 6 foot metal "T" posts at a maximum spacing of S feet on center, and according to manufacturer's written instructions. C. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. TREE PROTECTION AND TRIMMING 02231 - 2 M, CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS D. Do not store construction materials, debris, or excavated material inside tree protection zones. Do not permit vehicles or foot traffic within tree protection zones; prevent soil compaction over root systems. E. Maintain tree protection zones free of weeds and trash. F. This project does not allow fires. 3.3 EXCAVATION 3.4 3.5 A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. TREE PRUNING A. Prune trees to remain that are affected by temporary and permanent construction. B. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. C. Pruning Standards: Prune trees according to ANSI A300 (Part 1) as follows: 1. Type of Pruning: Cleaning, raising and reduction. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip removed tree branches and dispose of off -site. TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to arborist's written instructions. TREE PROTECTION AND TRIMMING 02231 - 3 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS B. Remove and replace trees indicated to remain that die or are damaged during construction operations that Landscape Architect determines are incapable of restoring to normal growth pattern. Provide new trees of 6-inch caliper size and of a species selected by Architect when damaged trees more than C inches in caliper size, measured 12 inches above grade, are required to be replaced. Plant and maintain new trees as specified in Division 2 Section "Exterior Plants." C. Aerate surface soil, compacted during construction, 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch- diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. 3.6 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Remove excess excavated material and displaced trees from Owner's property. END OF SECTION 02231 TREE PROTECTION AND TRIMMING 02231 - 4 CITY OF FORT COLLINS 17 March 2005 SECTION 02300 - EARTHWORK PARTI-GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade pavements and exterior plants. 2. Subbase course for concrete pavements. 3. Subsurface drainage backfill for walls and trenches. 4. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for recording preexcavation and earthwork progress. 2. Division 1 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. 3. Division 2 Section "Site Clearing" for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping topsoil, and removal of above- and below -grade improvements and utilities. 4. Division 2 Section "Tree Protection and Trimming" for protecting and trimming trees to remain. 5. Division 2 Section "Dewatering" for lowering and disposing of ground water during construction. 6. Division 2 Section "Excavation Support and Protection" for shoring, bracing, and sheet piling of excavations. 7. Division 2 Section "Drilled Piers" for excavation of shafts and disposal of surplus excavated material. 8. Division 2 Section "Subdrainage" for drainage of walls and landscaped areas. 9. Division 2 Section "Lawns and Grasses" for finish grading, including preparing and placing topsoil and planting soil for lawns. 10. Division 2 Section "Exterior Plants" for planting bed establishment and tree and shrub pit excavation and planting. 11. Division 3 Section "Cast -in -Place Concrete" for granular course if placed over vapor retarder and beneath the slab -on -grade. 12. Divisions 2, 15, and 16 Sections for installing underground mechanical and electrical utilities and buried mechanical and electrical structures. 1.3 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. EARTHWORK 02300 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavation more than 10 teet in width and more than 30 feet in length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. F. Fill: Soil materials used to raise existing grades. G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed I CLL yd. for bulk excavation or 34 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late -model, track -mounted hydraulic excavator; equipped with a ,12-inch- wide, maximum, short -tip -radius rock bucket; rated at not less than 138- hp flywheel power with bucket -curling force of not less than 28,090 Jbf and stick -crowd force of not less than 18,650 IN'; measured according to SAE J-1179. 2. Bulk Excavation: Late -model, track -mounted loader; rated at not less than 210-hp flywheel power and developing a minimum of 48,510-11)f breakout force with a general-purpose bare bucket; measured according to SAE J-732. H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 34 cu, yd. or more in volume that exceed a standard penetration resistance of 100 hlows:'2 inches when tested by an independent geotechnical testing agency, according to ASTM D 1586. I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. J. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. K. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. L. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 SUBMITTALS EARTHWORK 02300 - 2 CE PART 3-EXECUTION 3.1 LIST OF UNIT PRICES A. Unit Price Item: Demolition of 11-Inch Concrete Slab 1. Description: Demolition, removal, and dispose of 11-inch concrete slab, including all incidental efforts and materials required to complete the demolition. 2. Unit of Measurement: Square Foot. B. Unit Price Item: Demolition of 6-Inch Concrete Slab w/ steel reinforcement 1. Description: Demolition, removal, and dispose of steel reinforced 6-inch concrete slab, including all incidental efforts and materials required to complete the demolition. 2. Unit of Measurement: Square Foot. C. Unit Price Item: Demolition of 6-Inch Concrete Slab 1. Description: Demolition, removal, and dispose of 6-inch thick concrete slab, including all incidental efforts and materials required to complete the demolition. 2. Unit of Measurement: Square Foot. D. Unit Price Item: Demolition of City Curb and Gutter 1. Description: Demolition, removal, and disposal of City of Fort Collins curb and gutter, including all efforts and materials required for complete removal. 2. Unit of Measurement: Linear Foot. E. Unit Price Item: Unit Pavers `A' 1. Description: Salvaged unit pavers reset in place on new sand setting bed including transportation and placing sand, and adjusting setting bed elevations; includes all labor, equipment and materials for a complete the installation. 2. Unit of Measurement: Square Foot. F. Unit Price Item: Unit Paver Pavement 1. Description: Unit pavers including transportation, excavation, compaction, aggregate base, sand setting bed, adjustment of setting bed elevations, installation in place, pavers, concrete, sand and other incidental materials, and all labor and equipment for a complete the installation. 2. Unit of Measurement: Square Foot. G. Unit Price Item: Unit Pavers on Concrete Base 1. Description: Unit pavers including transportation, excavation, formwork, sand setting bed, adjustment of setting bed elevations, installation in place, pavers, concrete, sand and other incidental materials, and all labor and equipment for a complete the installation. 2. Unit of Measurement: Square Foot. CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Product Data: For the following: 1. Each type of plastic warning tape. 2. Geotextile. 3. Controlled low -strength material, including design mixture. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each borrow soil material proposed for fill and backfrll. 1.5 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock -definition testing, as documented according to ASTM D 3740 and ASTM E 548. B. Preexcavation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. EARTHWORK 02300 - 3 am CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a I-Ir'"_'-inch sieve and not more than 12 percent passing a No. 200 sieve. E. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a I -inch sieve and not more than 8 percent passing a No. 200 sieve. 2.2 GEOTEXTILES A. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications, made from polyolefins or polyesters; with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 2,17 lbf ; ASTM D 4632. 3. Sewn Seam Strength: 22_" lbf; ASTM D 4632. 4. Tear Strength: 90 Ibf ; ASTM D 4533. 5. Puncture Strength: 90 Ibf ; ASTM D 4833. 6. Apparent Opening Size: No. 00 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. 2.3 CONTROLLED LOW -STRENGTH MATERIAL A. Controlled Low -Strength Material: Low -density, self -compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type II. 2. Fly Ash: ASTM C 618, Class C or F. 3. Normal -Weight Aggregate: ASTM C 33, 3/4-inch nominal maximum aggregate size. 4. Foaming Agent: ASTM C 869. 5. Water: ASTM C 94/C 94M. 6. Air -Entraining Admixture: ASTM C 260. B. Produce low -density, controlled low -strength material with the following physical properties: 1. As -Cast Unit Weight: 36 to 42 Ib'cu. tt. at point of placement, when tested according to ASTM C 138/C 138M. 2. Compressive Strength: 80 psi, when tested according to ASTM C 495. C. Produce conventional -weight, controlled low -strength material with 80 psi compressive strength when tested according to ASTM C 495. 2.4 ACCESSORIES EARTHWORK 02300 - 4 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3-EXECUTION 3.1 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section "Site Clearing." C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section "Site Clearing," during earthwork operations. D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost. DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. EARTHWORK 02300 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.6 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade below the building slabs and pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph . 2. Proof -roll with a loaded 10-wheel, tandem -axle dump truck weighing not less than 15 tons . 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi , may be used when approved by Architect. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Architect. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: EARTHWORK 02300 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.10 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast -in -Place Concrete." D. Provide 1-inch- thick, concrete -base slab support for piping or conduit less than 30 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches of concrete before backfrlling or placing roadway subbase. E. Place and compact initial backfill of satisfactory soil, free of particles larger than I inch in any dimension, to a height of 12 inches over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfrlling with utilities testing. F. Backfill voids with satisfactory soil while installing and removing shoring and bracing. G. Place and compact final backfill of satisfactory soil to final subgrade elevation. H. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.11 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: l . Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. EARTHWORK 02300 - 7 CITY OF FORT COLLINS 17 March 2005 C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.12 SOIL MOISTURE CONTROL OLD TOWN SQUARE ENHANCEMENTS A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inchesin loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.14 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1/2 inch. 2. Walks: Plus or minus 1/2 inch. 3. Pavements: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of (/I inch when tested with a 10 foot straightedge. 3.15 SUBSURFACE DRAINAGE EARTHWORK 02300 - 8 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Subdrainage Pipe: Specified in Division 2 Section "Subdrainage." 3.16 SUBBASE AND BASE COURSES A. Place subbasecourse on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place subbasecourse under pavements and walks as follows: 1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Shape subbasecourse to required crown elevations and cross -slope grades. 3. Place subbasecourse 6 inches or less in compacted thickness in a single layer. 4. Place subbasecourse that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 5. Compact subbasecourse at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.17 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least I test for every 2000 sq. 11. or less of paved area or building slab, but in no case fewer than 3 tests. 2. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each 150 feet or less of trench length, but no fewer than 2 tests. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.18 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. EARTHWORK 02300 - 9 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. I. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.19 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 EARTHWORK 02300 - 10 CITY OF FORT COLLINS 17 March 2005 SECTION 02630 - STORM DRAINAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes gravity -flow, nonpressurestorm drainage outside the building, with the following components: 1. Cleanouts. 2. Drains. 3. Roof drains 4. Plaza drains 1.3 DEFINITIONS A. PVC: Polyvinyl chloride plastic. B. TPE: Thermoplastic elastomer. 1.4 PERFORMANCE REQUIREMENTS A. Gravity -Flow, Nonpressure, Drainage -Piping Pressure Rating: 10-foot head of water. Pipe joints shall be at least silttight, unless otherwise indicated. 1.5 SUBMITTALS A. Product Data: For the following: 1. Drains. 2. Clean outs 3. Plaza drains 4. Pipe B. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other piping in same trench and clearances from storm drainage system piping. Indicate interface and spatial relationship between manholes, piping, and proximate structures. C. Profile Drawings: Show system piping in elevation. Draw profiles at horizontal scale of not less than 1 inch equals 50 feet and vertical scale of not less than 1 inch equals 5 feet . Indicate manholes and piping. Show types, sizes, materials, and elevations of other utilities crossing system piping. STORM DRAINAGE 02630 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic manholes, pipe, and fittings in direct sunlight. B. Protect pipe, pipe fittings, and seals from dirt and damage. 1.7 PROJECT CONDITIONS A. Interruption of Existing Storm Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1. Notify Construction Manager no fewer than two days in advance of proposed interruption of service. 2. Do not proceed with interruption of service without Construction Manager's written permission. PART2-PRODUCTS 2.1 PIPING MATERIALS A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. 2.2 HUB -AND -SPIGOT, CAST-IRON SOIL PIPE AND FITTINGS A. Pipe and Fittings: ASTM A 74, Service and Extra -Heavy classes. B. Gaskets: ASTM C 564, rubber. 2.3 PVC PIPE AND FITTINGS A. PVC Sewer Pipe and Fittings, NPS 15 and Smaller: ASTM D 3034, SDR 35, with bell -and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. B. PVC Sewer Pipe and Fittings, NPS 18 and Larger: ASTM F 679, T- 2 wall thickness, with bell -and - spigot ends for gasketed joints with ASTM F 477, elastomeric seals. 2.4 CONCRETE PIPE AND FITTINGS A. Reinforced -Concrete Sewer Pipe and Fittings: ASTM C 76 , with bell -and -spigot ends and sealant joints with ASTM C 990, bitumen or butyl -rubber sealant. 1. Class II, Wall A. 2. Class III, Wall B. 3. Class IV, Wall C. 4. Class V, Wall C. 2.5 NONPRESSURE-TYPE PIPE COUPLINGS STORM DRAINAGE 02630 - 2 rd I. Q4 L. M. N 31 Unit Price Item: Sandstone Pavers on Concrete Base 1. Description: Sandstone pavers including transportation, excavation, formwork, sand setting bed, adjustment of setting bed elevations, installation in place, sandstone pavers, concrete, sand and other incidental materials, and all labor and equipment for a complete the installation. 2. Unit of Measurement: Square Foot. Unit Price Item: Granite Pavers on Concrete Base 1. Description: Granite pavers including transportation, excavation, formwork, sand setting bed, adjustment of setting bed elevations, installation in place, granite pavers, concrete, sand and other incidental materials, and all labor and equipment for a complete the installation. 2. Unit of Measurement: Square Foot. Unit Price Item: Installation of 6-Inch Concrete Slab 1. Description: Installation of 6-inch thick concrete slab including transportation, excavation, formwork, installation in place, and incidental efforts and materials required for completed finished product to City of Fort Collins Street standards. 2. Unit of Measurement: Square Foot Unit Price Item: Installation of 11-Inch Concrete Slab 1. Description: Installation of 11-inch thick concrete slab including transportation, excavation, formwork, installation in place, and incidental efforts and materials required for completed finished product to City of Fort Collins Street standards. 2. Unit of Measurement: Square Foot Unit Price Item: Seat Wall — Type A 1. Description: 16-inch height concrete seat wall, with 18-inch width stone cap, including all excavation, formwork, concrete, stone, reinforcing, and other materials, backfill, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Foot. Unit Price Item: Seat Wall — Type B 1. Description: 16-inch height concrete seat wall, with 12-inch width stone cap, including all excavation, formwork, concrete, stone, reinforcing, and other materials, backfill, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Foot. Unit Price Item: Sandstone Cap — 12 Inch 1. Description: 12-inch width sandstone cap, including all drilling, mortar, stone, reinforcing, and other materials, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Foot. Unit Price Item: Sandstone Cap— 16Inch Description: 16-inch width sandstone cap, including all drilling, mortar, stone, reinforcing, and other materials, transportation of materials, and incidental efforts required for a complete installed finished product. CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined, and corrosion - resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: 1. For Concrete Pipes: ASTM C 443 , rubber. 2. For Cast -Iron Soil Pipes: ASTM C 564, rubber. 3. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 4. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. C. Unshielded Flexible Couplings: Elastomeric sleeve with corrosion -resistant -metal tension band and tightening mechanism on each end. D. Shielded Flexible Couplings: ASTM C 1460, elastomeric or rubber sleeve with full-length, corrosion - resistant outer shield and corrosion -resistant -metal tension band and tightening mechanism on each end. E. Ring -Type Flexible Couplings: Elastomeric compression seal with dimensions to fit inside bell of larger pipe and for spigot of smaller pipe to fit inside ring. F. Nonpressure-Type Rigid Couplings: ASTM C 1461, sleeve -type reducing- or transition -type mechanical coupling molded from ASTM C 1440, TPE material with corrosion -resistant -metal tension band and tightening mechanism on each end. 2.6 CLEANOUTS A. Gray -Iron Cleanouts: ASME Al12.36.2M, round, gray -iron housing with clamping device and round, secured, scoriated, gray -iron cover. Include gray -iron ferrule with inside calk or spigot connection and countersunk, tapered -thread, brass closure plug. 1. Top -Loading Classification(s): Extra -heavy duty. 2. Sewer Pipe Fitting and Riser to Cleanout: ASTM A 74, Service class, cast-iron soil pipe and fittings. 2.7 DRAINS A. Gray -Iron Area Drains: ASME A112.21.1M, square body with anchor flange and an 18 inch square secured ADA compliant grate with no openings in excess of 3/8" width. Include bottom outlet with inside calk or spigot connection, of sizes indicated. Top -Loading Classification(s): Heavy duty. PART 3 - EXECUTION 3.1 EARTHWORK A. Excavation, trenching, and backfilling are specified in Division 2 Section "Earthwork." 3.2 PIPING APPLICATIONS STORM DRAINAGE 02630 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Pipe couplings and special pipe fittings with pressure ratings at least equal to piping rating may be used in applications below, unless otherwise indicated. Use nonpressure-type flexible couplings where required to join gravity -flow, nonpressure sewer piping, unless otherwise indicated. a. Unshielded flexiblecouplings for same or minor difference OD pipes. b. Unshielded, increaser/reducer-pattern, flexible couplings for pipes with different OD. C. Ring -type flexible couplings for piping of different sizes where annular space between smaller piping's OD and larger piping's ID permits installation. B. Gravity -Flow, Nonpressure Sewer Piping: Use the following pipe materials for each size range: 1. NPS 4 to NPS 6 : Hub -and -spigot, Extra -Heavy class, cast-iron soil pipe and fittings; calking materials; and calked joints. 2. NPS 8 to NPS 12 : PVC sewer pipe and fittings, gaskets, and gasketed joints. 3. NPS 8 to NPS 12 : Nonreinforced-concrete sewer pipe and fittings, gaskets, and gasketed joints. 4. NPS 15 : PVC sewer pipe and fittings, gaskets, and gasketed joints. 5. NPS 15 : Reinforced -concrete sewer pipe and fittings, gaskets, and gasketed joints. 3.3 PIPING INSTALLATION A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions. B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. C. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. D. Tunneling: Install pipe under streets or other obstructions that cannot be disturbed by tunneling, jacking, or a combination of both. E. Install gravity -flow, nonpressure drainage piping according to the following: 1. Install piping pitched down in direction of flow, at minimum slope of I percent, unless otherwise indicated. 2. Install piping with 42-inch minimum cover. 3. Install piping below frost line. 4. Install hub -and -spigot, cast-iron soil piping according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook." 5. Install corrugated steel piping according to ASTM A 798/A 798M. 6. Install PVC sewer piping according to ASTM D 2321 and ASTM F 1668. 7. Install nonreinforced-concrete sewer piping according to ASTM C 1479 and ACPA's "Concrete Pipe Installation Manual." 8. Install reinforced -concrete sewer piping according to ASTM C 1479 and ACPA's "Concrete Pipe Installation Manual." 3.4 PIPE JOINT CONSTRUCTION STORM DRAINAGE 02630 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Basic pipe joint construction is specified in Division.2 Section "Piped Utilities - Basic Materials and Methods." Where specific joint construction is not indicated, follow piping manufacturer's written instructions. B. Join gravity -flow, nonpressure drainage piping according to the following: 1. Join hub -and -spigot, cast-iron soil piping with gasket joints according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for compression joints. 2. Join corrugated steel sewer piping according to ASTM A 798/A 798M. 3. Join PVC sewer piping according to ASTM D 2321 and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric gasket joints. 4. Join PVC profile gravity sewer piping according to ASTM D 2321 for elastomeric-seal joints or ASTM F 794 for gasketed joints. 5. Join nonreinforced-concrete sewer piping according to ASTM C 14 and ACPA's "Concrete Pipe Installation Manual" for rubber -gasket joints. 6. Join reinforced -concrete sewer piping according to ACPA's "Concrete Pipe Installation Manual" for rubber -gasket joints. 7. Join dissimilar pipe materials with nonpressure-type flexible couplings. C. Join force -main pressure piping according to the following: Join PVC pressure piping according to AWWA M23 for gasketed joints. 3.5 CLEANOUT INSTALLATION A. Install cleanouts and riser extension from sewer pipe to cleanout at grade. Use cast-iron soil pipe fittings in sewer pipes at branches for cleanouts and cast-iron soil pipe for riser extensions to cleanouts. Install piping so cleanouts open in direction of flow in sewer pipe. 1. Use light -duty, top -loading classification cleanouts in earth or unpaved foot -traffic areas. 2. Use heavy-duty, top -loading classification cleanouts in all pavement areas. B. Set cleanout frames and covers in concrete pavement with tops flush with pavement surface. 3.6 DRAIN INSTALLATION A. Install type of drains in locations indicated. 1. Use light -duty, top -loading classification drains in earth or unpaved foot -traffic areas. 2. Use heavy-duty, top -loading classification drains in all pavement areas. B. Embed drains in 4-inch minimum depth of concrete around bottom and sides. C. Fasten grates to drains if indicated. D. Set drain frames and covers with tops 1/8 inch to 114 inch below pavement surface. 3.7 CONNECTIONS A. Connect nonpressure, gravity -flow drainage piping from buildings roof storm drains into stormsewer B. Connect to sediment interceptors specified in Division 2 Section "Interceptors." STORM DRAINAGE 02630 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3.8 CLOSING ABANDONED STORM DRAINAGE SYSTEMS A. Abandoned Piping: Close open ends of abandoned underground piping indicated to remain in place. Include closures strong enough to withstand hydrostatic and earth pressures that may result after ends of abandoned piping have been closed. Use either procedure below: 1. Close open ends of piping with at least 8-inch- thick, brick masonry bulkheads. 2. Close open ends of piping with threaded metal caps, plastic plugs, or other acceptable methods suitable for size and type of material being closed. Do not use wood plugs. B. Abandoned Manholes and Structures: Excavate around manholes and structures as required and use one procedure below: 1. Remove manhole or structure and close open ends of remaining piping. 2. Remove top of manhole or structure down to at least 36 inches below final grade. Fill to within 12 inches of top with stone, rubble, gravel, or compacted dirt. Fill to top with concrete. C. Backfill to grade according to Division 2 Section "Earthwork." 3.9 IDENTIFICATION A. Materials and their installation are specified in division 2 Section "Earthwork." Arrange for installation of green warning tape directly over piping and at outside edge of underground structures. 1. Use warning tape or detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of underground structures. 3.10 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. C. Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping. 3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 4. Reinspect and repeat procedure until results are satisfactory. B. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects. 1. Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to authorities having jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. STORM DRAINAGE 02630 - 6 1.1 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS 4. Submit separate report for each test. 5. Gravity -Flow Storm Drainage Piping: Test according to requirements of authorities having jurisdiction, UNI-B-6, and the following: a. Option: Test plastic piping according to ASTM F 1417. b. Option: Test concrete piping according to ASTM C 924 . C. Leaks and loss in test pressure constitute defects that must be repaired. D. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.11 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with potable water. END OF SECTION 02630 STORM DRAINAGE 02630 - 7 CITY OF FORT COLLINS 17 March 2005 PART1-GENERAL 1.01 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS SECTION 02780 UNIT PAVERS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Concrete pavers set in aggregate setting bed. 2. Edge restraints for unit pavers. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for compacted subgrade and subbase course, if any, under unit pavers. 2. Division 3 Section "Cast In Place Concrete" for cast -in -place concrete slabs, curbs and gutters serving as edge restraint for unit pavers. 3. Division 7 Section "Joint Sealants" for sealing control and expansion joints in unit pavers with elastomeric sealants. 1.03 SUBMITTALS A. Product Data: For the following: 1. Concrete pavers. 2. Sand setting bed sieve analysis report. 3. Sand joint filler sieve analysis report. B. Samples for Initial Selection: Manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available for each type of unit paver indicated. 1. Include similar Samples of material for joints and accessories involving color selection. C. Samples for Verification: Full-size units of each type of unit paver indicated; in sets for each color, texture, and pattern specified, showing the full range of variations expected in these characteristics. 1. Include Samples of exposed edge restraints. D. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project UNIT PAVERS 02780 - 1 W, CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS names and addresses, square footage of unit pavers installed, names and addresses of architects and owners, and descriptions of subbase preparation. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed unit paver installations similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a minimum 5 year record of successful in-service performance. B. Source Limitations: Obtain each type of unit paver, joint material, and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. C. Mockups: Before installing unit pavers, build mockups for each form and pattern of unit pavers required to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for the completed Work, including same base construction, special features for expansion joints, and contiguous work as indicated: 1. Build mockups in a location indicated as permanent installation and of the size indicated as directed by Engineer. 2. Notify Engineer seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Engineer's approval of mockups before starting unit paver installation. 5. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect unit pavers and aggregate during storage and construction against soiling or contamination from earth and other materials. Cover pavers with plastic or use other packaging materials that will prevent rust marks from steel strapping. PART2-PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Concrete Pavers: a. Hanover Engineerural Products, Inc. UNIT PAVERS 02780 - 2 CITY OF FORT COLLINS 17 March 2005 b. Hastings Pavement Co., Inc. C. Pavestone, Inc. d. Wassau Tile, Inc.; Terra -Paving Div. 2.02 COLORS AND TEXTURES OLD TOWN SQUARE ENHANCEMENTS A. Colors and Textures: As indicated by manufacturer's designations as follows: 1. Pavestone Plaza 1 Stones in random Pattern. Color to be a random mix of 50% of each Pavestone standard color "Old Town Blend" and "Winter Blend." 2. Pavestone Plaza 1 Stones running bond pattern. Color to be a random mix of 50% of each Pavestone standard color "Old Town Blend" and "Winter Blend." 2.03 UNIT PAVERS A. Concrete Pavers: Solid, interlocking paving units, ASTM C 936, made from normal -weight aggregates in sizes and shapes indicated, with minimum 28-day compressive strength of 5000 psi. 2.04 ACCESSORIES A. Job -Built Concrete Edge Restraints: Comply with requirements in Division 3 Section "Cast -in - Place Concrete" for normal -weight, air -entrained, ready -mixed concrete with minimum 28-day compressive strength of 4000 psi. B. Soil Sterilizer: 2.05 AGGREGATE SETTING -BED MATERIALS A. Graded Aggregate for Subbase: Sound crushed stone or gravel complying with ASTM D 448 for Size No. 57. B. Graded Aggregate for Base: Sound crushed stone or gravel complying with ASTM D 448 for Size No. 8. C. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with gradation requirements of ASTM C 33 for fine aggregate. D. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing No. 16 (1.18-mm) sieve and no more than 10 percent passing No. 200 (0.075-mm) sieve. PART 3 - EXECUTION 3.01 EXAMINATION UNIT PAVERS 02780 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Proof -roll prepared subgrade surface to check for unstable areas and areas requiring additional compaction. Proceed with unit paver installation only after deficient subgrades have been corrected and are ready to receive subbase for unit pavers. 3.03 INSTALLATION, GENERAL A. Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible or cause staining in finished work. B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. C. Cut unit pavers with motor -driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable. For concrete pavers, a block splitter may be used. D. Joint Pattern: As indicated. E. Tolerances: Do not exceed 1/32-inch unit -to -unit offset from flush (lippage) nor 1/8 inch in 10 feet from level, or indicated slope, for finished surface of paving. F. Provide edge restraints as indicated. Install edge restraints before placing unit pavers. Install job -built concrete edge restraints to comply with requirements in Division 3 Section "Cast -in -Place Concrete." 3.04 AGGREGATE SETTING -BED PAVER APPLICATIONS A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 1557 laboratory density. B. Place aggregate base in thickness indicated. Compact by tamping with plate vibrator and screed to depth required to allow setting of pavers. C. Place leveling course and screed to a thickness of 1 to 1-1/4 inches, taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted. Place leveling course such that installed unit pavers will set 1/8 to 1/4 inches above edge restraints. D. Treat leveling base with soil sterilizer to inhibit growth of grass and weeds. UNIT PAVERS 02780 - 4 ow CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS E. Set pavers with a minimum joint width of 1/16 inch and a maximum of 1/8 inch, being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8 inch with pieces cut to fit from full-size unit pavers. When installation is performed with mechanical equipment, use only unit pavers with spacer bars on sides of each unit. F. Vibrate pavers into leveling course with a low -amplitude plate vibrator capable of a 3500- to 5000-lbf compaction force at 80 to 90 Hz. Perform at least three passes across paving with vibrator. Vibrate under the following conditions: 1. After edge pavers are installed and there is a completed surface or before surface is exposed to rain. 2. Before ending each day's work, fully compact installed concrete pavers to within 36 inches of the laying face. Cover open layers with nonstaining plastic sheets overlapped 48 inches on each side of the laying face to protect it from rain. G. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling. H. Do not allow traffic on installed pavers until sand has been vibrated into joints. I. Repeat joint -filling process 30 days later. 3.05 REPAIR, POINTING, CLEANING, AND PROTECTION A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units as intended. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement. END OF SECTION 02780 UNIT PAVERS 02780 - 5 2. Unit of Measurement: Linear Foot. P. Unit Price Item: Historic Medallion 1. Description: Precast colored concrete panel (1'-10" square x 3 1/8") including all excavation, custom formwork, concrete, sand bedding, reinforcing, and other materials, transportation of materials, and incidental efforts required for a complete installed finished product. 2. Unit of Measurement: Each Q. Unit Price Item: Sandstone Stair 1. Description: Sandstone veneered concrete stairs (footing, 3 treads, two risers, as drawn), including all excavation, formwork, concrete, stone, mortar, doweling, reinforcing, and other materials, backfill, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Foot R. Unit Price Item: Stairs 1. Description: Cast -in -place concrete stairs (as drawn on detail G/LS504, 3 risers, 3 treads), including all excavation, formwork, concrete, reinforcing, finishing, and other materials, backfill, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Linear Foot S. Unit Price Item: Stair Plinth 1. Description: Concrete stair plinth with sandstone top (5'-0" x 3'-8" x 3") including all excavation, formwork, concrete, stone, mortar, doweling, reinforcing, and other materials, backfill, transportation of materials, and incidental efforts required for a complete finished product. 