Loading...
HomeMy WebLinkAbout375159 NORAA CONCRETE CONSTRUCTION - CONTRACT - BID - 5940 FOSSIL CREEK TRAIL UNDERPASS & HWY 287SPECIC�1pN�` AN / NTRACT DOCUMEN FOR Fossil Creek Trail Underpass @ Hwy. 287 BID NO. 5940 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS October 31, 2005 — 3:00 P.M. (OUR CLOCK) may be stockpiled or spread and allowed to dry. Assist drying by disking, harrowing or pulverizing until moisture content is reduced to a satisfactory value. D. Puddling is not an acceptable method of compaction. 3.06 Grading A. Paved Areas: Immediately prior to placing structural pavements, shape area to the required lines, grades, and limits to provide the finished elevations indicated and roll with an approved heavy vibratory roller until compacted to the specified density. Maintain moisture content within 2% of optimum during final rolling and until subgrade is covered by subsequent construction. Remove loose material and protect subgrade until covered. The subgrade under all paved areas and the play area shall conform to the elevations shown on the drawings. B. Landscape Area and Remainder of Site: 1. Rough grade areas as indicated on grading plan to 4 inches below finish grade. After rough grading is finished, compacted and approved, scarify area to a depth of at least 6 inches. 2. Place previously stockpiled topsoil in all areas within the limits of the project not indicated to receive subsequent foundations, slabs on grade, walks, safety surfacing or other similar materials. 3. Uniformly distribute topsoil on the disturbed area and evenly spread to a thickness of 4 inches deep after tight compaction. Perform spreading so that planting can proceed with little additional soil preparation or tillage. Do not place topsoil when subgrade is frozen, excessively wet, extremely dry or in a condition otherwise detrimental to specified grading, seeding and planting specifications. C. Finish Gradine: 1. Grade all excavated sections, filled sections, construction disturbed areas and adjacent transition areas to finish elevation. Make finished surfaces smooth, compacted and free from irregular surface changes. 2. Unless indicated otherwise on drawings, finish grade area adjacent to sidewalks and pavements to %2 inch below finish elevation of sidewalk and pavement. 3. Remove all construction debris. Grades not otherwise indicated shall be uniform levels or slopes between such points and existing finish grade. Abrupt change in slopes shall be rounded. 3.07 Settlement A. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, the Contractor shall scarify the ground surface, re -shape, and compact to required density prior to further construction. B. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the City. Any structure damaged by settlement shall be restored to their original condition by the Contractor at no cost to the City. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 4 of 5 Lahcu, Miter3alsand Equipment_._.63-6.5 Laws and Regulations ., __.._....._...6.14 LiubiIitylnsrrrancc_,_,.._, Article or Paragraph Number Nonce of variation front Contract Documents __........_ ..._...._.......6.27 Pdtent Fees and Royalties. _ ..,6.12 Permits 6.13 Progress Schedule __.......-.___..................6.6 Record Documents ............................. . 6.19 related Work performed prior to EIvGINEER'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_, ............. ................ 6,9,1 Shop Drawings and Samples,_--.,.............. 16, 24 Shop Drawings and Samples Review by ENGINEER ...... ................... ............ 6,26 Site Cleanliness__ ..... ..._... ....... ......... ...... .17 Submittal .Procedurcs..................................•,6, 5 Substitute Construction Methods, and procedures...-_.., ....... AT Substitutes and "Or -Equal" Items,,,.,.• .... ,... 6.7.1 Superintendence....,.,.__ .6? Supervision 0.1 Smv iv al of Obligations ................................6, 34 axes........... _ ..................................... _.....6.15 Tests and Inspections— _,..... _...... _..... ... 13.5 To Rcport....... 5 Use of Premises_.., _...... ........... 6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Sulnnitml........................................6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim,.... .A, 7.1. 9.4, 9.5, 9-11, 10.2,1 L.2, .,._...13.9,12.1,13.9,14.8,15.1,15.5.17.3 Safety and Protection ................_ 5.20-6.22, 7.2, 13? Safety Representative _........ ..... _.................... _6.21 Shop Drawings and Samples Submittals,,,• 6,24-6,28 Special Consultants ............... _... _...... _--- . ...11.4.4 Substitute Construction Methods and Procedures„6.7 Substitutes and "Or -Equal' Items, Expense,..,,... • ................................. 6.7.1, 6.7.2 Subcontractors, Suppliers and Others..,.,,,., jr8-6.11 Supervision and Suptrintendenc�......... 6.1, 6.2, 6,21 Taxes. Payment by .... ._.... . ..................... ,.........6.15 Use of Premises........ _......... .. __.........6.16.618 Warranties and guarantees__ .......... _..., .. G.S. 6.30 Warranty of Title_..._ .....14.3 Written Notice Required -- CONTRACTOR stop Work or terminate,,.• .... 15.i Reports of Differing Subsurface and Physical Conditions .......................4.23 Substuntial Completion ........ _..............._.....14.8 .vi CONTRACTORS --other -.__.. ...7 Contractual Liability Insurance.. ........................._5.4.10 Contractual'I'imeLimits Article or Paragraph Number Coo rdimn ion-- CONfRAC'TOWsresponsibility Copies of Documents.._ ...... .._........ Correction Period..._ .. 13 12 Correction, Removal or Acceptance of Dtfectiiv Worl -- in general...................................10.4.1, 13.10ti13.14 Acceptance ofDelective Work,-_...........13.13 Correction. or Removal of Defective Work........................6.30, 13.11 Correction Per10t1...........,_.__...._.... _....._._ .. 13. 12 ORni TER May Correct Dejechve Work 13.14 OWNER NGay Stop Work .............................. Cast -- .13.10 of Tests and Inspections..,... ... .13 4 Records 11.7 Cost of the Work— Bonds and insurance, additional ......... .......... I 1.4.5.9 Cash Discounts,,,,-,,,, 11.4.2 CONTRACTOisPee_......................... ... 11.6 Employee Expenses....._...._.._............._,._.11.4.5.1 Exclusions to ..................... _._lls General11.4-11.5 Humc ofticc and overhead cNTaumses,...,._...,,•..,_, 11.5 Losses and dumages,,,,,,,,,,,,,,,,,,•_,...,_,...._,_ J 1,4.5.E Materials and equipment__._._...,..._ _ .. __.I1A.2 Minor expenses.,_.. ... ,_,..11.4.5.8 Payrollcosts on change; .......... l 1.4.1 performed b Subcontractors..._.............._......11.43 Records 11,7 Rentals of construction equipment and machinery.......,. ___ _...... .. _.., 1 L4, 5.3 Royalty payments, permits and ..... license fees........_..................................11.4.5.5 Site office and temporary facilities. ..... _ ...... _ 11.4.5.2 Special Consultant., CON7RACTOR's........,_„11.4.4 Supplemental_, ................_... __.............. .....11.4.5 Taxes related to the Work ............. ............„.11.4.5.4 Tests and Inspection .......... ..... ....... .......... ......... 13A Trade Discounts,.,-„ ...,.. 11.4.2 1.1tilities, fuel and sanitary facilities ..............11.4.5.7 Work after regular hours.................................1 IAJ Covering Work............ _....,....... _...............13.0-13, 7 Cumulative Remedies,__._..,__....._._....._..__..._,17.4-17.5 Cutting, fitting and patching,,._...,,,_.,,,, _....._...._...7.2 Data, to be furnished by OWNER._ ......................... 8.3 Day --definition of .................. ...................... „.._..17. Decisions on Disputes ...... ......................... ...•, 9,11. 9.12 cfzfeerive--definition of ...... ........................... 1.14 defective Work -- acceptance of _10.4.1, 13.13 FXW()FNFRAL CON MON..1910-a p9%i F791Y7ON1 w7 CITF OF FORT COL[.1NS NtoA1FlCATtoN.. (REV 9199) Cnrrectno �x Removal of, lit 4 1, 1:311 Uorrcction Period in general .... ...... .... .. 14.7. 14.11 Article or Miragraph Number Observation by HNGl1,1EhR ............ ......... ...... — 9 Z MNER Muy�5tcp Work 13. 1 Q Prompt Notice 13 1 Rejecting ...... ........ ... ...... 9 6 Unaivering the Wor4 , Definitions . ........ _ .. —1-1. . I Delays ............ I ...................... Al, 6 29, 12 3-12.4 Delivery of Bonds_ ............. ... ............ __ . I I.. . . ... .2.1 Delivery of certificates of insurance. ............ 17 Determinations for Unit Pricts-­ I.." ....... Differing Subsurface or Physical Conditions -- Notice of _' ' 4.2-3 . ....... ...... UNGINFER's Review ................................. * .. ................ ... 4.2.4 Possible Contract DoccanenLs Change .. ... 4. 2 i Possible. Rice and Times Adjustments..__..,__ 4,16 Discrcliancies-Reporting and Resolving ,, . . ... ... .... ... 5, 3.3.2. 6.14.2 Dispute Resolution - Agreement ............. _ ...... ...... ......... 16,1-16.6 Arbitration,,,...,, .... ........ J6 1-1&5 general 16 Mediation ................ ................... ....... ....... � 16.6 Dispute Resolution Agreement, 1 1. r. I , .. ... , _ 1 6. ]- 16-6 Disputes, Decisions by FNGLNEER ................... 9.11-9.12 Documents - Copies of-......-._. ...... .... . Record 6.19 Reuse of ......... ........ ........... ....... 33 Drawin&I—clefinition of-..-........._-.1 ........ ...... ... 1, 1 C, Fasements....... ............... ........ _ ............................ 4.1 Effective date of Agreement -- definition ,)f ..............1.16 Ism ergencies ...................... ....................... ENGINEER -- as initial interpreter on disputes, .... ....... 9,11-9.12 definition of ............. ....... .. .. . .. ...... ..... ­ 111. 17 Limitations on authority and rcsponsibilitiey, .... 9.13 Replacement of ....... ........... ....... ......... ....... __:3 2 Resident Project Representative. _... -. __ ............ . P-3 ENGINEER's Consultant - definition of ..................1.18 a4GINEER's- authority and responsibility, limitations op,...,,_ 9,13 Authorized Variations in the Work .... ............... 9'5 Change Orders, responsibility for .. .... 9.7. 10, 11, 12 Clarifications and Interpretations.,_,_ ......... 1.63,9.4 Decisions an Disputes. ....... ......... . ........ 9.119.12 defective Work, notice of . .................. ..... .. ' 13,1 Evaluation of Substitute Items,.., .... _ ... ........ ... 0.7.3 Liability ................................................ ,,9.12 ...03 , Notice Work is Acceptable_ ...... ........... _ ..... 14-13 Observations ........................................... 930,24, 9.2 . Ow'NER's Representative._.....-..._-_._ Payments to the CONURACI OR, Responsibility for., 14 Recommendation of Pavincn( ..... ........ _14.4, 14.13 Article or Paragraph dumber Review of Reports on Differing Subsurface and Physical Conditions. .. ... . 4.2.4 Shop Drawings and Samples, review responsibility.,-._ _ .... . ........ ........... .... .. �&26 Status During Caistruction— authorized variations in the Work .... ............. 9.5 Clarifications and Interpretations. --- ......... 9.4 Decisions an Disputes_ ............... .. 9,11-9.12 Determinations on Unit Price.,.__...............910 FINGIJ14BER as Initial Interpreter.,,:,,,,. 9,11-9,12 rNGINFER's Responsibilities.... ....9.1-9,12 Limitations on E\I(ANEMs Authority and Responsibilities— ........... ........ __9 13 OWFNER's Representative ........... .................. P I Project Representative --- _ ......... _ ....... ......... 9.3 RejectingDelective Work ...... ....................... 96 Shop Drawings, Change Orders and Pavinents ........................ 9.7-9.9 Visits to Site ............................... IL ­""11 ... ­9.2 Unit Price determinations ..................................9.10 Visits to Site..____.... ....... 9.2 Written consent required .............................. :7.Z 9.1 Equipment, Labor, Materials and ................. —0, 3-6.5 Equipment rental, Cost of the Work,-,..,,_,___... 11A.3.3 Equivalent Materials and Equipment. ........ ............. ­63 error or omissions.. . ..................... _ ........ ...... 0.33 Evidence of FinancialLArrangements.,-...__ _ ....... ­8_1 I Explorations of physical conditions ........................4.2.1 Fee, CONTRACTOR's—Costs Plus...__...................11.6 Field Order — definition of ...................... ....... ......... ...... ).19 issued by ENGINEER.........._ .. ................. 3.6.1,9.5 Final Application for Payment ......... ...... .............. 14.12 Final Inspection...................................................1431 Final Payment — and Acceptance„-_ ................ ......... __ 1433-14.14 Prior to, for cash allovanecs .......................... ... 11.8 General Provisions.........,_...-.,.._ ........ ....... 17.3-17.4 General Requirements — definition of ............ ........ ....... .... ),20 principal references tQ ............. 2.6. 6.4, 6.6-67, 6.24 Giving Notice.. ...... ____ .................................. 173 Guarantee of Work by CONTRACTOR ........ 0.30, 14-12 Hazard Communication Programs ......... ............ 0.22 Hazardous Waste — definition of .....................................................1.21 general....................... ........ ................. .. _..4.5 ONNINI.."R's responsibility for...............................5.10 i-,JC.W U,,Nr.P-AL COND1110M 1910-3 (1990 EDMOM xv/ CITY (T MILT COLLINS 31MODIMATIOM (RrV')199) Indemnification 612 6.16, 6.31-6 33 , Initially Acceptable Schedules ..... Inspection-- Certificatesof.____ _.9 114, 135, 1412 Final _J4 11 Article or Paragraph Number Special, requirI byENGPNEER.— Testa and Approval,, - ........ ...... --- 8-7- 13.3-13,4 Insurance — Acceptance of, by 0WNI-1'R . . ..... 5.14 Additional, required by changes in the Work 11.4.5.9 Before starting the Work - ....... ........ 17 Bonds and —in general ................. ............ .5 Cancellation Provisions.. ___ . . ..... 5.8 Certificates of„ ____.. .�.7,5,5-3,5,4.11,5,41.13, ' 5.6.3. 5,8, 5,14, 9.13.4, 14,12 completed operations.._,..._........_.............1.413 C(NITRACTOWs Liability,_„_,... .... ................. 5A ... CONTIZ.ACTORs objection to coverage,,,._,,,.. .5.14 Contractual Liabilitv 10 deductible amounts, OKs responsibility._ ........ ........ ....... ........ _5,9 Final Application for Payment,,,,,_ ..:......... ....... 14 12 Licensed Insurers —5-3 Notice requirements, material changes...... J.8, 10.5 Option to Replace.. _. ... .... 5.14 other special insurances ....... ..................... ..j. to OWNER as fiduciary for insureds ............... 5.12-5,13 OWNE'R's Liability ............. _ ...... ... _ ... _ ._ __ 5�5 OWNMR!s Responsibility..,., ........... ...... ...... ... .8.5 Partial Utilization, Property Insurance ............. _ 5,15 Property . ... ..... ................................... 5-6-5 10 Receipt and Application of Insurance Proceeds .............................................. S. 1--R 13 Special insurance-___ ' "-- 11 ... .... --. J 10 Waiver of Rights....._.._ -........_...,._ Intent of Contract Docurn crits 3'1-3.4 Interprelations. and Clarifications ....... __3,6.3. 9A Investigations o(physical conditiona ..... ................... 4.1 Labor, Materials and Equipment G,3-6.5 Lands — and Easements .... ...... ................ _ ............. ...... 8.4 Availability of ..... ......... ................... 4.1,8.4 Reports and Tests .......... ­­ "'**'*'* ...... . ................... $.4 Laws and Regulations --Laws Or Regulations — Bonds 5,1-5.2 Changes in the Work ........ --- ........... 10.4 Contract Documents.._ . ........ ..... . ... . ... �.] CON'TRACTOR!s Responsibilities....... ........ ..... 6,14 Correction Period, defective Work,_ ..... ........ ... I i I) Cost of the 'illork, taxes 11.4.5.4 definition of M general& 14 Indemnification...,,,,,., ... ........... ......... _631-6.33 X Insurance i 3 Precedence 1. 3 3, 3 Reference to 3,3.1 Salety and protection. o 13 "uhcomractors, Suppliers and Others -6 8-6.11 Arlicle or Paragraph 7vumbcr Tests and Inspections. 1; 5 Use or Premises... 6.16 Visits to Sile o Liability I nsurance— CONI RACI-OR's.—.1— OWN[-'Rs License(] Sureties and Insurers_....-..,_. Liens — Application for Progress Payment__ .14.2 CONTRAcTOR's Warranty of "I itle. 143 Final Application for Payment ........ ... ....... _14,12- definition of Waiver of 14,15 Limitations on ENGINEER's authority and responsibilities.._.,,.. ...... ....... 9 1 Limited Reliance by CONTRAC'YOR Authorized +12 Maintenance and Operating Manuals — Final Application for Payment__,,.,___ ,,, ... 14.12 Manuals (of others) — Precedence 13 3.1 Reference to in Contract DmvincriLs. ....... 3 3A Materials and equipment— furmshcd by CONTRACTOR_.__..- not incorporated in Work......_.... 14.2 Materials or equipment—equivalen ' t 6.7 Mediation (optional)...... ..... ...... _-- ... ..... 16 7 Mitestoncs—definition of ................... .............. ..... 1.24 Miscellaneous — Computation Of Tim" ---- -- ..... ........... 17.2 CUM Ulatiye RCmedieS­­ ..... 17.4 Giving Notice ................. ........ .. .. .17.1 Notice of Claim * ....... .... ..... ....... 173 Professional Fees and Court CosLi Included .... ... 17,5 Multi -prime contracts . ...... 7 Not Shown or lndi=ccl....... 3.2 Notice of -- Acceptability of Project -"' 14,13 Award, definition o(... ' "' "' ' - .... .... . ... 1,25 Claim............. .............................. .............173 Defccls,13.1 Differing Subsurface or Physical Conditions 4.1, 3 Giving 1,7A Tests and Inspections 113 Variation, Shop Drawing and Saruplq ......... ......ti.27 No tice to Proceed — definition OC .................. 126 giving of 3 EJC*,IX'CiENFRAI.(70NI)IIlt)NN1910-Iti)990 FDITIOK1 IV) CITY OF FORT Coll -INS MODIFICATION", (REV 91991 Not i fication to Surct\................... .... ............ ...... uo Observations, by ENGINEER...._...................630, 9.2 Occupancy of the Work...... .......... 5 15. 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR .... I., ... :.--6.9. 9.13 ofxn Peril policy form, Insurance.. .............. .... 5-6.2 Option to Replace ...................................................5.14 Article or Paragraph Number "OT Equal" Items ...... ........ ..... .. ..... ....... ....... -, 0.7 Other work 7 Overtime Work. -prohibition of. I ..... .. .... 6.3 OWNEIZ-- Acceptance of *fective Work ...........................13.13 appoint an ENGINEER ............ _&l its fiduciary ........................... ..................t. 12-5.13 Availability of Lands, responsibility .....................4.1 definition of .. ............................ ...... ........ __1.27 data, furnish ........................ ........ ............ _ ...... 5.3 May Correct Defective Work ...................... ..... 13.14 May refuse to make Payment .................. I ...... I .... 0.7 %4HY Stop the Work_..... .......... ............ _13.10 May suspend Work, Terminate....._.......__ .......5'8' 13.10, 15A-15.4 Payment, make prompt .................... .N.3,14.4, 14.13 performance of other work....-........I...................7.1 permits and licenses, requiTements.......... ........ ,03 purchased insurance requirement; .............. 5.6-5. 10 OWNTR's-- Acceptance of the Work . ..... . ..... .. 0.30.2.5 (,flange orders, obligation to execute,......... 8.6� 10A Communications ............... ................ .......... -3.1 Coordination of the Work........._._........._....-.... 7.4 Disputes, request for decision ............................9.11 Impections, tests and approvals ..................8.7. 13.4 Liability lnsurance. ...... ................ ... .... ... .... -.5.5 Notice of Defects ..............................................13.1 Representative. -During Construction, ENGMERS Status..... ..' .................. ...... 9.1 Responsibilities — Asbestos, PCBs, Petroleum, Hazardous waste or Radioactive material ................ Mo Change Orders .............................. ............ -.8.6 Changes in the Work...._........................._J0.1 communications. __..............____................3.1 CONTRACTORs responsibilities ..................8.9 evidence of financial arrangements .............. $-Il inspections, tests and approvals ..................... 18, 7 insurance......................................................8.5 lands and easements,_ ..... ............. .............. 8.4 prompt payment by. ....................................... 83 replacement of ENGMER .... ...... V reports and tests..... ...... ......... .. .. ..... .. ­8_4 stop or suspend rk .............. 13.10,151 terminate CONTRACTORs services.........._ - ....... ................ 8.8,15.2 ,separate representative at site ....... - .................... 9.3 testing, independent__.. .. ..... .... use or occul-nncy of the Work . ...... ... 15. 6.30,2.4. 