2. Unit of Measurement: Each T. Unit Price Item: Handrail 1. Description: Metal pipe handrail 2'-10" installed height including all fabrication, painting, transportation, grout, posts, attachment in place, and incidental efforts and materials required for complete installed finished product. 2. Unit of Measurement: Linear Foot. U. Unit Price Item: Rail Type `B' 1. Description: Metal rail 3'-0" in height including all fabrication, painting, transportation, steel, posts, footings, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Linear Foot. V. Unit Price Item: Rail Type `C' 1. Description: Metal rail 1'-2" in height including all fabrication, painting, transportation, steel attachment brackets, attachment in place, and incidental efforts and materials required for a complete finished product. 2. Unit of Measurement: Linear Foot. THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 SECTION 02810 - IRRIGATION PART1-GENERAL 1.01 SCOPE Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. Connections to existing lines from existing system and connection to new water service line at Tenney Court. C. Installation of irrigation system indicated for this construction phase. D. Connection of electrical power supply to the irrigation control system. E. Maintenance period. 1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Division 1 - General Requirements: 1. Section 01330 - Submittals. 2. Section 01700 - Contract Closeout, Project Record Documents. C. Division 2 - Site Work: 1. Section 02220 - Earthwork/Grading. 2. Section 02900 - Landscaping. 3. Section 02970 — Landscape Maintenance. 1.03 SUBMITTALS A. Submit samples under provisions of Section 01330 — Submittals. B. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturer's catalog cuts, specifications, and operating instructions for equipment shown on the materials list. IRRIGATION 02810 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 D. Shop Drawings: Submit shop drawings called for in the installation details. Shop products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. E. Controller Charts: Submit controller charts for review. 1.04 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. 1.05 TESTING A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. Subject mainline pipe to a hydrostatic pressure equal to 100 psi for two hours. Leakage will be detected by visual inspection. Upon detection of leaks, replace defective pipe, fitting, joint, valve, or appurtenance as appropriate to eliminate leak. Repeat the test until the pipe passes test (no leaks). F. Coverage Test: 1. Activate each remote control valve in sequence. The Owner's Representative will visually observe water application patterns. 2. Adjust or move system components to correct coverage deficiencies. Repeat the test until the system passes test. G. Cement or caulking to seal leaks is prohibited. IRRIGATION 02810 - 2 CITY OF FORT COLLINS 17 March 2005 1.06 REVIEWS A. Sprinkler Layout Review: OLD TOWN SQUARE ENHANCEMENTS 1. Notify Owner's Representative three days in advance of review. Static pressure at water supply must be verified prior to review. 2. Stake each sprinkler location, remote control valve assembly, gate valve, and all other irrigation system assemblies (including mainline and lateral lines). Different sprinkler types shall be clearly marked. Revise layout as directed by Owner's Representative. Layout review may be repeated at discretion of Owner's Representative. 3. All landscape edging, tree locations, and other known site features must be staked or clearly marked prior to sprinkler layout review. 4. Where the irrigation system must be modified due to discrepancies between the irrigation plans and actual site conditions, the layout shall be modified per the direction of the Owner's Representative. Where modifications result in the addition or deletion of irrigation equipment, the Contractor shall be paid, or the Owner credited, per irrigation unit cost schedule. 5. Layout review shall occur prior to installation of irrigation system unless otherwise directed by Owner's Representative. B. Review will occur at substantial completion of irrigation system and record (as -built) drawings. Comply with Section 01700 - Contract Closeout. C. Final review will be performed after completion of punch list items. 1.07 GUARANTEE/WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of one year from the date of final acceptance, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within three days of notification from the Owner's Representative. B. Contract documents govern replacements the same as new work. Make replacements at no cost in contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. IRRIGATION 02810 - 3 am CITY OF FORT COLLINS 17 March 2005 PART 2: MATERIALS 2.01 QUALITY OLD TOWN SQUARE ENHANCEMENTS A. Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 SUBSTITUTIONS A. Substitutions are not encouraged and as a general rule will not be allowed. B. Submit requests for substitutions prior to bidding. Subsequent requests for substitutions will be considered only when a product becomes unavailable. C. Submit complete data showing compliance with the Contract Documents. D. In making a request for substitution, the Contractor represents that he: 1. Has investigated the proposed substitution and found that it is of the same or better quality level, capacity, function, or appearance than the specified product. 2. Will coordinate installation and make modifications to the work, which may be required for complete installation. 3. Will bear all costs resulting from necessary changes caused by the substitution. E. The Owner will determine acceptability of proposed substitution and will notify Contractor of acceptance or rejection. F. Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.03 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Class 200 pipe with solvent welded joints. C. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. D. Sleeving diameter: As indicated on the drawings and installation details, but not less than twice the nominal size of pipe held within. 2.04 PIPE AND FITTINGS A. Mainline Pipe and Fittings: IRRIGATION 02810 - 4 M CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-13, ASTM Standard 131784, with an integral belled end. 2. Use Class 200, SDR-21, rated at 200 psi, conforming to the dimensions and tolerances established by ASTM Standard D2241. 3. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D 1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Lateral Pipe and Fittings: Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-13, ASTM Standard D1784, with an integral belled end suitable for solvent welding. 2. Use Class 200, SDR-21, rated at 200 psi, conforming to the dimensions and tolerances established by ASTM Standard D2241. a. Fittings for PVC pipe shall be Schedule 40, Type I, PVC solvent weld fittings- ASTM Standards D2466 and D1784. b. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564, of a type approved by the pipe manufacturer. C. Specialized Pipe and Fittings: Copper pipe: Type "K" rigid conforming to ASTM Standard B88. a. Fittings shall be wrought copper or cast bronze, soldered or threaded per the installation details. Solder shall be 95% tin and 5% antimony. 2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron -based metal (iron, galvanized steel, stainless steel). 3. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 40 threaded fittings. 4. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.05 MAINLINE COMPONENTS A. Isolation Gate Valve Assembly: as presented in the installation details. B. Quick Coupling Valve Assembly: Spears swing joints as presented in the installation details. IRRIGATION 02810 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. Remote Control Master Valve (ICV-10 I G-AS): Install as presented in the installation details D. Winterization Assembly: Install as presented in the installation details, on backflow preventer at Tenney Court location. Install quick coupler valve assembly for the purpose of winterization on PVC pipe at Old Town Square point of connection. 2.06 SPRINKLER IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Sprinkler and Drip Laterals: as presented in the installation details. B. Sprinkler Assembly: as presented in the drawings and installation details. 2.07 DRIP IRRIGATION: CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. Irritrol MC Plus Series. One four -station controller and one eighteen -station controller. 2. Provide pad, sleeving and required power connections for controllers per City of Fort Collins standards. 3. Wire markers: Prenumbered or labeled with indelible nonfading ink, made of permanent, nonfading material. 4. Primary surge protection arrestors: as per manufacturer's recommendations. 5. Valve output surge protection arrestors: as per manufacturer's recommendations. 6. Use `Strong Box Enclosures' install new equipment per city standards B. Control Wire: 1. Electric wire from the controller unit to each remote control valve shall be American Wire Gauge (AWG) No. 14 solid copper, Type OF cable, UL approved for direct underground burial. Common wire shall be AWG No. 12 solid copper, Type OF cable, UL approved for underground burial. 2. Color: Wire color shall be continuous over its entire length. Use white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Use different wire colors for the common, control, and spare for each controller. NO EXCEPTIONS. 3. Splices: As presented in installation details. 4. Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical conduit. All wire under sidewalks and pavements shall be encased in a sleeve. 2.08 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare parts indicated in the General Notes of the drawings. IRRIGATION 02810 - 6 ,6 CITY OF FORT COLLINS 17 March 2005 PART 3 - EXECUTION 3.01 INSPECTIONS AND REVIEWS A. Site Inspections: OLD TOWN SQUARE ENHANCEMENTS 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. B. Irrigation System Layout Review: Irrigation system layout review will occur after the layout has been completed. Notify the Owner's Representative two days in advance of review. Modifications will be identified by the Owner's Representative at this review. C. Verify locations of underground utilities. 3.02 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: sprinklers, pipe, control valves, controller, and isolation valves. 3.03 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover over all pipe and wire shall be as presented in the installation details. C. PVC lateral pipes may not be pulled into the soil utilizing a vibratory plow device. Minimum burial depths per installation details. D. Backfill only after lines have been reviewed and tested. E. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than two inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects and rocks which may damage the pipe. F. Backfill unsleeved pipe in either of the following manners: 1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. G. Enclose pipe and wiring beneath roadways, walks, curbs, etc., in sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D 698-78. IRRIGATION 02810 - 7 CITY OF FORT COLLTNS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 Use of water for compaction around sleeves, "puddling," will not be permitted. H. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. I. Where utilities interfere with irrigation trenching and pipe work, contact the Owner's Representative for trench depth adjustments. 3.04 IRRIGATION TAP AND WATER METER A. Connect to tap and water meter as shown on irrigation plan. 3.05 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Mark concrete with a chiseled "X" at sleeve end locations. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.06 ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. C. Snake pipe from side to side within the trench. b. Snake pipe from side to side within the trench. C. Install thrust blocks as specified in the installation details C. Lateral Pipe and Fittings: IRRIGATION 02810 - 8 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. C. Snake pipe from side to side within the trench. D. Specialized Pipe and Fittings: Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron -based metal (iron, galvanized steel, stainless steel) are joined. 3. PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape. C. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 4. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.07 INSTALLATION OF MAINLINE COMPONENTS A. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. Include `Strong Box' enclosures. B. Isolation Gate Valve Assembly: Install where indicated on the drawings. C. Quick Coupling Valve Assembly: Install where indicated on the drawings. D. Winterization Assembly: Install where indicated on the drawings, on backflow if possible. 3.08 INSTALLATION OF SPRINKLER IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Sprinkler Laterals: Flush mainline before installation of RCV assembly. IRRIGATION 02810 - 9 W. Unit Price Item: 6-Foot Bench — surface mount 1. Description: 6-foot length steel surface mounted bench, including fabrication, painting, transportation, grout, hardware, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. X. Unit Price Item: 6-Foot Bench — wall mount 1. Description: 6-foot length steel bench, customized for wall mounting, including fabrication, painting, transportation, grout, hardware, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. Y. Unit Price Item: Bicycle Rack 1. Description: Salvage and re -installation of Fort Collins City Standard steel pipe bicycle rack, including fabrication, stripping and painting, transportation, grout, concrete footing, hardware, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. Z. Unit Price Item: Trash Receptacle 1. Description: Steel trash receptacle and installation, including fabrication, transportation, hardware, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. AA. Unit Price Item: Ash Urn 1. Description: Steel ash urn and installation, including fabrication, transportation, hardware, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. BB. Unit Price Item: Bollard t. Description: Steel bollard, including fabrication, transportation, hardware, concrete footing, base, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement: Each. CC. Unit Price Item: Removable Bollard 1. Description: Steel bollard and "Re -lock" base, including fabrication, transportation, hardware, concrete footing, attachment in place, and incidental efforts and materials required for a complete installed finished product. 2. Unit of Measurement:Each. DD. Unit Price Item: 60-Inch Square Tree Grate 1. Description: 60-inch square tree grate, steel frame and concrete header, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include tree, backfill planting soil, irrigation, or mulch. CITY OF FORT COLLINS 17 March 2003 OLD TOWN SQUARE ENHANCEMENTS 2. Install where indicated on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Install connectors and sealant per the manufacturer's recommendations. 3. Adjust RCV to regulate the downstream operating pressure. B. Sprinkler Assembly: l . Flush lateral pipe before installing sprinkler assembly. 2. Install per the installation details at locations shown on the drawings. 3. Set sprinklers perpendicular to the finish grade. 4. Supply appropriate nozzle or adjust arc of coverage of each sprinkler for best performance. 5. Adjust the radius of throw of each sprinkler for best performance. 3.09 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. The location of the controller unit as depicted on the drawings is approximate. 2. Lightning protection: Provide on all remote control valve wiring as recommended by the manufacturer. Provide other components such as ground rod, grounding wire, etc., to manufacturer's recommendations. 3. Install primary surge protection arrestors on incoming power lines. 4. Install one valve output surge protection arrestor on each control wire and one for the common wire. 5. Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. 6. Connect control wires to the corresponding controller terminal. B. Control Wire: 1. Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90' change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Do not tie wiring loop. Coil 24-inch length of wire within each remote control valve box. 3. Install common ground wire and one control wire for each remote control valve. Multiple valves on a single control wire are not permitted. Install two (2) spare control wires and one (1) spare common wire along the entire length of the mainline. Provide a 24-inch length of wire from each end of the spare control wires coiled in the control enclosure, and provide a 24-inch length of coiled wire for each spare control wire in a 6-inch round valve box at each distal end of the mainline pipe. 4. If a control wire must be spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which IRRIGATION 02810 - 10 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 contains an irrigation valve assembly, or in a separate, appropriately sized valve box. Use same procedure for connection to valves as for in -line splices. 5. Unless noted on plans, install wire parallel with and under PVC mainline pipe. 6. Encase wire not installed with PVC mainline pipe in electrical conduit. 3.10 INSTALLATION OF OTHER COMPONENTS A. Tools and Spare Parts: Prior to final acceptance, supply to the Owner operating keys, servicing tools, test equipment, spare parts indicated in the General Notes on the drawings, and any other items indicated on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.11 PROJECT RECORD DRAWINGS A. Prior to substantial completion, obtain from the Owner's Representative copies of the appropriate Drawings in AutoCAD format. Using AutoCAD, duplicate information contained on the Record Drawings maintained on site. Provide electronic AutoCAD as -built drawings on compact disc to the Owner. Label each sheet "Record Drawing". On the first sheet, the Contractor or resident superintendent shall execute the following statement: Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the information presented here is true and accurate. Signed: Position: Date B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, and other irrigation components enclosed within a valve box. 3.12 CONTROLLER CHARTS A. Prior to final acceptance, prepare a reduced copy of the as -built plans, with valve numbering clearly highlighted at the reduced scale. The reduced plan shall be sized to fit flat within the controller, laminated in plastic, and placed in the controller. 3.13 CLEANUP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and IRRIGATION 02810 - 11 mo CITY OF FORT COLLINS 17 March 2005 rubbish. END OF SECTION OLD TOWN SQUARE ENHANCEMENTS IRRIGATION 02810 - 12 M CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS SECTION 02870 SITE AND STREET FURNISHINGS PART1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following site and street furnishings: 1. Benches. 2. Bicycle racks. 3. Trash receptacle 4. Ash Urn 5. Bollard 6. Removable Bollard 7. Tree Grate 8. Planter pots B. Related Sections include the following: 1. Division 2 Section "Earthwork" for excavation for installation of concrete footings. 2. Division 3 Section "Cast -in -Place Concrete" for concrete footings. 3. Division 9 Section "Painting" for touch up field finishing of site and street furnishings. C. Products furnished, but not installed under this Section, include pipe sleeves and anchor bolts to be cast in concrete footings. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, finishes, field -assembly requirements, and installation details. B. Samples for Initial Selection: For units with factory -applied color finishes. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below. 1. Size: Not less than 6-inch- (150-mm-) long linear components and 4-inch- (100-mm-) square sheet components. 2. Full Size: Bench B SITE AND STREET FURNISHINGS 02870 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 D. Product Schedule: For site and street furnishings. Use same designations indicated on Drawings. E. Maintenance Data: For site and street furnishings to include in maintenance manuals. 1.04 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Bench "A" Replacement: Not less than two (2) full-size units, one in each color. PART2-PRODUCTS 2.01 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: B. Products: Subject to compliance with requirements, provide one of the following: Bench: a. DuMor, Inc. 6 ft. bench, model #140. Powder coat color: Black, medium gloss, as indicated. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 800-598-4018, FAX: 717-436-9839. b. DuMor, Inc. 6 ft. bench, custom adaptation of model #140. Bench to be customized for mounting into top of existing seatwalls per drawings. Powder coat color: Black, medium gloss, as indicated. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 800-598-4018, FAX: 717-436-9839. 2. Bicycle Rack: a. Reuse existing bike racks noted as "Remove and reinstall." Paint to match site furnishings. 3. Trash Receptacle: a. DuMor, Inc. trash receptacle, Model #157-32-25BT. Powder coat color: Black, medium gloss. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 800-598-4018, FAX: 717-436-9839. 4. Ash Urn: a. DuMor, Inc. Ash Urn, Model #80. Powder coat color: Black, medium gloss. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 800- 598-4018, FAX: 717-436-9839. SITE AND STREET FURNISHINGS 02870 - 2 CITY OF FORT COLLINS 17 March 2005 2.02 5. Bollard: OLD TOWN SQUARE ENHANCEMENTS a. Urban Accessories. "San Francisco" cast iron bollard, Model # Powder coat color: Black, medium gloss. As manufactured by Urban Accessories, 465 E. 151h St., Tacoma, WA 98421. PH: 800-338-4766, FAX: 760-776-5080. 6. Removable Bollard: a. Urban Accessories. "San Francisco' cast iron bollard with removable/lockable "Re -Lock" base, Model # Powder coat color: Black, medium gloss. As manufactured by Urban Accessories, 465 E. 151h St., Tacoma, WA 98421. PH: 800-338-4766, FAX: 760-776-5080. 7. Tree Grates: a. 60" square cast iron tree grate, model "Metropolitan," no. R-8707 ft. tree grate with 18 inch diameter tree opening, one round bolted light cover, with no grate openings greater than 3/8". Attach tree grate to grate frame with vandal resistant pan head bolts. As manufactured by Neenah Foundry Company, 2121 Brooks Ave., P.O. Box 729, Neenah, WI 54956. PH: 800.558.5075, FAX: 920.729.3661. b. 72" square cast iron tree grate, style Starburst-2, no. 7207-2 with 26 inch dia. tree opening, frame no. 7200F. Cast with 3/8" maximum slot openings to meet A.D.A. guidelines. Two round bolted light covers. Cast grey iron, to be installed with frame and pilfer proof bolts to prevent unauthorized removal. As manufactured by Ironsmith, Inc., P.O. Box 1141, Palm Desert, CA 92261. PH: 800-338-4766, FAX: 760-776-5080. C. 96" square cast iron tree grate, style Starburst-2, no. 9608-2 with 26 inch dia. tree opening, with cross support frame NO. 9600E-CS. Cast with 3/8" maximum slot openings to meet A.D.A. guidelines. Two round bolted light covers. Cast grey iron, to be installed with frame and pilfer proof bolts to prevent unauthorized removal. As manufactured by Ironsmith, Inc., P.O. Box 1141, Palm Desert, CA 92261. PH: 800-338-4766, FAX: 760-776-5080. 8. Planter Pots: a. Large Planter Pot TF4144-B6, Brown 48" dia. x 18" ht. — Wassau Tile, P.O. Box 1520, 9001 Business Hwy 51, Wausau, WI 54402. PH: 800.388.8728, FAX: 715.355.4627 b. Small Planter Pot TF4146-136, Brown 36" dia. x 18" ht. - Wassau Tile, P.O. Box 1520, 9001 Business Hwy 51, Wausau, WI 54402. PH: 800.388.8728, FAX: 715.355.4627 C. Deep Planter Pot TF4060-136 Senora II, Brown 42" dia. x 24" ht. w/ TF4900 reservoir system - Wassau Tile, P.O. Box 1520, 9001 Business Hwy 51, Wausau, WI 54402. PH: 800.388.8728, FAX: 715.355.4627 MATERIALS SITE AND STREET FURNISHINGS 02870 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Steel: Free from surface blemishes and complying with the following: 1. Plates, Shapes, and Bars: ASTM A 36/A 36M. 2. Steel Pipe: Standard -weight steel pipe complying with ASTM A 53, or electric - resistance -welded pipe complying with ASTM A 135. 3. Tubing: Cold -formed steel tubing complying with ASTM A 500. 4. Mechanical Tubing: Cold -rolled, electric -resistance -welded carbon or alloy steel tubing complying with ASTM A 513, or steel tubing fabricated from steel complying with ASTM A 569/A 569M and complying with dimensional tolerances in ASTM A 500; zinc coated internally and externally. 5. Sheet: Commercial steel sheet complying with ASTM A 569/A 569M. 6. Perforated Metal: From steel sheet not less than 0.0897-inch (2.3-mm)] [0.1196-inch (3.0-mm)] nominal thickness; manufacturer's standard perforation pattern. 7. Expanded Metal: From carbon -steel sheets, deburred after expansion, and complying with ASTM F 1267. B. Anchors, Fasteners, Fittings, and Hardware: Zinc -plated steel; commercial quality; tamperproof, vandal and theft resistant; concealed, recessed, and capped or plugged. Provide as required for site and street furnishings' assembly, mounting, and secure attachment. 1. Antitheft Hold -Down Brackets: For securing site and street furnishings to substrate; two per unit. C. Nonshrink, Nonmetallic Grout: Premixed, factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout, recommended in writing by manufacturer, for exterior applications. D. Galvanizing: Where indicated for steel and iron components, provide the following protective zinc coating applied to components after fabrication: 1. Hot -Dip Galvanizing: According to ASTM A 123/A 123M, ASTM A 153/A 153M, or ASTM A 924/A 924M. 2.03 FABRICATION A. Metal Components: Form to required shapes and sizes with true, consistent curves, lines, and angles. Separate metals from dissimilar materials to prevent electrolytic action. B. Welded Connections: Weld connections continuously. Weld solid members with full-length, full -penetration welds and hollow members with full -circumference welds. At exposed connections, finish surfaces smooth and blended so no roughness or unevenness shows after finishing and welded surface matches contours of adjoining surfaces. C. Pipes and Tubes: Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cylindrical cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of handrail and railing components. D. Steel and Iron Components: Galvanized, galvanized and color coated, or color coated. Bare metal steel or iron components are not permitted. SITE AND STREET FURNISHINGS 02870 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 E. Preservative -Treated Wood Components: Complete fabrication of treated items before treatment if possible. If cut after treatment, apply field treatment complying with AWPA M4 to cut surfaces. F. Exposed Surfaces: Polished, sanded, or otherwise finished; smooth all surfaces, free from burrs, barbs, splinters, and sharpness; all edges and ends rolled, rounded, or capped. G. Factory Assembly: Assemble components in the factory to the greatest extent possible to minimize field assembly. Clearly mark units for assembly in the field. 2.04 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.05 STEEL AND GALVANIZED STEEL FINISHES A. Baked -Enamel, Powder -Coat Finish: Manufacturer's standard, baked, polyester-TGIC, powder - coat finish complying with finish manufacturer's written instructions for surface preparation, including pretreatment, application, baking, and minimum dry film thickness. B. PVC Finish: Manufacturer's standard, UV -light stabilized, mold -resistant, slip -resistant, matte - textured, dipped or sprayed -on, PVC-plastisol finish, with flame retardant added; complying with coating manufacturer's written instructions for pretreatment, application, and minimum dry film thickness. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions, unless more stringent requirements are indicated. Complete field assembly of site and street furnishings, where required. SITE AND STREET FURNISHINGS 02870 - 5 a CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Unless otherwise indicated, install site and street furnishings after landscaping and paving have been completed. C. Install site and street furnishings level, plumb, true, and [securely anchored] [positioned] at locations indicated on Drawings. D. Post Setting: Set cast -in support posts in concrete footing with smooth top, shaped to shed water. Protect portion of posts above footing from concrete splatter. Verify that posts are set plumb or at correct angle and are aligned and at correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. E. Posts Set into Voids in Concrete: Form or core -drill holes for installing posts in concrete to depth recommended in writing by manufacturer of site and street furnishings and 3/4 inch (20 mm) larger than OD of post. Clean holes of loose material, insert posts, and fill annular space between post and concrete with non -shrink, nonmetallic grout, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. F. Pipe Sleeves: Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts have been inserted into sleeves, fill annular space between post and sleeve with non - shrink, nonmetallic grout, mixed and placed to comply with anchoring material manufacturer's written instructions, with top smoothed and shaped to shed water. 3.03 CLEANING A. After completing site and street furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION 02870 SITE AND STREET FURNISHINGS 02870 - 6 4 „ CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 SECTION 02930 EXTERIOR PLANTS PART1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Trees. 2. Shrubs. 3. Ground cover. 4. Plants. 5. Edgings. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 2. Division 2 Section "Site and Street Furnishings" for tree grates, hanging baskets, and planter pots. 1.03 DEFINITIONS A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than, diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum -laced as recommended by Colorado Nursery Act - 1990. B. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than, diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of exterior plant required. C. Bare -Root Stock: Exterior plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than minimum root spread according to Colorado Nursery Act - 1990 for kind and size of exterior plant required. D. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root EXTERIOR PLANTS 02930-1 �4 10. Hydrostatic Tests: a. Test at not less than one -and -one -quarter times working pressure for two hours. Increase pressure in 50-psig (350-kPa) increments and inspect each joint between increments. Hold at test pressure for 1 hour; decrease to 0 psig (0 kPa). Slowly increase again to test pressure and hold for 1 more hour. b. Flow Tests: Gravity discharge piping must demonstrate a flow capacity of 80% of product manufacturer's published rated flow capacity. c. Prepare reports of testing activities. 11. New Pavers rather than re -using old pavers 12. Contractor is responsible for removal and disposal of old fixtures not scheduled to be reused. 13. Safety Control — Contractor is responsible for safety on the job site. 14. To address the curb at building, include the following addition to specification section 01270: EEEE. Unit Price Item: Curb At Building Description: Cast -in -place concrete curb (as drawn on detail C/LS507, assume 6 inch heath above adjacent granite paves), including all excavation, formwork, concrete, steel dowels, finishing, and other materials, transportation of materials, and incidental efforts required for a complete finished product. Does not include cost of adjacent granite or unit pavers. Unit of Measurement: Linear Foot 15. Granite pavers should meet the following specs: Manufacturer: Cold Springs Granite, or approved equivalent Phone: 800.328.5040 Contact: Paul Dierkhising Stone Dimensions: 4" x 4" x 3" thick Top Surface: Thermal Finish Edges: Split Color: Rockville Beige Buff 16. Sandstone Pavers: Sandstone paver materials shall be bid per the specifications. After awarding the bid, the successful contractor may propose a substitution for the sandstone pavers, but there is no guarantee that the substitution request will be approved by the Owner. 2. Unit of Measurement: Each EE. Unit Price Item: 72-Inch Square Tree Grate 1. Description: 72-inch square tree grate, steel frame and concrete header, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include tree, backfill planting soil, irrigation, or mulch. 2. Unit of Measurement: Each FF. Unit Price Item: 96-Inch Square Tree Grate 1. Description: 96-inch square tree grate, steel frame and concrete header, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include tree, backfill planting soil, irrigation, or mulch. 2. Unit of Measurement: Each GG. Unit Price Item: Large Planter Pot 1. Description: 48-inch diameter precast concrete planter pot, drain rock, filter fabric, planting soil, mulch and concrete header base, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation or planting. 2. Unit of Measurement: Each HH. Unit Price Item: Small Planter Pot 1. Description: 36-inch diameter precast concrete planter pot, drain rock, filter fabric, planting soil, mulch and concrete header base, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation or planting. 2. Unit of Measurement: Each II. Unit Price Item: Deep Planter Pot 1. Description: 42-inch diameter precast concrete planter pot, reservoir system, filter fabric, planting soil, mulch and concrete header base, including fabrication, transportation, hardware, concrete footing, attachment in place, excavation for tree, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation or planting. 2. Unit of Measurement: Each JJ. Unit Price Item: Strand Light 1. Description: Strand light to include transportation, installation in place including connection attachments to pole lights or at brick face attachment, stainless steel cable, lamps, hardware, and incidental efforts and materials required for completed finished product. Assumes electric power is available at point of connection. Does not include cost of "Brick Face Attachment for Strand Light." 2. Unit of Measurement: Linear Foot. KK. Unit Price Item: Brick Face Attachment for Strand Light Description: Steel bracket including fabrication, painting, plaster removal and patching (where present), transportation, masonry wall attachment materials, and incidental efforts and materials required for completed installed finished product. CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 mass during shipping and be sized according to Colorado Nursery Act - 1990 for kind, type, and size of exterior plant required. E. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in -ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by Colorado Nursery Act - 1990 for type and size of exterior plant. F. Finish Grade: Elevation of finished surface of planting soil. G. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. H. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. I. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: 1. Cedar mulch 2. Rock mulch 3. Weed barrier 4. Root barrier 5. Fertilizers 6. Soil analysis 7. List of Plant Material Sources C. Product Certificates: For each type of manufactured product, signed by product manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. D. Qualification Data: For landscape Installer & Applicator per state standards E. Material Test Reports: For existing surface soil and imported topsoil. 1.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when exterior planting is in progress. EXTERIOR PLANTS 02930-2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in Colorado Nursery Act - 1990, "American Standard for Nursery Stock." Selection of exterior plants purchased under allowances will be made by Owner's Representative, who will tag plants at their place of growth before they are prepared for transplanting. C. Tree and Shrub Measurements: Measure according to Colorado Nursery Act - 1990 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip -to -tip. D. Observation: Owner's Representative may observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Owner's Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. E. Notify Owner's Representative of sources of planting materials seven days in advance of delivery to site. Plant materials will be subject to inspection on the site prior to planting. Owner's Representative reserves the right to reject material on site. Contractor must notify Owner's Representative forty eight (48) hours prior to planting, F. Pre -installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior plants freshly dug. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. B. Do not prune shrubs before delivery, except as approved by Owner's Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. C. Handle planting stock by root ball. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. Heel -in bare -root stock. Soak roots in water for two hours if dried out. EXTERIOR PLANTS 02930-3 1.4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container -grown stock from containers before time of planting. 4. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.07 COORDINATION A. Planting Restrictions: Planting to occur April 151h' through October 151h' unless otherwise approved by the Owner's Representative. Coordinate planting period with maintenance period to provide required maintenance from date of Substantial Completion. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. No planting operations shall take place when the site is excessively wet or without Owner's Representative approval during freezing temperatures or during periods of restrictive drought and watering. Planting schedule to be approved by Owner's representative. C. Installation of plant materials: Shall not be undertaken until adjacent site improvements and pavements are complete. 1.08 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except from incidents that are beyond Contractor's control. B. Upon completion of all planting operations, the Contractor shall notify the Owner's Representative to inspect the work. Upon inspection, if all work is acceptable, the Owner's Representative shall record that date and shall issue a "Conditional Acceptance" letter which shall state that the Contractor shall maintain all planting areas as specified according to the following length of time: 1. Warranty period for plant materials (trees, shrubs, perennials, and ground covers). C. A one year period from date of final acceptance or to the end of May following the first year period. At the end of May all plant materials must be alive and in excellent condition, as when initially accepted. 1. Warranty Period for Trees and Shrubs: One year from date of Substantial Completion. 2. Warranty Period for Ground Cover and perennial Plants: One year from date of Substantial Completion. 3. Remove dead exterior plants within seven days after notification by Owner's Representative. Replace immediately unless required to plant in the succeeding planting season. 4. Replace exterior plants that are more than 10 percent dead or in an unhealthy condition at end of warranty period. 1.09 MAINTENANCE EXTERIOR PLANTS 02930-4 14 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS A. Trees and Shrubs: All planting shall be protected and maintained until the end of the ones warranty period. Maintenance shall include watering, to include winter watering, cultivating, mulching, tightening and repairing of guys, removal of dead branches, resetting plants to proper grade or upright position and restoration of the planting saucer, and other necessary operations. Spray as required to keep trees and shrubs free of insects and disease. Restore or replace damaged tree wrappings. 1. Maintenance Period: One year from date of Substantial Completion. B. Ground Cover and perennial Plants: Maintain for the following maintenance period by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings: C. The maintenance for this work shall begin immediately after each area is planted and shall continue to accordance with the following requirements: D. Minor vandalism or damage to the trees or shrubs shall be the responsibility of the Contractor until all work is finally accepted by the Owner's Representative. Major vandalism or damage caused by others, through no fault of the Contractor or his subcontractors, shall be immediately brought to the attention of the Owner's Representative who will notify the City Forester who will be the sole judge as to the extent of such damage. If such damage is deemed to be major by the City Forester, any work necessary to repair or replace the damaged plant material shall be paid for by the Owner under the provisions of "extra work" stated in General Conditions, if such work is authorized by the City Forester. E. Final acceptance of all planting work will be made upon the completion of all work under this section. F. Any time during the warranty period following final acceptance of all work, and at no additional cost to the Owner, the Contractor is to replace any trees or shrubs, ground covers and perennials that are dead, or that are, in the sole opinion of the City Forester and City Horticulturist or their designated representative, in unhealthy or unsightly condition. All replacement planting is to be done no later than the next succeeding planting season. Replacement of planting is to be in accordance with the original specifications and its cost to be included in the bid price. All areas damaged by tree, shrub ground cover or perennials planting or replacement operations are to be fully restored to their original condition as specified. PART2-PRODUCTS 2.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with Colorado Nursery Act - 1990, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. EXTERIOR PLANTS 02930-5 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS B. Grade: Provide trees and shrubs of sizes and grades complying with Colorado Nursery Act — 1990 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Owner's Representative, with a proportionate increase in size of roots or balls. C. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. D. Label at least one tree and one shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. E. If formal arrangements or consecutive order of trees or shrubs is shown, select stock for uniform height and spread, and number label to assure symmetry in planting. F. Plants shall have a habit of growth that is normal for the species and shall be sound, healthy, vigorous and free from insects, pests, diseases and injuries. All plants shall equal or exceed the measurements specified in the plant list, which are minimum acceptable sizes. They shall be measured and approved by the City Forester or designated representative, the Landscape Architect and at the Contractor's holding area or nursery. Any necessary pruning shall be done at the time of planting. Requirements for the measurement, branching, grading, quality, balling and burlapping of plants shall equal or exceed the code of standards currently recommended by the American Nurserymen Standards. Colorado Nursery Act -1990. G. All trees shall be of suitable species for growing and surviving in Colorado Springs. The source of trees for this project shall be from either Colorado or from nurseries located in USDA hardiness zones 2, 3, 4, or 5. H. Deciduous tree caliper in inches shall be measured at a height of six inches (6") above the normal soil level at which the tree was originally growing. Deciduous trees involved in this bid shall be only those with a single straight trunk unless otherwise specified. The trees shall have their trunks free of side branches and sucker growth to a height of at least four feet (4') above the ground before planting. I. Pine (Pinus) shall be sprayed with a preventative IPS beetle repellent. The insecticide should be labeled for IPS beetle and applied by a licensed applicator. EXTERIOR PLANTS 02930-6 M CITY OF FORT COLLINS 17 March 2005 2.02 SHADE AND FLOWERING TREES OLD TOWN SQUARE ENHANCEMENTS A. Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with Colorado Nursery Act - 1990 for type of trees required. Matched sets as specified on the Drawings 1. Provide balled and burlapped or container -grown trees. 2. Branching Height: One-third to one-half of tree height. B. Small Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: 1. Stem Form: Single stem 2. Provide balled and burlapped or container -grown trees. C. Multistem Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: 1. Stem Form: Clump 2. Provide balled and burlapped or container grown trees. 2.03 DECIDUOUS SHRUBS A. Form and Size: Deciduous shrubs with not less than the minimum number of canes required by and measured according to Colorado Nursery Act - 1990 for type, shape, and height of shrub. Provide balled and burlapped or container -grown trees. 2.04 CONIFEROUS EVERGREENS A. Form and Size: Normal -quality, well-balanced, coniferous evergreens, of type, height, spread, and shape required, complying with Colorado Nursery Act - 1990. Provide balled and burlapped or container -grown trees. 2.05 BROADLEAF EVERGREENS A. Provide balled and burlapped or container -grown trees. 2.06 GROUND COVER PLANTS A. Ground Cover: Provide ground cover of species indicated, established and well rooted in pots or similar containers, and complying with Colorado Nursery Act - 1990 and the following requirements: EXTERIOR PLANTS 02930-7 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2.07 PLANTS A. Annuals: Provide healthy, disease -free plants of species and variety shown or listed. Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed. C. Fast- Growing Vines: Provide vines of species indicated complying with requirements in Colorado Nursery Act - 1990 as follows: l . Two-year plants with heavy, well -branched tops, with not less than 3 rumiers 18 inches or more in length, and with a vigorous well -developed root system. 2. Provide field -grown vines. Vines grown in pots or other containers of adequate size and acclimated to outside conditions will also be acceptable. 2.08 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum 4 percent organic material content; free of stones 3/4 inch or larger in any dimension and other extraneous materials harmful to plant growth. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs or marshes. 2.09 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water -absorbing capacity of 1100 to 2000 percent. D. Manure: Well -rotted, unleached, stable manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.10 FERTILIZER EXTERIOR PLANTS 02930-8 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 30 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.11 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: Type: Ground or shredded cedar bark. B. Compost is a widely used bulk organic mulch and a recycled product. Because it is applied at much heavier rates than fertilizers, compost has a significant cumulative effect on nutrient availability and may reduce or eliminate top -dressed fertilizers. C. Compost Mulch: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: Organic Matter Content: 50 percent of dry weight. source -separated or compostable mixed solid waste. D. Rock Mulch: Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of 1/2" to 1" diameter washed angular rock of a dark gray color. Type: As shown on drawings. 2.12 WEED -CONTROL BARRIERS A. Non -woven Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. Minimum under gravel mulch only. EXTERIOR PLANTS 02930-9 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Composite Fabric: Woven, needle -punched polypropylene substrate bonded to a non -woven polypropylene fabric, 4.8 oz./sq. yd only under gravel mulch. C. Root Barrier: Solid HDPE interlocking barrier, 80 mil minimum thickness, eighteen inch height. 2.13 STAKES AND GUYS A. Upright and Guy Stakes: Refer to detail as specified on drawings. Minimum 5' tall steel posts, Minimum 6' tall wood posts, Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized - steel wire, 2-strand, twisted, 0.106 inch in diameter. B. Guy and Tie Wire: Refer to detail as specified on drawings C. Guy Cable: Refer to detail as specified on drawings D. Hose Chafing Guard: Refer to detail as specified on drawings. E. Flags: Refer to detail as specified on drawings. 2.14 LANDSCAPE EDGINGS A. Concrete Edging/Curbing: 2. Finish: As shown on drawings. 3. Color: As shown on drawings. 2.15 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Tree Grates and Frames: As specified on drawings. 2.16 PLANTING SOIL MIX A. 25% by volume compost 75% by volume topsoil Topsoil and topsoil mix shall have a pH range of approximately 5.5 pH to 7.6 pH when tested in accordance with methods of testing of the Association of Official Chemists in effect on the date of invitations to bid. The organic content shall be not less than 4% and no more than 20% as determined by the net -combustion method (chronic acid reduction). C. Planting Soil Mix: Select proportions required for planting soil mix from subparagraphs below, or revise for different soil amendments and fertilizers. Contractor may be permitted to amend EXTERIOR PLANTS 02930-10 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS imported topsoil in different proportions to produce satisfactory planting soil, depending on tests of imported or manufactured soils. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake locations, outline areas, adjust locations when requested, and obtain Owner's Representative acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply anti -desiccant to trees and shrubs using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 3.03 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 6 inches. Remove stones larger than 3/4 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. 2. Spread planting soil mix to a depth of 6 inches, but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. 3. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. EXTERIOR PLANTS 02930-11 2. Unit of Measurement: Each. LL. Unit Price Item: Light Post `A' 1. Description: Steel light post with luminaires, luminaire support arm, lamps, wire, banner arms on sandstone base including fabrication, transportation, excavation, formwork, concrete foundation, stone, mortar, anchor bolts, installation in place, and incidental efforts and materials required for completed installed finished product. Assumes electric power is available at location of installation. Luminaire 2. Unit of Measurement: Each. MM. Unit Price Item: Light Post `B' 1. Description: Steel light post with luminaires, luminaire support arm, lamps, wire, banner arms including fabrication, transportation, excavation, formwork, concrete foundation, installation in place, and incidental efforts and materials required for completed installed finished product. Assumes electric power is available at location of installation. 2. Unit of Measurement: Each. NN. Unit Price Item: Light Post `C' 1. Description: Steel light post with luminaire, luminaire support arm, lamp, wire, painted metal hanging baskets (2), basket support arms, including fabrication, transportation, excavation, formwork, concrete foundation, basket attachment, painting of baskets, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Assumes electric power is available at location of installation. Strand light attachment and hanging basket irrigation supply not included. 2. Unit of Measurement: Each. 00. Unit Price Item: Light Post `D' 3. Description: Steel light post with luminaire, luminaire support arm, lamp, wire, including fabrication, transportation, excavation, formwork, concrete foundation, basket attachment, painting of baskets, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Assumes electric power is available at location of installation. Strand light attachment not included. 4. Unit of Measurement: Each. PP. Unit Price Item: Wall Mounted Basket 1. Description: Steel hanging basket including fabrication, transportation, plaster removal and patching, painting, installation in place, for a functional installation, fiber basket insert, bracket attachment to masonry wall, and incidental efforts and materials required for completed installed finished product. Hanging basket irrigation supply not included. 2. Unit of Measurement: Each QQ. Unit Price Item: Remington Entry Gate 1. Description: Steel pipe and extruded steel framing, including fabrication, welding, drilling, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Rake and remove ridges, and fill depressions to meet finish grades. C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. 3.04 TREE AND SHRUB EXCAVATION A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. Excavate as shown on drawings. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. If drain tile is shown or required under planted areas, excavate to top of porous backfill over tile. B. Subsoil removed from excavations may be used as backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.05 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants as indicated on drawings or by Owner's Representative. Dig holes large enough to allow spreading of roots, and backfill with planting soil. H. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. I. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. J. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. EXTERIOR PLANTS 02930-12 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3.06 PLANTING BED MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches. 1. Material and Seam Treatment: Non -woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. 1. Rock Mulch: As indicated on drawings. 3.07 EDGING INSTALLATION A. Concrete Edging: As specified on drawings. 3.08 CLEANUP AND PROTECTION A. During exterior planting, keep adjacent pavings and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. 3.09 DISPOSAL A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 02930 EXTERIOR PLANTS 02930-13 ME THIS PAGE INTENTIONALLY LEFT BLANK M CITY OF FORT COLLINS 17 March 2005 SECTION 03300 - CAST -IN -PLACE CONCRETE PART1-GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Slabs -on -grade. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for drainage fill under slabs -on -grade. 2. Division 2 Section "Cement Concrete Pavement" for concrete pavement and walks. 3. Division 2 Section "Decorative Cement Concrete Pavement" for decorative concrete pavement and walks. 4. Division 3 Section "Cast -in -Place Architectural Concrete" for general building applications of specially finished formed concrete. 5. Division 3 Section "Concrete Floor Topping" for emery- and iron -aggregate concrete floor toppings. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume; subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. CAST -IN -PLACE CONCRETE 03300 - 1 M CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 D. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. E. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form -release agents. 4. Steel reinforcement and accessories. 5. Fiber reinforcement. 6. Waterstops. 7. Curing compounds. 8. Floor and slab treatments. 9. Bonding agents. 10. Adhesives. 11. Vapor retarders. 12. Semirigid joint filler. 13. Joint -filler strips. 14. Repair materials. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI- certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." C. Testing Agency Qualifications: An independent agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-01 or an equivalent certification program. 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. E. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." CAST -IN -PLACE CONCRETE 03300 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. G. Mockups: Cast concrete slab -on -grade and formed -surface panels to demonstrate typical joints, surface finish, texture, tolerances, and standard of workmanship. 1. Build panel approximately 200 sq, ft. for slab -on -grade and 50 sq. ft. for formed surface in the location indicated or, if not indicated, as directed by Architect. 2. Approved panels may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FORM -FACING MATERIALS A. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. B. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by .3 4 inch , minimum. C. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. Formulate form -release agent with rust inhibitor for steel form -facing materials. 2.3 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, {,iradc 6o , deformed. 2.4 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 , plain -steel bars, cut bars true to length with ends square and free of burrs. CAST -IN -PLACE CONCRETE 03300 - 3 so CITY OF FORT COLLINS 17 March 2005 B. Epoxy -Coated Joint Dowel Bars: ASTM A 775/A 775M epoxy coated. OLD TOWN SQUARE ENHANCEMENTS ASTM A 615/A 615M, Grade 60 , plain -steel bars, C. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating; compatible with epoxy coating on reinforcement and complying with ASTM A 775/A 775M. D. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: I. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2. For epoxy -coated reinforcement, use epoxy -coated or other dielectric -polymer -coated wire bar supports. 2.5 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: Portland Cement: ASTM C 150, Type II or I/II, gray. a. Fly Ash: ASTM C 618, Class F. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal -Weight Aggregates: ASTM C 33, Class 3S coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. I. Maximum Coarse -Aggregate Size: 1-1i2 inches nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Water: ASTM C 94/C 94M and potable. 2.6 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Color Pigment: ASTM C 979, synthetic mineral -oxide pigments or colored water -reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. Manufacturers a. Bayer Corporation. b. Davis Colors. C. Scofield, L. M. Company. d. Solomon Colors. 2. Color: As indicated by manufacturer's designation. CAST -IN -PLACE CONCRETE 03300 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2.7 FIBER REINFORCEMENT A. Synthetic Fiber: Monofilament polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III, P2 to I-1%2 inches long. 1. Products: a. Monofrlament Fibers: 1) Axim Concrete Technologies; Fibrasol IIP. 2) Euclid Chemical Company (The); Fiberstrand 100. 3) FORTA Corporation; Forta Mono. 4) Grace Construction Products, W. R. Grace & Co.; Grace MicroFiber. 5) SI Concrete Systems; Fibermix Stealth. 2.8 WATERSTOPS 2.9 VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E 1745, Class B. Include manufacturer's recommended adhesive or pressure -sensitive tape. Products: a. Fortifiber Corporation; Moistop Ultra. b. Raven Industries Inc.; Vapor Block 10. C. Stego Industries, LLC; Stego Wrap, 15 mils. B. Bituminous Vapor Retarder: 110-mil- thick, semiflexible, 7-ply sheet membrane consisting of reinforced core and carrier sheet with fortified asphalt layers, protective weathercoating, and removable plastic release liner. Furnish manufacturer's accessories including bonding asphalt, pointing mastics, and self - adhering joint tape. 1. Product: Meadows, W. R., Inc.; Premoulded Membrane Vapor Seal, 2. Water -Vapor Permeance: 0.00orains'h x sq. ft. x inches Rg ; ASTM E 154. 3. Tensile Strength: 140 lbl in. ; ASTM E 154. 4. Puncture Resistance: 90 lbf ; ASTM E 154. 2.10 FLOOR AND SLAB TREATMENTS A. Penetrating Liquid Floor Treatment: Clear, chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; colorless; that penetrates, hardens, and densifies concrete surfaces. Products a. ChemMasters; Chemisil Plus. b. ChemTec International; ChemTec One. C. Euclid Chemical Company (The); Euco Diamond Hard. d. Meadows, W. R., Inc.; Liqui-Hard. C. Symons Corporation, a Dayton Superior Company; Buff Hard. f. US Mix Products Company; US Spec Industraseal. CAST -IN -PLACE CONCRETE 03300 - 5 CITY OF FORT COLLINS 17 March 2005 2.11 CURING MATERIALS OLD TOWN SQUARE ENHANCEMENTS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. Products: a. Axim Concrete Technologies; Cimfilm. b. ChemMasters; Spray -Film. C. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Aquafilm. d. Euclid Chemical Company (The); Eucobar. e. Meadows, W. R., Inc.; Sealtight Evapre. f. Sika Corporation, Inc.; SikaFilm. g. Symons Corporation, a Dayton Superior Company; Finishing Aid. h. US Mix Products Company; US Spec Monofilm ER. B. Clear, Waterborne, Membrane -Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. Products a. Burke by Edoco; Cureseal 1315 WB. b. ChemMasters; Polyseal WB. C. Euclid Chemical Company (The); Super Diamond Clear VOX. d. Meadows, W. R., Inc.; Vocomp-30. e. Symons Corporation, a Dayton Superior Company; Cure & Seal 31 Percent E. f. US Mix Products Company; US Spec Radiance UV-25. 2.12 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber or ASTM D 1752, cork or self -expanding cork. B. Semirigid Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80 per ASTM D 2240. C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. D. Epoxy Bonding Adhesive: ASTM C 881, two -component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.13 REPAIR MATERIALS A. Repair Overlayment Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from I inch and that can be feathered at edges to match adjacent floor elevations. I. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. CAST -IN -PLACE CONCRETE 03300 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Aggregate: Well -graded, washed gravel, 1'8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5000 psi at 28 days when tested according to ASTM C 109/C 109M. 2.14 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or Feld test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Silica Fume: 10 percent. C. Limit water-soluble, chloride -ion content in hardened concrete to 0.06 percent by weight of cement. D. Admixtures: Use admixtures according to manufacturer's written instructions. E. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. 2.15 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.42. 3. Slump Limit: 4 inches, plus or minus I inch . 4. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for I -I i2-inch nominal maximum aggregate size. 5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1-110) nominal maximum aggregate size. B. Slabs -on -Grade: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Minimum Cementitious Materials Content: 520 lb/cu. vc1.. 3. Slump Limit: 4 inches, plus or minus I nrcic . 4. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-I 2-inch nominal maximum aggregate size. 5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for I -inch nominal maximum aggregate size. 6. Air Content: Do not allow air content of troweled finished floors to exceed 3 percent. 7. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.5 lb%cu. Yd.. 2.16 FABRICATING REINFORCEMENT CAST -IN -PLACE CONCRETE 03300 - 7 W RR. Unit Price Item: Three Sided Kiosk 1. Description: Steel pipe and extruded steel framing, electrical connection, luminaires, lamps, foundations, installed salvaged panels, including fabrication, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. Does not include electrical home run and related conduit and wire. 2. Unit of Measurement: Each SS. Unit Price Item: Two Sided Kiosk 1. Description: Steel pipe and extruded steel framing, electrical connection, luminaires, lamps, foundations, installed salvaged panels, including fabrication, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. Does not include electrical home run and related conduit and wire. 2. Unit of Measurement: Each TT. Unit Price Item: Steel Gate "A" 1. Description: Extruded steel framing, steel plate, hinges, jamb, including fabrication, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each UU. Unit Price Item: Steel Gate "B" 1. Description: Extruded steel framing, steel plate, hinges, jamb, including fabrication, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each VV. Unit Price Item: Steel Gate "C" 1. Description: Extruded steel framing, steel plate, wood, hinges, jamb, concrete piers, including fabrication, excavation, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each WW. Unit Price Item: Steel Gate "D" I. Description: Extruded steel fratning, steel plate, hinges, jamb, including fabrication, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each XX. Unit Price Item: Steel Gate "E" 1. Description: Extruded steel framing, steel plate, wood, hinges, jamb, concrete piers, including fabrication, excavation, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.17 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. When air temperature is between 85 and 90 deg F , reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F , reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: Class B, 1'-1 inch for rough -formed finished surfaces. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, linkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. CAST -IN -PLACE CONCRETE 03300 - 8 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 3.3 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 VAPOR RETARDERS A. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. B. Bituminous Vapor Retarders: Place, protect, and repair vapor retarders according to manufacturer's written instructions. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. CAST -IN -PLACE CONCRETE 03300 - 9 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Epoxy -Coated Reinforcement: Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D 39631D 3963M. Use epoxy -coated steel wire ties to fasten epoxy -coated steel reinforcement. 3.6 JOINTS 3.7 A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Form keyed joints as indicated. Embed keys at least 1-1i2 inches into concrete. 2. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Use epoxy -bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1:I4 inch . Repeat grooving of contraction joints after applying surface finishes. Eliminate groover too] marks on concrete surfaces. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than I ineh below finished concrete surface where joint sealants, specified in Division 7 Section "Joint Sealants," are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. CONCRETE PLACEMENT CAST -IN -PLACE CONCRETE 03300 - 10 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 d g F for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. G. Hot -Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 00 del; 1 at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. CAST -IN -PLACE CONCRETE 03300 - 11 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed - surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with ACI302.IR recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. Apply float finish to surfaces indicated to receive trowel finish. C. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber - bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with comers, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast -in inserts and accessories as shown on Drawings. Screed, tamp, and trowel -finish concrete surfaces. 3.11 CONCRETE PROTECTING AND CURING CAST -IN -PLACE CONCRETE 03300 - 12 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and ACI 301 for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ii. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.12 LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment according to manufacturer's written instructions. 1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 14 days' old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. Rinse with water; remove excess material until surface is dry. Apply a second coat in a similar manner if surface is rough or porous. 3.13 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least one month(s). Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid joint filler full depth in saw -cut joints and at least '. iiwlies deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.14 CONCRETE SURFACE REPAIRS CAST -IN -PLACE CONCRETE 03300 - 13 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one- half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1 i2 inch in any dimension in solid concrete, but not less than I inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form - tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1'4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 5. Repair defective areas, except random cracks and single holes I inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3 <I -inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 6. Repair random cracks and single holes I inclt or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. CAST -IN -PLACE CONCRETE 03300 - 14 CITY OF FORT COLLINS 17 March 2005 3.15 FIELD QUALITY CONTROL OLD TOWN SQUARE ENHANCEMENTS A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. vd. , but less than 25 cu. yd. , plus one set for each additional 50 cu. vd. or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. Yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal -weight concrete;one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 dcfz 1' and below and when SO deg, F and above, and one test for each composite sample. 6. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 7. Compressive -Strength Tests: ASTM C 39/C 39M; test one set of two laboratory -cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field -cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 8. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive - strength test value falls below specified compressive strength by more than 500 11; i . 10. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28- day tests. 11. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 12. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not CAST -IN -PLACE CONCRETE 03300 - 15 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 13. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 14. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents. END OF SECTION 03300 CAST -IN -PLACE CONCRETE 03300 - 16 EM CITY OF FORT COLLINS 17 March 2005 SECTION 03930 - CONCRETE REHABILITATION PART 1 - GENERAL I 1.4 A. B. C. D. RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes the following: 1. Removal of deteriorated concrete and reinforcement and subsequent replacement and patching. 2. Epoxy crack injection. 