14, 10 written consent or approval required......_,. ... ....... ....... 9,1, 6.3. 11.4 Ki ExtX'(INEIRAL CONDI rJON', 1910-8 (1990 WI ION) w" CITY OF FORT COLUMS MODIFICATIONS MEVV") Article or I'aragraph Nuin her "mien notice required . 7 1. 9 4, 9, 11 - 1 2, 11.9. 14 7, 15.4 PCBs -- definition of. 1 "9 general... .............. .... .... 4S OWNER's responsibility for M0 Rutial Unlization- defirtition of 28 general 6-3o.14, 14.10 Property Insurance I I � 1. 5 I'S Patent Fees and Royalties Payment Bonds Payments, Recommendation of ... 144-147, 14,13 Payments to CONTRACTOR and Completion - Application for ProwLessPaymeras. _ _ _ .... _. .14_1 CON rRM-FOR's Warranty of Title.. 143 Final Application for Payrren( .... .... 11 ..... .......... )4.- Final Inspection, ... Final Payment and .Acceptance_,,, .. 114.13-14.14 general 14 Partial Utilization 14.10 Rctainagc..........................................................14 Review of Applications for Progress Payments. ....... 14-4-14.7 prompt payment ................... .. ...... Schedule of Values__ .... .. Substantial Completion 14.8-149 Wid vel of claims .. .. . . . ............ 14.1i when paymcnis due;..._......_..._..._......... 14.4, 14.13 withholding payment.. ... ......... 14] Performance Bonds........ Permits 6.13 Petroleum - definition of ge.neral ... ......... r .......... ...... ....... ................. 4.5 OWNER's responsibility for,,.._._.,.,,_ Physical Conditions - Drawings of, in or relating to . ..... ... .... ..... 4-2-1.2 ENGINEER's review ......................................... 4.2.4 existing structures...... .. general 4.2.1.2................ Notice of Differing Subsurface or,, ........ .......... 42.3 Possible Contract Documents Change ............ _+2.5 Possible Price arid Times Adjustments ............. ' 4 16 Reports and Drowing-.t ................ _ ........ I ....... -A'. I Subsurface and _. . . ..... ....... . ....... - .............. 4.2 Subsurface Conditions Technical Data, Limited Reliance by CONTRACTOR Authorized. _ .. .. ..... 4,12 Underground Facilities - general........................................................ . 4.3 Not Shown or fridicaed ... .... ... .. .. 4.3 2 Protection ............................4.3,620 'Xii ,Article or hiragraph Number Shoup or Indicated 4.3 1 Technical Data 4, 2 2 heconstruction Conference .............. I s Prelimmary Matters Preliminary Schedules. ............... ....... 16 Premises. Use of Price. Change ol-Contract.. ............ ... _1 I Price, Contract -definition 1.11 Progress Payment. Applications &T .. ..... ...... .. 14.2 Progrm Payment-retainage 14.2 Progress schedule, CONTRACTOR'S,,,,,,,,,,,. , 6, '-. 8, 19, ......................... 6.6. 6.29, 10.4, 15.2.1 w Project -definition of' .. .... ­ ..................... J.31 Project Representative-- ENGII JEERs Status During Construct ion. 9.3 Project Representative, Resident -definition of, 1.33 prompt payment by MNMP . ......................... 3.3 Property Insurance -- -Additional - * ....... .. .... ---5�7 generals .6-5. K' Partial Utilization.__ .. ................ - ...... 5A5, 14.10.2 receipt and application (if proceedst ..... ...... 5 12.5 13 Protection, Safety and ............... .............. N -6 21, 13.2 Punch list Radioactive Material- __14,11 OWNER's responsibility for .................. li) Recommendation of Payment ....... .......... 14.4, 14.5, 14.13 Record Documents 6.19, 1412 Records, procedures for maintaining ..... ........... 1.8 Reference Pointsr- ............ ...... 4.4 Reference to Standards and Specifications of Technical Societies .........................................3.3 .........*............3.3 Regulations. Laws and (or) ......... ......... .................. 6,14 Rejecting Defective Work _.. ... __ .... .. _ .......... 9,6 Related Work - at Site - . ... ....... .... ...... ........... .... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review, ....... I ........... 4,28 Remedies, cumulative.. ........ -------- ...... .... 174, 17.5 Removal or Correction ofDefectivy Work.....,._.... 13,11 rental agreements, OWNER approval required, 11.4-5.3 replacement of ENGfNE'EF- by OWNER __-,_ .......... �.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--.- ......... .1. 33 Provision for ................... ......................... .............. 93 EXIX* GIFNERM, COM11TIONS 1910.9 (1990 Ent n0N) W (I TY OF FORT COLUM X 10MIFICA11ONs (Rr.v 9191) Article or Paragraph Number Resident Superintendent, COIN FRAC f OR's ... . . ...... 61 Responsibilities— CONIMACTOR!s-in general ... ........ ..................... 0 ENUIM-1Ks-in general . I I . � . L . I . . . . I . I . . . — !) limitations OR._ , ., .... .. ­­­.... r9 13 OWNER's-in general ..... ... . ...... ........ Retainage ................ --- 14.2 Reuse of Docurn ents, 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal._ ...... ... .. .... _.6.25 Review of Applications for Progress Payments-.........._ ............ .......... 14.4-14.7 Right to an adjusts ent . ........... ; .... ... ... ..... � Rights of Way ........ . ......... ................. ---el Royalties, Patent Fees and ......................................6.12 Safe Structural Loading,,,,._.-....._........._..........OIX Safety -- and Protection-.-....-...._............4.3.2, 6,16, 6. IS. —..-6.20421, 7.2, 112 general . ........... ................................... __020-6 i3 Representative, CONTRACTORs .................... _6�21 Samples -- definition of..........._........._...._ ..... .................. 1.34 general ........ ..... ........................... ........ _0.24-6.28 Review by CONTRACTOR . ... ... .. ......... -- 6.25 Review by ENGINEER ......... ...... ...... ----6.26, 6.27 related Work .....................................................6.28 submittal of .......... ' 0,24.12 submittal procedure; ................ I .... I — 1. -.. I I— I , ... 6., Schedule of progress,..... ....... . ............. 2-6, 2.8-2.9, 6.6, . ........... . . * ..... — ........ 629, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.9-19, 6.24-6.28 Schedule of Values ...... ---- ...... - ... -2,6, 2.8-2.9,14,1 Schedules — Adherence to........._ ...................... ...............15-2.1 Adjusting................................................. - .... ... 06 Change of Contract Times.................................10A Initially Acceptable ............... ---- ........ —.2-8.2-9 Preliminary... ..... ................... I ...... I.....-.......-...... 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 defmition of ...... ...... ..... .... ' " .1.35 FiNGINEEWs approval of' ............... -3.6.2 ENGINEERS responsibility for review .............. ...................... 9.7, 6-14-628 related Work--........... ......... ................ 0,28 review procedures ............. .................. 2.8. 6.24-6.28 Article or Paragraph Number ,qubaiittal required ... ........... - .. ... . ... --- ..... . . j(j24. 1 Submittal Procedures........._..........................6,25 use to approve substitutions 6,73 Shownot Indicated— ............................................p.3.1 Site Access ... . .... 13.2 Site Cleanliness. 17 Site. Visits lo-- by ENGINEER__._ . . ..... . ..._.._..92, 13.2 hv others . I I .—I.... —I .1-32 "special causes of loss- policy form, insur,m(r .... ...... .... .... definition of., ............. .. ........ Specifications— defination kit ............ ........ - ...... . .... ......... . 136 of'rechnical Societies. reference to . ..... 3.3.1 precedence.................................................... .. 3.3.3 Standards and Specifications of Technical Societies ............... ... ....... . 33 Starling Consbucticin. Before_.._ - ..... I. - ....... 5-1-8 Starting the AVork ...... ........ ..... .ZA Stop or Sus pend Work— by- CONTRACTOR ...........................................15.5 by OWN 13, R .....................................8.8, 13.10, 15A Storage of materials and equipment— .1 1 ... L ... 4.1. T2 Structural Loading. Safety.............. ..... .. .............. . 6.18 Subcontractor-- Concerning...................-1-1— ...... - .......... definition or.._...._ ................ ........ I ...... ........ 1.37 delays ... 12.3 waiver of rights... ......... ....... 1511 Subcontractors —in general ... ................ ....... 6.8-6.11 Subcontracts --required provisions, ........ 5.11, 6 11, 11.43 Sub m trials — Applications for Payment� .... ...................... ..... 14.2 .Maintenance and operation Manuals, .... ..........14.12 Procedures.... _......._................. _.............I.. 6.25 Progress Schedules ...................................... 2-6.2.9 Samples 624-6.28 Schedule or values .....................................2.6. 14A Schedule of Shop Drawings and Samples Submissions .............................. 2,6. 2.8-2.9 Shop Dra%vinp ............. ........... — ...... 6,24-6.28 Substantial Completion — certification or ....... .................... 0,A) 2.3, 14,8-14 9 definition or .....................................................1.38 Substitute Construction Methods; or procedures ........ 6.72 Substitutes and "Or Equal" Items ........... 6.7 CONTRACTOWs Expense, ........ .. ENGINFER's Evaluation..........._ "Or -Equal" ............. .. ... 6.73A substitute construction Methods ViCDC'Ut-NERAL coNi:irriotsis i910-so9v) Lt)mom ,,, CITY Or FORT COLUNSMODITICA110M (REVV") Article or Paragraph N(mlber or procedures.............................................617.2 Substitute Items 6.7-1.1_ Subsurface and Physical Cotlditions-- Drawings of, in or relathg to. .... .................. 4.2.1.2 ENGINI'sER's Review.. I ..... 1. _.......... I -- .... _.... 2.4 general..........................._................................ 4.2 Limited Reliance by CONTRACTOR Authorized ..__._................._....--........-....422 Notice ol'Differing Subsurface or Physical Conditions,.,......._ ......................__... 4.2.3 Physical Conditions_ ... ..................... .._.......4.2.L2 Possible Contract Documents Change ,.,,,,, _,. .... 4 2.5 Possible Price and T im es Adjtlstm ents.... _..:-_ 410 Reports and Drawings.... ........ ..._,_._.... -..._....4.2.1 Subsurface and .............................................._... " Subsurface Conditions at the Site ..... ..._..42.1-1 Technical Data ............... ................................ �^ 2 Supervision-- CONTRACTOR's responsibility. ......... .. (') NP,'R shall not supervise ............................._. 8-9 F,NGfNEER shall not sup ervlse..............„9.Z 9,13' Superintendence ..................... „62 Superintendent. CONTR,ACTOR's resident,.,,,,, , __5.2 Supplemental costs.._ ................... 11.4.5 Supplementary Conditions - definition of .... ._...................................1.39 _........ principal references to,,I-...........1.10, 1.IS, 2.21 2.7, _.._-........... 2, 4.3, 5.1, 5.3, 5.4, 5:6.5 9, 5.11,6.8,6.13,7.4,8.11.9.3,9.10 Supplementing Contract Documents_ .......... ......... _,3.6 Supplier -- definition of ......... ................ ......... ___ .............. 1,40 principal references to ........ _33, 6.5, 6.8•G.11,.6.20, _.... __..................Ci.24, 9,13, 14.12 Waiver of Rights ... ............. 6.11 Surety-- c(nsent to final payment ........................14A2, 14A4 FNUTNEER has no duty to ....................... .........9,13 Notification of ........................... ......10.1. 10.5, 15.2 qualification of ............... . ... . . ................... .,..:5.1.5:3 Survival of Obligations,,,,,.,.,,,_ ...... 634 Suspend Work, OWNER May.. . ................ 4 ... 13.10, 15.1 Suspension of Wcxk. and Termination -„__,,,• .............15 CON'TtACTOR May Stop Work or Terminate . ....... ................... ................... J5.5 OWNtER Allay Suspend Work... _......................._I5.1 OWNER May Terminate ...... ................ ... 15.2-15.4 'faxes --Payment by CONTRACT'OR..........6-13 Technical Data -- Limited Reliance by CONTRACTOR ... - .......... 4.22 Possible Price -and Times Adjustments ......... .....A,2.6 Ropaxts of Differing Sulis irfaee and Physical Conditions ......... ....... ............ ..... 4.2.3 siv Iemporary construction facilities _.,..._4.1 Articic or Paragraph Numbr Term inat ion -- by CO'RACTOR - -- .. 15 5 by OWNER .......... .... ..._............. ...,,,F S, 15.1-15A ol'ENUINGER's employment. _ -_ .._ _.._ 8,2 Suspension of Work-in general....____,___,.,._.,__ 15 fernlsand Adjective$.,-.._..._................_..__...._..-.3.4 Tests and Inspections -- .access to the Work, by others _ _ _.. „_. „ . 13 2 CONI'RACTOR's responsihibtics......_ .............. 13.5 tz st of 13.4 covering Work prior to, ..... Laws and Regulations (or)_....._..__..._......,..,.. 13.5 Notice of Defects....-.._ .... ..........___..... _.13.I OWN." May Stop Work._....._... __...13,10 OWNMR's independent testing ..........................13.4 special, required by F NGINk^L k..__..... ._....._9.6 timely notice require(].... _............ _................... 13.4 Uncovering the Work. at ENGTNEER's request_.. _...-_.. 118-119 Timcs•- Adjusting .............. .............................................. 6.6 Change of Contract - ..._ 12 ..... .._. Computation of. _. �17.2 Contract Times --definition day 1.7 2.2 Milestones ........................._...- ..................... ....-12 Requirements -- appeals.... ... .. ...._. 9.10, 16 clarifications, claims and disputes _..._._..9.11.11.? 12 Commencement of Contract Times......-,,,,. „23 Preconstruction Conference w.S schedules .................................... . .2.6. 2.9, 6.6 Starting the Work .... ..... ...... _ ........................2.4 Title. Warranty of ........ 14.3 Uncovering Work. .............. ............... ...............13.5-13.9 Underground Facilities, Physical Conditions -- definition ol'................................_..................3.41 Not Shown cr Indicated ..................... _.......... 4.32 protection of............ 4.3, 6.20 Shown or Indicated..._ ........... ....... .......... ...... ..4.3.1 Unit Price Work -- claims .,.., _. ._....................1.19.3 definition of ......................... ........ .................... 1,42 general I L9, 14.1. 14.5 I3nit Prices-- genera1l1.3.1 Determination for,.,_,,,,..,__. Use of Premises _ _.................... _....- 6.16, 6.18. 630.2.4 Utility owners„ ........................ _ i.13, 6,20, 7.1-7.3, 13.2 Utilization. partial_... .... -.... _A.N, 5.15, 6.30.2.4, 14.10 Value of the Work .................................... ............... 11.3 Values. Schedule of ..... ............. ..........? 6, 25-29. 14.1 r IX' ci_,vt teat, CONDITIONS 1910-8i199a t_tirnoNa wr OTY of Fowr cou.ws MODIFICATIONS (REV 9/99) Variation,% in Work --Minor Authorized ............ _ _6 2s, 6.27. 9.5 Article or Riragrupb Number VisiCs to Site --by ENGINEER, ..... ...... ................ _... 9.2 river of Claims --on Final Payment__, I I_ . . 1 1 141 S mriver of Rights by insured parties.„ .. _ ......... J. 11, 6,11 Warranty and Guarantee, General --by COINTRUXCTOR., .. .... __ ... ........... .. .... ........ 630 Warranty of Title, CONTRACTOR!s_ ......... ...... 14.3 Work -- Access to ........... 2 byothers ............................................................... 7 Changes in the,_ ............... .... ......... ......... 10 Continuing the__ .... ........ .... .............. .. ..... 0,29 CONTRACTOR May Stop Work or Terminate ..... ...... ........ ....... _ ...... .. Coordination of ............... . .... .... __. _ ... ... ... 7A Cost of the,.. ............. ......................... )1.4-11.5 definition of ........... ........... ......... .... !A' , neglected by CONTRACTOR ...... .......... ...... 13,14 otherWork......__.. ••.....,...,.......... ............ ..... 3 OWNER May Stop Work .......... . ........ 13,10 OWNER May Suspend Work ......... .... j3.10,15.1 Related, Work at Site . .......................... ...... . _ 7.1-7.3 Starting the ............................ ............... ........... '(. .4 Stopping by CONTRACTOR ...................._........ 1,5.5 Stopping by OWNER...... •................ __ ...... 15.1-15.4 Variation and deviation authorized, minor ........ .. 3.6 Work Change Directive -- claims pursuant tQ ............................................ 30.2 definition of _ .......... ... ­­ ... .......... __ ... I.A4 principal references Iq ...................... 15.3, 10.1-10.1. Written Am endmrjit-- definition of ............................... ...... ___ ......... 1.45 principal references tq, ............. 1-10, 15, 5,10,15-12 ......... ............... �.6.2, 6-8.2, 10.4, .1 ..... I., ..... I ............ 11,7, 12.1, 14.72 Written Clarifications and Interpretations..................................3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR ...................... 10-9.11, ........ I . .... ....................... .... 10.4. 11.2 12.1 by OWNER 9,10-9 11, 104, 11.1 13,14 xv rjCIX'(' IFNMRAL MNIATIONS 1910.8 (1") EDI-nom w/ CITY (T FORT CCAIN'S MODIFICATTONNS (REV 9f99) (,This page left blank intenti(x)ally) rn F..JCUC: CE.NMAL COM)[TIONS 1910.8 (1990 IlWnON) w! MY OF FORT COI.LINS MODIFICAMNS (REV 91") GENERAL CONDITIONS ARTICLE 1--DI:FUNITiMM Wherevcr used in these General Conditions or in the otlmr Contract Documents the following terms have the meanings indicated which are applicable to both ale singular and plural thereof. 1.1. .addenda --Written or graphic instruments issued prior to the Wera ng of Birk which clarify. currmt 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 he used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting doctrmcritation as is required by the Contract Documents 1-4. rlsbe.rros--Arty material that contains more than one percent asbestos and is friable of is rely Asing asbestos fibers into the air above current action levels established by the United States Occupational Safety and licaldn Administration, 1.5. Bit —The offer or proposal of the bidder submitted on the prescribed fart setting forth the prices for the Work to be performed. 1.6- Bidding Doctmients-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 Reynirementr—The advertisement or invitation to Bid, instucWtis to bidders, and the Bid form. L8, Bondt-Perfornimice and Payment bonds and other instruments of security. 1.9. Change Otitis —A document recommended by I-NGTtNnEER, which is signed by CONTRACTOR and OWNER and authorizes an additiort deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time& issued on or alter the Effective Date of the Agreement 1.10, Contract Documents —The Agreement, Milenda (which pertain to the Contract Documents), CONN1T%XCT0R's Bid (including documentation accompanying the Bid and any post Did documentation submitted prior to the Notice of Award) when attached as an ashihit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions. the Supplementary Conditions, the Specifications and the Drawings as the EICDC OENERAL COINMIONs 1910-3 r 1990 Edition) cal CITYOFFORTCOLLMI MODaICADONSIREV 1,2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives. Field Orders and E.'v`GNEER's written interpretations and clarifications issued pursuant to paragraphs 3S, 3.6.1 laid 3.6.3 ur or after the Effective hme of dleAgreement. Shop Drawing suhnittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4 ^.1 and 4? 2 are not Contract Documents, 1.1 L Conuact Price —The moneys payable by OW\\ER to CONTRACTOR for completion of the Work in accordance with the Contract Ux)ctments as stated in the Agreement (subject to the provisions of paragraph 1 1.9.1 in the care of Unit Price Work). 1.1?. Controcl Times —The numbers of days or the dates stated in the Agreement: 6) to achieve Substantial Completion, and (n)to complete the Work so that it is ready for final payment as evidenced by hNGINEER's written recommendation of final payment in accordance with pamgrnph 14.13. 1.13, C0.V77?4 T0R--Thc person, firm or corporation with whom OWNER has entered into t1x Agreement 1.14. tkfecrire—An adjective which when modifying the word Work refers to Work Nit is unsotisfitetory, fitulty or deficient in that it does not conform to the Conuact 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 pxrtormed by CON IMNCTOR and which have been Prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings art not Drawings ns so defined. 1.16, Efecirve 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 panics to sign and deliver. 1 17. EtNGI,NEER—The person, firm or corporation named as such in the Agreement. 