3. Polymer sealers. Related Sections include the following: Division 7 Section "Water Repellents" for clear penetrating and film -farming water repellents applied to concrete. UNIT PRICES Unit prices include the cost of preparing existing construction to receive the work indicated and costs of Yield quality -control testing required by the Work for which the unit price applies. Concrete Removal and Replacement or Patching: Work will be paid for by the cubic fboi computed on the basis of rectangular solid shapes approximating the actual shape of concrete removed and replaced with average depths, widths, and lengths, measured to the nearest inch . Reinforcing bar replacement will be paid for separately by the pound of replacement steel with welded and mechanical splices paid for by the unit. Epoxy Crack Injection: Work will be paid for by the Iincai tbo[ of crack injected. SUBMITTALS Product Data: For each type of product indicated. Include material descriptions, chemical composition, physical properties, test data, and mixing, preparation, and application instructions. Formwork Drawings: Prepared by or under the supervision of a qualified professional engineer detailing formwork. Include schedule and sequence for erection and removal relative to removal of deteriorated concrete and reinforcement and subsequent repair and reinforcement. Samples: Cured Samples of patching materials. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for bonding agents and epoxy adhesives. CONCRETE REHABILITATION 03930 - 1 a YY. Unit Price Item: Steel Gate "F" 1. Description: Extruded steel framing, steel plate, wood, hinges, jamb, concrete piers, including fabrication, excavation, welding, grinding, painting, transportation, installation in place, for a functional installation, and incidental efforts and materials required for completed installed finished product. 2. Unit of Measurement: Each ZZ. Unit Price Item: 6-Inch City Curb and Gutter i. Description: Installation of City of Fort Collins standard 6-inch curb and gutter including excavation, formwork, and transportation, installation in place, and incidental effort and materials required for completed finished product. 2. Unit of Measurement: Linear Foot. AAA. Unit Price Item: Plaza Drain 1. Description: Plaza area drain including transportation, excavation, backfill, adjusting elevations, formwork, 6-inch wide cast -in -place concrete collar, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Each. BBB. Unit Price Item: 8-Inch PVC Sewer Pipe 1. Description: 8-inch diameter PVC sewer pipe including transportation, excavation, bedding, backfill, compaction, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Linear Foot. CCC. Unit Price Item: 12-Inch PVC Sewer Pipe 1. Description: 12-inch diameter PVC sewer pipe including transportation, excavation, bedding, backfill, compaction, couplings, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Linear Foot. DDD. Unit Price Item: Irrigation for Tree at Tree Grate 1. Description: Irrigation for tree in tree grate, irrigation tubing, '/2-inch ball valve, valve box, riser, swing pipe, connection to irrigation lateral and piping including fabrication, transportation, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Does not include tree grate or planting. 2. Unit of Measurement: Each FEE. Unit Price Item: Planter Pot Irrigation Supply 1. Description: Irrigation for planter pot, copper irrigation riser and tee, coupling, swing pipe PE riser, dripline, connection to irrigation lateral and piping including fabrication, transportation, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Does not include copper lateral line, planter pot, planter pot base, planting soil or planting. 2. Unit of Measurement: Each CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 E. Rehabilitation Program: For each phase of rehabilitation process, including protection of surrounding materials and Project site during operations. Describe in detail materials, methods, equipment, and sequence of operations to be used for each phase of the Work. If alternative materials and methods to those indicated are proposed for any phase of rehabilitation work, submit substitution request complying with Division 1 Section "Product Requirements" and provide a written description of proposed materials and methods, including evidence of successful use on other comparable projects, and a testing program to demonstrate their effectiveness for this Project. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Installer that employs workers trained and approved by manufacturer to apply concrete patching and rebuilding materials and polymer sealers. B. Manufacturer Qualifications: Manufacturer that employs factory -trained representatives who are available for consultation and Project -site inspection. C. Source Limitations: Obtain concrete patching and rebuilding materials and epoxy crack injection materials, each, through one source from a single manufacturer. D. Mockups: Build mockups for concrete removal and patching and polymer sealers to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in manufacturer's original and unopened containers, labeled with type and name of products and manufacturers. B. Comply with manufacturer's written instructions for minimum and maximum temperature requirements and other conditions for storage. C. Store cementitious materials off the ground, under cover, and in a dry location. D. Store aggregates, covered and in a dry location, where grading and other required characteristics can be maintained and contamination avoided. 1.7 PROJECT CONDITIONS A. Environmental Limitations for Epoxies: Do not apply when air and substrate temperatures are outside limits permitted by manufacturer. During hot weather, cool epoxy components before mixing, store mixed products in shade, and cool unused mixed products to retard setting. Do not apply to wet substrates unless approved by manufacturer. I. Use only Class A epoxies when substrate temperatures are below or are expected to go below 40 dev, F within 8 hours. 2. Use only Class A or B epoxies when substrate temperatures are below or are expected to go below 60 del 1: within 8 hours. CONCRETE REHABILITATION 03930 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Use only Class C epoxies when substrate temperatures are above and are expected to stay above 60 deg F for 8 hours. B. Cold -Weather Requirements for Cementitious Materials: Do not apply unless air temperature is above 40 deL I- and will remain so for at least 48 hours after completion of Work. C. Cold -Weather Requirements for Cementitious Materials: Comply with the following procedures: 1. When air temperature is below 40 deg I' , heat patching material ingredients and existing concrete to produce temperatures between 40 and 90 deg 1, . 2. When mean daily air temperature is between 25 acid 40 deg I- , cover completed Work with weather -resistant insulating blankets for 48 hours after repair or provide enclosure and heat to maintain temperatures above 3.'.. deg 1, within the enclosure for 48 hours after repair. 3. When mean daily air temperature is below 25 deg F , provide enclosure and heat to maintain temperatures above 32 deg P within the enclosure for 48 hours after repair. D. Hot -Weather Requirements for Cementitious Materials: Protect repair work when temperature and humidity conditions produce excessive evaporation of water from patching materials. Provide artificial shade and wind breaks, and use cooled materials as required. Do not apply to substrates with temperatures of 90 deg F and above. E. Environmental Limitations for High -Molecular -Weight Methacrylate Sealers: Do not apply when concrete surface temperature is below 55 ctcg F or above 75 deg F. Apply only to dry substrates. PART2-PRODUCTS 2.1 BONDING AGENTS A. Epoxy -Modified, Cementitious Bonding and Anticorrosion Agent: Product that consists of water - insensitive epoxy adhesive, portland cement, and water -based solution of corrosion -inhibiting chemicals that forms a protective film on steel reinforcement. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Euclid Chemical Company (The); Corr -Bond. b. Sika Corporation; Armatec 110 EpoCem. C. Sonneborn, Div. of ChemRex; Sonoprep. d. Sto Corp., Concrete Restoration Division; Sto Bonding and Anti -Corrosion Agent. B. Epoxy Bonding Agent: ASTM C 881/C 881M, Type H. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Anti -Hydro International, Inc.; Poly -Epoxy Bonding 4100, b. ChemCo Systems; CCS Bonder Liquid, SWL. C. Euclid Chemical Company (The); Euco #352 Epoxy System. d. Meadows, W. R., Inc.; Sealtight Rezi-Weld Gel Paste or Sealtight Rezi-Weld LV. e. Sika Corporation; Sikadur 35, Hi -Mod LV. f. Sonneborn, Div. of ChemRex; Epogrip. 2. Thin Film Open Time: Not less than six hours. CONCRETE REHABILITATION 03930 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. Mortar Scrub -Coat: 1 part portland cement complying with ASTM C 150, Type I, II, or III and 1 part fine aggregate complying with ASTM C 144, except 100 percent passing a No. 16 sieve. 2.2 CONCRETE A. Concrete Materials and Admixtures: Comply with Division 3 Section "Cast -in -Place Concrete." B. Preplaced Aggregate: Washed aggregate complying with ASTM C 33, Class 5S, with 100 percent passing a 1-1/2-inch sieve, 95 to 100 percent passing a 1-inch sieve, 40 to 80 percent passing a 3'4-inch sieve, 0 to 15 percent passing a 1! 2-inch sieve, and 0 to 2 percent passing a 38-inch sieve. C. Fine Aggregate for Grout Used with Preplaced Aggregate: Fine aggregate complying with ASTM C 33, but with 100 percent passing a No. 8 sieve, 95 to 100 percent passing a No. 16 sieve, 55 to 80 percent passing a No. 30 sieve, 30 to 55 percent passing a No. 50 sieve, 10 to 30 percent passing a No. 100 sieve, 0 to 10 percent passing a No. 200 sieve, and having a fineness modulus of 1.30 to 2.10. D. Grout Fluidifier for Grout Used with Preplaced Aggregate: ASTM C 937. E. Portland Cement for Grout Used with Preplaced Aggregate: ASTM C 150, F. Pozzolans for Grout Used with Preplaced Aggregate: ASTM C 618. 2.3 MISCELLANEOUS MATERIALS A. Epoxy Crack Injection Adhesive: ASTM C 881IC 881 M, Type IV, solvent free. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. ChemCo Systems; CCS Grout, [Standard]. b. Euclid Chemical Company (The); [Euco #452 LV]. C. Sika Corporation; [Sikadur 35, Hi -Mod LV]. d. Sonneborn, Div. of ChemRex; [Epofil]. B. Capping Adhesive: Product manufactured for use with crack injection adhesive by same manufacturer. C. Polymer Sealer: Low -viscosity epoxy or high -molecular -weight methacrylate penetrating sealer recommended by manufacturer for application to exterior concrete traffic surfaces. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Epoxy Sealers: 1) Euclid Chemical Company (The); Euco #512 Epoxy Sealer. 2) US MIX Products Company; US Spec Eposeal LVS. b. High -Molecular -Weight Methacrylate Sealers: 1) Sika Corporation; Sikapronto 19. D. Postinstalled Anchors: Chemical or expansion anchors, made from stainless -steel components complying with ASTM F 593 and AS FM F 594, Atlosv Group I or 3 for bolts and nuts; ASTM A 666 or CONCRETE REHABILITATION 03930 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 ASTM A 276, Type 304 or 316, for anchors, with capability to sustain, without failure, a load equal to four times the load imposed, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 2.4 MIXES A. Mix products, in clean containers, according to manufacturer's written instructions. 1. Add clean silica sand and coarse aggregates to products only as recommended by manufacturer. 2. Do not add water, thinners, or additives unless recommended by manufacturer. 3. When practical, use manufacturer's premeasured packages to ensure that materials are mixed in proper proportions. When premeasured packages are not used, measure ingredients using graduated measuring containers; do not estimate quantities or use shovel or trowel as unit of measure. 4. Do not mix more materials than can be used within recommended open time. Discard materials that have begun to set. B. Mortar Scrub -Coat: Mix with enough water to provide consistency of thick cream. C. Concrete: Comply with Division 3 Section "Cast -in -Place Concrete." D. Grout for Use with Preplaced Aggregate: Proportion according to ASTM C 938. Add grout fluidifier to mixing water followed by cementitious materials and then fine aggregate. PART 3-EXECUTION 3.1 EXAMINATION A. Notify Architect seven days in advance of dates when areas of deteriorated or delaminated concrete and deteriorated reinforcing bars will be located. B. Locate areas of deteriorated or delaminated concrete using hammer or chain drag sounding and mark boundaries. Mark areas for removal by simplifying and squaring off boundaries as directed by Architect. At columns and walls make boundaries level and plumb, unless otherwise indicated. C. Locate at least three reinforcing bars using a pachometer, and drill test holes to determine depth of cover. Calibrate pachometer, using depth of cover measurements, and verify depth of cover in removal areas using pachometer. 3.2 PREPARATION A. Protect people, motor vehicles, equipment, surrounding construction, Project site, plants, and surrounding buildings from injury resulting from concrete rehabilitation work. 1. Erect and maintain temporary protective covers over pedestrian walkways and at points of entrance and exit for people and vehicles, unless such areas are made inaccessible during the course of concrete rehabilitation work. Construct covers of tightly fitted, " 4-incli exterior -grade plywood supported at 16 i dwo o.c. and covered with asphalt roll roofing. 2. Protect adjacent equipment and surfaces by covering them with heavy polyethylene film and waterproof masking tape or a liquid strippable masking agent. If practical, remove items, store, and reinstall after potentially damaging operations are complete. CONCRETE REHABILITATION 03930 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Neutralize and collect alkaline and acid wastes according to requirements of authorities having jurisdiction, and dispose of by legal means off Owner's property. 4. Dispose of runoff from wet operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. 5. Collect runoff from wet operations and dispose of by legal means off Owner's property. B. Shoring: Install temporary supports before beginning concrete removal. C. Concrete Removal: 1. Saw -cut perimeter of areas indicated for removal to a depth of at least 1/2 inch. Make cuts perpendicular to concrete surfaces and no deeper than cover on reinforcement. 2. Remove deteriorated and delaminated concrete by breaking up and dislodging from reinforcement. 3. Remove additional concrete, if necessary, to provide a depth of removal of at least 1/2 inch over entire removal area. 4. Where half or more of the perimeter of reinforcing bar is exposed, bond between reinforcing bar and surrounding concrete is broken, or reinforcing bar is corroded, remove concrete from entire perimeter of bar and to provide at least a 3i�1-inch clearance around bar. 5. Test areas where concrete has been removed by tapping with hammer, and remove additional concrete until unsound and disbonded concrete is completely removed. 6. Provide fractured aggregate surfaces with a profile of at least 1/8 inch that are approximately perpendicular or parallel to original concrete surfaces. At columns and walls, make top and bottom surfaces level, unless otherwise directed. 7. Thoroughly clean removal areas of loose concrete, dust, and debris. D. Reinforcing Bar Preparation: Remove loose and flaking rust from reinforcing bars by abrasive blast cleaning needle scaling or wire brushing until only tightly bonded light rust remains. Where section loss of reinforcing bar is more than 25 percent, or 20 percent in 2 or more adjacent bars, cut bars and remove and replace as directed by Architect. Remove additional concrete as necessary to provide at least 314-inch clearance at existing and replacement bars. Splice replacement bars to existing bars according to :ACI 318 , by lapping, welding, or using mechanical couplings. E. Surface Preparation for Sealers: Clean concrete by shot blasting low-pressure water cleaning or detergent scrubbing to remove dirt, oils, films, and other materials detrimental to sealer application. F. Surface Preparation for Sealers: Acid etch surface of concrete to produce a surface profile matching CSP 1 per ICRI 03732. Prepare surface for acid etching by detergent scrubbing to remove oils and films that may prevent acid penetration. 1. Remove excess acid solution, reaction products, and debris by squeegeeing or vacuuming. 2. Scrub surface with an alkaline detergent, rinse, and squeegee or vacuum. 3. Check acidity of surface with pH test paper and continue rinsing until pH is acceptable. 4. When pH is acceptable and surface is clean, vacuum dry. 3.3 APPLICATION A. General: Comply with manufacturer's written instructions and recommendations for application of products, including surface preparation. B. Epoxy -Modified, Cementitious Bonding and Anticorrosion Agent: Apply to reinforcing bars and concrete by stiff brush or hopper spray according to manufacturer's written instructions. Apply to CONCRETE REHABILITATION 03930 - 6 m3 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS reinforcing bars in two coats, allowing first coat to dry two to three hours before applying second coat. Allow to dry before placing patching mortar or concrete. C. Epoxy Bonding Agent: Apply to reinforcing bars and concrete by brush, roller, or spray according to manufacturer's written instructions, leaving no pinholes or other uncoated areas. Apply patching mortar or concrete while epoxy is still tacky. If epoxy dries, recoat before placing patching mortar or concrete. D. Mortar Scrub -Coat: Dampen repair area and surrounding concrete 6 inches beyond repair area. Remove standing water and apply scrub -coat with a brush, scrubbing it into surface and thoroughly coating repair area. If scrub -coat dries, recoat before applying patching mortar or concrete. E. Concrete: Place according to Division 3 Section "Cast -in -Place Concrete" and as follows: I . Apply epoxy bonding agent to reinforcement and concrete substrate. 2. Apply mortar scrub -coat to concrete substrate. 3. Use vibrators to consolidate concrete as it is placed. 4. At unformed surfaces, screed concrete to produce a surface that when finished with patching mortar will match required profile and surrounding concrete. 5. Where indicated place concrete by form and pump method. a. Design and construct forms to resist pumping pressure in addition to weight of wet concrete. Seal joints and seams informs and junctions of forms with existing concrete. b. Pump concrete into place, releasing air from forms as concrete is introduced. When formed space is full, close air vents and pressurize to 14 psi . 6. Wet -cure concrete for not less than seven days by leaving forms in place or keeping surfaces continuously wet by water -fog spray or water -saturated absorptive cover. F. Grouted Preplaced Aggregate Concrete: Use for column and wall repairs. Place as follows: 1. Design and construct forms to resist pumping pressure in addition to weight of wet grout. Seal joints and seams in forms and junctions of forms with existing concrete. 2. Apply epoxy bonding agent to reinforcement and concrete substrate. 3. Place aggregate in forms, consolidating aggregate as it is placed. Pack aggregate into upper areas of forms to achieve intimate contact with concrete surfaces. 4. Fill forms with water to thoroughly dampen aggregate and substrates. Drain water from forms before placing grout. 5. Pump grout into place at bottom of preplaced aggregate, forcing grout upward. Release air from forms at top as grout is introduced. When formed space is full and grout flows from air vents, close vents and pressurize to 14 psi . 6. Wet -cure concrete for not less than seven days by leaving forms in place or keeping surfaces continuously wet by water -fog spray or water -saturated absorptive cover. 7. Repair voids with patching mortar and finish to match surrounding concrete. G. Epoxy Crack Injection: Comply with manufacturer's written instructions and the following: I. Clean areas to receive capping adhesive of oil, dirt, and other substances that would interfere with bond, and clean cracks with oil -free compressed air or low-pressure water to remove loose particles. 2. Place injection ports as recommended by epoxy manufacturer, spacing no farther apart than thickness of member being injected. Seal injection ports in place with capping adhesive. 3. Seal cracks at exposed surfaces with a ribbon of capping adhesive at least 1; 4 inch thick by I inch wider than crack. 4. Inject cracks wider than 0.003 inch to a depth of 3 inclies or to a width of less than 0.003 inch , whichever is less. CONCRETE REHABILITATION 03930 - 7 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 5. Inject epoxy adhesive, beginning at widest part of crack and working toward narrower parts. Inject adhesive into ports to refusal, capping adjacent ports when they extrude epoxy. Cap injected ports and inject through adjacent ports until crack is filled. 6. After epoxy adhesive has set, remove injection ports and grind surfaces smooth. H. Polymer Sealer: Apply by brush, roller, or airless spray at manufacturer's recommended application rate. 1. Apply to traffic -bearing surfaces, including parking areas and walks. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to sample materials and perform tests as follows: l . Concrete: As specified in Division 3 Section "Cast -in -Place Concrete." 2. Grouted Preplaced Aggregate: Tested for compressive strength of grout according to ASTM C 942. a. Testing Frequency: One sample for each 25 cu. }d. of grout or fraction thereof, but not less than one sample for each day's work. 3. Epoxy Crack Injection: Core drilled samples to verify proper installation. a. Testing Frequency: 3 samples from mockup and 1 sample for each 100 fcet of crack injected. b. Where samples are taken, fill holes with epoxy mortar. END OF SECTION 03930 CONCRETE REHABILITATION 03930 - 8 CITY OF FORT COLLINS 17 March 2005 SECTION 04860 - STONE VENEER ASSEMBLIES PART I - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes stone veneer in the following applications: 1. On concrete retaining walls. B. Related Sections include the following: 1. Division 3 Section "Cast -in -Place Concrete" for dovetail slots in concrete for anchoring stone veneer. 2. Division 9 Section "Stone Paving and Flooring." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. For stone varieties proposed for use on Project, include data on physical properties. B. Stone Samples for Verification: For each color, grade, finish, and variety of stone required. C. Colored Mortar Samples for Verification: For each color required. Label Samples to indicate types and amounts of pigments used. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An installer who employs experienced stone masons and stone fitters who are skilled in installing stone veneer assemblies similar in material, design, and extent to those indicated for this Project and whose projects have a record of successful in-service performance. B. Source Limitations for Stone: Obtain each variety of stone, regardless of finish, from a single quarry with resources to provide materials of consistent quality in appearance and physical properties. C. Source Limitations for Mortar Materials: Obtain ingredients of a uniform quality for each mortar component from a single manufacturer and each aggregate from one source or producer. D. Mockups: Build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. Build mockups for each type of stone veneer assembly in sizes approximately 36 inches long by 36 inches high by full thickness, including face and backup. STONE VENEER ASSEMBLIES 04860 - 1 CITY OF FORT COLLINS 17 March 2005 a. Include stone coping at top of mockup. OLD TOWN SQUARE ENHANCEMENTS 2. Protect accepted mockups from the elements with weather -resistant membrane. 3. Approval of mockups is for color, texture, and blending of stone; relationship of mortar and sealant colors to stone colors; tooling of joints; and aesthetic qualities of workmanship. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver preblended, dry mortar mix in moisture -resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. B. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.6 PROJECT CONDITIONS A. Protection of Stone Veneer Assemblies: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed stone veneer assemblies when construction is not in progress. B. Stain Prevention: Immediately remove mortar and soil to prevent them from staining the face of stone veneer assemblies. 1. Protect base of walls from rain -splashed mud and mortar splatter by coverings spread on the ground and over the wall surface. 2. Protect sills, ledges, and projections from mortar droppings. C. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace stone veneer assemblies damaged by frost or freezing conditions. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. D. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART2-PRODUCTS 2.1 STONE SOURCES A. Varieties and Sources: Subject to compliance with requirements, provide stone of the following variety and from the following source: Stone Type: Loveland buff Quartzitic sandstone STONE VENEER ASSEMBLIES 04860 - 2 ma CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2. Stone Source: Arkins Park Stone Corporation, 5975 N. County Rd. 27, Loveland, CO 80538, Phone: (970) 663-1920, Fax: (970) 663-2315 2.2 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2.3 STONE A. Match Architect's samples for variety, color range, finish, and other stone characteristics relating to aesthetic effects. B. Other Stone: Provide stone that complies with the following physical characteristics: 1. Maximum Absorption, by Weight: 3 percent according to ASTM C 97. 2. Minimum Compressive Strength: 10,000 psi according to ASTM C 170. 2.4 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Low -Alkali Cement: Not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Masonry Cement: ASTM C 91. C. Aggregate: ASTM C 144 and as follows: 1. For pointing mortar, use aggregate graded with 100 percent passing No. 16 sieve. D. Mortar Pigments: Natural or synthetic iron oxides, compounded for use in mortar mixes and with a record of satisfactory performance in stone masonry mortars. E. Latex additive (water emulsion) described below, serving as replacement for part of or all gaging water, of type specifically recommended by latex -additive manufacturer for use with job -mixed portland cement mortar and not containing a retarder. l . Latex Additive: Acrylic resin. F. Water: Potable. G. Products: 1. Mortar Pigments: a. Bayer Corporation, Industrial Chemicals Div.; Bayferrox Iron Oxide Pigments. b. Davis Colors; True Tone Mortar Colors. C. Lafarge Corporation; Centurion Pigments. STONE VENEER ASSEMBLIES 04860 - 3 FFF. Unit Price Item: Hanging Basket Irrigation Supply 1. Description: Hanging basket irrigation supply, PVC pipe sleeve (from valve box up inside light post level with support arm), ball valve, valve box, connection to copper irrigation lateral and piping including fabrication, transportation, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Does not include copper lateral line, hanging basket, support arm, light post, planting soil or planting. 2. Unit of Measurement: Each GGG. Unit Price Item: Wall Mounted Basket Irrigation Supply 1. Description: Wall mounted basket irrigation supply, painted'/2-inch schedule 40 steel pipe sleeve (from valve box up wall to wall bracket), one hole pipe straps, plaster removal and patching, fasteners for masonry wall connection of one hole straps, ball valve, valve box, connection to copper irrigation lateral and piping including fabrication, transportation, installation in place, for functional installation, and incidental efforts and materials required for completed installed finished product. Does not include copper lateral line, hanging basket, metal bracket, planting soil or planting. 2. Unit of Measurement: Each HHH. Unit Price Item: Netafim Dripline 1. Description: Netafim dripline tubing, connection to automatic control valve, including fabrication, transportation, installation in place, for functional installation, and incidental efforts and materials required for a complete installed finished product. Does not include automatic control valve, mainline, or associated valve box. 2. Unit of Measurement: Linear Foot III. Unit Price Item: 1-Inch Class 200 Irrigation Lateral Pipe 1. Description: 1-inch nominal diameter Class 200 pipe for irrigation system laterals including transportation, excavation, bedding, backfill, compaction, couplings, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Linear Foot. JJJ. Unit Price Item: 3/4 -Inch Type K Copper Irrigation Lateral Pipe 1. Description: 3/,-inch nominal diameter Type K copper pipe for irrigation system laterals including transportation, excavation, bedding, backfill, compaction, couplings, installation in place, and incidental efforts and materials required for completed finished installation. 2. Unit of Measurement: Linear Foot. KKK. Unit Price Item: Portland Cement Plaster 1. Description: Portland cement plaster, fiber, bonding compound, mineral pigments, substrate preparation, texturing to match adjacent finish, painting, including transportation, installation in place, and incidental efforts and materials required for complete finished installation. 2. Unit of Measurement: Square Foot. LLL. Unit Price Item: 3-Inch Caliper Deciduous Tree (Installation Only) Description: 3-inch caliper deciduous tree, including transportation from within Fort Collins City limits, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work or cost of tree. CITY OF FORT COLLINS 17 March 2005 d. Solomon Colors; SGS Mortar Colors. 2.5 MISCELLANEOUS MASONRY ACCESSORIES OLD TOWN SQUARE ENHANCEMENTS A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene urethane or PVC. B. Expanded Metal Lath: 3.4 lb/sq. yd. , self -furring, diamond -mesh lath complying with ASTM C 847. Fabricate from structural -quality, zinc -coated (galvanized) steel sheet complying with ASTM A 653/A 653M, G60 . C. Lath Attachment Devices: Material and type required by ASTM C 1063 for installations indicated. 2.6 MASONRY CLEANERS A. Job -Mixed Detergent Solution: Solution of 1/2-cup dry -measure tetrasodium polyphosphate and 1/2-cup dry -measure laundry detergent dissolved in 1 gal. of water. B. Proprietary Acidic Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from stone masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by stone producer. Products: a. Hydrochemical Techniques, Inc.; Hydroclean Brick, Granite, Sandstone and Terra Cotta Cleaner (HT-626). b. ProSoCo, Inc.; Sure Klean Restoration Cleaner. 2.7 STONE FABRICATION A. General: Fabricate stone in sizes and shapes necessary to comply with requirements indicated, including details on Drawings. B. Select stone to produce pieces of thickness, size, and shape indicated and to comply with fabrication and construction tolerances recommended by applicable stone association or, if none, by stone source, for faces, edges, beds, and backs. Clean sawed backs of stone to remove rust stains and iron particles. C. Thickness of Stone Veneer: Provide thickness indicated, but not less than the following: 1. Thickness: 4 inches plus or minus 1/2 inch. D. Dress joints (bed and vertical) straight and at right angle to face, unless otherwise indicated. E. Shape stone for type of masonry (pattern) as follows: 1. Split -bed, random -range ashlar with random course heights and random lengths (interrupted coursed). F. Finish exposed faces and edges of stone to comply with requirements indicated for finish and to match approved samples and mockups. STONE VENEER ASSEMBLIES 04860 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Finish: Mixed split face and seam face. 2. Finish for Sills: Sand -rubbed finish. 3. Finish for Copings: Finish to match existing wall copings on site. a. Finish exposed ends of copings same as front and back faces. G. Carefully inspect stone at quarry or fabrication plant for compliance with requirements for appearance, material, and fabrication. Replace defective units before shipment. 2.8 MORTAR MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride. 2. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials together before adding water. Then mix again, adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for one to two hours. Add remaining water in small portions until mortar reaches desired consistency. Use mortar within 30 minutes of final mixing; do not retemper or use partially hardened material. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in the form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Stone Masonry: Comply with ASTM C 270, Proportion Specification. 1. Extended -Life Mortar: Mortar complying with ASTM C 1142 may be used instead of mortar specified above, at Contractor's option. 2. Mortar for Setting Stone: Type S. D. Latex -Modified Portland Cement Setting Mortar: Proportion and mix portland cement, aggregate, and latex additive to comply with latex -additive manufacturer's written instructions. E. Cement -Paste Bond Coat: Mix either neat cement and water or cement, sand, and water to a consistency similar to that of thick cream. For latex -modified portland cement setting -bed mortar, substitute latex admixture for part or all of water, according to latex -additive manufacturer's written instructions. F. Mortar for Scratch Coat over Metal Lath: 1 part portland cement, 1/2 part lime, 5 parts loose damp sand, and enough water to produce a workable consistency. G. Pigmented Mortar: Select and proportion pigments with other ingredients to produce color required. 1. Mix to match approved sample as selected by Architect from manufacturers full range of colors. 2. Pigments shall not exceed 10 percent of portland cement by weight. 3. Pigments shall not exceed 5 percent of masonry cement by weight. PART 3 - EXECUTION 3.1 EXAMINATION STONE VENEER ASSEMBLIES 04860 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Examine surfaces indicated to receive stone veneer assemblies, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Examine substrate to verify that dovetail slots, inserts, reinforcement, veneer anchors, flashing, and other items installed in unit masonry or concrete and required for or extending into stone veneer assemblies are correctly installed. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Advise installers of other work about specific requirements for placement of reinforcement, veneer anchors, flashing, and similar items to be built into stone veneer assemblies. B. Coat concrete backup with asphalt dampproofing. C. Clean dirty or stained stone surfaces by removing soil, stains, and foreign materials before setting. Clean stone by thoroughly scrubbing with fiber brushes and then drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh materials or abrasives. 3.3 SETTING OF STONE VENEER, GENERAL A. Perform necessary field cutting as stone is set. Use power saws to cut stone. Cut lines straight and true, with edges eased slightly to prevent snipping. B. Sort stone before it is placed in wall to remove stone that does not comply with requirements relating to aesthetic effects, physical properties, or fabrication, or that is otherwise unsuitable for intended use. C. Arrange stones with color and size variations uniformly dispersed for an evenly blended appearance. D. Set stone to comply with requirements indicated on Drawings. Install veneer anchors, supports, fasteners, and other attachments indicated or necessary to secure stone veneer assemblies in place. Set stone accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. E. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment, if any. Lay walls with joints not less than 1/4 inch at narrowest points nor more than 1/2 inch at widest points. F. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated. 1. Keep expansion and pressure -relieving joints free of mortar and other rigid materials. 2. Sealing expansion, control, and pressure -relieving joints is specified in Division 7 Section "Joint Sealants." 3.4 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet , 3/8 inch in 20 feet , or 1/2 inch in 40 feet or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. B. Variation from Level: For lines of exposed sills, parapets, horizontal grooves, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. STONE VENEER ASSEMBLIES 04860 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. Measure variation from level, plumb, and position shown in plan as variation of the average plane of the face of each stone from level, plumb, or dimensioned plane. D. Variation in Mortar -Joint Thickness: Do not vary from joint size range indicated. E. Variation in Plane between Adjacent Stones: Do not exceed one-half of tolerance specified for thickness of stone. F. Variation in Plane on Face of Individual Stone: Do not exceed one-half of tolerance specified for thickness of stone. 3.5 INSTALLATION OF ADHERED STONE VENEER ASSEMBLIES A. Install lath over unit masonry and concrete to comply with ASTM C 1063. B. Install scratch coat over metal lath 3/8 inch thick to comply with ASTM C 926. C. Coat backs of stone units and face of scratch coat with cement -paste bond coat, then butter both surfaces with setting mortar. Use sufficient setting mortar so a slight excess will be forced out the edges of stone units as they are set. Tap units into place, completely filling space between units and scratch coat. D. Rake out joints for pointing with mortar to depth of not less than 3/4 inch before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. 3.6 POINTING A. Prepare stone joint surfaces for pointing with mortar by removing dust and mortar particles. Where setting mortar was removed to depths greater than surrounding areas, apply pointing mortar in layers not more than 3/8 inch deep until a uniform depth is formed. B. Point stone joints by placing and compacting pointing mortar in layers not more than 3/8 inch deep. Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. C. Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the following joint profile: Joint Profile: Smooth, flat face recessed 1/4 inch below edges of stone (raked joint). 3.7 ADJUSTING AND CLEANING A. Remove and replace stone veneer assemblies of the following description: 1. Broken, chipped, stained, or otherwise damaged stone. Stone may be repaired if methods and results are approved by Architect. 2. Defective joints. 3. Stone veneer assemblies not matching approved samples and mockups. 4. Stone veneer assemblies not complying with other requirements indicated. B. Replace in a manner that results in stone veneer assemblies' matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. STONE VENEER ASSEMBLIES 04860 - 7 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. In -Progress Cleaning: Clean stone veneer assemblies as work progresses. Remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean stone veneer assemblies as follows: I. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on mockup; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before cleaning stone veneer assemblies. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water before applying cleaner; remove cleaner promptly by rinsing thoroughly with clear water. 5. Clean stone veneer assemblies by bucket and brush hand -cleaning method described in BIA Technical Note No. 20 Revised II, using job -mixed detergent solution. 3.8 EXCESS MATERIALS AND WASTE A. Excess Stone: Stack excess stone where directed by Owner for Owner's use. B. Disposal as Fill Material: Dispose of clean masonry waste, including mortar and excess or soil - contaminated sand, by crushing and mixing with fill material as fill is placed. 1. Crush masonry waste to less than 4 inches in greatest dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Division 2 Section "Earthwork." 3. Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above, and other waste, and legally dispose of off Owner's property. END OF SECTION 04860 STONE VENEER ASSEMBLIES 04860 - 8 CITY OF FORT COLLINS 17 March 2005 SECTION 05500 - METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: OLD TOWN SQUARE ENHANCEMENTS 1. Miscellaneous steel framing and supports. 2. Steel weld plates and angles. 3. Miscellaneous steel trim. 4. Steel kiosk 5. Steel railings and gates. 6. Pipe guards. 7. Other metal fabrications as shown on the drawings fabricated from steel shapes, plates, bars, strips, tubes, welded wire mesh, pipes, or castings which are not part of structural steel or other systems specified elsewhere. 1.2 SUBMITTALS A. Product Data: For the following: 1. Grout. B. Shop Drawings: Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Templates: For anchors and bolts. D. Layout for metal letters E. Welding certificates 1.3 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1,"Structural Welding Code --Steel." 2. AWS D1.2, "Structural Welding Code --Aluminum." 3. AWS D1.3, "Structural Welding Code --Sheet Steel." 4. AWS D1.6, "Structural Welding Code --Stainless Steel." 1.4 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. METAL FABRICATIONS 05500 - 1 M CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions 2. Provide allowance for trimming and fitting at site. 1.5 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. Coordinate installation of steel weld plates and angles for casting into concrete that are specified in this Section but required for work of another Section. Deliver such items to Project site in time for installation. Coordinate installation of electrical items that relate to metal fabrications. PART2-PRODUCTS 2.1 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes. B. Ferrous Metals: 1. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2. Steel Tubing: ASTM A 500, cold -formed steel tubing. 3. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. 4. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. 2.2 FASTENERS A. General: Zinc -plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, . Provide stainless -steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Cast -in -Place Anchors in Concrete: Threaded or wedge type; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, hot -dip galvanized per ASTM A 153/A 153M. 2.3 MISCELLANEOUS MATERIALS A. Primer: Primer selection must be compatible with the finish coating specified in Division 9. The Metal Fabrication contractor is to coordinate with finish paint. B. Galvanizing Repair Paint: SSPC-Paint 20, high -zinc -dust -content paint for regalvanizing welds in steel. METAL FABRICATIONS 05500 - 2 R!1 CITY OF FORT COLLINS 17 March 2005 OLD TOWN SQUARE ENHANCEMENTS C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. D. Miscellaneous hardware: Hinges, stars, etc. as indicated on drawings. King Architectural Metals or equal. 2.4 METAL LETTERS A. Waterjet Cut letters and made using a fine, high pressure stream of water that carries abrasive material. B. Material: Stainless steel C. Size and Thickness: 6" high x'/z" thick D. Finish: Satin finish. Letters are to be finished on all surfaces since they are free standing and the back is exposed. E. Font: Garamond Bold F. Copy: Refer to drawings G. Mounting: Welded to steel channel 2.5 FABRICATION A. General: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of joined pieces. 1. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. 2. Weld corners and seams continuously. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercut or overlap. Remove welding flux immediately. Finish exposed welds smooth and blended. 3. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Locate joints where least conspicuous. 4. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 5. Cut, reinforce, drill, and tap as indicated to receive hardware, screws,and similar items. B. Miscellaneous Framing and Supports: Provide steel framing and supports not specified in other Sections as needed to complete the Work. Fabricate units from steel shapes, plates, and bars of welded construction. Cut, drill, and tap units to receive hardware, hangers, and similar items. C. Steel railings, gates, and miscellaneous steel trim: Fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish metal fabrications after assembly. METAL FABRICATIONS 05500 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Steel and Iron Finishes: 1. Hot -dip galvanize items as indicated to comply with ASTM A 123/A 123M or ASTM A 153/A 153M as applicable. Galvanize after fabrication. 2. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with requirements indicated below for environmental exposure conditions of installed metal fabrications: a. (SSPC Zone 113) SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 3. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, or masonry, to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting," for shop painting. Primer selection must be compatible with the finish coating specified in Division 9. The Metal Fabrication contractor is to coordinate with finish paint. PART 3-EXECUTION 3.1 INSTALLATION A. General: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, with edges and surfaces level, plumb, and true. 1. Fit exposed connections accurately together. Weld connections that are not to be left as exposed joints but cannot be shop welded. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication. 2. Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in - place construction. B. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. C. Bollards: 1. Anchor bollards in place with concrete footings. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. 2. Fill bollards solidly with concrete, mounding top surface to shed water. D. Touch up surfaces and finishes after erection. 1. Painted Surfaces: Clean field welds, bolted connections, and abraded areas and touch up paint with the same material as used for shop painting. 2. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 4 CITY OF FORT COLLINS 3 March 2005 SECTION 09220 - PORTLAND CEMENT PLASTER PART 1 - GENERAL 1.1 SUMMARY OLD TOWN SQUARE ENHANCEMENTS A. This Section includes the following: 1. Exterior portland cement plasterwork (stucco) on existing brick wall. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For each type of colored textured finish coat indicated; 12 by 12 inchcs (30S by 3(5 min), and prepared on rigid backing. 1.3 QUALITY ASSURANCE A. Mockups: Before plastering, install mockups of at least I O Al. it. in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for each type of finish indicated. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.4 PROJECT CONDITIONS A. Comply with ASTM C 926 requirements. B. Exterior Plasterwork: Apply plaster when ambient temperature is greater than ,10 de.- F (1.1 dcz PART2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. PORTLAND CEMENT PLASTER 09220 - 1 2. Unit of Measurement: Each. MMM. Unit Price Item: 3-Inch Caliper Deciduous Tree 1. Description: 3-inch caliper deciduous tree, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, staking, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. NNN. Unit Price Item: 3-Inch Caliper Deciduous Tree in Tree Grate 1. Description: 3-inch caliper deciduous tree, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, perforated pipe ring and PVC riser, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. 000. Unit Price Item: 2-Inch Caliper Deciduous Tree 1. Description: 2-inch caliper deciduous tree, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. PPP. Unit Price Item: 5 Gallon Deciduous Shrub 1. Description: 5 gallon deciduous shrub, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. QQQ. Unit Price Item: 7 Gallon Evergreen Shrub Description: 7 gallon evergreen shrub, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. Unit of Measurement: Each. RRR. Unit Price Item: 5 Gallon Evergreen Shrub 1. Description: 5 gallon evergreen shrub, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. SSS. Unit Price Item: 1 Gallon Evergreen Shrub I. Description: 1 gallon evergreen shrub, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 3 March 2005 2.2 MISCELLANEOUS MATERIALS A. Water for Mixing: Potable and free of substances capable of affecting plaster set or of damaging plaster, lath, or accessories. B. Fiber for Base Coat: Alkaline -resistant glass or polypropylene fibers, 1112 inch (13 min) long, free of contaminants, manufactured for use in portland cement plaster. C. Bonding Compound: ASTM C 932. 2.3 PLASTER MATERIALS A. Portland Cement: ASTM C 150, Type I. I. Color for Finish Coats: White. B. Colorants for Job -Mixed Finish -Coats: Colorfast mineral pigments that produce finish plaster color to match existing, adjacent walls. C. Lime: ASTM C 206, Type S; or ASTM C 207, Type S. D. Sand Aggregate: ASTM C 897. 1. Color for Job -Mixed Finish Coats: In color matching adjacent wall. 2. Color: Match existing, adjacent wall. 2.4 PLASTER MIXES A. General: Comply with ASTM C 926 for applications indicated. 1. Fiber Content: Add fiber to base -coat mixes after ingredients have mixed at least two minutes. Comply with fiber manufacturer's written instructions for fiber quantities in mixes, but do not exceed 1 lb of fiber/iu. ft. (16 kJ of tibet cu, cn) of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. B. Portland Cement Base -Coat Mixes: 1. Over Brick : Single base coats for two -coat plasterwork as follows: a. For cementitious material, mix 1 part portland cement and 3/4 to 1-1/2 parts lime. Use 2- 1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). C. Portland Cement Job -Mixed Finish -Coat Mixes: For cementitious materials, mix 1 part portland cement and 3/4 to 1-1/2 parts lime. Use 1-1/2 to 3 parts aggregate per part of cementitious material (sum of separate volumes of each component material). D. Factory -Prepared Finish -Coat Mixes: For ready -mixed finish -coat plasters, comply with manufacturer's written instructions. EXECUTION PORTLAND CEMENT PLASTER 09220 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 3 March 2005 2.5 PREPARATION A. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. B. Prepare solid -plaster bases that are smooth or that do not have the suction capability required to bond with plaster according to ASTM C 926. 2.6 INSTALLATION, GENERAL 2.7 INSTALLING ACCESSORIES A. Install according to ASTM C 1063 and at locations indicated on Drawings. B. Reinforcement for External Comers: 1. Install lath -type external -corner reinforcement at exterior locations. 2.8 PLASTER APPLICATION A. General: Comply with ASTM C 926. B. Bonding Compound: Apply on unit masonry plaster bases. C. Plaster Finish Coats: Apply to provide finish to match adjacent wall. 2.9 CUTTING AND PATCHING A. Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing (check cracking), dry outs, efflorescence, sweat outs, and similar defects and where bond to substrate has.failed. END OF SECTION 09220 PORTLAND CEMENT PLASTER 09220 - 3 ..6 CITY OF FORT COLLINS 17 March 2005 SECTION 09638 - STONE PAVING PART I - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes dimensional stone paving, stair treads and risers. B. Related Sections include the following: 1. Division 2 Section "Unit Pavers" for rough stone pavers. 2. Division 4 Section "Stone Veneer Assemblies" for sandstone source, performance requirements and physical properties. 3. Division 7 Section "Joint Sealants" for sealing control and expansion joints in stone paving with elastomeric sealants. 1.3 PERFORMANCE REQUIREMENTS A. Stone Abrasion Resistance: Minimum value of 12, based on testing according to ASTM C 241 or ASTM C 1353, unless a higher value is required by the referenced building stone standard. 1.4 SUBMITTALS A. Product Data: For the following: 1. Each variety of stone. Include data on physical properties required by referenced ASTM standards. 2. Stone accessories and other manufactured products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other Work. C. Grout Samples for Initial Selection: For each type of grout indicated. D. Samples for Verification: 1. For each stone type indicated, in sets of Samples not less than 12 inches square. Include two or more Samples in each set and show the full range of variations in appearance characteristics expected in completed Work. 2. For each color of grout required. E. Qualification Data: For Installer and fabricator. F. Maintenance Data: For stone paving and flooring to include in maintenance manuals. Include Product Data for stone -care products used or recommended by Installer and names, addresses, and telephone numbers of local sources for products. STONE PAVING 09638 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.5 QUALITY ASSURANCE A. Installer Qualifications: An installer who employs experienced mechanics and stone fitters who are skilled in installing stone paving and flooring similar in material, design, and extent to those indicated for this Project and whose projects have a record of successful in-service performance. B. Fabricator Qualifications: Shop that employs skilled workers who fabricate stone paving and flooring similar to those indicated for this Project and whose products have a record of successful in-service performance. C. Source Limitations for Stone: Obtain each variety of stone, regardless of finish, from a single quarry with resources to provide materials of consistent quality in appearance and physical properties. 1. Obtain each variety of stone from a single quarry, whether specified in this Section or in another Section of the Specifications. D. Source Limitations for Other Materials: Obtain each type of cementitious material, grout, admixture, stone accessory, sealant, and other material from a single manufacturer. E. Mockups: Build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. 1. Build mockups approximately 36 inches square. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.6 DELIVERY, STORAGE, AND HANDLING A. Lift large stone with wide -belt slings; do not use wire rope or ropes that might cause staining. Move stone, if required, using dollies with cushioned wood supports. B. Store stone on wood A -frames or pallets with nonstaining separators and nonstaining, waterproof covers. Ventilate under covers to prevent condensation. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. 1.7 PROJECT CONDITIONS A. Do not set stone when air or material temperature is below so deg 1: . B. Maintain minimum ambient temperatures of 50 deg I during installation and for 7 days after completion unless higher temperatures are required by fabricator's or supplier's instructions. C. Cold -Weather Requirements for Stone Paving: 1. Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. 2. Protect stone paving against freezing when atmospheric temperature is 40 deb, F and falling. Heat materials to provide mortar and grout temperatures between Oil acid 120 deg 1 . STONE PAVING 09638 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Provide the following protection for completed portions of work for 24 hours after installation when mean daily air temperature is as indicated: a. Below 40 dcg F, cover with weather -resistant membrane. b. Below 25 deg F , cover with insulating blankets. C. Below 20 deu F , provide enclosure and temporary heat to maintain temperature above 32 deR F . D. Hot -Weather Requirements for Stone Paving: Protect stone paving when temperature and humidity conditions produce excessive evaporation of setting beds and grout. Provide artificial shade and windbreaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F and above. PART2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Water -Cleanable Epoxy Adhesive: a. C-Cure Corporation. b. Laticrete International, Inc. C. Summitville Tiles, Inc. 2. Latex -Portland Cement Grout: a. C-Cure Corporation. b. Laticrete International, Inc. 3. Stone Floor Sealers: a. Custom Building Products. b. Stone Care International. C. Summitville Tiles, Inc. 2.2 STONE, GENERAL A. Varieties and Sources: Subject to compliance with requirements, provide stone varieties from sources specified in Part 2 "Stone Types' Article. B. Provide stone that is free of cracks, seams, and starts impairing structural integrity or function. C. Provide stone from a single quarry for each variety of stone required. 2.3 STONE TYPES A. Other Stone: Provide stone that complies with the following: 1. Maximum Absorption, by Weight: 1 percent according to ASTM C 97. 2. Minimum Compressive Strength: 20,000 psi Insert required value according to ASTM C 170, STONE PAVING 09638 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3. Varieties and Source: a. Royal Sable b. Iridian C. Mountain Green d. All granite supplied by: Cold Spring Granite, 202 S. Third Ave., Cold Spring, MN 56320 Ph: 800.328.7038, Fax: 320.685.8490 4. Finish: a. Top: Thermal for Iridian and Mountain Green. Diamond 10 for Royal Sable b. Sides: Split if exposed, sawn if mortared. C. Bottom: sawn. 2.4 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or II. Provide natural color or white cement as required to produce mortar color indicated. 1. Low -Alkali Cement: Not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Aggregate: ASTM C 144 C. Latex additive (water emulsion) described below, serving as replacement for part of or all gaging water, of type specifically recommended by latex -additive manufacturer for use with job -mixed portland cement mortar and not containing a retarder. 1. Latex Additive: Styrene-butadiene rubber or acrylic resin. D. Water: Potable. 2.5 GROUT A. Grout Colors: As selected by Architect from manufacturer's full range. B. Latex -Portland Cement Grout: ANSI Al 18.6, for materials described in Paragraph H-2.4, composed as follows: 1. Factory -Prepared, Dry -Grout Mixture: Factory -prepared mixture of portland cement; dry, redispersible, ethylene vinyl acetate additive; and other ingredients to produce the following: a. Sanded grout mixture for joints U8 inch and wider. 2. Mixture of Dry -Grout Mix and Latex Additive: Mixture of factory -prepared, dry -grout mix and latex additive complying with the following requirements: a. Sanded Dry -Grout Mix: Commercial portland cement grout complying with ANSI Al18.6, for materials described in Paragraph H-2.1, for joints i%8 inch and wider. b. Latex Additive: Acrylic resin. 2.6 ACCESSORIES STONE PAVING 09638 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Water -Cleanable Epoxy Adhesive: ANSI Al 18.3. B. Spacers: Resilient plastic, nonstaining to stone, sized to suit joint thicknesses. C. Cleaner: Stone cleaner specifically formulated for stone types, finishes, and applications indicated, as recommended by stone producer and, if a sealer is specified, by sealer manufacturer. Do not use cleaning compounds containing acids, caustics, harsh fillers, or abrasives. D. Floor Sealer: Colorless, slip- and stain -resistant sealer that does not affect color or physical properties of stone surfaces, as recommended by stone producer for exterior application indicated. 2.7 STONE FABRICATION A. General: Fabricate stone paving in sizes and shapes necessary to comply with requirements indicated, including details on Drawings and Shop Drawings. B. Cut stone to produce pieces of thickness, size, and shape indicated and to comply with fabrication and construction tolerances recommended by applicable stone association. 1. Pattern: As indicated on Drawings. 2. Thickness of Stone Paving: As indicated on Drawings. 3. Stone Edges: Eased. 4. Cut stone to produce uniform joints, 1 %4 iucli wide, in locations indicated. 5. Clean sawed backs of stones to remove rust stains and iron particles. 2.8 MORTAR AND GROUT MIXES A. Mortar: Comply with referenced standards and with manufacturers' written instructions for mix proportions, mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures needed to produce mortar of uniform quality and with optimum performance characteristics. 1. Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. Do not use calcium chloride. 2. Combine and thoroughly mix cementitious materials, water, and aggregates in a mechanical batch mixer, unless otherwise indicated. Discard mortar when it has reached initial set. B. Latex -Modified Portland Cement Setting Mortar: Proportion and mix portland cement, aggregate, and latex additive to comply with written instructions of latex -additive manufacturer and as necessary to produce stiff mixture with a moist surface when bed is ready to receive stone. C. Latex -Modified Portland Cement Bond Coat: Proportion and mix portland cement, aggregate, and latex additive to comply with latex -additive manufacturer's written instructions. D. Joint Grout: Comply with mixing requirements of referenced ANSI standards and manufacturer's written instructions. PART 3 - EXECUTION 3.1 EXAMINATION STONE PAVING 09638 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Examine surfaces indicated to receive stone paving, with Installer present, for compliance with requirements for maximum moisture content, installation tolerances, and other conditions affecting performance. 1. For the record, prepare a written report, endorsed by Installer, listing conditions detrimental to performance of stone paving. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Vacuum clean concrete substrates to remove dirt, dust, debris, and loose particles. B. Remove substances from concrete substrates that could impair mortar bond, including curing and sealing compounds, form oil, and laitance. C. Clean dirty or stained stone surfaces by removing soil, stains, and foreign materials before setting. Clean stone by thoroughly scrubbing with fiber brushes and then drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh materials or abrasives. 3.3 INSTALLATION, GENERAL A. Do necessary field cutting as stone is set. Use power saws with diamond blades to cut stone. Cut lines straight and true, with edges eased slightly to prevent snipping. B. Set stone to comply with Drawings and Shop Drawings. C. Scribe and field -cut stone as necessary to fit at obstructions. Produce tight and neat joints. D. Expansion- and Control -Joint Installation: Locate and install according to Drawings and Shop Drawings. Joint -sealant materials and installation are specified in Division 7 Section 'Joint Sealants." 3.4 INSTALLATION TOLERANCES A. Variation in Line: For positions shown in plan for edges of paving, steps, changes in color or finish, and continuous joint lines, do not exceed 1'8 in;h in 96 vichcs , 1'4 inch in 20 Ccet , or t±8 inch maximum. B. Variation in Joint Width: Do not vary joint thickness more than 1. 16 inch or 1/4 of nominal joint width, whichever is less. C. Variation in Surface Plane of Paving and Flooring: Do not exceed 1i4 inch ❑ 10 tcet, or :3/8 inch maximum from level or slope indicated. D. Variation in Plane between Adjacent Units (Lipping): Do not exceed 1%2-incli difference between planes of adjacent units. 3.5 INSTALLATION OF STONE DIRECTLY OVER CONCRETE A. Saturate concrete with clean water several hours before placing setting bed. Remove surface water about one hour before placing setting bed. STONE PAVING 09638 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Apply mortar bed bond coat to damp concrete and broom to provide an even coating that completely covers the concrete. Do not exceed 12 16-inch thickness. Limit area of mortar bed bond coat to avoid its drying out before placing setting bed. C. Apply mortar bed immediately after applying mortar -bed bond coat. Spread, tamp, and screed to uniform thickness at elevations required for setting stone to finished elevations indicated. D. Mix and place only that amount of mortar bed that can be covered with stone before initial set. Cut back, bevel edge, and discard material that has reached initial set before stone can be placed. E. Place stone before initial set of mortar occurs. Immediately before placing stone on setting bed, apply uniform 1i16-inch- thick bond coat to bed or to back of each stone unit. F. Tamp and beat stone with a wooden block or rubber mallet to obtain full contact with setting bed and to bring finished surfaces within indicated tolerances. Set each unit in a single operation before initial set of mortar; do not return to areas already set and disturb stone for purposes of realigning finished surfaces or adjusting joints. G. Rake out joints to depth required to receive grout as units are set. 3.6 STONE STAIR TREAD AND RISER INSTALLATION A. Install stone stair treads and risers to comply with "Installation of Stone Directly over Concrete" Article. B. Install stone stair treads and risers in a full bed of water -cleanable epoxy adhesive to comply with ANSI A108.4. 3.7 GROUTING OF STONE PAVING AND FLOORING A. Grout stone joints to comply with ANSI Al08.10 and manufacturer's written instructions. B. Grout joints as soon as possible after initial set of setting bed. Force grout into joints, taking care not to smear grout on adjoining stone and other surfaces. After initial set of grout, finish joints by tooling to produce a slightly concave polished joint, free of drying cracks. C. Cure grout by maintaining in a damp condition for seven days except as otherwise recommended by latex -additive manufacturer. 3.8 ADJUSTING AND CLEANING A. Remove and replace stone paving of the following description: 1. Broken, chipped, stained, or otherwise damaged stone. Stone may be repaired if methods and results are approved by Architect. 2. Defective joints. 3. Stone paving, and joints not matching approved samples and mockups. 4. Stone paving not complying with other requirements indicated. B. Replace in a manner that results in stone paving's matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. STONE PAVING 09638 - 7 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. In -Progress Cleaning: Clean stone paving as work progresses. Remove mortar fins and smears before tooling joints. D. Clean stone paving after setting and grouting are complete. Use procedures recommended by stone fabricator for types of application. E. Apply sealer to cleaned stone paving according to sealer manufacturer's written instructions. 3.9 PROTECTION A. Prohibit traffic from installed stone for a minimum of 72 hours. B. Protect stone paving during construction with nonstaining kraft paper. Where adjoining areas require construction work access, cover stone paving with a minimum of 3/4-inch untreated plywood over nonstaining kraft paper. END OF SECTION 09638 STONE PAVING 09638 - 8 s TTT. Unit Price Item: 1 Gallon Perennial 1. Description: 1 gallon perennial, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. UUU. Unit Price Item: 4-Inch Perennial 1. Description: 4-inch container (F15) perennial, including transportation, excavation, planting soil, soil amendments, fertilizer, mulch, subgrade removal, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. VVV. Unit Price Item: White Glory of the Snow Bulb 1. Description: White Glory of the Snow bulb, including transportation, excavation, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. WWW. Unit Price Item: Mixed Purple Giant Crocus Bulb 1. Description: Mixed Purple Giant Crocus bulb, including transportation, excavation, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. XXX. Unit Price Item: Blue Grape Hyacinth Bulb 1. Description: Blue Grape Hyacinth bulb, including transportation, excavation, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. YYY. Unit Price Item: Giant Snowdrop Bulb 1. Description: Giant Snowdrop bulb, including transportation, excavation, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. ZZZ. Unit Price Item: Blue Dwarf Iris Bulb I. Description: Blue Dwarf Iris bulb, including transportation, excavation, installation in place, and incidental efforts and materials required for complete finished installation. Does not include irrigation system work. 2. Unit of Measurement: Each. AAAA. Unit Price Item: Annuals Planting for Large Planter Pot 1. Description: Annuals planting for precast concrete planter pot, including transportation, excavation, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation, or planter pot and related materials. 2. Unit of Measurement: Each W CITY OF FORT COLLINS 17 March 2005 SECTION 09960 - HIGH-PERFORMANCE COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS OLD TOWN SQUARE ENHANCEMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Exterior Substrates: a. Steel. b. Galvanized metal. B. Related Sections include the following: 1. Division 5 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 9 painting Sections for special -use coatings and general field painting. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of finish -coat product indicated. C. Product List: For each product indicated. Cross-reference products to coating system and locations of application areas. Use same designations indicated on Drawings and in schedules. 1.4 QUALITY ASSURANCE A. Master Painters Institute (MPI) Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and coating systems indicated. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 4i deg I= . 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. HIGH-PERFORMANCE COATINGS 09960 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.6 PROJECT CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 der F . B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than i deg I above the dew point; or to damp or wet surfaces. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional [5] <Insert number> percent, but not less than [1 gal. ] <Insert number> of each material and color applied. PART2-PRODUCTS 2.1 HIGH-PERFORMANCE COATINGS, GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. B. Colors: [As selected by Architect from manufacturer's full range] [Match Architect's samples] [As indicated in color schedule] <Insert requirements>. 2.2 METAL PRIMERS A. Epoxy Zinc Primer: MPI #20. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Zinc Clad IV, B69A8/V8. b. <Insert manufacturer's name; product name or designation.> 2. VOC Content: Minimum E Range of [El] [E2] [E3]. B. Cold -Curing Epoxy Primer: MPI #101. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Duraplate 235 Multi -Purpose Epoxy, 1367W235. b. <Insert manufacturer's name; product name or designation.> 2. VOC Content: Minimum E Range of [El] [E3]. HIGH-PERFORMANCE COATINGS 09960 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2.3 EPDXY COATINGS A. Epoxy, Cold -Cured, Gloss: MPI #77. 1. Products: Subject to compliance with requirements, provide one of the following: a. <Insert manufacturer's name; product name or designation.> 2. VOC Content: Minimum E Range of [El] [E2] [E3]. 2.4 POLYURETHANE COATINGS A. Polyurethane, Two -Component, Pigmented, Gloss: MPI #72. l . Products: Subject to compliance with requirements, provide one of the following: a. <Insert manufacturer's name; product name or designation.> 2. VOC Content: Minimum E Range of [El] [E2] [E3]. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 3. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and coating. I. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. HIGH-PERFORMANCE COATINGS 09960 - 3 CITY OF FORT COLLINS 17 March 2005 D. Steel Substrates: Remove rust and loose mill scale. OLD TOWN SQUARE ENHANCEMENTS I. Clean using methods recommended in writing by coating manufacturer. 