1.18. EN011YEER'5 Conau&ant--A person firm or corporation having a contract with ENGI NMER to furnish services as INGL\'RE-R's indeperident professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 119. Field Omer -A written order issued by ENGL\BER which orders minor chmy;es in the Work in a c rdancc with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 3.08 Disposal of Excess Excavation and Waste Materials and Special Requirements A. The Contractor shall dispose of all excess excavated material not required for fill on -site, as directed by the Engineer. B. The Contractor shall remove and be responsible for legally disposing of excess fill material not placed on -site, waste materials, trash and debris. C. The Contractor shall conduct all site grading operations and other construction activities to minimize erosion of site soil materials. He/she shall be responsible to maintain streets/public ROW daily by removing any spillage of dirt, rocks or debris from equipment entering or leaving the site. END OF SECTION City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 5 of 5 1 20 General ltayuiremants-Sections of Division I of the Specifications. 1 21, Hownlonv N'asie—The tern hazardous Waste stroll have The meaning provided in Section 1004 of the Solid Wa.,Ae Dispxxasl Act (42 USC Section 69t)33 as amended from time to time. l:2'_a. Laim and Regukitiuns; Lauw or Regulations --Any and all applicable laws. rules, rcgulatidm% ordinances. codes and orders of any and all governmental bates, agencies. authorities and courts having jurisdiction 22.b. Legal llal rkn,s--ilnall_ be tli sr holi ievs observed by the City of Fort CCollim. 1.23, Lem --Liens, charges, security interests or encumbrances upon real property nr personal property. 1.24, Afilesrnne--A principal event specified in. the Contract Documents relating to an intermediate completion date or time prior to 13uhiannal Completion of all the Work. 1.25. ,Notice of.Opordi A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions piccede t enumerated therein, within the time specified, OWNER will sign and deliver the. Agreement. 1,26. Vonre to proceed -A written notice given by OWNER to C:OMRACTOR (with a copy to F.NGMER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTORS obligations under the Contract Documents. 1,27. ORXER—The public body or authority. corporation, association, firm or person with whom CONTRACTOR i as entered into the Agreement and for whom the Work is to be provided 1.28, Facial Uhlizahon—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 ?9. PCBs-Polychlotimned biphenyls. 1,30. Petroleum --petroleum, including code oil or any fraction thereof which is liquid at standard conditions of tenil>L.ratuXe and pressun; (60 degrees Fahrenheit :alai 14.7 pounris per square Inch absululi), such as oil, peucleum, fuel oil oil sludge, oil refuse, gasoline, kerosene and oil mixed with other rim-1Lnzardous Wastes dirt chide oils. 131. Project —The total construction of wench 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. Ra &oacdve Afatenal—Source. special nuclear, or byproduct material as defaced by the Atomic Energy Act of EJCrC UM- RAt.CONtA"LIONS 191"(1990Editim) wl CITY OF FORT COLLI NS MODD ICATTONS (rLEV 4,2000) 1954 (42 LSC Section 2011 ei seq,) as mnenJed from time to time. 1.32.b. Radar 31'orlLing Hoiur_-Regplar workiy�hours are defined as 7.00am to 6 OChxn dudeas otherwise sNcified in the General Requirements 1,33. Resident Plect Representative —The autlav'ized representative of ENGINEER who may be assigped to the site or any part thereof. L34. Samples —Physical examples of materials. equipment, or workmanship that are reprewritntive of some portion of the Work and which establish the standards by which such portion of the Work will be judges 1.35. Strop Draultigs--All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or fur CONTRACTOR and aubnutted by CONTRACTOR to illustrate some portion of the Work. 1-36. Specifications—'I'hose porticos of the Contract lhxumemS 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 o0w Subcontractor for the perfomtance of a part of the Work at the site. 1.38, Substantial Completion --The Work (or a sIwified part there Q has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGiNEERs 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 firml payment as evidenced by ENGINF.ER's written recommendation of farad payment in accordance with paragraph 14.13. The terms "substantially complete" and *substantially completed, as applied to all or part of the Work refer to Substantial Completion thereof 1,39, Supplementary Coni tionr-Phc part of The Contract Documents which amends or supplements these GenmulCondition& 1.40. Suppher. A manufacturer, fabricator, supplier, distributor, matertalman or vendor having a directcontract with CONTRACTOR or with any Subcontractor to fttrnish materials or equipment to be incorporated in the Work by CONTRACT OR or any Subcontractor. IAA Undergrowid Facifitm—AIl 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 anv of the following services or materials, elkcmctty. Sales. ,team, liquid petroleum products telephone or other communications, cable tckvisiort, sewage and drainage removal, traffic or other control systems or water 1,42. Unit Price If ork-Work to he paid for on the Kalil of unit prices. 1.43. llbrk-=The entire completed construction or the various separately idenlifiable parts thereof required to he furnished tinder ilte• Contract Documents. Work includes and is die result of performing or furnishing labor and hamishing end incorporating materials and equipment into the construction, and performing or furnishing services and I'umishitx documents all its required by the Cortmict Documents. 1.44. li'ork Change Directive -A written directive to CONTRA("FOR. 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 he periflnned as provided in poragmilb-12 or 4.3 or to emergencies under paragraph6.23. A Work Change Directive will not change the Conmuct 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 if subsequently issued Change Order following negotiations by the parries as to its effect, if any, at the Contract price or Contract I"imes its provided in paragraph 10.2. 1.45. Wiitran .4merxbmarrt--A written amendment of the Contract Documents, signal by OWNTR and CONTRACTOR on or after the Effective Date of the Agreement and IRnmally dealing with the nonengincering or nontechrliatl rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2-PRELliNif\ARY 1fATTERS Defit•rry of Bonds: 2.1. When CONTRACTOR delivers fhe executed Agreements to OWNM. CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACI OR may be required to furnish in accordance with paragraph 5-1. Copies ofDMWMents, 2 2 OAMER shall furnish to CONTRACTOR up to ten copies (unless otherwise sp6fied 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. Cvmmencement of Contract Times; Notice toPrviceerl 2.3. The Contract Tinics will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EXI)C OENERAL CONpIT10N`i 1910-S (199a E�iriw ) w/ COY OF FORT COLLINS MOD11°I CATIONS (REV •1+70(X)) if n Notice to Procced is given. on the dev tridictted tit the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days ulletr the Effective Date of the :afire"caret--In--no-event-vv.ill-ahn-£twtr�ict- Tirnts ceatmeMe- tea"tort-later-than-the-si>itictFt.kty-allcY-tho-�ltty. of Bid opening�or the thirtieth day rafter theR leetive J-Date of the Agreement, whichever date is earlier. s"tarrittg 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 he done at the site prior to the date (in which the Contract Tunes camneriCe to run. Before vtarring Construction: 2"i. Before undertaking each part of the Work, CONTRACTOR shall carefully stud}and compere the Contract Documents and check and verify pertinent figures shown thereon and all appltctble Geld measurements. CONTRAc-rOR shall promptly report in writing to F..NGiNEER any conflict, error, ambiguity or discrepancy which CON,rlpm. TOR ,may discover and slxrll obtain a written interpretation or clarification from FNGTNF,FR before proceeding with an Work affected ihcrehy; however, CONTRA("rm shall not he liable to OWNER or ENG'€NFER for Failure to report any conflict, error, ambiguity or discrepancy in the Contract [Xxuments, unless CON"I-RACFOR knew or reasonably should have known thereof 2.6. Within ten days atter the Effective Datc of the Agrcement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 26.1 a preliminary progress schedule indicating the times (numbers of days or dates) fix starting and completing the various stages of fate Work, including any, ilmonesspecifiedinthe Contract Doumetits: 2 6?. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the tunes fix submitting, reviewing and processing such submittal: 62 1In no, case will„a xahee�ule be accepable wlttch__allo�-lei than ?I caletalar olays for each review by En veer, 2.6.3. A preliminary schedule of values for all of the Work which will include quantities am] 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, COiurRACI'OR and-E>vi3 shall eaeh deliver to the othiff O—WNE with copies to ash-8ddttirtnal-itMtrrd adenlifiwd-irl the Suppfement�;•1-;in +R,�t...._- ENCiNFER certificates of insurance (and other evidence of inaaance vvhioht-either—erf-+hrart-ar -zero-aclCli6>tarwl-instved--mery reasonaW�, -request requested-._ety-OWV> R-) which CONTRACTOR andl->44,3JiR-respeetriere is required to purchase and maintain in accordance with paragraphs 5.4_-5.6 and-+7. I'reconsiraction Conference. 2.8. Within twenty days after the Contrucl']'lines start to non, but before any Work at thu site is stalled, a conference attended by CONTRACTOR, ENGINEER and other, as appropriate will he held to establish a working understanding among die parties as to die Work acid 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. iniddly.4ccepmhle Schedules: 2.9 firtlms otherwise provided in. the Contract Documents, ft"eft*4en days before sukxna9it>rrefi the fact Application -for --Payment - ore any work at the site ixieinc a conference attended by CONTRACTOR, ENGINEER and others as atedesign coed fry ()�YNFR will he held to review or acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. ?�a� �ixiivl>--ma�xAot� 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 ENGTNEF.R as provided below. The progress schedule will tx- acceptable to ENGINEER as providing an orderly progression of the Work to completion within arty specified Milestones and the Contract Times. but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Word: 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 ir"NGINEER as to form and substance. ARTICJ,E 3-COPfRAC1' DOCUMENTS: INTENT, AMENDING, RELTSE 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 EJCDCOENMAL COND111ONS 1910.8 (1990 Edtkn) w/ CITY OF FORT COLUNS MODN1CKr1OA'S (RhN 42000) dea:ribe a twn.tiwtally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reaxxutbly be inferred from the Contract Da:umems of. from prevailing custom or trade usage as lxing required to ` produce the intended result will be furnished and performed whether or not specifically celled for. When words of pivarc's which have a well-known leclm)cal lr eonstruction industry or trade meaning are used to dmnbe Work, materials or equipment. such work or '• phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract _ voeuments shall be issued 1x• ENGiNkiF,R as provided in paragraph 9A. 3.3. Reference to .Standards and .Specifications of Technical Stxveties 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 Regulationo, of any _ govemnienud authority, whether such reference he specific or by implication, shall mean the latest standard, spccifao:atlm manual, code or I.a%s or - Regulutions in effect at the time of opening of Bids (or, on the Effective Date of the Agreement of there were _ no Bids), except as inay be otherwise specifically stated in the Contract Documents. 3.3.2. IC 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 cc & or of any _ ituWction of any Supplier referred to in p asigraph 6.5. CONTRACTOR shrill re}nn it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (Meet in all 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 }xiwever, that CONTRACTOR shall not be liable to OIVNfR 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 staled in the Cordtact 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 riot specifically incorporated by reference in the Contract Documents); or 3.3.3.2 the provisions of any such Lams or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision orally such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of (YANFR..coNTRX.-1-DR or ENUINF,'ER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be elective to assign to OWNI3R, FNGINFF.R or any of EVGIN-EER's Consultants, agents or employees an}- dun- or authority to supervise or direct the furnishing or pee6miance or tiiv 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 a, Whenever in tie Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or tine 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 ENGTNFL'R as to the Work, it is intended dust 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 coiittormance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Tkxuments (unless there is a specific statement indicating otherwise). The use of any suehterm or adjective .-hall not be effective to assign to ENGINEER arty duq, or authority to supervise or direct the famishing 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. lmendfng and SWplemenring Contrail Documents. 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to mollify the terns 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()E\M-NL CONLUAONS 191" (t 990 EdttimI wJ CITY OF FORT COLUM MODIFI CA110NS dU:V 471000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 36. In addition the requiretnenis of the Contract Documents may he supplemented, and minor variations - and deviations in the Work may be authormd, in me or more of the hollowing ways 3.6.1. A Fiend Coder (pursuant to paragraph 9.5), 3.6.2- ENGLN-EER's approval of a Slop Drawing or Sample (pursuant to paragraphs 6.26 and o:_Tj, or 3.6.3. EN GENT,ERs written interpretation or clarification (ptimuant to paragraph 9.4) Reuse ojDocuments: 3.7. CONfR\CTOR and any Subcontractor or Supjilier or other person or organ ration performen$ or furnishing any of the Work under a direct or indirect contract with 0WNER (i) shall nit have or acquire any title to or ownershi rights in airy of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or hearing the sea) of ENGINEER or F.NGiNF.ER'.s Consultant. and (it) shall not reuse any of such Drawings, Specifications, ot6r documents or copies on catensions of the project or any other project without written cotrsent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4--AVAILABILIT'i OF LANDS; SMISURFACE AND PHYSICAL COtD111ONS; REFFRFNCF. i'OI1'TS Avwilabft- of Undr; 4,1. OWNER shall iurni. h 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 Lponreasotaklawritterrrejuu k t-y W t"`lRR-Shall"f�kt[m'.ilk-f+t:3k t7��4�OR�ilh-e-CDITi'8f statement-ol-rzcorcl-legal-title-and ll-description e€tha larxI -upon--which--the-1 eak-is-its-Abe-performed-and OW NF.R's-interest-thereirt--ea-netriy -fair glair g riskier of-ot-li{it>e-a-tnaFFa»vt.'s--1teR--ogeins�-sash--Ititidy-in OWNER shall identify any encumbrances to restrictions not of general application but specifically related to use of lanais so furnished with which CONTRACTOR will have to comply in performing the Wort:.. Easements for permanent structures or perrnancril changes in existing facilities will be obtained and paid for by OWNER unless otherwise provided in the Contract Documents. If CONTRACTOR anti OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Rice 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. CONI•RACfOR shall providde 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 Phynieal Conditions: 4.21, Reports and Drawings: Reference is made to the Supplementary Conditions for identification of 4.11.1. Subsurface Conrhfiems. Those reports of explorations and tests of subsurface coalitions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Dcx:tumcrtts, and 42.1.2. Physical Contlitions: 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 Contact Documents. 412, Limited Reliance ky COArMCTOR Auiho ize t Ted»ucal 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 clans" 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 EtNGINEER's Consultants with respect to 422,1. the completeness of such reports and drawings fir CONTRACTOR'S purposes, including, but not limited to, any aspects eft' the meanns, methods, techniques, stxpucnces and procedures of construction to be employed by CONTRACTOR :and safety precautions and programs incident thereto, or 4.2.2.1 other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 42.23.. tiny CONTRACTOR interpretation of or conclusion drawn front any "technical data" or any such data, interpretations, opinions or an 42.3. Notice of Differing Subsurface or Physical Coma iorns: If CONTRACTOR believes that any stab mrfuLe or physical cordition at or contiguous to the site that is uncovered or revealed either: 4.23.1. is of such a nature as to establish that any "tedinicad data" on which CONTRACTOR is entitled to rely as provided in paragraphs 42.1 and 4 ?:2 is materially inaccurate, or 4.2.3.2. is of such a none as to require a change in the Contract Doccumcnts, or 4.2_3.3. differs materially from that shown or ER'DC t71:'NEXAL CONDI110M 191 e-$(1990 E&UMI) wl C11T OF FORT COI.LINS MODn7CA110NS ik"' 412000) indicated in the Contract Dcxutnernts. or 4.2.3.4. is of an unusual mature. anti differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the chamcter provided for in the Contract Documents; then CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing tray Work in connection therewith (except in an emergency as permitted by rmgraph623), notify OWNER and ENGINEER in wntmg abwtr such condition. CON r RAf:TOR shall not finrther disturb such conditions or perform An).r Work in connection therewith (except as aforesaid) until receipt of written order to do so 314. ENGIh2ER's Re0eet: ENGINEER will promptly review the pertinent conditions, determine the necessity of OW NI ER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENG[NEFR'S findings and conclusions. 4.2.5. Possible Contract Documents Change: It' i;NCi.INEI R 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. Possibla Price and Tnnes .441IShnenus: An equitable adjusanent in the Contract Rice or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes in increase or decrease in CONTRACTOR'S cost of, or time required for performance ol; 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 t.:l through a 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 gf nor a condition precedent to entitlement to any suer adjustment 4-2.6.3. with respect to Work that is paid for on a Unit Rice 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; cr 4.'_.6.?.^_. the existence of such condition could reasonably have been discovered or revealed as n result of anv examination. investigation, cxploratiom, test or stucfi, of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be concluLUd by or for COlvTRA("fOR prior to CO1ti ITtAC'TOR's making such final crnmnitmenC or 4.2.6.4.3. COiNaRACfOR failedto ewe the written notiec within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR me unable to azrm 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 nx provided in Articles 1 I and 17' However, OWNER, 4NCIINEERand FN1G[NEI,,R's Consultants shall nor be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or ui connection with any other project or anticipated project. 4.3. Physical Conifi urns—I=nderground Facilities: 4.3.1. VioArr or lnc£coteci: The information and data shown or indicated in the Contact I7oe_mniarts with respect to existing Underground Facilities at or contiguous to the site is based not information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions_ 4.3.1.1. OWNER and ENGINEER shall not be respons ble for the accuracy or completeness of any such information or data; and 4 3.1 The cost of all of the fiAlowing will be included in the Coutract Price and CONTRACTOR shall have full responsibility tor: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shmvn or indicated in the Contract Do cunhents,(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 lndicaled• 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 immediate] after becoming award thereof and before further disturbing conditions affected thereby or rrform ing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identifv the owner of such Underground Facility and EXI)C OENERAL CONDMONS 1910-S i 1990 Edrim) x'/ CI Y OF FORT CY1LL1 NS h1011IEICA?IO?