2. Blast clean according to [SSPC-SP 51NACE No. 1, "White Metal Blast Cleaning] [SSPC- SP 6/NACE No. 3, "Commercial Blast Cleaning] [SSPC-SP 7/NACE No. 4, "Brush -Off Blast Cleaning] [SSPC-SP 101NACE No. 2, "Near -White Blast Cleaning]." E. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied coatings. 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when coatings are being applied: 1. Owner will engage the services of a qualified testing agency to sample coating material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance with specified requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. HIGH-PERFORMANCE COATINGS 09960 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Steel Substrates: Polyurethane, Pigmented, Over Epoxy Coating System: a. Prime Coat: [Epoxy zinc primer, MPI#20]. b. Intermediate Coat: Epoxy, cold -cured, gloss, MPI #77. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. B. Galvanized -Metal Substrates: Polyurethane, Pigmented Coating System a. Prime Coat: [Cold -curing epoxy primer, MPI #101]. b. Intermediate Coat: [Polyurethane, two -component, pigmented, gloss, MPI #721. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. d. Second Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. END OF SECTION 09960 HIGH-PERFORMANCE COATINGS 09960 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PARTI: GENERAL 1.1 PROVISIONS A. The general provisions of the contract, including General and Supplementary Conditions and General Requirements, apply to the work specified in this section. 1.2 DESCRIPTION A. Furnish and install all materials and equipment and provide all labor required and necessary to complete the work shown on drawings and/or listed below and all other work and miscellaneous items, not specifically mentioned, but inferred for a complete installation, including all accessories and appurtenances required for testing the system. It is the intent of drawings and Specifications that all systems be complete and ready for operation. 1.3 DEFINITIONS A. Instructions such as "Provide the outlets" shall mean the same as though the words "This Contractor shall" preceded each such instruction. "Provide" shall mean "Furnish and Install". Where the words "Accepted" or "Acceptable" are used, such "Accepted" or "Acceptable" action by the Government denotes that the work or equipment item is in conformance with the design concept of the project and, in general, complies with pertinent information given in the Contract Documents. 1.4 STANDARDS FOR MATERIALS A. All materials shall be new and conform with the current applicable industry standards. Workmanship and neat appearance shall be as important as electrical and mechanical operation. Defective or damaged materials shall be replaced or repaired prior to final acceptance in a manner meeting approval of the Project Manager/Engineer and at no additional cost to Government. B. The latest editions of the following standards are minimum requirements. Underwriters' Laboratories, Inc. (UL) National Electrical Manufacturer's Association (NEMA) American National Standards Institute (ANSI) Insulated Cable Engineer's Association (ICEA) Institute of Electrical and Electronic Engineers (IEEE) Association of Edison Illuminating Companies (AEIC) Certified Ballast Manufacturers (CBM) Electrical Testing Laboratories (ETL) Independent Testing Laboratories (ITL) National Electrical Contractors Association (NECA) National Electrical Code (NEC) C. Listing and Labeling: Provide products specified in this Specification that are listed and labeled. 1. The Terms "Listed and Labeled": As defined in the "National Electrical Code," Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. ELECTRICAL GENERAL PROVISIONS 16010 - 1 1 .6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1.5 CODE COMPLIANCE A. All work and materials shall comply with latest rules, codes and regulations, including but not limited to the following: OSHA, National Electrical Code (NEC), National Electrical Safety Code and all other applicable Federal, State, and local laws and regulations. B. Code compliance is mandatory. The Drawings and Specifications shall not permit work that does not conform to these codes. All modifications required by these codes, rules, regulations, and authorities shall be made by the contractor without additional charge to the Government. C. No work shall be concealed until after inspection and approval by the Project Manager/Engineer. If work is concealed without inspection and approval, Contractor shall be responsible for all work required to expose and restore the concealed in addition to all required modifications. At the completion of work the contractor shall submit written certification that all work meets the requirements of this section. 1.6 DRAWINGS A. Drawings indicate general arrangement of circuits and power pedestals, locations of equipment, panelboards and other work. Drawings and specifications are complementary each to the other, and what is called for by one shall be binding as if called for by both. Data presented on drawings is as accurate as planning can determine, but accuracy is not guaranteed and field verification of all dimensions, locations, levels, etc. to suit field conditions is directed. B. Review of the Contract Documents: Discrepancies between different drawings or between drawings and specifications or regulations and codes governing installation shall be brought to attention of the Project Manager/Engineer. C. Right is reserved to make reasonable change in location of pedestals and equipment prior to rough - in without increasing contract cost. 1.7 JOB CONDITIONS A. Review the existing landscape and adjust all work to conform to the existing conditions. B. The project is located within an existing landscaped area and special care shall be taken to preserve and protect the existing landscape. Trees and other natural conditions shall not be disturbed and/or removed without written approval of the Project Manager/Engineer. C. Exact campsite pedestal locations and feeder routing will be determined in the field with the contractor, Project Manager/Engineer, campground manager, and engineer all in attendance. The contractor shall initiate and coordinate the site meeting. The contractor shall provide a minimum of seven days advance notification of the meeting. D. Protect all work by others and Electrical work against damage. E. This contractor shall be responsible for all damages it causes to the property of the Government or .to the work of the other contractors during the construction period. 1.8 DESCRIPTION OF THE ELECTRICAL SERVICE A. Electrical Service: The electrical service shall be comprised of one 15kvolt padmount primary switch, three 13.8kvolt-240/120volt padmount transformers, and three separate 240-volt distribution panels. All service related conductors (primary and secondary) shall be routed ELECTRICAL GENERAL PROVISIONS 16010 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 underground from the padmount transformers to the distribution panels located near the existing comfort stations. PART 2: PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. All equipment and materials installed shall be new and UL approved unless otherwise specified. B. All major equipment components shall have manufacturer's name, address, model number and serial number permanently attached in a conspicuous location. C. All similar materials and equipment shall be the product of the same manufacturer. D. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. All material and equipment installed shall be new, unless otherwise specified. E. Altitude: All equipment and material shall be designed, constructed, and tested to operate successfully at 4,000 feet above sea level and -20oF to 110oF ambient temperature range unless otherwise specified. PART 3: EXECUTION 3.1 WORKMANSHIP AND CONTRACTOR'S QUALIFICATIONS A. Only quality workmanship will be accepted. Haphazard or poor installation practice will be cause for rejection of work. B. Provide foreman in charge of this work at all times. Foreman for this work shall have had experience in installing not less than 3 such systems. C. Where specifications call for an installation to be made in accordance with Manufacturer's recommendations, a copy of such recommendations shall at all times be available to the Project Manager/Engineer. 3.2 RELATION WITH OTHER CONTRACTORS A. This contractor shall coordinate all work within and around the new comfort stations with the contractor in charge of that work. The Service Distribution Panels for the campsite pedestals, as well as the branch circuits for the new comfort stations, are provided by this contractor and installed inside the new comfort stations. The service entrance feeders, branch feeders to the campsite pedestals, and spare breakers for comfort station circuits are provided by this contractor. Circuiting within the new comfort stations and connection to the spare breakers is under another contract. (Refer to the drawings for more clarification.) B. This contractor shall coordinate work of this Contract with other contractors to avoid conflict and to correct rough -in and other connections for equipment furnished under separate contracts that required electrical connections. Inform Contractors of other work of required clearances of accesses for or around electrical equipment to maintain serviceability and code compliance. ELECTRICAL GENERAL PROVISIONS 16010 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. Verify equipment dimensions and requirements with provisions specified under this Section of work, and report any discrepancies to Project Manager/Engineer in ample time to prevent delays or unwarranted changes of work. D. See other sections in this Division for additional references to specific related work that is included in the work of other divisions. 3.3 SHOP DRAWINGS AND MATERIALS LIST A. Submit to the Project Manager/Engineer complete shop drawings and materials lists as noted below for review within 30 days after award of contract. All proposed deviations from specifications must be clearly listed under a prominent heading entitled "DEVIATIONS". Submittals required as follows: 1. 15kv Primary Switch: Shop fabrication details, circuit arrangement details. 2. 13.8kvolt-240/120volt Padmount Transformers: Shop fabrication details, circuit arrangement details. 2. Panelboards: Shop fabrication details, circuit arrangement details. 3. Campsite Power Pedestals: Shop fabrication details, installation details. 4. Conduit, Boxes, Wire, and Miscellaneous Equipment: Manufacturer's literature. 3.4 TESTS A. The right is reserved to inspect and test any portion of the equipment and/or materials during the progress of its installation. B. The Contractor shall test the entire system in the presence of the Project Manager/Engineer when the work is completed to insure that all portions are free from shorts or grounds. C. Work shall be tested as specified in appropriate sections. All defects shall be repaired immediately at Contractor's expense. D. This contractor shall test all wiring and connections for continuity and grounds before connecting any fixtures or equipment. E. New wiring shall be tested for grounds; e.g., the complete installation must have insulation between conductors and the ground, not including attachments, sockets, receptacles, etc., of not less than 500,000 ohms. Tests for grounding resistance shall be according to Article 250 NEC. F. All equipment necessary to conduct these tests shall be furnished at the Contractor's expense. 3.5 RECORD DRAWINGS A. The Contractor shall maintain record drawings and record all changes and deviations from the contract documents. The Record Drawings shall accurately indicate all underground feeder routing. Record drawings shall be available at all times at the project site. 3.6 DELIVERY AND STORAGE OF MATERIALS A. Make provisions for delivery and safe storage of all materials. Deliver materials to job at such stages of the Work as will expedite Work as a whole. Carefully mark and store all materials. Carefully check materials furnished for installation, and furnish a receipt acknowledging acceptance of delivery and condition of materials received. Thereafter assume full responsibility for safekeeping of same until final installation has been approved and accepted. ELECTRICAL GENERAL PROVISIONS 16010 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. All material and equipment, both in storage and installed shall be fully protected against damage due to vandalism, negligence, inclement weather, rust, theft, etc., by the Contractor, during all phases of construction. Electronic equipment shall be protected in a relatively constant temperature and humidity environment which will not degrade the equipment. 3.7 PROGRESS OF WORK A. Order progress of electrical work so as to conform to progress of work of other contracts, and complete entire installation as soon as condition of site will permit. Assume any cost resulting from defective or ill-timed work performed under this Division. 3.8 TRENCHING AND BACKFILLING A. Detectable Warning Tape: Red, Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 nun) thick minimum, continuously inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep. B. Refer to Specification Section 02221 Trenching, Bedding,Backfill, And Compaction. 3.9 DIRECTORY CARDS, NAMEPLATES, AND LABELS A. All components of electrical system shall be neatly and accurately labeled to facilitate ready identification and service. Provide labels as follows (or indicated elsewhere): 1. Provide engraved composition nameplates having 3/8" minimum height white letters engraved in a black face for each branch circuit panelboard Provide labeling designating all units as designated on drawings. Secure all lamenoid nameplates with rivets or screws. Adhesives will not be allowed. 2. Coordinate as -built circuit information with the engineer and neatly mount updated panel schedules, provided by the engineer, as circuit directory cards for all branch circuit panelboards. 3.10 TEMPORARY POWER A. The Contractor shall provide all temporary electrical service required during the entire course of construction. 3.11 OPERATIONAL CHECK A. For each item, operational check shall include the following: 1. Check cleanliness of all interiors and all parts. Remove any excess packing, shipping bolts, etc. 2. Tighten all points of connection. 3. Verify proper operating conditions of all equipment mechanically and electrically. B. A complete report shall be submitted to Project Manager/Engineer upon completion certifying each item of work performed. In addition, a minimum of 16 hours instruction and demonstration in proper operation and maintenance of equipment shall be given to Government's representative by service engineer. One week's notice shall be given to Government's representative prior to time of instruction. ELECTRICAL GENERAL PROVISIONS 16010 - 5 BBBB. Unit Price Item: Annuals Planting for Small Planter Pot 1, Description: Annuals planting for precast concrete planter pot, including transportation, excavation, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation, or planter pot and related materials. 2. Unit of Measurement: Each CCCC. Unit Price Item: Annuals Planting for Deep Planter Pot 1. Description: Annuals planting for precast concrete planter pot, including transportation, excavation, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation, or planter pot and related materials. 2. Unit of Measurement: Each DDDD. Unit Price Item: Annuals Planting for Hanging Basket 1. Description: Annuals planting for hanging basket or wall mounted basket, including transportation, excavation, and incidental efforts and materials required for a complete installed finished product. Does not include irrigation, or hanging basket/bracket and related materials. 2. Unit of Measurement: Each END OF SECTION 01270 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3.12 OPERATING MANUAL AND PARTS LIST A. Operating manual and parts lists shall list all equipment installed with complete manufacturers names, parts descriptions, catalog numbers, and complete information as to whom Government shall contact for service and parts. Include address and phone number. O & M Manuals shall include a copy of all shop drawings and any additional manufacturers data and specification cut sheets for equipment not included in shop drawing submittals. 3.13 ACCEPTANCE DEMONSTRATION A. Upon completion of the work, at a time to be designated by the Project Manager/Engineer, Contractor shall demonstrate for the Project Manager/Engineer the operation of entire electrical installation, including any and all special systems provided under this Division. B. Uncovering of the work in case any uncovering of the work shall be deemed appropriate by the Project Manager/Engineer, the same shall be accomplished in accordance with the provisions herein applicable to tests and inspections. 3.14 CLEANUP A. The Contractor shall at all times keep the premises free from accumulations of waste materials, rubbish, and any other debris resulting from the work. Removal of such waste, rubbish, and other debris shall be accomplished at least weekly and at no cost to the Government. B. At the completion of the work, the Contractor shall remove all waste material, rubbish, and other debris from and about the work, as well as all tools, construction equipment, machinery and surplus materials, and shall leave the work "broom clean," unless otherwise specified, and ready for occupancy by the Government. Such cleanup shall include, as applicable and without limitation, the following: 1. Removal of all marks, stains, fingerprints, and other soil or dirt from any and all painted or decorated surfaces. 2. Cleaning and polishing of all hardware, including removal of all stains, dust, dirt, paint, etc. 3. Restored to their original condition of those portions of the site which were not designated for alteration by the Contract Documents but which have been affected by the Contractor's operations. 4. Removal of all temporary construction or protection and removal from the premises of all items of any nature whatsoever which were installed or used for temporary purposes during the construction. C. If the Contractor fails to properly clean up, the Government may do so and the cost thereof shall be charged to the Contractor. 3.15 GUARANTEE A. Provide in accordance with the General Conditions and Division 1. Leave entire electrical system installed under this Division in proper working order. Replace, without additional charge, any work materials or equipment provided under this Division which develops defects within one year from date of final acceptance. Guarantee all materials and equipment against defects in composition, design or workmanship. END OF SECTION 16010 ELECTRICAL GENERAL PROVISIONS 16010 - 6 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PARTI: GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY: A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. B. Raceways include the following: 1. Rigid metal conduit 2. Polyvinyl chloride (PVC) externally coated rigid steel conduit 3. Rigid nonmetallic conduit 4. Wireway C. Boxes, enclosures, and cabinets include the following: 1. Device boxes 2. Pull and junction boxes 1.3 SUBMITTALS: A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data for surface raceway, wireway and fittings, floor boxes, hinged cover enclosures, and cabinets. C. Shop drawings for nonstandard boxes, enclosures, and cabinets. Include layout drawings showing components and wiring. 1.4 QUALIY ASSURANCE: A. Comply with NFPA 70 "National Electrical Code" for components and installation. 1. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 2. Comply with NECA "Standard of Installation." PART 2: PRODUCTS 2.1 MANUFACTURERS: A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering Products that may be incorporated in the Work include, but are not limited to, the following: l . Metal Conduit and Tubing: a. Monogram Co., AFC b. Alflex Corp. C. Allied Tube and Conduit, Grinnell Co. d. Anamet, Inc., Anaconda Metal Hose C. Anixter Brothers, Inc. f. Carol Cable Co., Inc. g. Cole -Flex Corp. h. Flexcon, Inc., Coleman Cable Systems, Inc. RACEWAYS, BOXES AND CABINETS 16110 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 i. Spiraduct, Inc. j. Triangle PWC, Inc. k. Wheatland Tube Co. 2. Nonmetallic Tubing and Conduit: a. Anamet, Inc., Anaconda Metal Hose b. Arnco Corp. C. Breeze -Illinois, Inc. d. Can -Tex Industries, Harsco Corp. e. Carlon f. Certainteed Corp, Pipe & Plastics Group g. Cole -Flex Corp. h. Condux International, Electrical Products i. Electri-Flex Co. j. George -Ingraham Corp. k. Hubbell, Inc., Raco, Inc. 1. R&G Sloan Manufacturing Co., Inc. M. Spiraduct, Inc. n. Thomas & Betts Corp. 3. Conduit Bodies and Fittings: a. Scott Fetzer Company, Adalet-PLM b. American Electric, Construction Materials Group C. Emerson Electric Co., Appleton Electric Co. d. Carlon e. Hubbell, Inc., Killark Electric Manufacturing Co. f. General Signal, O-Z/Gedney Unit g. Spring City Electrical Manufacturing Co. 4. Wireway: a. Hoffman Engineering Co. b. Keystone/Rees, Inc. C. Square D Co. 5. Boxes, Enclosures, and Cabinets: a. Scott Fetzer Company, Adalet-PLM b. Butler Manufacturing Co., Walker Division C. Cooper Industries, Midwest Electric d. Electric Panelboard Co., Inc. e. Erickson Electrical Equipment Co. f. American Electric, FL Industries g. Hoffman Engineering Co., Federal -Hoffman, Inc. h. Hubbell Inc., Killark Electric Manufacturing Co. i. General Signal, O-Z/Gedney j. Parker Electrical Manufacturing Co. k. Raco, Inc., Hubbell Inc. I. Robroy Industries, Inc., Electrical Division In. Spring City Electrical Manufacturing Co. In. Square D Co. n. Thomas & Betts Corp. o. Woodhead Industries, Inc., Daniel Woodhead Co. 2.2 METAL CONDUIT AND TUBING: A. Rigid Steel Conduit: ANSI C80.1. B. Plastic -Coated Steel Conduit and Fittings: NEMA RN 1. C. Fittings: NEMA FB 1, compatible with conduit/tubing materials. 2.3 NONMETALLIC CONDUIT AND TUBING: RACEWAYS, BOXES AND CABINETS 16110 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 A. Electrical Nonmetallic Tubing (ENT): NEMA TC 13. B. Rigid Nonmetallic Conduit (RNC): NEMA TC 2, Schedule 40 or 80 PVC. C. PVC Conduit and Tubing Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material. 2.4 WIREWAYS: A. Material: Sheet metal sized and shaped as indicated. B. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold- down straps, end caps, and other fittings to match and mate with wireway as required for complete system. C. Select features where not otherwise indicated, as required to complete wiring system and to comply with NEC. D. Wireway Covers: Hinged type. E. Finish: Manufacturer's standard enamel finish. 2.5 OUTLET AND DEVICE BOXES: A. Sheet Metal Boxes: NEMA OS 1. B. Cast Metal Boxes: NEMA FB 1, type FD, cast feralloy box with gasketed cover. C. Nonmetallic Boxes: NEMA OS 2. 2.6 PULL AND JUNCTION BOXES: A. Small Sheet Metal Boxes: NEMA OS 1. B. Cast Metal Boxes: NEMA FB 1, cast aluminum with gasketed cover. PART 3: EXECUTION 3.1 EXAMINATION: A. Examine surfaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of the raceway system. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS: A. Outdoors: Use the following wiring methods: Exposed: Rigid Concealed: Rigid Underground, Single Run: Rigid nonmetallic conduit Underground, Grouped: Rigid nonmetallic conduit Boxes and Enclosures: NEMA Type 3R or Type 4 RACEWAYS, BOXES AND CABINETS 16110 - 3 CITY OF FORT COLLINS 17 March 2005 B. Indoors: Use the following wiring methods: OLD TOWN SQUARE ENHANCEMENTS Damp or Wet Locations: Rigid steel conduit Exposed: Rigid nonmetallic conduit Concealed: Rigid nonmetallic conduit Boxes and Enclosures: NEMA Type 1, except in damp or wet locations use NEMA Type 3 3.3 INSTALLATION: A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. B. Install raceways level and square and at proper elevations. Provide adequate headroom. C. Complete raceway installation before starting conductor installation. D. Use temporary closures to prevent foreign matter from entering raceway. E. Protect stub -ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends is not visible above the finished slab. F. Make bends and offsets so the inside diameter is not reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. G. Use raceway fittings compatible with raceway and suitable for use and location H. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow the surface contours as much as practical. 1. Run parallel or banked raceways together, on common supports where practical. 2. Make bends in parallel or banked runs from same center line to make bends parallel. Use factory elbows only where they can be installed parallel; otherwise, provide field bends for parallel raceways. I. Join raceways with fittings designed and approved for the purpose and make joints tight. 1. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 2. Use insulating bushings to protect conductors. J. Tighten set screws of threadless fittings with suitable tool. K. Install pull wires in empty raceways. Use No. 14 AWG (1.6 mm) zinc -coated steel or monofilament plastic line having not less than 200 lb. (90 kg) tensile strength. Leave not less than 12 inches (300 mm) of slack at each end of the pull wire. L. Install raceway sealing fittings according to the manufacturer's written instructions. Locate fittings at suitable, approved, accessible locations and fill them with UL-listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points and elsewhere as indicated: 1. Where conduits enter or leave hazardous locations 2. Where conduits pass from warm locations to cold locations, such as the boundaries of refrigerated spaces and air-conditioned spaces 3. Where otherwise required by the NEC M. Stub -Up Connections: Extend conduits through concrete floor for connection to freestanding equipment with an adjustable top or coupling threaded inside for plugs, and set flush with the RACEWAYS, BOXES AND CABINETS 16110 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 finished floor. Extend conductors to equipment with rigid steel conduit; flexible metal conduit may be used 6 inches (150 mm) above the floor. Where equipment connections are not made under this Contract, install screwdriver -operated threaded flush plugs flush with floor. N. PVC Externally Coated Rigid Steel Conduit: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduit. O. Provide grounding connections for raceway, boxes, and components as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque -tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL Standard 486A. 3.4 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, to ensure that coatings, finishes, and cabinets are without damage or deterioration at Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touch-up coating recommended by the manufacturer. 3.5 CLEANING A. Upon completion of installation of system, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 16110 RACEWAYS, BOXES AND CABINETS 16110 - 5 N CITY OF FORT COLLINS 17 March 2005 PARTI: GENERAL 1.2 1.3 1.4 RELATED DOCUMENTS General Electrical Provisions Raceways, Boxes, and Cabinets Grounding SUMMARY A. This Section includes conductors and connectors OLD TOWN SQUARE ENHANCEMENTS Section 16010 Section 16110 Section 16450 SUBMITTALS A. Submit manufacturer's cut sheets and literature for all wires, cables, and connectors. QUALITY ASSURANCE A. Wiring methods, conductor applications, and insulation shall meet the requirements of the NEC and the NESC. B. Standards: Conductors shall conform to ICEA and NEMA specifications for manufacturing, cable identification and testing. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. PART 2: PRODUCTS 2.1 CONDUCTOR MATERIAL, SIZES, AND INSULATION A. Conductor Material Shall Be Copper: Aluminum conductors will not be permitted. B. All wire sizes shown on Drawings are for copper conductors. C. Minimum conductor size for wiring of 50 volts or greater shall be No. 12 AWG unless otherwise specified herein. Minimum conductor size for low voltage wiring shall be No. 18 AWG. D. Stranded Conductors: All conductors for power wiring shall be stranded. Conductors installed within flexible conduit which is intended to allow physical travel or movement of the connected equipment shall be stranded and suited to such use. E. Insulation: Rate insulated conductors for 600 volts for electrical systems up to 600 volts, unless otherwise specified. l . Wire No. 10 and smaller shall be factory color -coded. 2. Wire No. 8 and larger shall be color -coded by field painting or color taping the entire length of exposed ends or 12 inches of exposed end, whichever is less. 2.2 WIRE AND CABLE 600 VOLTS, NOMINAL OR LESS A. Underground branch feeders shall be Type XLPE USE direct burial, installed in conduit or direct buried where indicated on the drawings. WIRES AND CONNECTORS 16120 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Service entrance feeders shall be Type THWN/THHN rated 75oC (167oF), sized as shown in the Feeder Schedule on the Drawings and installed in conduit for the entire run. C. Tape: Plastic tape, Scotch 88, 8.5 mils maximum thickness, one megohm minimum insulation resistance, oil -resistant vinyl backing, oil -resistant acrylic adhesive, incapable of supporting combustion per ASTM D-568 Test Method B. 2.3 WIRE CONNECTORS 600 VOLTS, NOMINAL OR LESS A. Hand -applied wire connectors for circuit conductors from 12 AWG through 10 AWG shall be UL listed for CU/CU, 600-volt insulted, pressure type, 105oC, and shall have an integral self-locking spring grip. B. Pressure connectors and splices for No. 8 AWG through No. 750 MCM shall be compression type and shall be UL listed for CU/CU, 600-volt insulation. 2.4 TERMINALS AND SPLICES 600 VOLTS, NOMINAL OR LESS A. Small Terminals (Wire Size 18-10): Connectors and splices for miscellaneous terminal block connections shall be Thomas and Betts Sta-Kon Locking Ring terminal, insulated brazed seam sleeve type, and of the proper size to accommodate the conductor. B. For Copper Conductors No. 6 and Smaller: 3M Scotch-Lok or T&B Sta-Kon, or equal compression or indent type connectors with integral or separate insulating caps. C. For Copper Conductors Larger Than No. 6: Solderless, indent, hex screw, or bolt -type pressure connectors, properly taped or insulated. 2.5 CABLES MEDIUM VOLTAGE (15KV) A. Cable Type: MV-90. B. Conductor: Copper. C. Conductor Stranding: Compact round, concentric lay, Class B). D. Strand Filling: Conductor interstices are filled with impermeable compound. E. Conductor Insulation: Crosslinked polyethylene complying with NEMA WC 7. 1. Voltage Rating: lSkV. 2. Insulation Thickness: 133 percent insulation level. F. Two -Conductor Cable Assembly: Two insulated, shielded conductors cabled together with ground conductors. G. Cable Armor: [Interlocked aluminum] [Corrugated aluminum tube] applied over cable. H. Cable Jacket: [Sunlight -resistant PVC] [Crosslinked polyethylene] [Chlorosulfonated polyethylene]. 2.6 SPLICE KITS MEDIUM VOLTAGE (15KV) A. Connectors and Splice Kits: Comply with IEEE 404; type as recommended by cable or splicing kit manufacturer for the application. WIRES AND CONNECTORS 16120 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Splicing Products: As recommended, in writing, by splicing kit manufacturer for specific sizes, ratings, and configurations of cable conductors. Include all components required for complete splice, with detailed instructions. 2.7 SEPARABLE INSULATED CONNECTORS MEDIUM VOLTAGE (15KV) A. Description: Modular system, complying with IEEE 386, with disconnecting, single -pole, cable terminators and with matching, stationary, plug-in, dead -front terminals compatible with switch connectors, designed for cable voltage, and for sealing against moisture. B. Dead -Break Cable Terminators: Elbow -type unit with 600-A continuous -current rating; designed for de -energized disconnecting and connecting; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. 2.8 MISCELLANEOUS WIRING MATERIAL A. Miscellaneous Connecting And Splicing Devices: Miscellaneous products, such as heat shrink tubing, electrical insulation, plug caps, splices and kits, tapes, terminal blocks, and terminations, shall be approved for the specific application. B. Joint compounds shall be approved for the specific type metal joint to be prepared. C. Wire pulling lubricants shall be UL listed for the conductor insulation types. D. Cable ties, clamps, and identification shall be nylon, self-locking. PART 3: EXECUTION 3.1 WIRING METHODS A. Install conductors in conduit unless noted otherwise. 3.2 INSTALLATION 600 VOLTS, NOMINAL OR LESS A. Install conductors to conform to the applicable requirements of NEC Article 300, Wiring Methods. Pull no wire into any portion of conduit system until all construction work which might damage the wire has been completed. B. Run feeder cables continuously from origin to termination without splices. Unless otherwise noted, each conduit raceway shall contain only those conductors constituting a single feeder circuit. C. Join both ends of parallel conductors electrically to form a single conductor. Parallel conductors shall meet the requirements of NEC Article 310-4. D. Single-phase Wiring: Install one common neutral with up to two-phase conductors (phase conductors shall be connected to separate legs of system). Install a maximum of two circuits per conduit home run, except where otherwise shown on the Drawings. Derating factors for additional number of conductors in conduits shall be applied per NEC Table 310, Note 8. Provide separate neutral conductors where indicated on the drawings. E. Provide an insulated ground conductor with all feeder and branch circuits. WIRES AND CONNECTORS 16120 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 F. Combined Circuits: The electrical contractor shall not combine circuits of the same systems or circuits of different systems in a common raceway unless specifically shown on the Drawings. Unauthorized combining of circuits shall be replaced at the expense of the electrical contractor to agree with the Drawings. G. Circuit Identification: Tag circuit conductors in each enclosure with wraparound circuit designation labels where more than one circuit passes through or terminates in the enclosure. H. Cable Terminals, Taps, and Splices 1. Pressure -type solderless connectors shall be used, unless otherwise noted or specified. 2. Install compression -type connectors with approved hydraulic tools to assure a permanent, mechanically secure, high -conductivity joint. 3. Splices shall be permitted only at outlets or accessible enclosures. Conductor lengths shall be continuous from the supply to the load without splices unless approved otherwise. I. Bury underground tape warning system one foot below the surface before final backfilling of trenches. J. Color Coding: 1. Identify feeder and branch circuit conductors by the following color coded -system: PHASE 120/240V A Black B Red Neutral White Ground Green 3.3 INSTALLATION MEDIUM VOLTAGE (15KV) A. Install cables according to IEEE 576. B. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. 1. Where necessary, use manufacturer -approved pulling compound or lubricant that will not deteriorate conductor or insulation. 2. Use pulling means, including fish tape, cable, rope, and basket -weave cable grips that will not damage cables and raceways. Do not use rope hitches for pulling attachment to cable. C. Install direct -buried cables on leveled and tamped bed of 3-inch- (75-mm-) thick, clean sand. Separate cables crossing other cables or piping by a minimum of 4 inches (100 nun) of tamped earth. Install permanent markers at ends of cable runs, changes in direction, and buried splices. D. Install "buried -cable" warning tape 12 inches (305 mm) above cables. E. In manholes, handholes, pull boxes, junction boxes, and cable vaults, train cables around walls by the longest route from entry to exit and support cables at intervals adequate to prevent sag. F. Install cable splices at pull points and elsewhere as indicated; use standard kits. G. Install terminations at ends of conductors and seal multiconductor cable ends with standard kits. H. Install separable insulated -connector components as follows: WIRES AND CONNECTORS 16120 - 4 n (�iADWG PLAN 7ENNEY COURT 7%.r � A 0' S' 10, 20' 141YIdq oowNrowN r ddoAunro4m17 ® OLD TOWN SQUARE / DATE°E"EOPt ALLEYS ENHANCEMENTS CMi BIELw - CawMv9 Ok%la i Ob Torn 94 20 E MNntE1� A. Fwt Caiw. Cobn90 MARCH 2OM j '�' y=, M2- ) „ 0 6 M 9Yb 490 9064E (� Fwt Cplert, COIO�E09 W OM M{ p79 _ w n9 E9E 2050 I�r%0 E9a 96H ¢ " M1x %0 E9E 409Y .EYEr.4aE MY PLAN MS ,we 6O.• OEO4O%101 ONAWW BY. ff BRAa BY. n MAWIA3 TIRE TENNEY COURT GRADING PLAN 9HELT NW LG101 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Protective Cap: At each terminal junction, with one on each terminal to which no feeder is indicated to be connected. 2. Portable Feed -Through Accessory: Three, 3. Standoff Insulator: Three. I. Arc Proofing: Unless otherwise indicated, arc proof medium -voltage cable at locations not protected by conduit, cable tray, direct burial, or termination materials. In addition to arc -proofing tape manufacturer's written instructions, apply arc proofing as follows: 1. Clean cable sheath. 2. Wrap metallic cable components with 10-mil (250-micrometer) pipe -wrapping tape. 3. Smooth surface contours with electrical insulation putty. 4. Apply arc -proofing tape in one half -lapped layer with coated side toward cable. 5. Band arc -proofing tape with 1-inch- (25-mm-) wide bands of half -lapped, adhesive, glass - cloth tape 2 inches (50 mm) o.c. J. Ground shields of shielded cable at terminations, splices, and separable insulated connectors. Ground metal bodies of terminators, splices, cable and separable insulated -connector fittings, and hardware. 3.3 STORAGE AND HANDLING A. Store wiring materials in a protected environment not subject to physical damage or the effects of sunlight or inclement weather. 3.4 WIRE AND CABLE TESTS (600 VOLTS) A. Measure the insulating resistance of service entrance conductors, feeder circuit conductors, and service ground. Measurements shall be taken between conductors and between conductors and ground. Resistance shall be 500,000 ohms or more when tested at 500 volts by megger without branch circuit loads. Tests shall be in accordance with the applicable ICEA standards for the wires and cables to be installed. Furnish all instruments, equipment, and personnel required for testing. Submit written reports of the tests and results to the Project Manager/Engineer. END OF SECTION 16120 WIRES AND CONNECTORS 16120 - 5 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PARTI: GENERAL 1.1 RELATED DOCUMENTS A. Wires and Cables Section 16120 Raceways, Boxes, and Cabinets Section 16110 1.2 SUMMARY A. This Section includes wiring devices and pedestal enclosures. 1.3 SUBMITTALS A. Submit product data for each type of wiring device and the pedestal enclosure. Include details of specified information and caution signs to be mounted on pedestals. 1.4 QUALITY ASSURANCE A. Wiring devices shall be extra hard use specification grade side wired. B. Sizes of boxes, except for minimum specified herein or shown on the drawings, shall be determined by the contractor to fit the fixture, junction, or device and accommodate the size and number of conduits and conductors involved as required by the NEC. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. PART 2: PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Devices: Arrow -Hart Bryant General Electric Hubbell Leviton Sierra Slater WIRING DEVICES AND PEDESTALS 16140 - 1 CITY OF FORT COLLINS 17 March 2005 2. Pedestal Enclosure: Milbank 2.2 RECEPTACLES OLD TOWN SQUARE ENHANCEMENTS A. Receptacles shall be extra heavy duty type with nylon fronts and backs conforming to Federal Specification WC-896F as follows: 1. 20 ampere: Duplex, 20 ampere, 125 volt, 2-pole, 3-wire, grounding type NEMA 5-20R, Black 2. 30 ampere: Simplex, 30 ampere, 125 volt, 2-pole, 3-wire, grounding type. In compliance with NEC 551-81, Black 3. 50 ampere: Simplex, 50 ampere, 125/250 volt, 3-pole, 4-wire, grounding type. NEMA 14-50R, Black 2.3 PEDESTAL A. The campsite pedestals shall be as manufactured by Midwest series U075CP6010 provide with the following: 100amp direct burial, un-metered, pedestal with skirt 20amp receptacle with 20amp GFI breaker 30amp receptacle with 30amp breaker 50amp receptacle with 50amp breaker All of the enclosure parts including the pedestal, skirt, breaker/receptacle enclosure, and the receptacle cover shall be constructed of metal. All enclosure exterior finishes shall be painted with manufacturer standard gray. B. The pedestal shall be weatherproof, provided with 100 ampere main lugs, 100 ampere buses (phase and neutral), 10,000 ampere fault current bracing, the receptacles and light kit specified in 2.2 above. The pedestal shall be provided with the following branch breakers: 1. One 50 ampere, two pole breaker to disconnect the 50 ampere receptacle specified in 2.2 above. 2. One 30 ampere, single pole, breaker to disconnect the 30 ampere receptacle specified in 2.2 above. 3. One 20 ampere, single pole, ground fault interrupter type breaker to disconnect the 20 ampere receptacle specified in 2.2 above. C. The receptacles shall be mounted in a common compartment with a single weatherproof lift up cover. The cover shall be pad -lockable in the closed position. The cover shall also be deep enough and notched so that the cover will completely close with recreation vehicle cords and plugs connected. D. The pedestal shall have a continuous skirt enclosure from the bottom of the receptacle compartment down to and below grade. Refer to mounting detail in the drawings. PART 3: EXECUTION 3.1 GENERAL REQUIREMENTS A. Furnish and install wiring devices as shown on the Drawings and as specified. B. Mounting heights of outlet boxes shall be as noted on the Drawings. Mounting heights shall be from center of box to finished grade. WIRING DEVICES AND PEDESTALS 16140 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. Receptacles shall be mounted vertically unless noted otherwise on the Drawings. D. Wiring devices shall have No. 12 AWG green grounding conductor installed form the device grounding terminal to the ground bar in the pedestal. E. Ground fault circuit interrupter type circuits shall be installed with separate neutral and ground conductors. 3.2 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer to ensure that coatings, finishes, and cabinets are without damage or deterioration at Substantial Completion. B. Repair damage to finishes with matching touch-up coating recommended by the manufacturer. 3.3 CLEANING A. Upon completion of installation of system, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 16140 WIRING DEVICES AND PEDESTALS 16140 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PART L GENERAL 1.1 RELATED DOCUMENTS A. Raceways, Boxes, and Cabinets Section 16110 Wires and Connectors Section 16120 Underground Electrical Construction Section 16411 1.2 SUMMARY A. The work covered by this section includes: 1. The ground rods 2. The service grounding system 3. The equipment grounding system 1.3 SUBMITTALS A. Submit shop drawings and data to the Project Manager/Engineer, including the following: 1. Data on ground rods 2. Details on made electrodes 3. Data on exothermic welding or compression process to be used for underground connections 1.4 QUALITY ASSURANCE A. Methods shall meet the requirements of the NEC. B. Listing and Labeling: Provide products specified in this Section that are listed and labeled. PART 2: PRODUCTS 2.1 GENERAL A. Refer to the drawings for typical grounding details on each system and on interconnection between systems. 2.2 GROUND CONDUCTORS A. All ground conductors shall be stranded copper. B. Ground conductors shall be insulated except where noted on the drawings. C. Insulation for service and equipment ground conductors shall be a continuous green color, except for sizes larger than #6 where green tape or labels per NEC can be used. D. Ground conductors in contact with the earth and ground conductors in the underground site electric distribution system shall be soft -drawn 19-strand bare copper. 2.3 GROUND RODS A. Ground rods shall be 5/8 inch diameter by 10 feet long copper. GROUNDING 16450 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 2.4 BONDING JUMPERS A. Bare copper. Jumpers for service equipment shall be the size of grounding conductor. Jumpers for interior wiring raceways and enclosures shall be sized according to NEC Table 250-95. PART 3: EXECUTION 3.1 GENERAL A. Install two separate grounding systems, a service grounding system and an equipment grounding system. The service equipment, coxduit systems, supports, cabinets, equipment, and neutral conductor shall be grounded in accordance with the NEC requirements and as further indicated on the drawings or specified. Connect the two grounding systems together only at the main service equipment. 3.2 SERVICE GROUNDING SYSTEM A. General: The service grounding system is provided for the A.C. service neutral ground. Current return conductors, such as neutrals of the service entrance, feeder circuits, and branch circuits, shall not be used for equipment grounding. Care must be exercised to insure that neutral bars are not bonded to the enclosures of panelboards. Except for separately derived systems, the neutral conductors shall be grounded only in the main service equipment. B. Common Ground Point: Establish one common ground point in the main service equipment by interconnecting the insulated neutral bus (or bar), the uninsulated equipment ground bus (or bar), and service grounding electrode conductor. C. Neutral Disconnecting Means: Install a neutral disconnecting means in the main service equipment for disconnecting and isolating the neutral bus from the common ground. The disconnect means may be disconnecting links in the interconnection between the insulated neutral and the uninsulated equipment ground. D. Neutral Bars: Provide an insulated neutral bar, separate from the uninsulated equipment ground bar, in all panelboards and pedestals which have neutral connections. 3.3 EQUIPMENT GROUNDING SYSTEM A. General: Provide a complete equipment grounding system in accordance with the NEC requirements and as further indicated on the drawings or specified. The equipment ground (green conductor) consists of metallic connections to ground of non -current -carrying metal parts of the wiring system or apparatus connected to the system. The primary purpose of equipment grounding is to provide greater safety by limiting the electrical potential between non -current -carrying parts of the system, and to provide a low impedance path to ground for possible ground fault current. B. Common Ground Point: Establish one common ground point as specified elsewhere in this section of the specifications for interconnection of the equipment grounding system and the service grounding electrode conductor. C. Service Equipment Enclosure: Bond the enclosure of the main service equipment to the uninsulated equipment ground bus (or bar) with a conductor or bar sized per NEC 250-79. D. Ground Bar: Provide an uninsulated equipment ground bar, separate from any insulated neutral bar, in all panelboards, and pedestals for grounding the enclosure and for connecting other GROUNDING 16450 - 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 3.4 3.5 3.6 equipment ground conductors. The ground bar a separately mounted bar adequately braced or bolted to the enclosure. The ground bar shall be adequately braced or bolted to the enclosure after thoroughly cleaning both surfaces to assure good contact. Provide solderless mechanical pressure connectors for all conductor terminations. Number and size of pressure connectors on equipment grounding bars as required for the termination of equipment grounding conductors. E. Feeders and Branch Circuits: A separate equipment grounding conductor shall be installed with all feeder and branch circuits. The circuit shall not be depended on the raceway to serve as the equipment grounding conductor.. Where there are parallel feeders installed in more than one raceway, each raceway shall have a green insulated equipment ground conductor. F. Conduits: Metallic conduits containing ground wire only shall be bonded to the ground wire at both conduit entrance and exit G. Devices: Install a minimum No. 12 green insulated equipment grounding conductor from the ground bar in the source panel to the green ground terminal of all receptacles. GROUNDING ELECTRODES A. A minimum of two service ground electrodes shall be utilized. One shall be a buried ground electrode consisting of 20 feet of bare #4 copper conductor. The second shall be buried ground rods. B. A third electrode shall be the building cold water pipe where possible, connected in compliance with the NEC. C. At no grounded point in the facility shall the measured resistance to ground be more than 10 ohms. GROUNDING CONDUCTORS A. The grounding conductors for service ground electrodes shall be insulated or bare copper, sized in accordance with NEC 250-94. The conductors shall be continuous without joint or splice, and shall be installed in conduit with the conduit bonded to the conductor at each end. Install the conductor to permit the shortest and most direct path, and terminate in the main service equipment on the common ground point. Equipment grounding conductors shall be green insulated conduc- tors equivalent to the insulation on the associated phase conductor, but not less than Type TW. The equipment grounding conductor or straps shall be sized in accordance with NEC. Where one feeder serves a series of panelboards, the equipment grounding conductor shall be continuous without splices. GROUND CONNECTIONS A. Clean surfaces thoroughly before applying ground lugs or clamps. If surface is coated, the coating must be removed down to the bare metal. After the coating has been removed, apply a non- corrosive approved compound to clean surface and install lugs or clamps. Where galvanizing is removed from metal, it shall be painted or touched -up with "Galvanox," or equal. B. All underground connections shall be made using an exothermic welding or compression type process to prevent degradation over the lifetime of the grounding system. If using the exothermic process, the starting material for the welding process shall consist of aluminum, copper, and iron oxides. It shall not contain phosphorous or any other caustic, toxic, or explosive substance. A minimum of 85% of the welding material shall screen out between 30 and 140 mesh. Weld metal used shall contain not less than 3% tin as the wetting agent. Molds and weld metal shall be furnished by the same manufacturer. GROUNDING 16450 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 C. The weld shall be made with starting material that has not been exposed to moisture. The contractor shall use new molds and proper seals to assure that the weld is isolated to the designated point of weld and does not weld down the wire/cable, minimizing the effect of the penetration at the designated point of weld. All exothermic welds shall be free from pockets or build-up of slag and air pockets once all slag is cleared. All welds shall be capable of withstanding a hit with a hammer or other device of weight 2-5 pounds without deteriorating or breaking free from the materials being welded to. D. If using the compression lug method, the contractor shall use manufacturer approved press and die equipment. The equipment press shall have been certified by the manufacturer and approved to make such compressions at some time prior to the date of work within a one-year period. The contractor shall be responsible to present copies of said certification on request of the Owner. The contractor can be requested to supply sample compression connections witnessed by the Owner for testing at an independent test lab. The testing would be at the Owner's expense. Any suspect connections shall be replaced at the request of the Project Manager/Engineer. Lugs and compression equipment shall be furnished by the same manufacturer. 3.7 INTERCONNECTIONS A. To accomplish equipotential grounding throughout the project site, the electrical contractor shall connect the electrical service equipment grounding system to the equipment ground bus at each campsite receptacle pedestal and the equipment ground bus at each structure electrical panel. In addition the contractor shall provide a ground rod at each of the campsite receptacle. Bond the ground rods to the ground bus of the pedestals and electrical panels. 3.8 TESTS A. Test the completed grounding system with a megger at the service ground bar and submit a written report to the Project Manager/Engineer for approval. The service shall not be energized if the test shows more than 10 ohms, unless approved by the Project Manager/Engineer. END OF SECTION 16450 GROUNDING 16450 - 4 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PARTI: GENERAL 1.1 RELATED DOCUMENTS A. Raceways, Boxes, and Cabinets Section 16110 Wires and Connectors Section 16120 Grounding Section 16450 1.2 SUMMARY A. This Section includes panelboards and breakers 1.3 SUBMITTALS A. Submit shop drawings to the Project Manager/Engineer. Shop drawings shall include the following: 1. Rating Standards 2. Fault Current Data 3. General Breaker and Circuit Arrangements 4. Special Features 5. Outer Can/Trim Material and Construction Information 6. Dimensioned Drawings 1.4 QUALITY ASSURANCE A. Panelboards shall comply with NEMA Standards. Panelboards shall comply with the NEC. Panelboards shall have a service entrance rating. Panelboards shall be listed and labeled. PART 2: PRODUCTS 2.1 MANUFACTURERS 2.2 A. Panelboards shall be manufactured by General Electric Co., Distribution Assemblies, Siemens, Square D Company, or approved equal. BRANCH CIRCUIT PANELBOARDS A. Cabinets shall be of code gauge galvanized steel. No pre -punched knockouts. B. Panelboards shall be dead front safety type with door -in- door cover assembly. The exterior surfaces of all cabinet fronts shall be painted with two coats of gray lacquer over a filler coat. Panelboards and cabinets shall be of a sufficient height and width to meet NEC requirements. Maximum width shall be 22". The doors to all panelboards shall be keyed alike. Cover fastening bolts shall be accessible only when cabinet door is open. Boxes shall be galvanized steel with blank end walls. Knockouts to be field punched. When more than one panelboard is used at the same location the top of the panels shall be mounted the same height. C. Panelboards shall be circuit -breaker type. Circuit breakers shall be thermal magnetic bolt -in type. Rating shall be 10,000 AIC for 120/240 volt, or as indicated on the panel schedules. Breakers shall also be quick make, quick -break, trip indicating breakers. Breakers shall be numbered BRANCH CIRCUIT PANEL BOARDS 16471 - 1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 between the breakers. Decal numbering is not satisfactory. Two pole or three pole breakers shall be common trip. All circuit breakers shall be of the same manufacturer as the panelboards. D. All panelboards shall be service entrance rated. E. All panelboard buses shall be copper. Bus connections shall be silver-plated copper. F. Main circuit breakers shall be bolt -on thermal magnetic type and shall have interrupting ratings of 10,000 AIC for 120/240 volt, or as indicated on panel schedules. G. Locate branch circuit directory inside the door. Directory shall consist of a metal frame, clear plastic cover and as -built copy of the design panel schedule complete with load information. H. Mount panelboard identifier permanently on the exterior side of the door. Identifier shall consist of engraved plastic label, white letters black background. Label shall be attached with screws or rivets. I. Provide equipment grounding bar in panelboards. Ground bar shall be separate from neutral bar. J. Provide neutral bar in all panelboards. Neutral bar shall not be bonded to the enclosure or ground bar unless required under Section 16450. The neutral bar shall be fully rated the same ampacity as any one of the phase bars. K. Load center type panels will not be accepted. L. Panelboards used on this Project shall be the product of one manufacturer. M. All panelboards shall be labeled for 60/75°C wire connections. N. Panelboards with up to 42 poles shall be single section. Pole positions shall be numbered as indi- cated in the panel schedules. 2.3 SPARE UNITS A. Provide spare branch circuit breakers in panelboards as indicated on panel schedules. PART 3: EXECUTION 3.1 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1.1. B. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. C. Mounting: Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. D. Circuit Directory: As -built schedule to indicate installed circuit loads. Coordinate and obtain final copy from engineer before installing. E. Install filler plates in unused spaces. BRANCH CIRCUIT PANEL BOARDS 16471 - 2 I s r � 1 GRADING PLAN 5I-20' Ij nth S 1 ca rs an., n �uax w [Isr caN aorc oaN as x,a, .. .. ... ... n wnm an Rn.Ns Ott - 6 xen/ia SHJI.M __ �aNp�pee '.. YnIN sra 'a m mxx naz, oxw m m swa rM-14T B No -Bif I coxx Imor oxxx m srn - 1 � ^♦ 1 t GRADING PLAN 05' (0' 20' DowwowN OLD TOWN SQUARE / aev. cw T core sEw +� woaaan'm DEYEIAPMENT ® ALLEYS ENHANCEMENTS o canmucnox oocuuexT 17R cla! m en as AUMRrtY trAMG 9Y• Be ,] MARCH 2O06 MRB ':�, i n00Ex0x z - nNxc r os OWN" - [mare oxecmr aaR Nw wwa.. A. ' �� a �TRIMM2 COURT r as T. ewr.. F. came. c ft � 30 m aaa eo]a GRADING PLAN a m o zoao r.e m µ ss,a ru wro Z saw ....w.me MY L G 10 2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 F. Wiring in Panelboard Gutters: Arrange conductors into groups, and bundle and wrap with wire ties after completing load balancing. 3.2 IDENTIFICATION A. Panelboard Nameplates: Label each panelboard with engraved laminated -plastic or metal nameplates mounted with corrosion -resistant screws. 3.3 GROUNDING A. Make equipment grounding connections for panelboards as indicated. B. Provide ground continuity to main electrical ground bus as indicated. 3.4 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.5 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Make insulation -resistance tests of each panelboard bus, component, and connecting supply, feeder, and control circuits. 2. Make continuity tests of each circuit. B. Testing: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded -case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units, and retest. 3.6 CLEANING A. On completion of installation, inspect interior and exterior of panelboards. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. END OF SECTION 16471 BRANCH CIRCUIT PANEL BOARDS 16471 - 3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes exterior lighting units with luminaires, lamps, ballasts, and accessories. B. Related Sections include the following: Division 16 Section "Wiring Devices" for manual light switches, time clocks and photo electric relays. C. Related Documents: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 2. Division 16 Section "Interior Lighting' for exterior luminaires normally mounted on exterior surfaces of buildings. 3. If information provided in the Luminaire Schedule conflicts with information provided in the specifications, then the more stringent or high quality requirements shall apply. 1.03 DEFINITIONS A. Lighting Unit: A luminaire or an assembly of luminaires complete with a common support, including pole, post, or other structure, and mounting and support accessories. B. Luminaire (Light Fixture): A complete lighting device consisting of lamp(s) and ballast(s), when applicable, together with parts designed to distribute light, to position and protect lamps, and to connect lamps to power supply. 1.04 SUBMITTALS A. Product Data: For each luminaire, arranged in the order of lighting unit designation. Include data on features, accessories, finishes, and the following: l . Physical description of fixture, including dimensions and verification of indicated parameters. 2. Luminaire dimensions, effective projected area, details of attaching luminaires, accessories, and installation and construction details. 3. For light poles, fixture manufacturer shall provide shear and moment values at the base of the pole where the pole connects to the concrete foundation. Shear and moment values to be reviewed by project structural engineer to ensure proper pole foundation size. 4. Luminaire materials. 5. Fluorescent and high -intensity -discharge ballasts. 6. Fluorescent and high -intensity -discharge lamps. EXTERIOR LIGHTING 16520-1 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 B. Shop Drawings: Anchor -bolt templates keyed to specific poles and certified by manufacturer. 1.05 QUALITY ASSURANCE A. Luminaires and Accessories: Listed and labeled as defined in NFPA 70, Article 100, and marked for their indicated use, location, and installation conditions by a testing agency acceptable to authorities having jurisdiction B. Comply with ANSI C2. C. Comply with NFPA 70. 1.06 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace luminaires or components of luminaires and lamps that fail in materials or workmanship; corrode; or fade, stain, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. B. Warranty Period for Luminaires: 5 years from date of Substantial Completion. 1. Warranty Period for Metal Corrosion: 5 years from date of Substantial Completion. 2. Warranty Period for Color Retention: 5 years from date of Substantial Completion. C. Warranty Period for Lamps: Replace lamps and fuses that fail within 12 months from date of Substantial Completion; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion. 1.07 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: 10 for every 100 of each type and rating installed. Furnish at least one of each type. 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: 10 for every 100 of each type and rating installed. Furnish at least one of each type. 3. Ballasts: 10 for every 100 of each type and rating installed. Furnish at least one of each type. 4. Globes and Guards: 10 for every 20 of each type and rating installed. Furnish at least one of each type. PART2-PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: EXTERIOR LIGHTING 16520-2 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 2.02 LUMINAIRES A. Complying with UL 1598 and listed for installation in wet locations. B. Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. C. Sheet Metal Components: Corrosion -resistant aluminum, unless otherwise indicated. D. Housings: Provide filteribreather for enclosed luminaires. E. Doors, Frames, and Other Internal Access: Arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Arrange to disconnect ballast when door opens. F. Exposed Hardware Material: Stainless steel. G. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. H. Photoelectric Relays: 1. Operation: Single throw relay, packaged with light sensor arranged to fail in the on position; factory set to turn light unit on at 1.5 to 3 fc (16 to 32 Ix) and off at 4.5 to 10 fc (48 to 108 lx) with 15-seconds minimum time delay. 2. Mounting: In luminaire housing or on building, refer to electrical drawings for locations. L High -Intensity -Discharge Ballasts: Comply with ANSI C82.4. Constant wattage autotransformer or regulating high -power -factor type, unless otherwise indicated. 1. Ballast Fuses: One in each ungrounded supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 2. Single -Lamp Ballasts: Minimum starting temperature of minus 40 deg C. 3. Open -circuit operation will not reduce average life. 4. High -Pressure Sodium Ballasts: Equip with a solid-state igniter/starter having an average life in pulsing mode of 10,000 hours at an igniter/starter case temperature of 90 deg C. 5. Noise: Uniformly quiet operation, with a noise rating of B or better. I. Lamps: Comply with the standard of the ANSI C78 series that is applicable to each type of lamp. Provide luminaires with indicated lamps of designated type, characteristics, and wattage. Where a lamp is not indicated for a luminaire, provide medium wattage lamp recommended by manufacturer for luminaire. Provide Philips Master Color metal halide lamps for recessed burial up lights. K. Ballasts shall be suitable for low -temperature environments. 1. Transient Protection: Comply with IEEE C62.41 for Category Al locations. 2. Temperatures Minus 20 Deg F (Minus 29 Deg C) and Higher: Electromagnetic type designed for use with high -output lamps or compact lamps. L. Ballasts for compact lamps shall be suitable for cold -weather starting and shall include the following: EXTERIOR LIGHTING 16520-3 CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Power Factor: 90 percent, minimum. 2. Ballast -Coil Temperature: 65 deg C, maximum. 3. Transient Protection: Comply with IEEE C62.41 for Category Al locations. 2.03 EXTERIOR LIGHTING UNITS A. Refer to the Luminaire Schedule for specification of individual luminaries. 2.04 FACTORY FINISHES A. Factory -Painted Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." 2. Interior Surfaces: Apply one coat of bituminous paint on interior of pole, or otherwise treat to prevent corrosion. 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high -gloss, high -build polyurethane enamel. 4. Color as specified on Luminaire Schedule. B. Factory -Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Class I, Clear Anodic Finish: AA-M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 nun or thicker) complying with AAMA 611. 2. Class I, Color Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 min or thicker) complying with AAMA 611. 3. Color as specified on the Luminaire Schedule. PART 3-EXECUTION 3.01 INSTALLATION A. Luminaire Attachment: Fasten to structural supports. B. Luminaire Attachment with Adjustable Features or Aiming: Attach luminaires and supports to allow aiming for indicated light distribution. C. Install lamps in luminaires according to manufacturer's written instructions. 3.02 GROUNDING A. Ground metal poles/support structures according to Division 16 Section "Grounding and Bonding." EXTERIOR LIGHTING 16520-4 a CITY OF FORT COLLINS OLD TOWN SQUARE ENHANCEMENTS 17 March 2005 1. Nonmetallic Poles: Ground metallic components of lighting units and foundations. Connect luminaires to grounding system with No. 6 AWG conductor. B. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.03 FIELD QUALITY CONTROL A. Inspect each installed unit for damage. Replace damaged units. B. Tests and Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. Check visually uniformity of illumination. Check for excessively noisy ballasts. C. Prepare a written report of tests, inspections, observations and verifications indicating results compared with specified requirements, and provide resolution of differences if values do not agree. D. Defective or Malfunctioning Fixtures and Components: Replace or repair, then retest. Repeat procedure until units operate properly. 3.04 ADJUSTING A. Adjust amiable luminaires and luminaires with adjustable lamp position to provide required light distributions and intensities. B. Aim theatrical lights toward stage. Provide an even distribution of light on the stage. C. Aim theatrical pole flood lights to evenly throw light on the audience. END OF SECTION 16520 EXTERIOR LIGHTING as 16520-5 Rk. SECTION 00300 BID FORM IE REVISIONS: Revise the specification section below as noted: Specification Section 16520 - Exterior Lighting Section 1.6 WARRANTY B. Warranty Period for Luminaires: 2 years from date of Substantial Completion. 1. Warranty Period for Metal Corrosion: 2 years from date of Substantial Completion. 2. Warranty Period for Color Retention: 2 years from date of Substantial Completion. Section 1.7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: Furnish at least two of each type. 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: Furnish at least two of each type. 3. Ballasts: Furnish at least two of each type. 4. QL HF generator: Furnish at least two of each type. 5. QL Power Coupler: Furnish at least two of each type. 6. Globes and Guards: Furnish at least two of each type. Sheet E601 - Electrical Schedules and One -Line Revise fixture Type F on the Luminaire Schedule to the following: Type F - 1-13W compact fluorescent twin tube, 3500k, 82 CRI - Compact surface mounted compact fluorescent kiosk light, wet location, integral ballast, cast aluminum housing, white tempered glass lens, fully gasketed, dimensions are - 12"x4"x3.5". - Black Finish - Refer to Architectural Drawings for mounting detail, sheet A102 - Manufacturer shall be Bega or approved equal - Catalog number 2294P-120V. mrceu Era CNSIffACER RN1R SWLL @@E EOW EQ. EQ. cow APART lm RIM MT MD RANT SRGJ;1G RTK ipf SPVLPI 2• MN. MULOH O. ENIRE BED DO NOT RC°.v2�rs Or -\ r2' "NEED LUDDZ { Y PNIING�BED M EER DSmEE PDVErs; srtcEtEn -. PVNiNG SOL MIX . `\`-suecwDE GPERENNIAL PLANTING OE RE llES AND BLRIP J Gf RWIBYL. NIERVL DECIDUOUS TREE PLANTING V 4A I DIZMO 6 I DEVEEOPM � AM I Chip BIYM - EaAWUNA Glrw[w M FLE NWHM Avrw N ON Torn BpvA FM Cuffs. CoIOF�Jo FW 42fO 1p6�t Cain. mo a CN NA ED w a aTo Ha aoxD ETD ,ea es" M1a iA Ma YGIP .Waccwn 2 O.C. GGM . Ir2. M COC HECM OR IRFE 1RIM6 qE APIAf �9E�RINf EQ E0. 1M AND RAM 'y x-4`r BEfK FOR SP/QIIO) 2' W MUIW 01ER ENRRE ZER m NOT n ANnrsaawxs OF �z• EIOLRdGfD Buxr.R Di1E2ci2c°� sPD.sxD PVNRZIG SOL IRM "�mB�waE ORNAMENTAL GRASS PLANTING o weNrs ma�wti f HENNI OF i FEYE ON ALL Gm EEG M Un OR iW c NffAG. N 2" ABOVE E(OM E E TIEB AND BL OF ROOfB4L L TOG GF ANCHOR N W RRSH tl E. SUBGRNE @LEVERGREEN TREE PLANTING .' Two 'OLD TOWN SQUARE / ALLEYS ENHANCEMENTS 117 MARCH 2O06 slFwa cExrzR 00 O EOL TwNxcuuA mAcwc n TRW— ULAR SHRUB SPACING iL B PLANTING ' R6v. cDaeert DATE ' MFAL ' ATB No.