�5 (ItEy 1POati) give written notice to that owner and to OWNER and ENGINEER. lENGTINMER will promptly review the Underground Facility and determine the extent. if any, to Which a change is required in the Contract Documents to reflect aril document the consequences of the existence of the Underground Faciliry If INIGINEER concludes that a clainge in the Contract Lkx:uments is requiral, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. I)uring such time. CONTRACTOR shall be responsible Cur Elie safety and protection of such Underground Facilin, as provided in paragmph 6 _tl CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Time or b0h, to the extent that they are attributable to the existence of any Underground'Facility that was not shown or indicated in the Contract Docunents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have antic rated 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 U and 12. Flcnvever, OWTNiF,R, ENGINF;F,R and FNGiNEF.R's Consultants shall not he liable to CONTRACTOR for any claims, costs, losses or damages incurred u sustained by CONTRACTOR on or in connecion with any other project or anticipated project.. Reference Poirus:• 4.4. OWN)R shall provide engineering surveys to establish reference points for construction which in ENGME-EXs judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shalt protect and preserve the established reference pouhts and shall make no changes or relocations without the prior written approw.ti of OWNER. CONTRACTOR shall report to i^_NGINEER whenever any reference point is lost or destroyed or requires relocation because of necessity chnnges in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel, 4L& Asbestos, I'M, Petroleum, Hazardous ll asie or IUrrlioactive !1/ateriah 4.5.1. OWNER shall be responsible for anv .Asbestos, PCB,, 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 expdx;ed 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. 4,5.2: CONfRAG1'OR shall immediately: O stop all �Yt�rli-incta+rxf=ti+m-wtth- ,tic'krha;n+rdfxts-f;+arxtitierrrn+xl in-fKly ibex-etTnst+n} kherxb} %'mot + t+N+ emerge lcF as---r�Klttira+l.-L>t;..--Ittv++gn+ph-fr �3}---end--{i i)tx>f+fy r=aUtWI_=R-t»d-Isti4iliv}s6R-(nrK}-t#3rrc+tier +<n€uan such notice. in-writingy OW'NKR stall prmlpily aamult with FINGIiINERR concerning the necessity for OWNER, toretain -a-qualified exN11 to evaluate such hxa+rdu+x a ndiu++rt�r-take-earrawtivn ae+ion;-if-anv, ('C>N'1LAC4 ORtshall not be required tcresume Work th.uc�+tleciiesrrwitt+sushlnrtr+rcle+ncfmlxic"r+ww...inany .��i'.r�T;r-hay-t�+ta+i+led any required -permits relatedtheretoand delivered to 6E7}3T-Rt�fi'3-4>la�iak-writuen-+lutifly={}}spry+fiti++g that sueh enriditi+m and any.nifectedarea is or 4v+s been i.5.;. -} afteF veeeipt of suehr+tien-nf�uaa f:AAiTRAG OR-does-not-ague-ter-resuma-vx:h-work bEksed-um•+rt�escrnrbla-belie€-it- is-uetsafe.-err-cloes-xcx C:3flfi1f19R�-allarf�±Ui�+.�ii)f+y-f1rSI2FSaE-h-}70rt-10n-ill the-Wcx ifh-st>EMkn�frdous eenditteri-ef in oeh affeetedflelc f} frara agree es taentitlemem the amount -or estan,of an des iota-cvi�tha�ori�-4hrlt e;dter-peaty-may-make-e elasftrthrrrta-as-prowifkd-in �4 partio"t -the-Work-}+erfeamed-by--OW;-:>rRs -own Aore. son fail s,n acaoraatice-w,ihY�rtwle 7- }:?-4 -Ter tltr ltiUe3t a to nt--parmitte l by -haws -and Rrg+rlatiort9 O;rIA}fiR--slal}_.'iralennity_-.and ---hold lrrralasr--•--fA?"IT�aGTOik_--- ;5t+lwo+tmators; �.lG :ftatsultams-entl--thr e1Ti6dttsc--diraators.---emplaayar�----ogents= __...ether cunsultartls and-� of --each land--any-of own reghgence: '.-`t-:�,-�hr-grevistexs-t-+p€fxa+grupl'>s-4'�-xnd--i:3-afr ti3�-petrolewtl; err-revea}ed-etthesite: EK'LIC CIENERAL CONDI'r10K41910.3 (1990 Echtimn wl CI YOFFORTC•OLL1N5MODIFICA'tION3(KFiV412,) a) ARTICLE s--BONDS:tti01:vSci?jtiNC> Pnjarnwncr, Pgpwent oral Otter I3anrlr. 5.1. CONTI AC'}OR shall furnish Performance and Pavment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTk,%CTCWs obligations under the Contract Documents. These Bonds shall remain in effect at least unul one year after the date when foal payment hx:omes due, esceN as provided otherwise by Laws or Regulations or by the Contract Documents. CONWRAM'OR shall also famish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be inthe f'wm prescribed by the Contract Documents except as provided otherwise by Laws tr 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 (amend4 by the Audit Staff, Bureau of Government Financial Operations, U.S.Treasury Department. All Bonds signed by an agent must he accompanied by it certified copy of such ugem's authority to act. 5.2. If the surety on any Bond furnished by WNI R.4t7TOR is declared a bankrupt or becomes insolvent or is 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. I.lcensed Sureties and Insurers; Certificates ttf Insurance: 5.3-1. A11 Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shrill be obtained front surety, or insurance companies that are duly licensed or nuthorind in the junsdlction in which the project is located to issue Bonds of insurance policies for the limits and coverages so required Such surety and insurance companies shall also meet such addition.•tl requirements and qualiftatitms us 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 evidcn ce of insurance requested by Ok%rl,M'R or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. 9WiiIFs[t-4m11 odditiuxti}- insured -identified 4n-tlro-Su ementa y (=oat}itit+rxur-saHilie.:aa-9=-;=� Iti3E 'c�IF6T6 nr r COMRrt(TOR'.c Liability In.urrance: 4. CONTRACTOR shall purchase and maintain such liability and 'other insurance as is appropriate for the Mork heir` performed and furnished and as will provide protection from claims set forth below which may arise out of or result from performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACToli, any Subcontractor or Supplier, or by anyone directly or indirectly employed tn• any of then to perform or furnish any of the Work, or by anyone for whose acts any of dretn may be liable: 5.4.1. claims under workers compensation disability benefits and other similar employee hcnefit acts; 5.42. claims for damages because of bodily injury, m-cupratnaial sickness or disease, or death of CONTRAC-FOR's employees; 5.43claims for damages because of htxhily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 44--cUrinis-fix damnget aarvsured--by.._evrst.rnnry pens r...... etrytitbility ecwerage�ielrare-sustained: - forge-tlireetly-ur ind reaaa reitxed-lo tha employment -cif -such f crscav by E'1�P7'I-1�ACT - fFr-atw a+lher rcrtsorr; 5.4.5claims to damages other than to the Work itself because of injury to or destruction of taittrible property wherever located including loss of use resulting therefrom; and 3A 6. claims for damages because of bodily injury or death of any person or lropelty damage arising out of the avnership, 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 im-unmce required by paragraphs 5.4.3 through 5.4.6 inclusive and 5A.9, include as additional insureds (subject to any customary excImion in respect of professional liability), OWNER, ENGINEER, eIGiNEER's Consultants and any other persons or emities identified in the Supplementary Conclitivris, all of whom shall be listed as idditionil insureds, and include coverage for the respective offi=s 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 Corulitions or required by Laws or Regu larions, whichever is greater, 5.4.9. include canpleted operations instimnce; EJCI)C OENERAL CONDIll ON5191 os (19'la E(ktim) w% CII'Y O[ FORI' COLLINS MOI)If1C'AIIONS (REV a!2(i(a)) 5.4.10. include contractual liability insurance covering CONTRACTOR's intkmnih' obligations under paragraphs 6.12. 6_16 and 6. 31 through 6 31 5.4.11. contain a provision or endorsement 0-ot the coverage afforded will not K. cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNT,R and CON] 'RA( ''I'OR and to each other additional insured identified in the Supplementary ('onditions to nahorn a certificate of insurance has been issued (and the certificates of insurance.. furnished by the CONTRACTOR pursuant lu p aragraprli 5.32 will so provide). 5.4.12. remain in effect at least until final payment and at all times thereafter when CON'riw, rOR may be correcting. removing or replacing rkfecrir'e Work in accordance with paravrnph 13.1 and 5.4.13.. with respect to completed operntions insurance, and any insurance evn•erage written on a claims -made basis, remain in effect for at least two years alter final payment (and CONTRACTOR shall furnish MINTER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNTER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OTY ER'sDabifiryInsurance: 5.5, In addition to insurance required to be provided by CONTRACTOR under p ragriph 5.Q OWNER. at OWNER's option, may purchase and maintain at ORn1LR's expense M-WER's avn Lability insurance as will protect OWNER against claims which may acre from operations under the Contract Documents. Propergrinsurance. 5,&-----Unlet otlirwise- provided -inthe -Supplementary G'<�liticrts---f?W �i`IFiR--shall..-.ptuelanse.--oral--muwtain pre+petty-utsuranertyittn-tltaW+)Fk-atil "ite-in-lhe-amtwat of--tha--full replteantstt—c�vsa-.flare E (suljeet--to-such deductible--amounts-cis-may.--ba-providad-- in ---the Supplementary--Conditienr-or- required _.by -Lawn- and Regulations). -This, intairance-shall; 5 -Ir--include---.die--interests-wf=-OWNERE 6 PA(49R; subaeiatf000rs—Ep+GNEEf, } iCiI ERs E'anrsultunls utacl-o-ny-otter-prrst+ns-w entities-idertifred-in-the-Supp}ememnr-y-Gnrditiurvs; each of-whonris-deemed to have-arrimurable-interest and shall -be listed as an4nsuretl cx additional -insured; -Ix-written-m--ti-Buildet's-Risk-"-all--risk"-ur t en pat4l eFspasial tYsuses of lass pt!'toy kxm-thut shall et leasf tnaltxla ins aaawa-foe-•physiciil-loss e r r_ t. ai sae -lei the-:Vorle', EeRtpa>rtryFtwi • s-...�.x::irr� £aril ±i or} iPrastt artd^slial6 ila--aa4k3+.ving--giertls=-Eire;-lightnirt,,,---extended coverage. thell, vandalism anti -malicious --mischief, -5,63. include e.Kpen.w3 incurr;�d-in-the-repaif--or =11, architftb} 544-�'A and NUIPM efil; elated '+"hO sit or, at anither location -that -wag; tgrW-in-whting-IIY GAProvidedW lk-pik+-t�4eiiim- ii - aiw-j in. the Wo law suehjmw4als and equiptnent -have-been mi -NIA.4.1 and -in-effeet- 45%Wd- And MAAWA fy-�� I—T the ;rA"- of eAeh-4WhM isfftYm$flwba,4. -, Bn 3-8 — }CIF rlsapei charted kwaewwal- written- permigraph44-1- 5.9. OXVNTns Z shag not be responsible for purchasing and -maintaining any property insurance to protect the interests of CONTRACTOR. SubwntraicUs or others in H 'hat AFS -fisk-d UthOES SQffWiFe Amg tsvcfhtffw,and �i"tw--=F-thsw- Teaia���Iwjed in the mr:,j,- '7ZZ'��nee; arA the a" -6-jimumt-ehaEged to Cto - 0ww--Qr4ff —,V�::r4en- . �Ondnt: -1�1;� EJCDCO&NERALCONUTIOM 191" (1990fidti0i) 1n w/ CITY OF FORT COLONS MODIFICATIONS (RL-v 412WO) winmencement of the Wo&ot the site. OWNERshall-in writ sm,;kWver- ,f mgw S.ILL OINWER and CONTRACT(A intend that nil E>oficies purchased in acc"dance with paragraphs ik Subcontractcw5w -ENGINE'EiR HINGINEFK5 and CONT4APTOR eutrof=t� fefflffl.-H'I- Hoo' in— ft"Iter," be limed as A 'i""Im wmodef Gies far rhrahtave di ISMEA "4 we tatill �=dwd 49 =149 9*t- in PER wawes--a17�-Fotg am-4 4ow- extemcling beyattd--direst--1}ty�sitxtE--fear.--err--c7a+n+age --act ari5itig out of they—ea"Wed Silt Of OF tt�tdtir�g-itonr.Fira- vend daring-••-•.partial—attt}ix�ttiorr—pt�tant-•— to HMFNNO Plan--- t1iieteof by QVNER pwsimt t&V%mWa0A4-lX ed by QW� am to the e&et that II"ICV=I less, demov 0 111 0 e -a�ia)-J[ws the insinws will have M- 140" recovery... against -arty -of CONTRAC-fOR, Sulmcaitractors, 1�'_>3C+Il�F��;�-IN�F6:113R"tiR=s-E-;cxts�ahmtts-�tl-t{x-ft}lic�rs: clirtwtors-employeesaecka�rrxs-af ea}td'yhntrr: Receipt an Application of InAwranc'e Proceed&: 5.12. Any insured loss under the policies of insurance required by pameraphs 5.6 and 5 7 will be x1justed with GiWi N R and made payable W 0WNUZ us fiducutry for the insureds, as their interests may appear, subject to de requirements of any, applicable morteaee shush• and of paragraph 5.13. OWNER shall dcporsil in a sep late account etas' money so received, and shall distributeit in accordance with such agreement as the patties in interest may reach If no other special agreement is reached the damaged Work shall he repaired or replaced, the moncys so reoeived applied on account thereof and the Work and the cost thereof cm-crod 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 objc-t in writing within fifteen days after the occurrence of loss to OWNF'.R's escrcise of this power, If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach if no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers and; -'i.r--r � ti:-,env-taartp._i.a iritei,est-Csi.�-;: *;yp,-ss xla;; -shall-.give _-hand--for -the psapet-peFttarnrante­of succh-duties. 4eceptance tjf Bonek and Insurance; Option to Replace 5.14. If CA�FRj OWNER has any objection to the cMc ge atlbrded by or other provisions of the Boris -ix insurance requited to be purchased and maintained by the rtv CC?N ITR&CTt7R in accordance vtith Article 5 on the JVases of ntmconfomiance with the Contract Documents, the in writ] with the cerulicates 2.7. -fine-4'>onireet Partial Chtti;lrtion-Property Insurance: 5.15, If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EA1Xi t3ENEWtL CUND1T1C)NS 191 a-S r1990ECtiomi w/ C17'Y OF FORT Ct1LL1N5,M0D1F1C M0NS IRt:'y 4P otNn Completion of all the Rork. such use or occupmicy may be accomplished in accordance with phmgraph 14.1Q provided that no such use or occupancy shall commence More the insurers proyitling the property insurance have acktxnvledgecl notice thereof and in writing effected any chances in coverage necessitated thereby. 'the insurers providing the property insurance shall consent by endorsement on the policy or policies, but the prvpvrry insurance shall not be cancelled or permitted to lapse on account of any such partial u.w or occupancy. ARTICLE 6-CONTRACTOR'S RFSPONSIBILiTIF.S Supenision and.5uperintendence: 6.1. CONTRACTOR shall supacrvise, inspect and direct the Work competently and efficiently, devoting such attention theretp and applying such skills and expertise as may he nFccssary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall he solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not he raywnsihle for the negligence of others in the design or specification of a specific nears, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract locuments. CCl;4TRACTOR shall be respore;ible to we 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. kept trader 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 i(given to CONTRACTOR, Labor, aMrials and Equipment: 63. CONTRACTOR shall provide competent, suitably qualified personnel to survev, lay out and coristrlict 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 ror the safety Cr protection of persrom 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 O1W'NER's written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no_letis than $tinurs_ in advance of anv Work to be Informed on Saturday Sunday Holidays or outside the Reeular Working Hot" DIVISION 2 SECTION 02221 —TRENCHING, BACKFILLING, AND COMPACTION PART 1-GENERAL 1.01 Scope Furnish all tabor, materials, and equipment, and perform all operations to complete trenching, including excavation, subgrade preparation, drainage, filter fabric installation, bedding, backfilling, compacting, and finish grading for underground pipelines, service lines, sleeving, and appurtenances as shown on the drawings and as specified herein. 1.02 Related Work A. Section 02200 — Earthwork and Grading. B. Section 02520 —Portland Cement Concrete Paving, C. Section 02601 —Manholes. D. Section 16000 — General Electrical. 1.03 Protection A. Obtain utility locations before commencing work. Protect all existing underground utilities, above ground structures or plantings, or repair to original condition. PART 2 MATERIALS: 2.01 Trench Backfill Material A. Trench excavation or imported material free from frozen material, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and rocks or stones greater than 2 inches in any dimension. 2.02 Other A. Bedding, piping, filter fabric, and other materials specified on the drawings and in related sections. PART 3 EXECUTION 3.01 Preparation A. Remove and stockpile topsoil from areas to be disturbed by construction. Keep topsoil segregated from non -organic trench excavation materials and debris. 3.02 Trenching A. Excavate trenches by open cut methods. Segregate suitable backfill. Rough trench excavation will leave trench with uniform width and vertical sidewalls from an elevation one foot above the top of installed pipe to the bottom of pipe. B. Minimum trench width will provide 6 inch space between pipe wall and side of trench. Maximum trench width will be shown on the drawings or in the appropriate pipeline section. If not specified elsewhere the maximum trench width is the pipe O.D. plus 20 inches. City of Fort Collins Section 02221 — Trenching, Backfilling and Compacting Park Planning & Development Division Page 1 of 2 6.4 1Jndcss otherwise specified in The General wntains or is followed by worsts reading that no like, Requirements, CONTRACTOR shall funish and assume equivalent or "or -equal" item or no substitution is full responsibility for all materials, equipment, labor, pemtitted, other items of material or equipment or traniporialion. construction equipment and machinery, material or equipment of other Suppliers may be, tools, appliances. fuel, power. light. heat, telephone, water. accepted by ENGINEER uoler the fullowing� sanitary ricilities, temporary facilities and all other airtn m lances facilities and incidentals necessary for the furnishing, Performance. testing andcomplevonoftheIS'ork. G.7.1.I 'Y)i-Equal". 11 in G\Gi-NEER's sole discretion an item of material or equipment �,9.:1,__ Wntntsipa Restrictions' 1C1'OR proposed by CONfRAC'fOR is functionsih' . must comph_with the CiN's pure ng_rehrictions equal to that and sufficiently similar tit that cppy (thr resolutions are ar n able for review tit the no charge in related Work will be required, it may _ offices of the Purchasing. and Risk Iclanagemat be considered by F.N0lNl;tiN m an "orcTal" QL� v,ivnyr the Cites Clerk's oliice item, in which case review and approval of the Proposed item may, in ENGINF;ER's sole 6.4_2Cement Restrictions: City of Fort Collins discretion, be accomplished without compliance Resolution 91-121 requyes that suppliers d2roduoers with some or all of the requirements for of ccmrM.or_produc_tss9n1g1mM cement to certtfv that acceptance of proposed substitute items. the cement wzs not mark in cement kilns that bum 6.7.1 ^. Substihife Items.: if in ENGLN -EWs sole hazardous_ waste as a fuel.. discretion an item of material or equipment proposed by CONTRACTOR does not qualify as 6.5 All materials and equipment shall be of good an "or -equal" item under subparagraph 6.7.1.1, it _ quality and new, except as otherwise provided in the will be considered a proposed substitute items. Contract Documents. All warranties and guarantees CONTRACTOR shall submit sufficient specifically called for by the Specifications shall expressly information as provided below to allow run to the benefit of 01ANER. if required by ENGINEER, F.NGINEF.R to determine that the item of mawrial CONI'R.4CI-OR shall furnish satisfactory evidence or equipment proposed is essentially equivalent to (including reports of required testa) as to the kind and flat named and an acceptable substitute therefor, quality of materials and equipment All materials and The procedure for review by the ENGINEER will equibmrent shall be applied,installed, cotmected, erected, include the following as supplemental in the used, cleaned and conditioned in accordance with General Requirements and as ENGINEER may instructions of the applicable Supplier, except as otherwise decide is appropriate under the circumstances. _ provided in the Contract Documents. Requests for review of p roposcd substitute items of material or equipment will not be accepted by PmgrevsSchedule., ENGINEER from anyone other than CONTPU\CTOR- If CONTRACTOR wishes to 6,6. CONTRACTOR shall adhere to the progress furnish or use a substitute item of material or _ schedule established in accordance with paragraph29 as it equipment CONTRACTOR shall first make may be adjusted from time to time asprovided below: written application to ENGIIN=—E for acceptance thereof, certifying that the proposed substitute will 6.6.1. CONTRACTOR shall submit to ENGINEER perform adequately the functions and achieve the for acceptance (to the extent indicated in results called for by the general deli- l be similar paragraph 2.9) proposed adjustments in the progress in substance to dot specified and be suited to the schedule that will uct change the Contract Times (or shame use as that specifed. The application will Rfnlestoiics). Such a4ustmem will inform generally state the extent, if any, to which the evaluation to the progress schedule then in effect and additionally and acceptance or the proposed substitute will will comply with any provisions of the General prejudice CONNTR.ACToWs achievement of Requirements applicable thereto Substarmial Completion of time. whether or not acceptance of the substitute for use in the Work 6.62, Proposed adjustments in the progress schedule will require a change in any of the Contract that will change the Contract Times (or Mtlesto nes) Documents (or in the provisions of any other shall be submitted in accordance with the requirements direct contract with OWNER for work on the _. of paragraph 12.1. Such adjusurients may only be Project) to adapt the design to the proposed made by a Change Order or Written Amendment in substitute and whether or not incorporation or use accordan:ewith Article 12 of the substitute in connection with the Work is subject to payment of any license fee or royalty. 