• waxon,DF CIEfI® 6YBS CRAWMB TRIE OLD TOWN SOUARE PLANTWO DETAILS LP501 t PlA LOCA D a WALL MOINTM 11ANSNE BASKETS w BE CSTEv® eY THE CERBPS `. IBrESIfATY[ PIMA TC NSTALLAr A. AIR PAYERS M NE Cr0051 NI VA1a® AND CCNIMACM bNff . - CNCLLM PAVES O68'NA) -SS 16TANIKAM PAVERS RPESM A IQEI TC SHEETS 1la0448a0S PCC PAVEMENT LAYCNr IFCEAATIOH ' l E ISTNS COYNISPO= SHAD. BE PANTIE M R�iC7L�S'lWl� O NO REM rc-01 N 1B1lY CT. [ABATE PkEMRI ft yE( EP�➢/406ah 10 WIDIf]61M /� Id' WIOEIF E.'Mli 10 Wlp CiSAK11-P YIPIL� ERMA QaE/�� V ' -IC NRIE IRILW 5 cWOCa slam oNCYxe a //�� TFL OUIE Y/lMIO(E 9YW11!ml uon .ml r (m _EJ `VV�� CIOEI[ tlMB.IMMk /�1 "VV�� .."Sy:: ta61M. vN9Lf -.. RBC M! M E ANRO NWEIE SIBS MOLay IIIEI. TMLM. Taf9E01lIII lil IVIO P/6 EBWEIR EXLSq (1) few � _ ENN16E eawo I) °s$ u ' ,ff y� IWLL Qfl141N0 9• '� yN T X� i ��h 4 T t"\,v jQ h, ,X 1 v � OA. 11� FAIE10. flaRG tT s^ox Ag11p M. T11t � M1IA C pl. TflfN � Rlllkl WII �"'•- `^k+y� a tlll SWa1ElF PN96 � IS4 IE411XM d N®[ RYP ^^ OIXALI[ GN411M qME I� EpYYMY Ell . FMSIK OEB CON%IL SMEI PaE [ll511K IMIROPFR M tlTIXL PMWa 51gE � �Eh PSI �.Ca69iE 0.'Y aIIN IVIE P.2 ® OLD TOWN SQUARE / ALLEYS ENHANCMENTS dAb 81raE - E..NEYN SY.aTer M da T. ealEY Ss0 NS Pao W WtYP AVNYr Port Coi4 eeleaNae SfISfR BHA orate n MARCH zoos Fe Fart GO Oa1Etlo W NA aSa SD] Innowlion 4803lnc�l not 1Y Ero as iNA Ru DO ata NAM u11 TNO aN MEI W WEadYEmY F.rt Fort Collins, Colorado .d. 80525 KEY PLAN wice: 970.223.7577 ..w r(i)- L T Wn MO EEsgs EM-� xwsw �Ml 10 E 9Rm iV1f m E1altlEE 9al/IO 1]j EERIIIG IMdG6 DRAM NOa aaoaoonm UNAWN CHECKED NS BY. "Vow onArnD TITIb TENNEY COURT SITE PLAN S1HT No, LS101 NOTES: 11 HDUITAIN A=YAVk1R S11lYp IN i RADIUS TABLE SYMBOL RADIUS A U-t E 1 ] 1'-11_' H -5' L 3-] J K a -o M A•_M• N 1-5' 1'- J•-6• b. n-r N IV- MDUNTAIN AVF ENTRAN('E ENI ARGEMFNT J m NMI DI -, e, AWA SQUARE OLD TDWN JVUAI\E // REV. COMMENT DAM SEAL: JOB NO, DWJW]1.01 ALLEYS ENHANCMEN4 0 caalmKI DN DD K 17 DRAM BY RS 17 MARCH 2O05 - 10 DCHECKEDRAWNG BY, CAip Eleinx - Evaculiw Ovectw 2aD Eaal Mwntain Avenue y' DRANING PiIE: 19 Old Square LdINs, Colorado BHA Design In.D... ed k BFortD5 0 mna nD td 94 <BD31..mana. Da.. TENNEY COURT SITE cmma, Ia 970 aaN B51a r.n c<em:, cole.m. e0525 In, 970 489 20E0 Ion 970 ! PLAN ENLARGEMENTS 2020 .er 8518 'ce. 970.223. 75]] �\ SHEET NO.: ' , lav 9]0 181 2069 ene.eE9v.com In, 970 223 1827 KEY PUN NT$ u L S 401 43 4976 DESCRIPTION: CLARIFICATION OF PIPE TYPE AND SIZE FOR SUBSURFACE DRAINAGE 0' 5' 10' 20' OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authority REFERENCE NO. DRAWN BY: EDAW Chip Steiner -Exec. Director ® OATS 5 APRIL 05 CHECKED BY: BAS 19 Old Town Square 4va.oav Arohibotun FAG R. Y.miain waua TbA Co1La., Co eoca4 REFERENCE: L0104 SKETCH NO. DRAWING TITLE: Fort Collins, CO a .M.U. .� 7a.44 107e l° °40.484.6019 OLD TOWN SQUARE GRADING PLAN SK01 RE DESCRIPTION: CLARIFICATION OF TREE AND TREE GRATE REMOVAL. 1M%=1=" 0' S' 10' 20' OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Vowntown Development Authority Chip Steiner - Exec. Director 19 Id Town Square Fort Collins, CO ® Landscape Architecture planning urban Design 240 8. Mountain Avenue Port Collins, CO 80524 ph 970.484.6073 8 rax 970.484.8StSK02 REFERENCE NO. DRAWN BY: EDAW DATE: 5 APRIL 'OS CHECKED BY: DAS REFERENCE: LD102 / LD104 SKETCH NO. DRAWING TITLE: OLD TOWN SQUARE DEMO PLAN LA SHEET LD104 HOWA BUILD SHEET LD105 a 2 y y 11" F SHEET LD105 DESCRIPTION: CLARIFICATION OF TREE AND TREE GRATE REMOVAL. 7%=?M" 0' 5' 10' 20' OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authority ® REFERENCE NO. DRAWN BY: EDAW DATE: 5 APRIL 05 CHECKED BY: akS Chip Steiner -Exec. Director 240 E. Mountain Avenue REFERENCE: LD104 / LD105 SKETCH NO. 19 Old Town Square landscape Architecture Port Collins. CO 110524 WING TITLE: � Fort Collins CO Planning ph 9]0.484.SK03 Urban Design fax 9vB.aBa.o5ta B5te OLD TOWN SQUARE DEMO PLAN .s NOTES: JOINTS SHALL BE WELDED. BURRS AND SHARP EDGES SWLL BE ROOM. ENTIRE ASSEMBLY SHALL BE PAINED BUCK. IRRXLATM WATER LINE SHIALL BE FED THROUGH THE 1' SaLm VERTICAL TUBING. NID THE 1.50 SQUARE STEM ARM, THROUGH THE SIM RING AND INTO THE FLOWER PLANINIG AREA PRIOR TO FABRICATIIC, CONTRACTOR SHALL PROVIDE SHOP DWAWM OF WAIL MOUNTED HIROO &%MET FOR APPROWAL. MIN. CLM F1I ABOVE FINISH SURFACE 11'-0" a P7 .`a l 1- SQ. STEEL V IRRIGATION SLEEVE • 3/8' DIA HOLE (8 LOWONS) EXTEND SLEEVE BELOW PAVEMB r SQ. STEEL WALL PLATE � N FRONT VIEW WALL SCALE: 3/4•=r-T DESCRIPTION: ADDED NOTE DIRECTING MINIMUM ELEVATION TO BE 11'-0" ABOVE IMAGE NOT TO SCALE. LE I 1'-3 R" SIDE VIEW 1.5• STEEL STRAP BASKET 1/2- BENr STEEL SW. TYPM fi:w? ( X 4• DIA STEEL PLATE SIFT STRAPS TO THIS PLATE 1/4• X 2.5' STEEL STRAP SCROLL WELD TO 3.5' STRAP THK STEEL WALL MOUNTING PLATE /4 X 3 I/2' STEEL STRAP SCROLL UNDNG FACE I Ilr SQUARE STEEL ARM, WED TO VIALL PATE. AND BASKET RING X 1/2' BENT STEEL STWP, TYPICAL /4' X 2 1/2• STEEL SWAP SCROLL /B' TNK X 4• DLA SMM PLATE HELD BASKET STRAPS TO TENS PLATE i• X 1 1/2' STEEL TUBING. OAP BOTTOM. WELD TOP To CN1oIKAR SASKET PLATE CLEAR HEIGHT ABOVE FINISHED SURFACE OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authority REFERENCE NO. DRAWN BY: EOAW Chip Steiner -Exec. Director ® DATE; 5 APRIL 05 CHECKED BY: BAS 19 Old Town Square t�a.mo. Aro6lf�elu• vwo e. 1leenwn ♦naue Port Coll uy CO go!" REFERENCE: L"M 100 SKETCHNO. DRAWING ME - Fort Collins, co �%do th a 454AGie TOWN SQUARE OWING PLAN SK44 ` 3 3 AV — CONC RSTR AREA — REFINISH TO SMOOTH UNIFORM SURFACE MATCH EXISTING AIL.!-TY�PE 'C' W' 6' WALL -'MT. — BENCH TYP. ----------------:. 3 r a� P \xxx � ., n DESCRIPTION: EXPANDED AREA OF CONCRETE RESTORATION. PA \------------% � r? /�tl ea PROVIDE COLOR ,p F 7%ammr+ 0' 5' 10' 20' OLD TOWN SQUARE / ALLEYS ENHANCEMENTS Downtown Development Authority Chip Steiner -Exec. Director 19 Old Town Square Fort Collins, (`i0 ® pAo C. uomt.in Ar•nue M.ono•n• Archit.olva. pore tolFtia"iroi81w'' Ulb n do fu YY0.4Ei.841E REFERENCE NO. DRAWN BY: EDAW DATE: 5 APRIL DS CHECKED BY: BAS REFERENCE: LS104 SKETCH NO. SK05 DRAWING TRLE: OLD TOWN SQUARE SITE PUN in City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5912 OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5912 Old Town Square and Alleys Enhancement Project OPENING DATE: April 11, 2005, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. The Pre -Bid date and location have been changed to April 1, 2005, 3:00p.m. (Our Clock), at 215 N. Mason, in the Community Room on the main floor at the north end of the building, just off the north parking lot. If you have any questions please contact John Stephen, CPPO, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 SPECIFICATIONS Fmi � CONTRACT DOCUMENTS FOR OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT BID NO, 5912 BID OPENING: PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS APRIL 11, 2005 - 3:00 P.M. (OUR CLOCK) i BID 5912 Old Town Square and Alleys Enhancement Project REVISED BID SCHEDULE ADDENDUM BID SCHEDULE (Base Bid) Lump sum for three areas: Tenney Court - Trimble Court - Old Town Square - GRAND TOTAL Dollars ($ ) Dollars Dollars DOLLARS ($ ) For additions or deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Prices shall be complete, in place including materials and installation, ie., fittings, etc. and anything incidental to the proper installation as specified. A. The Contractor agrees that for requested and/or required changes in the scope of work, the Contract Sum shall be adjusted in accordance with the following unit prices, where the Owner elects to use this method of determining costs. B. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number of units and/or amount of labor required for added or deleted items of work. UNIT PRICE ITEM UNIT PRICE A. Demolition of 11-Inch Concrete Slab $ Square Foot B. Demolition of 6-Inch Concrete Slab w/ steel reinforcement $ Square Foot C. Demolition of 6-Inch Concrete Slab $ Square Foot D. Demolition of City Curb and Gutter $ Linear Foot E. Unit Pavers `A' $ Square Foot F. Unit Paver Pavement $ Square Foot G. Unit Pavers on Concrete Base $ Square Foot H. Sandstone Pavers on Concrete Base $ Square Foot I. Granite Pavers on Concrete Base $ Square Foot J. Installation of 6-Inch Concrete Slab $ Square Foot K. Installation of I 1-Inch Concrete Slab $ Square Foot L. Seat Wall — Type A $ Linear Foot M. Seat Wall — Type B $ Linear Foot N. Sandstone Cap — 12 Inch $ Linear Foot O. Sandstone Cap — 16 Inch $ Linear Foot M 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 SOIL REPORT 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 - 00960-2 SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: March 17, 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 April 7, 2005, for the OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. If delivered, they are to be delivered to 215 North Mason Street, 2Id Floor, Fort Collins, Colorado, 80524. I£ mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for but are not limited to the following: demolition and salvage, leveling of existing sand set unit pavers, and set unit pavers on aggregate base and on concrete slab base, lighting, site furnishings, ornamental metal work, planting, irrigation, minor utility appurtenance adjustments, and concrete restoration. Work includes portions of construction within City Street Rights Of Way. Project area is approximately 91,000 square feet in two contiguous areas and three construction zones. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available March 21, 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, 80521 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7th Ave., Suite 100, Denver, Colorado. 3. Reed Construction Data, 8878 Barrons Blvd., Highlands Ranch, Colorado 4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 5. Construction News Service, 3630 Sinton Road, Suite 210, Colorado Springs, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:OOa.m., on March 31, 2005, in the Training Room at 215 N. Mason, 2ld floor, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Bids will be received as set forth in the Bidding Documents. 07/2001 Section 00020 Page 1 The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By 6 a es B. O'Neill, II, CPPO, FNIGP chasing/Risk Management Director 07/2001 Section 00020 Page 2 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 2.0 3.0 SECTION 00100 INSTRUCTIONS TO BIDDERS DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub - bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 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. QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 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 12/03 Section 00100 Page 1 . the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to 12/03 Section 00100 Page 2 be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty- first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment 12/03 Section 00100 Page 3 described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 12/03 Section 00100 Page 4 i 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 12/03 Section 00100 Page 5 P. Historic Medallion $ Each Q. Sandstone Stair $ Linear Foot R. Stairs $ Linear Foot S. Stair Plinth $ Each T. Handrail $ Linear Foot U. Rail Type `B' $ Linear Foot V. Rail Type `C' $ Linear Foot W. 6-Foot Bench — surface mount $ Each X. 6-Foot Bench — wall mount $ Each Y. Bicycle Rack $ Each Z. Trash Receptacle $ Each AA. Ash Urn $ Each BB. Bollard $ Each CC. Removable Bollard $ Each DD. 60-Inch Square Tree Grate $ Each EE. 72-Inch Square Tree Grate $ Each FF. 96-Inch Square Tree Grate $ Each GG. Large Planter Pot $ Each HH. Small Planter Pot $ Each II. Deep Planter Pot $ Each JJ. Strand Light $ Linear Foot KK. Brick Face Attachment for Strand Light $ Each LL. Light Post `A' $ Each MM. Light Post `B' $ Each NN. Light Post C' $ Each 00. Light Post `D' $ Each PP. Wall Mounted Basket $ Each QQ. Remington Entry Gate $ Each RR. Three Sided Kiosk $ Each 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials 12/03 Section 00100 Page 6 and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 12/03 Section 00100 Page 7 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION 12/03 Section 00100 Page 8 SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 Place Date 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned a **(Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: S. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 7/96 Section 00300 Page 1 CONTRACTOR BY: ADDRESS: 8. BID SCHEDULE (Base Bid) Lump sum for three areas: Tenney Court - Trimble Court - Old Town Square - 9. PRICES Dollars ($ ) Dollars ($ ) Dollars ($ ) 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 (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: Signature Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Date 7/96 Section 00300 Page 2 ,6 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: as Principal, and Surety, are hereby held and firmly bound unto the as OWNER, in the sum of $ for truly to be made, we hereby jointly and severally assigns. that we, the undersigned as City of Fort Collins, Colorado, the payment of which, well and bind ourselves, successors, and 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, OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. '7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Address: By: Title: ATTEST: By: (SEAL) 7/96 M Title: SURETY (SEAL) Section 00410 Page 3 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? 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. r 7/96 Section 00420 Page 1 SS. Two Sided Kiosk $ Each TT. Steel Gate "A" $ Each UU. Steel Gate `B" $ Each VV. Steel Gate "C" $ Each WW. Steel Gate "D" $ Each XX. Steel Gate "E" $ Each YY. Steel Gate "F" $ Each ZZ. 6-Inch City Curb and Gutter $ Linear Foot AAA. Plaza Drain $ Each BBB. 8-Inch PVC Sewer Pipe $ Linear Foot CCC. 12-Inch PVC Sewer Pipe $ Linear Foot DDD. Irrigation for Tree at Tree Grate $ Each EEE. Planter Pot Irrigation Supply $ Each FEE. Hanging Basket Lrigation Supply $ Each GGG. Wall Mounted Basket Irrigation Supply $ Each HHH. Netafim Dripline $ Linear Foot III. I -Inch Class 200 Irrigation Lateral Pipe $ Linear Foot MI. /-Inch Type K Copper Irrigation Lateral Pipe $ Linear Foot KKK. Portland Cement Plaster $ Square Foot LLL. 3-Inch Caliper Deciduous Tree (Installation Only) $ Each MMM. 3-Inch Caliper Deciduous Tree $ Each NNN. 3-Inch Caliper Deciduous Tree in Tree Grate $ Each 000. 2-Inch Caliper Deciduous Tree $ Each PPP. 5 Gallon Deciduous Shrub $ Each QQQ. 7 Gallon Evergreen Shrub $ Each RRR. 5 Gallon Evergreen Shrub $ Each SSS. 1 Gallon Evergreen Shrub $ Each TTT. 1 Gallon Perennial $ Each UUU. 4-Inch Perennial $ Each 11. List the more important projects recently completed by your company, stating the approximate cost of each, and location and type of construction. the month and year completed, 12. List your major equipment available for this contract. 13. Experience in construction Work similar in project: importance to this 14. Background and experience of the principal including officers: members of your organization, 15. 16. 17. Credit available: $ Bank reference: Will you, upon request, fill out a detailed any other information that may be financial statement and furnish required by the OWNER? 18. 19. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? class, license and numbers? Do you anticipate subcontracting Work under If yes, what percent of total contract? and to whom? What this Contract? 20. Are any lawsuits pending against you or your firm at this time? If DETAIL 7/96 Section 00420 Page 2 yes, 21. What are the limits of your public liability? DETAIL 22 What company? What are your company's bonding limitations? 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 this day of , 20 Name of Bidder By: Title: State of County of being duly sworn deposes and says that he is of 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 20 . Notary Public My commission expires W96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 50 of the contract. ITEM SUBCONTRACTOR 7/96 Section 00430 Page 1 SECTION 00500 AGREEMENT FORMS 00510Notice of Award 00520Agreement 00530Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: TO: PROJECT: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated , 20 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. The Price of your Agreement is 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 , 20 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 Title 9/12/01 Section 00510 Page 1 '4 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20_ and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (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, provide for but are not limited to the following: demolition and salvage, leveling of existing sand set unit pavers, and set unit pavers on aggregate base and on concrete slab base, lighting, site furnishings, ornamental metal work, planting, irrigation, minor utility appurtenance adjustments, and concrete restoration. Work includes portions of construction within City Street Rights Of Way. Project area is approximately 91,000 square feet in two contiguous areas and three construction zones. ARTICLE 2. ENGINEER The Project has been designed by EDAW, Inc., who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete by May 21, 2006, as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions by May 28, 2006. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 9/12/01 Section 00520 Page 1 ,0 ., 1) Substantial Completion: One Thousand Dollars ($1,000.00) for each calendar day or fraction thereof that expires after the May 21, 2006 period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the May 28, 2006 period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $ Dollars, 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 50o completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, 9/12/01 Section 00520 Page 2 less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 9/12/01 Section 00520 Page 3 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: Sheet No. Title G001 Cover Sheet G002 Abbrev. & Graphic Symbols G003 Subbase, Phasing, & Access Plan Sheet 1-5 Survey Sheets CE101 Erosion Control CS501-CS502 Civil Site Details M-412-1 Pavement Joint Details LD100 Demo Notes/Legend LD101 - LD105 Surface Demolition Plan LD901 Demolition Images LG100 Grading and Erosion Control Notes LG101-105 Grading Plans LS100 Site Plan Legend LS101 - LS105 Site Layout Plans LS501 - LS507 Site Details A101-A102 Entry Arch/Kiosk A201-A203 Gates ES101-ES105 Electrical Site Plans ES501 Electrical Details ES601 Electrical Schedules LI100 Irrigation Notes & Legend Qty. Scale 1 NA 1 NA 1 As Indicated 5 1"=10'-0" 1 1"=40'-0" 2 As Indicated 1 NA 1 NA 5 1"=10'-0" 1 NA 1 NA 5 1"=10'-0" 1 NA 5 111=10'-0" 7 As Indicated 2 ,"=1' -0" 3 As Indicated 5 1"=40'-0" 1 As Indicated 1 NA 1 NA 9/12/01 Section 00520 Page 4 LI101-LI105 Irrigation Plans 5 1"=10'-0" LI501-L1503 Irrigation Details 3 As Indicated LP101-LP105 Landscape Plans 5 1"=10'-0" LP501 Landscape Details 1 As Indicated The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 VVV. White Glory of the Snow Bulb $ Each WWW. Mixed Purple Giant Crocus Bulb $ Each XXX. Blue Grape Hyacinth Bulb $ Each YYY. Giant Snowdrop Bulb $ Each ZZZ. Blue Dwarf Iris Bulb $ Each AAAA. Annuals Planting for Large Planter Pot $ Each BBBB, Annuals Planting for Small Planter Pot $ Each CCCC. Annuals Planting for Deep Planter Pot $ Each DDDD. Annuals Planting for Hanging Basket $ Each EEEE. Unit Price Item: Curb At Building Description: Cast -in -place concrete curb (as drawn on detail C/LS507, assume 6 inch heath above adjacent granite paves), including all excavation, formwork, concrete, steel dowels, finishing, and other materials, transportation of materials, and incidental efforts required for a complete finished product. Does not include cost of adjacent granite or unit pavers. $ Linear Foot RESPECTFULLY SUBMITTED: Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Signature OWNER: CITY OF FORT COLLINS CONTRACTOR: By: By: JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Title: Date: Attest: City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assistant City Attorney Date: (CORPORATE SEAL) Attest: Address for giving notices: LICENSE NO.: 9/12/01 Section 00520 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be and , 20 , respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR By: Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615Payment Bond 00630Certificate of Insurance 00635Certificate of Substantial Completion 00640Certificate of Final Acceptance 00650Lien Waiver Release (CONTRACTOR) 00660Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of 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 day of , 20 , a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) one of which shall be deemed an original, this day of 20 IN PRESENCE OF: Principal counterparts, each (Title) (Address) (Corporate Seal) IN PRESENCE OF: Other Partners By: By: IN PRESENCE OF: Surety By: By: (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) 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 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 day of 20_, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00615 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of 20 IN PRESENCE OF: (Corporate Seal) IN PRESENCE OF: Principal By: (Title) (Address) Other Partners IN PRESENCE OF: Surety By: By: (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 2 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: , 20 You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912. 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 in 4 X 4 TUBE STEEL W/CLOSED ENDS WELDED. RUN ELECTRICAL CONDUIT IN TUBE. J—BOX AND TUBE STEEL TO BE FLUSHED TO BACK OF LIGHT FIXTURE, COORDINATE DIMENSIONS OF J—BOX WITH ELECTRICAL CONTRACTOR 14-1X1 STEEL ANGLE TRELLIS AT EQUAL LIGHT FIXTURE SPACING, WELDED RE; ELECTRICAL 5X5 STEEL ANGLE 1 WITH J" STEEL tq STIFFENERS, WELDED TO 4 X 4 I TUBE. I' e" ALLTHREAD RODZZ AND WASHERS s N F itpp �� } ELECTRIC'' CONDUIT rA ELEVATIONS A 102 1 /2"=1'-01, OLD TOWN SQUARE / KIOSKS ALLEYS ENHANCEMENTS PARTIAL OF 2/A102 1 TWO SIDED KIOSK The ARCHITECTS STUDIO. m. „ Wee.' ., ..GooDATE 06,08,2005 v,nWCwr.A.& eosza TEL 9704828125 PROJECT NO. 04030071.01 S K-1 „ .2a 1 SCALE Y2'"= 1'— 0" SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: Secretary day of CONTRACTOR By: Title: STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 by Witness my hand and official seal. My Commission Expires: , 20 day of Notary Public 7/96 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: OLD TOWN SQUARE AND ALLEYS ENHANCEMENT PROJECT; BID NO. 5912 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for bond of (Surety) hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here OR 0172 (01/03) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 238-SERV (7378) CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) R nn AinT waiTa ,u Turc conro The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. it is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side.) FAILURE TO ACCURATELY COMPLETEALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) Period 0170-750 (999) $0.00 89 _ _..., `Ill WtION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employers Identification Number: Bid amount for your contract: $ Fax number: Business telephone number: Colorado withholding tax account number: Copies 1�f'aohtTaft=tsrbdJtitlrtY pages (1j�derititying too cpr�tractirlg partiies; sl %� `Ilk/ ?C f MATIIG N ' amount and M.) oont�tr� : tlatures of svntreq�i , arttss INlU�3 i be attached. Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion dale: I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer. Title of corporate officer: Date: SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) w TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 1. DEFINITIONS ......................................................1 2. PRELIMINARY MATTERS ................................ 3 1.1 Addenda.............................................1 2.1 Delivery of Bonds.............................3 1.2 Agreement* .............*......*........_....... 1 2.2 Copies of Documents ........................ j 1.3 Application for Payment.......................1 2.3 Commencement of Contract 1.4 Asbestos ........................................ 1 Times; Notice to Proceed 1.5 Bid ........ ......... ......... ..I.........1 2.4 ............... Starting the Work.... .................. 1.6 Bidding Documents ............. I...............1, 2.5-2.7 Before Starting Construction; 1.7 Bidding Requirements ....................0.....1 CONTRACTOR's Responsibility 1.8 Bonds......... 1 to Report; Preliminary Schedtles; 1.9 Change Order ......... .......*...........00......1 Delivery of Certificates of 1.10 Contract Documents.., 1 Insurance 3-4 1.11 Contract Price......................................1 2.8 Preconstruction Conference 4 1.12 Contract Times ..... ......... ............1 2.9 Initially Acceptable Schedules 4 1.13 CONTRACTOR 1.14 defective...................................0.........1 3. CONTRACT DOCUMENTS: INTENT, 1.15 Drawings ....... ... ................ ........... ....... 1 AMENDING, REUSE .........................4 1.16 Effective Date of the Agreement ........... 1 3.1-3.2 Intent .............................................. 4 1.17 ENGINEER ...................................... 1 3.3 Reference to Standards and Speci- 1.18 ENGINEER's Consultant ........... 0 .......... I fications of Technical Societies; 1.19 Field Order ............. 0............................ I Reporting and Resolving Dis- 1.20 General Requirements .........................2 crepancies.............................. 4-5 1.21 Hazardous Waste... ..10..................... 3.4 Intent of Certain Terms or 1.22.a Laws and Regulations; Laws or Adjectives... .................................. 5 Regulations._. 0........................0..... 2 3.5 Amending Contract Docunents., 5 1.22.b Legal Holidays .................................... 2 3.6 ....... Supplementing Contract 1.23 Liens..................................................2 Documents 1.24 Milestone ........................... ..... 2 3.7 Reuse of Documents 1.25 Notice of Award ............................... .2 1.26 Notice to Proceed................................2 4. AVAILABILITY OF LANDS; 1.27 OWNER ............. ............................. .. 2 SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utilization...............................2 REFERENCE POINTS..,.,.,,,,.... 5 1.29 PCBs . ...............................0............... . , ,,.....,.,,,.„.,... vaatyoLands , 5-6 1.30 Petroleum ...................................... 2 4.2 ...................... Subsurface and Physical 1.31 Project................................................2 Conditions....................................6 1.32.a Radioactive Material .............................. 4.2.1 Reports and Drawings 6 1.32.b Regular Working Hours ........ .......0..2 4.2.2 ............. 0......... Limited Reliance by CONTRAC- 1.33 Resident Project Representative ............2 TOR Authorized; Technical 1.34 Samples ................................. 2 Data 6 1.35 Shop Drawings.... ................................ 2 4.2.3 Notice of Differing Subsurface 1.36 Specifications, ................................ ....2 or Physical Conditions..................6 1.37 Subcontractor......... 0........................ 2 4.2.4 ENGINEER's Review..,,,,,,.,.._.,.,.,.._.6 1.38 Substantial Completion ......... ..........2 4.2.5 Possible Contract Documents 1.39 Supplementary Conditions .................. 2 Change ......... .................... 6 1.40 Supplier ........................... ......0.. 2 4.2.6 0........ Possible Price and Times 1.41 Underground Facilities .............. 0......2-3 Adjustments......,,,,,.....,..,,...... ¢-7 1.42 Unit Price Work.... ......... 3 4.3 Physical Conditions - -Underground 1.43 Work................................................3 Facilities.......................................7 1.44 Work Change Directive .......................3 4.3.1 Shown or Indicated,,,,....,.,,,,.......,,,,,7 1.45 Written Amendment ......... ..........j 4.3.2 Not Shown or Indicated 4.4 Reference Points .......................„..... 7 E.ICDC GENERAL CONDII IONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, 6.25 Submittal Proceedures; CON - Hazardous Waste or TRACTOR's Review Prior Radioactive Material....................7-8 to Shop Drawing or Sample Submittal .................................... 16 5. BONDS AND INSURANCE ................................. 8 6.26 Shop Drawing & Sample Submit- 5.1-5.2 Performance, Payment and Other tals Review by ENGINEER ...... 16-17 Bonds .............................................. 8 6.27 Responsibility for Variations 5.3 Licensed Sureties and Insurers; From Contract Documents ............ 17 Certificates of Insurance....................8 6.28 Related Work Performed Prior 5.4 CONTRACTOR's Liability to ENGINEER's Review and Insurance..........................................9 Approval of Required 5.5 OWNER's Liability Insurance .............. 9 Submittals ............................ :...... 17 5.6 Property Insurance ..........................9-10 6.29 Continuing the Work ..................... J7 5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General tional Property Insurance.................10 Warranty and Guarantee,...........,, 17 5.8 Notice of Cancellation Prousion......... 10 6.31-6.33 Indemnification .........................17-18 5.9 CONTRACTOR's Responsibility 6.34 Survival of Obligations ...................18 for Deductible Amounts .................... 10 5.10 Other Special Insurance. ..................... 10 7. OTHER WORK ................................................. J8 5.11 Waiver of Rights ..... ......... .........11 7.1-7.3 Related Work at Site... ...............18 5.12-5.13 Receipt and Application of 7.4 Coordination..................................18 Insurance Proceeds ...................... 10-11 5.14 Acceptance of Bonds and Insir- 8. OWNER'S RESPONSIBILITIES .........................18 ance; Option to Replace...................11 8.1 Communications to CON- 5.15 Partial Utilization --Property TRACTOR.................................18 Insurance........................................11 8.2 Replacement of ENGINEER ............ 18 8.3 Furnish Data andPay Promptly 6, CONTRACTOR'S RESPONSIBILITIES 11 When Due18 6.1-6.2 Supervision and Superintendence......* 11 8.4 Lands and Easements; Reports 6.3-6.5 Labor, Materials and Equipment... 11-12 and Tests ............................... i8-19 6.6 Progress Schedule..............................12 8.5 Insurance................ ................... ....19 6.7 Substitutes and "Or -Equal" Items; 8.6 Change Or&rs................................ 19 CONTRACTOR's Expense; 8.7 Inspections, Tests and Substitute Construction Approvals.................................19 Methods or Procedures; 8.8 Stop or Suspend Work; ENGINEER's Evaluation 12-13 Terminate CONTRACTOR's 6.8-6.11 Concerning Subcontractors, Services ,_..,,..*........*, ........ . Suppliers and Others; 8.9 Limitations on OWNER'S Waiver of Rights....... I.................13-14 Responsibilities ............................ 19 6.12 Patent Fees and Royalties ....... .........14 8.10 Asbestos, PCBs, Petroleum, 6.13 Permits.............................................14 Hazardous Waste or 6.14 Laws and Regulations ........................14 Radioactive Material .................... 19 6.15 Taxes14-15 8.11 Evidence ofFinancal 6.16 Use of Premises.................................15 Arrangements .............................19 6.17 Site Cleanliness ................................. 15 6.18 Safe Structural Loading ..................... 15 9. ENGINEER'S STATUS DURING 6.19 Record Documents .... I ............ I ........... 15 CONSTRUCTION ............................................. 19 6.20 Safety and Protection ................ 15-16 9.1 OWNER'S Representative ........... I.... 19 6.21 Safety Representative ......................... j6 9.2 Visits to Site ,,,,......*......**.......... ,,,,,19 6.22 Hazard Communication Programs...... 16 9.3 Project Representative ........19-21 6.23 Emergencies ............... I..................... 16 9.4 Clarifications and Interpre- 6.24 Shop Drawings and Samples..............16 tations......................................... 1 9.5 Authorized Variations in V16rk 21 in EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORTCOLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number & Title Page Article or Paragraph Number Number & Title 9.6 Rejecting Defective Work...................21 9.7-9.9 Shop Drawings, Change Orders and Payments ................................... 21 9.10 Determinations for Unit Prices 21-22 9.11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpreter..............22 9.13 Limitations on ENGINEER's Authority and Responsibilities,,,, 22-23 CHANGES IN THE WORK ....................................... 23 10.1 OWNER's Ordered Change................23 10.2 Claim for Adjustment ..................... 10.3 Work Not Required by Contract Documents ..................................... 23 10.4 Change Orders..........................6.......23 10.5 Notification of Surety... ......... 6........... 23 CHANGE OF CONTRACT PRICE ............6...........6....23 11.1-11.3 Contract Price; Claim for Adjustment; Vafue of the Work ................................... 23-24 11.4 Cost of the Work ............................. 24-25 11.5 Exclusions to Cost of the Work,....,,,,,25 11.6 CONTRACTOR's Fee.............6..........25 11.7 Cost Records ................................. 25-26 11.8 Cash Allowances, ....... 4......... 4............ 26 11.9 Unit Price Work,,,,,,... 6.......................26 CHANGE OF CONTRACT TIMES.... ....... 4............ 4... 26 12.1 Claim for Adjustment ........................26 12.2 Time of the Essence ............. ................ 26 12.3 Delays Beyond CONTRACTOR'S Control... ................... 4.......... 6.... 26-27 12.4 Delays Beyond OWNER's and CONTRACTOR's Control................27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .......... ..................................... ...27 13.1 Notice of Defects..............................27 13.2 Access to the Work ......... .........27 13.3 Tests and Inspections; CONTRACTOR'S Cooperation.,,,,,,,. 27 13.4 OWNER's Responsibilities; Independent Testing Laboratory,,,,,., 27 13.5 CONTRACTOR's Responsibilities...............................27 13.6-13.7 Covering Work Prior to Inspec- tion, Testing or Approval.................27 iv 13.8-13.9 Uncovering Work at ENGI- Page Number NEER's Request .....................27-28 13.10 OWNER May Stop the Work ........... 28 13.11 Correction or Removal of Defective Work ...........................28 13.12 Correction Period ..............I............28 13.13 Acceptance of Defective Work ......... 28 13.14 OWNER May Correct Defective Work ..................................... 28-29 14. PAYMENTS TO CONTRACTOR AND COMPLETION ................................................. 29 14.1 Schedule of Values .........................29 14.2 Application for Progress Payment... .................................. 29 14.3 CONTRACTOR'S Warranty of Title ........................................... 29 14.4-14.7 Review of Applications for Progress Payments, , , . . . _ , , , , „_ . . . , 29-30 14.8-14.9 Substantial Completion,,,,,,,,,,,,,,,,,, 30 14.10 Partial Utilization 30-31 14.11 Final Inspection .............................31 14.12 Final Application for Payment ........ 31 14.13-14.14 Final Payment and Acceptance..,,,,, 31 14.15 Waiver of Claims .................. ... 31-32 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 15.1 OWNER May Suspend Work ......... * 32 15.2-15.4 OWNER May Terminate,,,,,,,,,,,,,,,, 32 15.5 CONTRACTOR May Stop Work or Terminate ................. 32-33 16. DISPUTE RESOLUTION33 17. MISCELLANEOUS...........................................33 17.1 Giving Notice ................................ 33 17.2 Computation of Times,,,,,,,,,,,,,,,,,,,, 33 17.3 Notice of Claim .............................33 17.4 Cumulative Remedies.....................33 17.5 Professional Fees and Court Costs Included ............................33 17.6 Applicable State Laws ............... 33-34 Intentionally left blank ................................... ....35 EXHIBIT GC -A: (Optional) Dispute Resolution Agreement ..................... GC -Al 16.1-16.6 Arbitration ,,,,,,,,,,,,,,,,,,,,,,,GC -Al 16.7 Mediation...............................GC-Al F.ICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)