6.7, Substitutesamd "Or -Equal" 11e111s: All variations of the proposed substitute from that specified will be identified in the application and 6.7.1. Whenever an item of material or equipment is available maintenance, repair and replucement specified or described in the Contract Documents by service will be indicated The application will using the name of a Proprietary item or the name of a Supplier, the specification or description is also contain an itemized estimate of all carts o credits that will result directly or indirectly from particular intended to establish the type, ftriction and quality _ acceptance of such substitute, aheluding costs of required. Unless the specification or description redesign and claims of other contractors affected MI)C GENERAL CONLATIOM 1910.8 (1990 Utim) 12iviCITY err•tearCOLUNsMODRICKMNS(REV hoo0) by the resoihine change_ ah of whicdl Will ix CONTRACTOR shrill perform. not less than ?U considered by [iNGI?vL•liR in evaluating the percent iJ:tfae }Lcxli_as�th�its_own fartiee (thil_jss proposed substitute. ENGINEER may require without s-ubcontnicting . The 20 e�rcent requirement CONTRACTOR to furnish additional data abota hall br under tcx l to refer to the Rork the v, hxqf the proposed substitute. which totals not less than 20 txrcera of the C'onuaci Price. 6.7.1.3. COMNUCTOR's Expense: All data to be _-__._.. provided In, CONTRACTOR in support of any G.B.^_. if dhe Supplementary --C "editions Pickling proposed "or -equal" or substitute item Will be al Docum<nts require the identity of certain C3NIR.ACI'OR's expense. Subcontractors. Suppliers or other persons or organiznuoria (including those who are to furnish the 6,7.2. S'ubsunne Commotion Methods or principal items of materials or equipment) to be Proc,uhims: Ifa specific means. method, technique, submitted to OWNER lea-adve>ice-oEihe-specified sequence or proccdtu a of construction is shown or date prior to die Effective Dale of the Agreement for indicated in and expressly required by the Contract acceptance by OWNER and ENGfNFF.R,-and-if Documents, CONTRA(70R may furnish or utilize a substitute means, method. technique, sequence or ft eFdtneq� #te filamentary-Fhrtditiertr, procedure of construction acceptable to ENGINEER- 01MER's or ENGINEER's acceptance (either in CONTRACTOR shall submit sufficient inform ition to tvriti or by failing to make written objection thereto • allow i IGINEER in EN(IINEER's sole discretion, to by the date indicated fox acceptance or objection in determine that the substitute proposed is equivalent to the bidding documents or the Contract Documents) of that expressly called for by the Contract Documents. any sticH��'.ubcontrae�nrIiyl}atier-4W-91her-per5anax The procedure for review by ENGINEER will be ett'Ranii*tian-i idenEi#ied-may-ba-mvoked-carv-the sumfilar to that provided in subparngmph 6.7.1.2. lx(sis_ai=-reasc»tabla-atyeetiorr eF1eF data-im'asri�tion; fir+-avha<4a-fast-(<:E'3N-TR 1£r+flR--shall-su init-an 6.7.3. Engineet'.v Evaluation: ENGT1viiF.R will he aeelw L-suti9titu[e tlte-FgrttracF-Rfiee--wiH -lx allowed a reasonable time within which to evaluate carat proposal or submittal made pursuant to such--substitution-anad-$n-epptopriata-C,lirutga-FJrckr paragraphs 6.7 12 and 6 7. , f NGINEER will be the will -be -is aaea -or -tS ritterr t5rntndmerd-Signer{ will sole judge of acceptability. No "or -equal" or oorcc uale a conditim of the Contract rgquirinp-the substitute will he ordered, installed orutilized without u• of thee named suliixintisctors, supniiers ax other ENGINFER's prier written acceptance which will he r rsrrm or organizations on the Work unless prior evidenced by either a Change Order or on approved w(m.n prgaal s 4_ln fnru OWNER pod Shop Drawing. OWNER may require hNGlNEq-R. No acceptance by OWNER or CONTRACTOR to furnish at CONTRACTOR's F.NGp; "F.FR of any such Subcontractor, Supplier or expense a special performance guarantee or other other person or organization shall constitute a waiver surety with respect to any "or -equal" or substitute of any right of OWNE3R or ENGINEER to reject UNGINEER will record time required by dEfechveWork_ ENGINEER and TNGINrErR's Cunsultums in evaluating substitutes proposed or submitted by 69. CONTRACTOR pursuant to paragraphs 6.7.1 2 and 6.7.2 and in making changes in the Contract 6+'.1. CONTRACTOR shall be fully responsible to Documents (or in the provisions of anv other direct OWNER and FNGINEER for all acts and omissions contract with OWNER for work at the project) of the Subcontractors, Suppliers and other persons occasioned thereby. Whether or to ENGINEER and organizations perforating or furnishing any of the accepts a substitute item so proposed or submitted by Work under a direct or indirect contract. with CONTRACTOR CONTRACTOR shall rtunixuse CONTRACTOR just as CONTRACTOR is OWNER for the charges of ENGINEER and responsible for COIN7RACTOR's own acts and FNGINM- 's Consultants for evaluating each such omissions. Nothing in the Contract Documents shall proposed substitute item create for the benefit of any such Subcontractor, Supplier or other person or organization. any GS. Concerning Subcontractors, Suppliers and contractual relationship between OWNER or Others: ENGINEER and any such Subcontractor,. Supplier or other person LT organization, nor shall it create any 6.8.1. CONTRACTOR shill not employ any obligation on the hart of OWNER or FNGINEFR, to Subcontractor, Supplier or other person or orgarim' lion pay or to see to the payment of any muneys due any (including those acceptable to OWNER and such Subcontractor. Supplier or other person. or ENGINEER as indicated in paragraph 6.8.2), whether organization except as may dthenvise be required by initially or as a substitute, against whom OWNER or Laws and Regulations. OWNER or ENGINEER may L IGM-FR may have reasonable objection, furnish to any subcontractor. supplier or other person CONTRACTOR shall net be required to employ any w onianizatio n evidence of amounts paid to Subcontractor, Supplier or other person or, ganiza6 CONTRACTOR _ in accordance with to furnish or perform any of the Work against wham CUNTRA("1`OR'S "Amlications for Payment" CONTRACTOR has reasonable objection. ErCDC OEN'ERAL C'ONDM ON''Y 1910-5 (199U EcEtium 13 a.CITYOEFORTGOLLINSMODtrICATIONS(RtV LCOW) 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organiziiions performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONNfRACTOR stall require all Subcontractors, Suppliers and such other Nisons and orgmuziiioas performing or hmrnshhc any of the Work to communicate with the ENGIINTUR through CONTRACTOR. 6.10, The divisions amp sections of the Specifications aid the identifications of any I)mwings shall not control CONTRACTOR in dividing the Work arnwng Subcontractors or Suppliers or delineating the Work to to 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 ENGi r iER. Whenaw"nfsush egreenment i4-widt-a-.Sul3atimmtmctr<)r-rmr�; W ipii+?r-+shEi-is-lieted-as-en Patent FtesandRgmvdties' 6.12. CONTRACTOR shall p,y 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 may 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 is 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 existencc of such rights shall be disciosed by OWNER in the Contract Docwnerim To the fullest exte ai. permitted by Laws and Regulations, CONTRACTOR shall imkmnit'v and hold harmless OWNIM, ENGINEER, I-:NGINEER's Consultants and the officers, directom employees, agents and other consultants of each and any of them from and against all claims, costs, bases and damages arising out of or resoling from arty 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. EIMCOENh'kALCONIMIONS 1910-3 (199a E(itiai) 14 wl Q1Y of oR'r cow NS MO011']CA'nONs (LtEH 4r1OOi1) Perndts: 6.13. Unless otlicrnvise provided in the Su lementary Conditions. CONTRACTOR hall obtain and pain for all construction permits and licenses. O1FNIiR shall assist CONTRACTOR. when necenmry•, in obtaining such permits and liccnscs 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 13ii1: or. if there are no Bids, on the Effective Lute of the Aammment. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNF;R shall Nary all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws andReyaladons. 6.14.1. CONT'RwwR shall give all notices and mmrly with all Laws and Rcsulatiuns applicable to furmshing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations neither OW'NI:R rux ENCIINEF,R shall be responsible for monitoring CONTRACI"OR's compliance uith 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, CONT RA(:1'OR 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 Specif ccatimns and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONPRACrOR's obligations under paragraph 3.3 =. Taxes. 6.15. CONTRACTOR shall pov 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 rue applicable during the performance of the Work. 6,15.1. OWNER is exempt from Colorado State and leant sides tmi use- ulSes orm matenn o Ixm permanently incorporated into tlnewooect jai l taoes shoA imt be included in }e Cantracl pica. Address' Colorado Detiartment of Revenuc State Cagita) ,Annex I 1375 Sherman Street Denver. Colorado 80261 Soles and U..,w_..Taxes for the State of Colorado Regional transportation District (RTD) and certain C'olotraekicounties are cnllectrcl by tat tit.1[e of Colorado and Lire mcluded_.m the,yCerti Ication tir all)horn. .Alltppliwlile_Saley.and Use Ta�ces g,State collecaol u4�es1, on env items other than Fwil 7pnd b_vildtt>S materials phvsicalh' incurparneduito the project are to_bencl by CC7N�It_AC'TOR and are to be uxlu�ltd in apgcrixsak bid items. Use of Prenrives., 6.16. C?NI'RACFOR shell confine construction tquipmem, die 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 petrmitted by laws and Regulation rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment - CONTRACTOR shall asstmte 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 oceujtant because of the performance of the Work, CONTRACTOR skill 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 Regulation-, indern ify and hold harmless OlNWI ER, ENGINEER. ENGTiMER's Consultant aril anyone directly or indirectly employed by any of them from and against all claims, costs, loses and damages arising out of or resullintt from any claim or action, legal or equitable, brought I y any such owner or occupant against OWNER, ENGM� F,R or ant' other party indemnified hereunder to the extent caused by or based upon C>ONTRACTOR's performance of the Wotrk. 6,17. Cawing the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste material& rubbish and other debris resulting from the Wok. 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 ail property not designated for alteration by the Contract Doc utments 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner tart will endanger the structure, no shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents; 619. CONTRACTOR slnll maintain m a site place at the site one record copy of all Drawings. *cifications, .addenda. Written Amendments. Chance Orders. Work Change Directives, Field Orders and written interpretations and clarilioxlions (is>ued pursuant to paragraph 9A) in goal order and annouated to show all changes made during construction. These record documents Iogether wilt all nppntved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, end Hior to release of fnal.FaT.mcnL these record documents, Samples and Shop Drawings will be delivered to ENGIN EER for OWN b-,R. .4afeo, and Protection: 62.0. CONTRACTOR stall be responsible for initiating, maintaining and supervising all solely precautions and programs in connection with the Work. CONTRACTOR shall lake all necessary precautions for the safely of, and shalt 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; 6202 all the Work and materals and equipment to be incorporated therein, whether in storage on or off the site; and 6203. 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 constructiom 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 well safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facihties and utility owners when prosecution of the Work may affect INni, 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 cause(l, directly or indirectly. in wk)le or in whorl, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirecly 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 omission of OWNER or FNGiNE);R or FNGINEERs Consultant or any -one employed by any of them or amrone for whose acts any of them may be liable, and notattributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organimfiom directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Wok stall continue until such time as all the Work is completed and M31N�EER has issued a E1C'DC GENERAL CONLIM ONS 19145 (1990 Eckticm) 15 tW CITY OF PORT CYILLINS NIOMICAIIONS IRTiV It2000) notice to OWNER and CONT%XCIOR in accordance with paragraph 14.13 that the Work is act"ble (accept m otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR slatli desigikite a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention oraccidents and the maintaining and supervising or safety precautions and programs Hazard Communication Programs: 622. 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 bettvean or among employers at the site in accordance with Laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of lrcrsnns or the Wok or property at dx, site or adjacent thereto, CONTPAc-fO1Z, without sTxcial instruction or authorization from OWNER o ENGINEER, is obligated to act to prevent threatcned damage, injury or lose CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any stgnifrcant 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 614. Shop Drawings and Samples.' 6.24.1. CONTRACTOR shall submit Shop Drawings ro 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 stall 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 ExwOENL'XAL C1,oNp'110N3191" (19908ditial) 16 q't (3"rY OF FORT COLLINS MODIFICATIONS tM 072e00) ptalxues required by patmp,ph626. The numbers of each Sample to be submitted will be as specifictl in the Specifications. 6.25. SubminalProcedures. 6.25.I. Before submitting each Shop Dra wing or Sample, Ci)N,rR \C70R shall have determined and verified. 6.2_5],1 all field measurement-, quantities. dimensions specified performance criteria. installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.12. all materials with respect to intended use, fabrication, shipppping, handling, storage, assembly and installation pertaining to the performance of the \Work, and 625.13. all information relative to CONTRACTOR's sole rsponsibihtics 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 Contact Documents, 6.25.2. Each subninal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR'S obligations tinder 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 dive ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documentq 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 anal 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 29. INGTINTEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, cent= to the information given in the Contract Documents and be compauble 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 (accept where a particular means method, technique, sequence or procedure of contraction is specifically and expressly called for by die Contract Documtrus) or to salcty precaution or prognv IS incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which tltr item functions. CONTRACTOR shall make correction required by hNI GINEER 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 wiled for by E(NGI\T;ER cm previous submittals 6'7. IiNCr1i3hER's review and approvnl of Shop Drawings or Samples shall nut relieve CONTRACTOR. from responsibility for any variation from the requirements of the Contmct Documents unless CONTRACTOR has in writing called hNGINEER'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 err acoompam•ing the Shop Drawing or Sample approval; nor will any approval by EMil'NFER relieve CONTRACTOR from responsibility for crnnplying with the requirements of paragraph 6.25.1. 6.23. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submission accepted by ENGINEER as required by paragraph2.9. any related Work performed prior to l` NGINEER's review and approval of the pertinent suhnrittal will be at the sole expense and responsibility of CONTRACTOR Confining the Wnrkr 6.'9. CONTRACTOR shall carry on the Wok and adhere to the progress schedule (luring all disputes or disagreements with OLd.NER. No Work shall be delaved or postponed pending resolution of any disputes or disagreements, except as Permitted by pamgmph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTILICTOR's General I era ty and Guaromtee: 6.30.l. C.'ONTRACTOR warrants and guarantees to OWNER, ENGE3EER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defitclive. CONTR.ACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.Ll. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcc nlraetors or Suppliers; cr 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR'S obligation to perform and ormplete 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 MDC OENERV. CONIA110N8191 a3 r199(tEdrim) car COY Or FORT CC)LLt NS M011IF I CAT1OtQ5 t1(6Y 4P000) accordance with the C'ontmct Bocumems rx a release of CONTRACTORS obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGMHER; 6.30.2—2. recommendation of any progress or final pzgmaent b; lD:VINU;R, 6.30.2.3. the issuance of a certificate u( Substantial Completion or any payment by OWtiER to CONTRACTOR under the Contract Dncuments; 63R2,4_ use or occupancy of the Work or any part thereof by OWNER; 6.302.5, any acceptance by OWNER or any failure to du so. 6.30.1.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by hNGiNIEER pursuant to paragraph 14,1 63023 any insfection. test or opproval by others; or 6.302.& am, correction of ahfechve Work by OWNER. Indenutificatimr: 6 31. To the fullest extent permitted by laws and Regulation, CONTRACTOR shall indemnify and hold hannless OWNER, ENGINEER ENGINEER's Consultants and the officers, directors employees, agents and other consultants of each and anv of them from and against all claims, costa lose; and duunages (including, but not limited to, all fees and engineers, charges of architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising Out of or resutlting from the performance of the Work, provided that any such claim, creek loss or damage: (i)is attributable to bodily injury, sickness, disease of death or to injury to or destruction of tangible property (tither than the Work itselt). including the loss of use resulting therefrom, and (it) 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 indvmntfred 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 agruinst 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 cmploycel of CONTRACTOR, arry Subcontractor, any Supplier, any person or orgmvntion directly or indirectly employed by 17 any of them to lxrform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph0l shall not h; limited in any way by any limitation on the amount or type of dhimages compensation or benefits payable by eT for CONTRACTOR or any such Subcontractor, Supplier or other person or oruanirdion under workers compensation acts. dimbility benefit acts or other oriployce benefit acts. 6.33. The indemnification obligations of ('ONTR.=\CfOR under paragnph631 shall not extend to the liability of ENGINEER and ENGINEER's Consultants officers, directors, employees or agents caused by the professional ogle encr, crrors or canissnons of any ofihem. .Survival ofObligarimix: 6.34. All representations, indemnifications, warranties and guarantees made in required by or given in accordance with the Contract t)ocumentc 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--(YTHF.'R WORK Related Wo)* al Site: 7.1. OWNER may perform other work related to the Project at the site by OW'NER's own forces, or let other direct contracts therefor which shall contain General CA)nditiom smnilar 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 Document% then. (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (it) CONTRACTOR may make a claim therefor as provided in Articles I i and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof 71 CONTRACTOR shall afford each other contractor who is 0 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 opporIlmity for the iritrotkrction 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 Conrad Documents, CONTRACTOR shall do all cutting, feting 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 chit 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 UCUC UENERAL CONDMONS 1910-8 (1990 6(tllim) 1 w) Ch"tY OF FORT COLLINS MOOtIICAMNS (1tGy 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 ('0NTW,VT0R's Work depends upon work perforated by others under this Article 7, CONTRACTOR shall atspect 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', Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR'$ Wurk except for latent or nonapparent defects and deficiencies in such other work. Cnrwtdnarion: 7.4. if OWNER contracts with others for the performance of other work on the Project at the site, the followingwill be set forth in Supplementary C'onditiorm 7 4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities arnong 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 muthority 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-OWNNER S RESPONSIBTLITIFS 8.1, Except as otherwise provided in these General Condititrs, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8,1 in case of termination of the employnment of ENGINEER, OWNER shall appoint an engineer against whom -0014-TRAG-T-OR-mAts-no- reasc>mble-e}}jection whose stoats under the Contract Documertu shall be that of the former ENGINEER 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 ant 14.13. 8.4. OWNERs duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 aml 4.4. Paragmprh4.2 refers to OWNHR's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous, to the site that have been utilized by ENGIN73GR in preparing the Contract Documents. S-S__-..._)14NIId'stespweihilit iesin, fespect-ofptnshlrsirw__ Hard-maintadnirig-die!>i lity...xrrd...pre pe rtt...irnuranc r--ene_wt forth in paragraphs 5:5 through 5 A n 8.6- OWNLK is obligated to execute Change Orders as indicated in pcuagmaph 10.4. 87 OFNNL-R's rcsponsibili(y in respect of certain inspections, tests and approvals is set forth in rAmgmph 13.4 8 & In connection with OWNER's right to stop Work or suspend Work, sec para¢raplts 13.1() and 15.1. Paragraph 15.2 deals with O%VNER's right to terminate services of CON'fRACTOR under certain circumstances. 8.9. The OWNF",R shall not supervise, direct or have cuntrol or authority over. nor be responsible, for, CONTRrNCT(,)R's means. methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTFOR to comply with Laws and Regulations appli=ble ut the furnishing or performance of the Work.. OWNER will not be responsible for C:ONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents, R F9-ma's re uvs b din} in -respect •af tnulise{ered A_sbestev - PV44. s--F Raclioacaivz l4fatials uneawared-w-revealed at-3Fx-saris sM-fgrih-it�parnernpib.-0�: fi-i•�to-t}x�ettent-E'rW"3s Ei�r-hes-agreed-fe•-fntnish CAA f,RQT OR—Foaj;or*M*---ov; donee nannial arrangements--have--been-made---to satsfy-tal�EFEi�s responsibiditytn-rasp zebthereof will be asset forth:-i a-tizz Supplemenauy-t7'on ditjorts: ARTICLE 9-ENGItL EER'S STATUS DURING CONSMUCTTON O iVNER's Represeatati r•e: 9.1, ENGINTFR will be OWNER's representative during the construction peno d. The duties and responsibilities and the limitations of authority of ENGINEER as OWNERs represeattative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER aid ENGINEER gists to Site: 9.2. ENGDEER will make visits to the site at intervals approppriate to the various stages of construction as ENGINEER deems necessary in order to observe as an e-perienced and qualified desjgn professional the progress MIX GENERAL, CONIAMOMS 1910-3 (1990 Edtim) w1 CITY OF FORT COLLINS,NIODIFT CATIONS CRISV IPM)) that has been made and the quality of the various aspects of C(-)NTRA(."TOR's ececwted� Work. Dised on information obtained during such visits anti observations ILN'-GrNZER will endeavor for the benefit of OWNER to determine. in genial. if the Work is procxeding in accordance with the Contract Documents 6NGINk:ER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGNEER's efforts will be directed toward providing for OWNER a gicater degree or confidence that the ctnnpleteel Work will conform generally to the Contract Documents. On the basis of such visits and on - site observation. KNGINItkR will keep O%V �\I-R uvCormcd of the pnvgres} of tlx Work and will endeavor to guard OWNER agoirst defective Work. NNGINEfiR's visits and on -site observations are subject to all the limitations on ENG1NEE2's authority arid responsibility set forth in paragraph 9.13, and particularly, but without limitation duruig or as a result of ENGI.VEER's on -site visits or olncrvalions of CONTRAC"1'OR's Work ENGINEER will not supervise, direct, control or have authority ewer or he respnnsihla for CONTRACTOR'S means, methods, techniques, sequences or procedures of consxruction, or the safety precautions and programs incident therein, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performarce of the Work. Project Representative 9.3. If OWNER and ENGNEER agree, ENGIXH R will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsihrlities and authority and limitations therm of am• such Resident 1'roleca Representative and assistants will be as provided in paragraphs 9 3..._arttl 9.13 arrd--in--the--str{>plantantan} Conditions of these General Conditions. if OWNER designates another representative or agent to represent OWNER at the site who is not ENGIINBER's Consultant, agent or employee, the responsibilities and authority and limitations . thereon of such other person will be as provided in tha:Suppkatentary 6emclfkv s paragraph 9.3 nit these General Cofditicins. 1f lheENGINPERfumisfies a _bw d�ni s43 S ks atn CLt� RJ . �r.._r ther assi0jg)A_gr if the, OWNER j,*Iglptes a Reprgsenlgtt eve cr agent. all as_providedin naragramh 93 of the General Conditionr_, Aese Represcmatives skpa{i have late authority and limitations _as prgyidea in p"a m h 9. 113_ of the General c:cnditions and shall be subiect to the following 9.3.L The Representative's dealines in matters p_ienainine to the onsite work wilL in eneral be with ilx EN MEaLxI CO_ iZACTO t&_. But _the Ro'FresenWt3v _will keep the OWNER_prnl,vrly advised dbput s Kh matters The Representative's dealing wil subcontractors will onll be throw+ or with_ thy, null krpw,lcdee bxl,--approval,_ef__thg CU1V'iTLAC'CUR 9.3-2. Duties and Responsibilities. Represeritativc wa 932.1.Schedules - Review the progress 19 schedule and other schedules pri ryg�ed bt=the CONTRACTOR wrzl,,._ccmwlt __wtth ,the L1�'GfVEER.yiZcxrnine acwnxabilny, 9.32.1 Conferences and Nlectim - Attend meetiM with the C'()NrRACvfOft__such_ ns precunsUuction„.,cunferenuy. p;ogn'ss,meeltggs and other iQb conferences and prepare and circular.. cupies.nf minutes pf mtetines. 9.3.2.3, Liaison. 9.3.23.1. Serve as P7JGINENR'S liaison with CQNTRACTUR. warkirna prird:ipally ihrou¢h (Y)N1'RAGTOR'S su�Icrintendem m assist the CQNTRACTUIR in un dcrstandin9 the Cantract Decumrnis. 9.3? 2. Assist i�obta nos -.From U MtjE 2 additiautl _details.__or__,inf�x------- .,_t_vhen rec Ig ed. for tapper execution of the Work. and 03?.3.3v _x�ivjse {Ie_F(ilNjF CONTRACTOR of the commencement of and tVu •._ecq irvuitX a Slxm Ihawine or mingle submission if tfne submission has not lxcn a rov_cd by tlw !IT S4 6h Wtw ]t> cckiM s and Tesic - 9.3.2A.1. -Conduct. on -sit- CN9T2 s of line Work in mrigress, to assi fix NGiN_EER to ckicm,ining at the ttork isprocee�lmg in AocMr$"ince will] [hy �ontrlet I1pCUl1lentS. 99-3.2.4 3� __, or n v's ti cgtors representitpa public c�Wwr aamcies havire jurlsdiclii dyer the iTocy recad the resuftS oF these inwectrems and report to the ENGINEER. 9 32.5 . _ Intert)reui ion �of Contract Docmjs, _Report to ENGINEER when claritieattnns and intxrprxG pns of t} a Cwnra�Y LkxumtNs __are needeJd. and uartsmft to i�'ON7RAMR clarification and inttttxetaticn of the Contract Documents as issuta by the 9 3 a 6 Modification Consider and evaluate MNTRACrows su¢ees[ionts for EJCDCCIhNER,AkLCV, NXnOM 191"(I"a.EMMI) 20 W1 ©'IY OF FORT COLLINS MODIFICATIONS (REV eR()W) modification in Drawing or Specifications and retort, these recommenditions yn ENGINEFR, accurately transmit_ to___CQNTRACTQR decisiorts_isntecl_tw ihz ELR. 'l3'.7. Records, 91 .$> .-Emtz i* �t I U -1?s wic raports,_as. restwirtKl ofogress o_I lFre lVurk ait�d o__- t .s,t e CQj9RA9TQR'S �tpt�.t�s��i�r➢zsi�t�;i.�ifLe�.nd schedule of sample 9�.2.;z; _ Ct.t�c 1Y4?1f�FL�_azt tufvpytce_��.n�cfu„j}:t� major Est tom, vxvwct ions of start of impartant pfdises of the MEW& 93' 9 3 Draft proposed Chame Qrdars and WorkvDirg1ive Chan btammg back tro matecio! from the CONTRACTOR and recommend to ENG]NEER C7m t Q ls. Wak DiLy—.gV QbRMes and figs crams. 9 3 2 8 4 Retort immediately to ENGL _-R Md_gWNER the occurrence or mvaccidou. 9.3 a e iew b or retmter3rwith C;ON FR CTOR for compliance .vtr fhe estaytished procedure for theiz submission and forward with recommendation In m.r LNGI VtiER notinB1kl ticularl5', the rgh tienship of the payment requested_W the schedule of values, work cgmplrltvl mJ_ma[errmis and._eyui�mtynt deivtreol_III I site _butnot_i1!go xratrnl n_the IA7 k. Completion 9 3 2,10. I Betere L1'GrNT ER issues a Ceruhcaie of Substantial Completion,, submit to C OA_I R CTOR a list of observed items retluirirtg_cpucajon o_r_cun7plrtioR 23.2.11r,2. Conduct final itc�tion in_the compxmv of the FNGlNFEER OW-NkR and QOPI'R:1C_l'OR_ ani�nre�wnre a_trnal list of items. to be corrected or ccmjletted_. r?.3.?. t?1.3_._.._Otne e brat all_ items_ on_ the final _list _have been corrected o5_ completed _and make recommendations _ _ to ENGINEER cancermng_acceL•ntance 93.3_ limitation of Authontv:Tle re:xn_shail not: 9.3 I_ ,. Authoruc _a_ n d�.v iatiogs from Qgntrael DocumlmL4 or accept any RUbStILUIe ltbatenals Qil MiRtlent.,unlegs autborued t+y,the ENCiPNE•:tiR. 93.32 Excced_limitations of NNGL;1^F,w5 authority aset fb It i n c ct- o tG mlents. y. 3 3 l_ Undertakcanv of the. resperoslbdtties of the CONTRACTOR Suhconti nctnrs or Q T tnez9 .,S sutxriPt4eti ed t 9,1,14.. _, tldvlse on of lssu; duatioris relatjt e it; or a5;eume epntrgl ewer lny _aspect_ oC the tnears meilxiels tevhtugtcs s�pucn.e3 or j7[Pccdu4l�.._tPr ��nlct3oA ,�gS_3 sugFZ,..!$ specttically called for in the Contme Dauments, 9.3 3> Advise on _ v tssu dneenans pzgardng. a( +ssun . crontrol, _5?Yet __sn[ety precauhons and progrtins In cottrtrctions1yuh the Work 9.3 3 5_,� Accept__ Shgp_ Dravv_ings__or sample submittals Tian anvone oUicr Virm the CONTRACTOR_ 9.3.33. Authotize OWNER to occt w the NN' rk_ititi._hoi£..oLivaP_art. 9;33b____1?artncipate._n spccialiud fiekl,_.,�r latxmmwn• teas or i_ nsp ediorts conducted by others cticept .ts _,spcctfically_ authoriz„ecl,_, Frv,__the Clarijicaliuns road Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or Interpretations of the E.R:UC OENERAI, CONU1110M 191 a-S 0990 Echtim 1 w: C17Y 01 EOA7 CYiL11N5 \IbllIFICA710\S IRLSV-l.^eW1 requirements of the Contract Documents (in the Cam of Drawings or otherwise) as ENGINEER may determine necessary. which shall be consistent with the Iltent of and reasonably inferable Gom the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. It' OWNER or CO1dTrUkCI.Ort believes that a written clarification or anerpretatiam justifies on adjustnent in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof if wry. 01\'NER cx CO 'TRACTOR may make a wrium claim thcre-for as provided in Article 11 or Article 12. Authmi;;ed Yariaduns in hvvrk: 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 'rinmes and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may he accomplished by a Field Order and will be . binding on OW13F:R and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR helieves that a Field Order justifies an adjustment in the Contract price or the Contract Timcs and the parties are unable to agree as to the amount or extent thercol•, OWNER or CONTRACTOR may make a written claim therefor as provided in Article l f or 12. RejeelingDLfeedre Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGII UR believes to be okfective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Dncunmcnts or that will prejudice the integrity of the design concept of the completed Project as it functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of We Work as provided in paragraph 13 9, whether or not the Work is fabricated, installed or completed. Shop Drawings', Change Orders and Payanenta 9.7. In connection with ENGINIEER's authority as to Shop Drawings. and Samples, see paragniphs 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 ENGINIEER's authority as to Applications for Payment, see Article 14. Deternriantions for Unit Priem 9A0. ENGWEER will determine the actual quantities and ctassificdions 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 fby recommendation of an Application 21 C. Grade trench bottom to provide uniform clearance for bedding material. De -water trench. Remove loose material and foreign objects. When required, install filter fabric per manufacturer's specifications. D. Unstable subgrade is not expected. If unstable subgrade material is encountered, report the condition to the Owner. Remedy and payment for subgrade stabilization will be based on the actual conditions encountered. 3.03 Bedding A. Pipe will be bedded in accordance with the detailed drawings or the appropriate pipeline specification. 3.04 Backfilling and Compaction A. Backfrll trench promptly after completion of pipe bedding. B. Deposit material in uniform layers with thickness commensurate with the soil encountered and the compaction equipment used. C. Compaction requirements will be made at the moisture content and will meet the densities, by zone, specified in Section 02200 — Earthwork and Grading. D. Coordinate and schedule compaction tests with City Representative. 3.05 Surface Restoration A. Restore pavements according to City of Fort Collins Standards. B. Restore landscaped areas according to Section 02900 — Landscaping. END OF SECTION City of Fort Collins Section 02221 — Trenching, Backfilling and Compacting Park Planning & Development Division Page 2 of 2 for Payment or Otherwise). LNI(ITNLER'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 front ENGMUR'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 Agreemment", entered into between OtkNER 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 appeals party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER, decision, unless Otherwise agreed in writing by OWNER and CONPRACI'OR. 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 rcquircments of the Contract Documents and judge of the aceepmbil ity 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 fhicumeraspertaining to the performance and f imishingof the Work and claims under Articles 1 I and 12 in respect of changes to the Comma 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- (tut in no event later than thirty days) after the smrt of the occurrence or event giving rise thereto, and written supporting data will he submitted to ENGINEER and the other patty within sixty days after the star 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 a the claimant within thirty days after receipt of the claimant's last subouttal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing parry's submittal, if any, in accordance with this paragraph ENGiNFERs written decision on such claim, dispute of doter matter will be final and binding upon OWNTER and CONTRACTOR unless: (i) an appeal from ENGINIEWs decision is taken within the time limits and in accordance with the �rocm edts set forth in EXHIBIT GC -A "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (i) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEERS written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the [late of such decision anon 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 shay days of the date of such WCDC UENERAL CONOI.110NS 191"(1990 E6tiat) ov w? CITY OF FORT COLLINS MODIFICATIONS (RfiV+12000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter anti judge under pamgraphs9.14 and 9.11, ENGTtNELR will nol show Tniality to Okk'Ni R or CONTRACTOR and will not be liable in connection with any interpretation cx decision rendered in good taith in such capacity. •The rendering of a decision by LNG MER pursuant to paragraphs 9.1 Q or 9.11 with respect to any such claim. dispute or other matter (incept any which have been waived by the making or accepts mee or final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of suds rights or remedies as either may otherwise have under the Contract Ike umcnts or by Lavvs or Regulations in respect of any such claim. dispute or other tnalter pmbuttaktfrArtitk 1F. 9,13. Limitations on GNGLVEER's Authority and Responsibifi ier.• 9.131. Neither ENGINEF,R's authority, or responsibility under this Article 9 tr under any Other provision of the Contract lDocuments 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, am Supplier, any other person or orgaronnon, or to am, surety for or employee or agent of any of them. 9.13-2. ENGINEER will not supervise, direct, control or have authority over or he responsible fix CONTRACTOR's means, mathuds, 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. ENOINUR will not Ix responsible for CONrRACTORs 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 Wort 9.13.4, hNGINFER's review of the final Application for Payment and accompanying documentation and all maintenance and Operating irstntctiom schedules, guarantees, l3onds 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 ;use of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to L•.NGINFER's Consultants, Resident Protect Representative and assistants. AR11Cl,Y 10—CHANCF_S IN'rHk. N%oRK 10.1. Without invalidalaw the Agreement and without notice to tiny surety. 014\ER may. at any time or from time to time. order aWitiors. 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 documerrt. CONTRACTOR shall promptly procced with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as wienvisc specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the eaten, 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 ntay he made therel r as provided in Article I I or Article 12. 103. CONTRACTOR. shad not be entitled to an increase in the Contract Price or an extension of the Contract Tunes with respect to any, Work performed that ri net required by the Contract Dhx:uments as amendecl, modified and supplemented as provided in paragraphs 3.5 and 3.6. except in the case of an emergency as provided in poragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWrNFR and COKFRACTOR shall execute appropriate Change Orders recommended by ENGLtiLFR (or Written Amendments) covering 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (()required because of acceptance of ckftchve Work under paragraph 13,13 or correcting defective Worst under paragraph 13.14, or (iii) agreed to by the parties, 10A,2. changes in the Contract Price or Contract Times which are weed to by the parties; and 10A.3. changes in the Contact 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, anappeal may be taken from any such decision in uccordance with the provisions of the Contract Documents and applicable Laws and RcLnilations, 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 (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 am such notice will be CON'fRACTORs respuxe&itity. and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CIVLNGE OF CONTRACT' PRICE I LI The Contract Price camtitutes the total compensation (subject to auttorimd. adjustments) payable to CONTRACTOR for performing the Work. All dutim responsibilities and obli tions assigned to or undertaken by CONTRACf OR shall be at CONTRACTOR'.s e�,;pense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Ameruiment 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 (brut in no event later than thirty days) after the start of the occurrence or event giving rise to the clahn and stating the general nature of the claun. Notice of the artiount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless FialGIN'EFR allows additional time for claimant to submit additional or more accurate data in support of the chain) and shall be accompanied by claimant''swritten statement that the adjustment claimed covers all knows 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 OITIER and CONTRACTOR cmmxrt otherwise agree an the amount involved. No claim for an adjustment in the Contract Rice will be valid if not submitted in accordance with this Paragraph 11.2. 113. The value of any Work covered by a Charge Order or of any claim for an adjustment in the Contract Rice. 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 EJCIIC 0E4t"iLAL C(7ND]lTO1sY 19104 W*0 &Ikim) 23 W CITY OF FORT" C DUNS M(A)IFT CA110?.S MEN 12aW) 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 sdmh (which Piny include An allowance for overhead and profit not necessarily in accordance with per mph 11.6.2), 11.3.3. where the Work involved is rut covered by unit prices contained in the Contract Documents and agreement to a lump stun is not reached under paragraph 1 1.3.2, on the basis of the Cost of the Work (detcnumed as provided in paragraphs I LA and 11.5) plus a CONTRAMOR's fee for overhead and profit (determined As provided in paragraph 11.6). Cast of the W M*' 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 Piny 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 Uhc costs itemized in paragraph 1 d.5: 11AA.Pa roll costs for employees in the drect employ of CONTRACTOR in tlx: performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such eiployees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed fulltime on the Work shall be apportioned on the basis of their time spent on the Work Payroll costs shall irroNxle: btrt-not be limited to, salaries anti wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll tastes, workee compensation, health and -retirement benefits; bonuses: aiak eat a Naeatiateri<t}toliday pay applicable thereto. The uses 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 fwnished and incorporated in the Wort:, 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 finish discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and eeqquuipment 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 fun shed by Subcontractors. If required by OWNER. EKDC 6EN&RAL CONp1110M 191" 0990 Editim) 24 vviarYOFFORTCOLUNSMWll7CAnOS(RN4710aa) CONTRACTOR shall obl<im competitive bids tioml Subcontractors acceptable u, OANMR and CONTRACTOR and shall deliver such bids to OWNER who will then determine- with the advice of. E 1GNNEGR, which bids, if ant. will be accepted. If any suheontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the SubcontraLtoes Cost of the NVork and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs11.4, Ili, 11.6 And 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insnfar as applicable. 11.4.4. Casts of special consultants (including but not limited to engineers, archilccts 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 Froportion of necessary transportation, travel and subsistence expenses cif CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including tmnslmo nation and mahmersince, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the w-orktrs, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain thepromperty 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, loathin& unloading, installation, dismantling and removal thereof —all in accordance with terms of said rental agreemeram The rental of arty 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 Lames and Regulatioms. 11.4.5.5. Deposits lost for causes other than nnee��ligenco 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 ficcroses 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 pettormince and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with ri aragnilh 5.9), provided they have resulted from causes other than the negligence of CONTRACfOR, anv Sutconuador. or anyone directh, or indirectly employed by any of them cr for whose acts am of them may be liable. Such bases shall inefudle settlements made with tlx written consent and approval of QIh'N1:T2 No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONERACTOR's tee. M however. any such loss or damage requires reconstruction and C ONTRA(TTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph l I.6.2. 11 4.5.7. The uxst of utilities, fuel and sanitary_ facilities at the site. 11.4.51, 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 tern Cori of the Work shall not include any of the following: 11.5.1. payroll casts and other compensation of CONTRACTORS ofFiexrs, executives, principals (of partnership and sole proprictorxhips), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting aagenls, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CON'TRACTOR's principal or a branch office for genemt administration of the Work and not specifically included in the agreed upend Schedule of job classifications referred to in paragraph 11.4.1 or specifically coveted by paragnaph 11.4.4-allof which Are to beconsidered administrative casts covered by the CONZTRACI'ORs fee. 11.52. Expenses of CONTR.ACTOR's principal and branch offices other than CO_NTRACTOR's office at the site. 11.5.3. Anv part of CONTRACTOR's capital expenses, including interest on CONTRACTORS capital employed (or the Work and charges against CONTRACTOR for delinquent payments. 11.5A. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to furchasc and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). I I S S Casts due to the negligence of CONTRACTOR, any Subcontractor, or anvone directly or indirectly empluved by any of them or for whose. acts any of them may be liable, including but not limited to, the correction of defecine 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 anv kind and the costs of any item not specifically and expressly included in paragraph 11 A. 11.6_ 'The C3N RAM'OR's fee allowed to CONTRACTOR fur overhead and profit sluall 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 tie based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for acts incurred under paragraphs 11.4.1 and 11 4.2, the COAT RACi'Ms fee shall be fifteen percent; llb.'2. for costs incurred under puagraph 11,4.3, do CONTRACTOR's lee shill be five percent; 11 A.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 he paid a fee of fifteen percent of the cusu incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that arty higher tier Subcontractor and CONTRACTOR will each be pa id a fee -,*-five perQerA-e f the amount -paid to the-nrd lower-tier-SubeonnitaMar; to be neg-ypated �1 gc?�sl fnit>;_�valh_�t�4�1'�El� bui �t�i o zx��a fite,p!�rcent i�f iht,gmoxtntynid too thc_rri:xt lgwtr 11.6.2.4. no fee shall be payable on the basis of costs iterniatd. 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 CONTRACTORS fee by an amount equal to Five percent of such net decrease; and 11.6.16. when both additions and credits are involved in any one change, the adjustment in CONTRACTORS fee shafl be computed on the basis of the rid change in accordance with paragraphs 11.6.2.1 through 71.6?.S, inclusive. 1 LT Whenever the cast of any Work is to be EJCDC (JENMAL CONDITI ORS 1910-8 (1990 Edition) 2S wf CITY OF FORT COLUM M00141CATIONS (Rtro AFI WaJ determined pursuant to paragraphs 114 and 11.5, CONTRACTOR will esishlish and maintain records thereof in accordance with generally accepted accounting practices and submit in fort acceptable to ENGINTFR an itemized cost breakdown together with supporting data. Cash Allowances: I1.8. It is understood that CONTRACTOR has included in the Contract Prize: all allowances so mimed in the Contract Doculawnts and shall cause the Work sty covered to be furnished and perforated for such sums as may be acceptable to OW NFR and ENGINEER. CONTRACTOR agreesthat: il.s,l. the allowances include the cast to CONTRACTOR (less any applicable trade disc nits) of motorists and equipment required by the allowances to be delivered at the site, and all applicable taxcs; and I I.S.2. CONTRACTOWs costs for unloading and handling on the site, labor, installation casts, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allcnvances and no demand for additional rAyment of account of any of tlmc foregoing wi11 be valid. prior to fatal payment, an appropriate Change Osier 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. 119. LrniawceWark: I I,9.1. Whoa the Contact Documents provide that ail or part of the Work is to be Unit Price Work initially the Contract Price will be deemed to include l'o all Unit price Work on 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 die Agreement. The estimated quantities of items ofunit Price Wort; are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contact price. Determinations of the actual quantities and classifications of Urrit 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 ade(l uate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWMSt or CONTRACTOR may make a claim for an adjustment in the Contrail Price in accordance with Article 11 if: 11.9.3.1. the quantity of any items of Unit Price Work performed try CONTRACTOR differs materially and sigrfneantly from the estimated quantity of such item indicated in the :agreement; EJCUCOENMALCUNLVI1UMI. Pt0-S(1990Etitim) 26 wl Cl'ry OF FORT COLLINS 1,10011lCATiONS (Rh-V 41-000) and 119.3.1 there is no corresponding adjustment with respect to any other item of Work, and 11,933, if CONTRACTOR believes that CONTRACTOR is entitled to an increase in CON act Price as a rmilt of having, incurred additional expense or OWINMR believes that OWNER is entitled to a dme use in Contract Price and the panics are unable to agee as to the amount of any such increase ur decrease. 11 9.3.4, CONTRACTOR acknowledges hat the OWNFIZ has the rieht to add nr delete items in the Bid or change quantities at OWNER'S sett jhi 6 lion without affeetutg the ContzHct price oC am remainng_itcm s9 ton as t ]coon x Ldditiun does npt exceed twent -fry rcent the txiginal total GMtractFrice.. ARTICI:F 12--CHANCW OF CON't'RACT T1MF,S 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Annendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be erased on written notice delivered by the party making the claim to the other party and to LNGINEER promptly (but in no event later than thirty days) after die occurrence of the event giving rise to the claim and starting the general stature of the claim. Notice of the Lxten t 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 ssuppon of the claim) and shall be accompanied by the claimants 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 derotmi"by ENGINEER in accordance with pamgaph9.11 if OWNER and CONTRACTOR cannot othern'ue agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requiremzrits of this paragraph 12,1. 12:2. All time limits *acted in She Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any pen of the Work- within the Contract Times (or Milestones) due to delay beyond Use control if CONTRACTOR, the Contract Times (or Milestones) will be extended in an mnoum equal to time lost due to such delay if a claim is made therefor as provided in paragrapph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or negled of utility Owners or other contractors performing other work as cnntcmplated by Article 7, fires, floods, epidemics, abnormal weather conditions or nets of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control ofCONTR\CTOrt_ 12.4. Where CONTRACTOR is prevented front 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 C'omtract Times (or :'vfilestones) in an amount equal to the time last due to such delay shall be CONTRACTOWs sole and exclusive remedy for such delay. In no event shall OW'IvT.'R 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 damagcm arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR. or (n) 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 w other contractors performing other work as contemplated by Article 7. ARTICLE 13—TESTS ANT) INSPECTIONS-, CORRrf:T10N, REMOVAL OR ACCEPTANCV OF DtYE(..7717 WORK 11L ,tiorice ofDefeerx: Prompt notice of all defective Work of which OWNER or IiNGINE'ER have actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, correctedor accepted as provided in this Article 13. Access to U7ork: 13.2. OWNER. ENGNEER J1NGNEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasonable. -times for their observation, inspecting and testing CONTRACTOR shall provide them proper and shfe conditions for such . access and advise them of CONTR\CTOWs site safety procedures and programs so that they may comply therewith as applicable: Tests and Inspections: 13.3. CONTRACTOR shall give ENGINUE R timelv notice of readiness of the Work for all required inspectitms tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections cr tests. 13.4. OW NPR shall employ and pay for the services of an inckpendent testing laboratory to perform all inspections, tests, or approvals required by Use Contract Documentsexcept: 13A.1. for inspections, tests or approvals covered by paragraph 13.5 below, 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EicDC GENERAL COND111o1Js 19194 (1990 Edkiem) ce,' CRY 01' 1'Olt1' CYrLL M,VIODIF1CAIIONS (REV IC W6l below shall be paid as provided in said paragraph 13.9; and 13.43 as otherwise specifically provided in the Contract Doc'umcnts. 135. If Laws or Regulations of ampublic IhWN having jurisdiction require any Work (or part thercol) specifically to be inspected, tested or approved by an employee cr other representative of such public KAy. CONTRACTOR shall assume full respomgibility for arranging and obtaining such inspections, tests or approvals. pay all costs in connection therewith, and forninh ENiGINF.ER the required ct L&NUtcs of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall ixly 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 poor to CONTRACTOR's purchase thereof for incorporation in the Work_ 136. If any Work (or the work of others) that is to be inspected, tested or approved is covered try CONTRACTOR without written corxmrence of 14MIINEAIZ, itmuss if requested by FNUINEiE R, be uncovered for observation 13.7. Uncovering Work as provided in Iraragraph 13.6 shall be at CO'NTRACTOR's expense unless CONTRACTOR has given ENGINI-XR timely notice of CrJNTRt\CTOR's intention to aver the sane and ENGINEER has not acted with reasonable promptness in mspomse to such notice. uncovering lVark: 13.8_ If any Work is covered contrary to the written request of ENGINEER, it must. it' requested by ENGTNEER, be uncovered for ENGNEER's observation and replaced at CONTRACTOR's expense. 139. TfF:NG1NEER considers it necessary or advi.mlale that covered Work be observed by RNGTNTEER or inspected or tested by others. CONTRACTOR at ENGTiNEER'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, oasts loses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reaanstruedotn,. (including but rot 'limited to all costs of repair or replacement of work of c1hers): 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 drfectiw, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or lvlilestones), or both, directly arnbutable to such ?7 uncovering. tyre wire, observation, inspection, testing. replacement artd reconstruction; and, if the parties are umtble to agree as to the amount or extent thereof, CONTRACTOR ma_v make a claim therefor as provided in Articles I and I'_. 0IY11ER DltrrStop the l ore: 13.I0. If the Work is drfectnv, or CONTRACTOR fails to supply sullicient skilled w'orkcrs or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stoat the Work, or any portion thereof. until the cause for such order has been elintinnte& however, this right of OWNER to stop the Work shall not give rise to any duty On the part of OWNER w exercise this right fur the benefit of CONTRACTOR or any sanely or other Party. Correction err Removal of Defective Work, 13.11. 1f required by IiNG1NliER 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 I-NG1 VEER, remove it front the site and replace it with Work that is not tkfeetive. CONTi2AC TOR shall pay all claims, costs, losses and damages caused by or resulting front such correction or removal (including but not limited to all casts of repair or replacement of work of others). 13.t2. Com moon Period: 13.12.1.If within one-year iwo_µears after the date of Substantial Completion or such linger period oftime as may be prescribed by Laws or Regulations er by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, Inv Workis found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OW'NER's written iristruetio rw. (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site mid replace it with Work that is not *%olive, and (ii) satisfactorily correct or remove aril 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, casts, losses and damages caused by or resulting from such removal anti rep)mxmara including but not limited to all casts of repair or replacement of work of others) will be paid by CONTRACTOR 13,12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment 13.12.3 Where defective Work (and damage to other EJCDC (I NGk.AL OON1H'IION$191" it 990 E,ttial) 28 W,,v"IY OF FOR't COLLINa M110On7CA'ri0\, nocv 9R000,i 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 tvio year two vears allar such correction or removal and replacement has been satisfactorily completed. l eceptance of Defective Work: 13.13, If, instead of requiraig correction or renurval and replacement of defective Work, OWNER (and, prior to ENGIA'EER's recommendation of final payment, also EMMEER) prefers to nocept it, OWNER may do so. COINTRAC`TOR shall pay all claims, trots, losses mid 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 ENGINIFER'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 C'CINTRACrOR to OWNER. OWiVER :Nat' Comet Defective Work: 13.14. if CONTRACTOR faits 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 ctmpiy with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR; correct and remody any such deficiency. In exorcising the rights and remedies under this paragraph OWNER. shill proceed 0gXditious1y. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR, from ail or part of the site, take possession of all or part of the Work, and suspend CONTRACTORS services relater] thereto, take possession of CONTRACTOR'S tots, 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. CON- ACTOR shall allow OWNER OWNER's representatives, agents and a ployees, OWNER's other contractors and ENGTYE'ER arid ENGLNEERs Consultants access to the site to triable OWNER to exercise the rights hts and remedies under this paragraph All claims, cams, josses and damages incurred or sustained by OWNL'•R 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 ]trice, and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article I1. Such claims, costs; losses and ci;unaces will include but not be limited to all costs of repair ca• replacement of work of others destroyed or d una I by correction, removal or replacement of COI -MM-1-OR's defective Work CONTRACTOR shall not be allowed an extension of the Contract Times ter Niilestoles) because of any delay in performance of the Work attributable to the e\ercise by OWIN R of C1nNER's rights and remedies hereunder. ARTICLE14—PAS'AtENTSTOCOINTRACTOR: M) COIIPLETIO.N Schedule of f oheev 14,1. 'rhe schedule of values established as provided in paragraph 2.9 will serve as the basis for pro`uess payments and will be incorporated into a form oi' Application fcx Payment acceptable to ENGINEER. Progress payments on account or Unit Price Work will be based can the number of units completed .Application for Progress Pnynient., 14.2. At least twenty days before th,: date established for cauh progress payment (but not more often than once a mcvtth). CONTRACTOR shall submit to ENGINEER fbr review an Apppplication for Pa ment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such suil)orting documentation as is required by the Contract 1)ocumenLs. 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 sate, invoice or other documentation warranting that OWNER has received die 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 retairmge with respect to progress payments will be as stipulated in the Agreement. ,may funds,_, t�h tat me_..w. Cld_by that (�,tVNER shall not be subi a to iubstitution by the CONTRACTOR With sepurities or a tnprrtngements involviran escrow or c�uslodi_an_chip.;,.-,Dy,executirtg,_the apfllit�tionlgr-payment lormnthe CONTRAG P012 �urossiy waivzs , right to the benefits of Colorado Revisecj N tgtes secltio 2 -91 _tart e Se C'ONTRACTOR's Warranty ofTitte: 14.3_ CONTRACTOR warrants and pnmmntees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to ONhNER no later them the time of payment Gee and clear of all Liens. Revie of.4pptiearionsforProgressPayment 14A. EINGINEER will, within ten days alter receipt of each Application for Payment, either indicate in writing a EJCI)C OENEKAL CO%UIIOM 19195 (19" Ecitim) W CITY OF FORT COLLINSMODIFI CATIONS REV IP000) recommxmctation of payment and present the Application In OWINMR, or rchim the Application to C'ONT'ILACTOR indical ng in viTiting L\GfNEER's reasons for refusing to recommend payment. In the Uner case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for payment to OW,M with L\'GIlMER's recommendation the income recommended will (subject to the provisions of the last sentence of paragraph 14.7) become Jue and when due will be paid by OWNER to CONTRACTOR 14.5, I•NGINHGR's reconnmendstion of any rinyinent requestcd in an Application for Payment wilt eunstilutc a representation by bNGIM-+R to OWNNER, hosed on FNGINI;gl,R's on -site observations of the executed Work us an experienced and qualified design professional and on IiNGINEEk's review of the A ..plication for Payment and the accompanying data and schedules. that to the best of ENGINEER's knowledge, infomration and belief. 14.5.1. the. Work has progressed to the point indicated, 14S2. the quality of the Work is generally in accordance with the Conurict Documents (subject to an evaluation of the Work as a functioning whole prior to ca upon Substantial Completion, to the results of any Subsequent tests called nix in the Contract to Lum arts, to a final detemiiriation of quantities and classifications for Knit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3 die conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is MNGlNE-ER's respxinsibihiiy to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that. (i) cxhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the resporisibilitics specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or iswes between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGENEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for MN,7"TRAGTOR's means, methods, techniques, sequences or procedures of construction. or the safety precautions and pror,;rams incident thereto, or for any failure of CONTRACTOR to comply with Laws anti 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. 1-NIG VEER may refuse to reecmownd the whole or any part of any payment it, in E??NGINEER's opinion, it would tie incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsetpttent rrupections or tests, nullify any such payment previously recommended to such extent us may tore necessary in I-MUNFI R's opinion to protect OIVNF.R from loss because: 14.7.1, the Work is ckfectnv, or completed Work has been damaged reyuiri correction or replacerncnt, 14.7.2. the Contract price has been reduced by Written Amendment or Change Order, 14.7.3. ()WNFR has been required to correct d.Pcirve Work or complete Work in accordance with paragraph 13,14, or 14.7.4. Ix'N'GIl`IEER has actual knowledge of the occurrence of an of the events enumerated in paragraphs 15 2.1 through 15.2.4 inclusive. OWNFK may refuse to make payment of the full amount rocommctded by ENGINEER becaugc: 14.7.5. claims have been made against OWNER on awoum ofCONTRACTOWs performance or furnishing - of the Work, 14.7.8_ Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Band satisfactory to OWNER to secure the s- asfaction and discharge of such Liers, 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 ou 14.7.3 or 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 4ustment thereto agreed to by OWNER ancl. CONTRACTOR when .. CONTRACTOR. corrects to OWNER's satisfaction the reasons for such action .Substantial Completion: 14.8. When CONTRACTOR considers the entire Wort: ready for its intended use CONTRACTOR shall notify OWNER and .ENGINEM in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that 04011,EER issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGINEER stall make an inspection of the Work to determine the status of completion. If ENGINEER des not consider the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINFER WCDCOLNERAL CONUT11ONS 191018 (t'YJe E(fitiaa) 30 at CITY OF FORT COLONS MODOICAT1ONS(IL11V 4R0ae) eomiden the Work substantially complete, 1•:NGINMR will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fi.N the dine of Substantial Completion There shall be attached to the. certificate a tentative list of items to be completed or corrected before dotal payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER. as to am• provisions of the certificate or attached list. If, after considering such objections. ENGINEER concludes that the Work is not substantially complete. IiNGfNrrR will within fourteen days after submission of the tentative ceniticute to OWN'FK notfy COM-HACI'OR in writing, stating the reasons Ihcrefor. if. after considerution of OWN''FR's objections, EN(iINEFR considers the Work substantially complete, 1;NGIMiER 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 of corrected) reflecting such charges from the tentative certificate as ENGINEER believes justified after consideration of any objections Farm OWNER. At the time of delivery of the tentative certificate of Substantial Completion FNGNFFR will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending find payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warmmies and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform VGINEER in writing prior to ENGNFER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recotamendntion will be binding on OWT` ER 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 specJhcally been identified in the Contract Documents, or (ti)OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable. partof the Work that can be used by OWNER for its intended purpose without Significant interference with CONTRACTORS performance of the remainder of the Wok, may be accomplished prior to Substantial Completion of all the Worl subject to the following: 14.10.LOWNER at any time may, request CONTRACTOR in writing to permit OWNER to use any such part of the Wort: which OWNER believes to be ready for its intended use and substantially wmnkte if CONTRACTOR agrees that such }xirt of t}ne oil is substantially completr, CONTRACTOR will certify to OWNER and ENGINEER that such ppaart of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at tiny, time may notify OWNT-R and ENGINEER in writing that CON'TRAC170R considers any such part of the Work ready for its intended use and substamially complete and request ENGINEER to issue a certiftc to of Substantial Completion for tluu Pon of the Work. Within A reasonable time after either such request. OWNER CONTRACTOR and LNGli EER shall stake an inspectiin of that pout of the Work to determine its status of completion If ENGINEER does not consider that part of the Work to be substantially c)mpld,e, ENGINEER will notify OWNER and CONTRACTOR in writing Living the reasons therefor. If FNGINkHR considers that part of the Work to be svbstamially compiete. 91e provisions of paragraphs 14.3 and 14.9 will apply with respect to certification of Substantial Completion of that pat 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 lino Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of Property insurance. I'Mal Inspection: 14.11. upon written notice from CON'rRAC'rOiz that the entire IAmk or an agreed portion thereof is complete, ENGIN= will make a final inspection with OWNER and CONTRACTOR and will rnxify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take itch measures as are necessary to complete such work or ramedy such deficiencies FrnalApplication for Paymeal: 14,12. After CONTRACTOR has completed all such corrections to the srtislacticn of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Dands, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record docmnents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for find payment following the procedure for progress payments. The final Application fur Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but turf limited to the evidence of insurance required by subparaeraph54.13, (ii)wnsent of the surety, if' any, to faced payment, mind fiit) 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 suchreleases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in ftdl 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 M13COBNER.AL CONU711ONS 1919311990 F;ditiad w%C1TY OF FORT COLUNSMODIFICATIONS iRLV 1,20tN)) to furnish such a release or receipt in hill. CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. -Rcleasas or Waivers of liens And! the consent of the surety to rul-ali/x-ptivircrA are to br submitted on too ms ccmfonningto_the tumid[ of the (`)LY_NF,R'S standard firms baur l n the Project manual. Tinal Pa ment andAcceptance: 14] 3. If, on the basis of ENGINEER's observaucri of the Work during coruuuction and final inspection. and HNGINI EWs reviav of the final Application for payment and accompanying documentation as required by the Contract i:kcuments, ENGINEER is satisfied that the Work has teen 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, inicate in writing ENCHNIHER's reenmmendatlon of payment and present the Application to OWNER for payinenL At the same time M UMEH R will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15, Otherwise, FNGINFFR will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final pmymmcnt in which case CONTRACTOR shall make the rimesw-nry corrections and resubmittheApplication. Thirtydaysafterpresentationto OWNER of the Application and Accompanying documentation• in npproprmte Form and substance and with FNGINEER's recommendation and notice of acceptability, tore amount recommended by ENGINEER will become due and will be paid by OWrN13R to CONTRACTOR �ubjwt to [ ph i 7 B o of these O zrpe, fat_c'or* ior_a. 14.14. It through no fault of CONNTRACTOR. final Completion of the Work is significantly delayed amp if LNG AMER so c nftrm.% OW NT ER shall, upon receipt of CON'TRACTOR'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 tally completed or corrected is less than the retaiage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions goveming final Payment, except that it shall not constitute a waiver of claims. ;Miniver of'Clainns, 14.15. The making and acceptance of fugal payment will constitute: 14.15.1.a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled i..iens, from &fective Work appearing after 31 DIVISION 2 SECTION 02300 — CULVERTS PART 1 - GENERAL Scope of work A. This work shall consist of furnishing and installing, or installing only, pipe appurtenances, including all bedding and backfilling required to complete the work. The current issue of"Storm Drainage Design Criteria and Construction Standards" City of Fort Collins is made a portion of this specification by reference. PART 2 - MATERIALS 2.01 Standards A. Materials shall meet the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" or AS SHOWN ON THE DRAWINGS. 2.02 Certification A. Submit manufacturer's certification that products meet requirements of the referenced standards and drawings. 2.03 Shop Drawings A. Submit shop drawings on materials specified according to requirements of the Shop Drawing section of the Contract Documents. PART 3 - EXECUTION 3.01 Standards A. Construction requirements shall be in accordance with the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" document and AS SHOWN ON THE DRAWNGS. END OF SECTION City of Fort Collins Section 02300 — Culverts Parks Planning & Development Division Page 1 of 1 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 ai7iting and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TEWMINATION 01V:NM 3fay Swpernd 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 ENGiINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Arork on the date so fixed CONTRACTOR shall he allowed an adjustment in the Contract Price or an extension of the Contract Tunes, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I l and 12. OJV','VIi'R 11ayTerminate: 152. Upon the oanrrrenoe of any one or more of the following events: 152.1. if CO.NTTRACTOR parsoWv fails to ped*oml the Work in accordance withisthe Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or a uipment or failure to adhere to the progress under paragraph 29 as adjusted from time to time pursuant to paragraph-b.6); 1522, if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3- if CONTRACTOR disreprds die authority of ENGINEER; or 15.2.4, if CONTRACTOR otherwise violatas in any substantial way any provisions of the Contract Documents; OWNER may, alter giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permmiued 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 aml use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or cor esion), incorporate in the Work all materials and. equipment stored at the site or for which OWNER has paid EXI)C OLNERAL CONO'now 191"o990 Edtim) 3- w! CtrY OF FORT COL[.INS MOOm7CA'CIC?NS (tit:-V AtS060) CONTRACTOR but which are stored elsewhere, and finish the Work as 01VNER 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, lasses and damages sustained by OWNE.R 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. lossaz and damages incurred by 011•TvER will he reviewed by ENGINEER as to their reasonableness and when so approved by ENGJN Et-R incorporated in a Change Order, provided that when cxcrclsnlg any rights or remedies under this pamrrnph OWNER shall not he required to Obtain the lowest price for the Work performed. I5J. Where CONTRAC"fOR's services have been so terminated by OWNER. the tenninalion will not affect any rights or remcdics of OWNER against CONTRACTOR then existing or which may thertafter accrue- Any .retention or payment of moneys due CONTRACTOR by OWNA will not release CONTRACTOR from liability. 15,4. Upon seven days written notice to CONMACTOR and ENUINFER. OWNER may, without cause and without prejudice to may other right or remedy of OWNER, elect to terminate the /Weemient. In such case, CON"TRACTOR shall be paid (without duplication of any items): 15.4.1, Tor completed and acceptable Work executed in accordance with the Contract Documents prior to die 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 s and damages incurred in settlement of terminated contmcts with Subcontractors, Suppliers and others; and 15.4A. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of lass of anticipated profits or revenue or other economic liras arising out of or resulting rrom such termination. CONTMCTOR play SYop Work or Terminate: 15.5. IL 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, err ENGIlvFFR 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 ,alit finally determined to be due, then CONTILICTOR may, upon seven curvy written notice io OWNER and E.NGMEER- and provided OW?IER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms ns provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any otter right or remcch. if LN(X\EER has Giiied to act on an Application for Psvment within thirty days after it is submitted. or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to he due, CONTR.4C'TOR may upon seven daNs written notice to OWNER and tsNG1NISER stop the Work until pnymtent of all such amounts due CONTRACTOR. including interest thereon. The provisions of this paragraph 15 5 are not intended to preclude COti MACTOR from making claim under Articles I 1 and 12 for an increase in Contract Price or Contract 'times or otherwise for cxperisas or damage directly attributable to CON Work as permitted by this paragraph ARTICLE. lb —DISPUTE RE..SOLITI'ION If and to the eaytent 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, slmll he as set forth in Exhibit GC A, "Dispute Resolution Agreement", to be attached hereto and made a pan hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs9.10, 9.11 and 9.12, OWNER and CONTRACTOR may eeercise such rights or remedies as either any otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLED—nIISCELLANEOUS citing 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 wham 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. Contparntion ojT nse: 17.2.1. When any period of tune 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 doy made a legal holiday by the law of the applicable junsdictiott, such day will be omitted from the computation. EXI)COENERALCOND1110MS 1910-8 0990 Ed6w) wl CITY Of FORI'CX"LL NS MODIrICAIIONS (REV Al2apaj 1 T 22. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day A'nrice ofClnirn: 171 Should ON L".i or CON'1'ItAC"rOR sutler injun 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 Gable, claim will be made in writing to the other pnnv within a reasonable time of the first ubservame of such injury of damage. The provisions of this paragraph 17-3 shall not be construed as a substitute 1br or a waiver of the provisions of any applicable statute of limitations or repuse.Cunodadve Remer6es. 17.4. The duties and obligations unposed by these General Conditionsand 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 , 632, 13.1, 13.12. 13.1 a, 14.3 and 152 and all of the rights and remedies mailtble to OWNER and FNCYINFFR thereunder, arc in addition to, andare not to be construed in any wav as a limitation oll any rights and remedies available to any or all of them which are otherwise imposed or available by Laws " Regulations by special warranty or guarantee or Iry other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if reN-ned specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Proyescional Feevand Coarl Cox&Inclarled: 17.5. Whenever reference is made to "cla nts, costs, losses and damages% it shall include u1 each case, but not be limited to, all fees and charges of emguieers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. A Eeement _Referetx a to two �ertittent_Colwacb stntules are as follows: 17.6 2. If a claim is Lled OWNER is required by law (CRS 33-26-177) to withhold from all ra_vments to CONTRACTOR sufficient funs to insure the paynicnt of all cLaims_far lal�or� matcrinls, tam�re sustemlice, prromisiwts. provender, or other supplies used or consumed by CON'rRA(.TOR or his 33 V.jcDc D614E11AL CONDI11OM 191 M (EMO Edilia) 34 %! illy OF FORM COLums MODI17CA11ONS REV 4r2000) frbis page left blank intentionally-j EJCDC UENER COIN MOM 197 us a 9" Edtimi 35 W' CI Y Or roRT coLuNsatovtHcnnONS ( v.tnoat) EXHIBIT GC -A to General Conditions of the Construction Contract Behveen OWNER and CONTRACTOR DIsptlTt: RESIDI T ION AGREEMEErr OW TR and C'0NTRAC1'CiR hereby agim that .-Miele 16 of the General Conditions of the Construction Contract hetween 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 or or relating to the Contract Documents or the breach thereof (except for chins 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 fly arbitration of any claim, dispute or other matter that is required to be refencd to ENGINEER initially for decision in acc lydalrce with paragraph 9.11 will be made until the earlier of (a) tic date on which ENGINEER has rendered a written decision or Qh) the thirty-first day after the parties have presented their evidence to INIGINXER if a written decision has not been rendered by F.NGI?a'EER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than an thirty days after die date on which ENCITNI.ER 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 OWNTER 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 tie decision is acceptable to the parties concerned. No demand for arbitration of any written decision of .ENGM-FIR rendered in accordance with paragraph 9.10 will be made later than ten days after the party malting such demand has delivered written notice of intention to appeal as provided in paragraph 9.1 R 16.3. Notice of the demand for arbitration will be riled in writing with the other puny to the Agreement and with the American.'lrbitrubun Association, and a copy will be sent to E13GIN= 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 rclisumble time after the claim, dispute or other matter in question has arisen, ark in no event shall any such demand be made after the date when institution or legal or equitable proceedings based on such claim, dispute or other matter in question would be, barred by the applicable statute of limitations I6A Except as provided in paragraph 16.5 below. no arbitration arising out of nr relating to the Contract Documents shall include by cunsolidation. jointer or in any other manner any other person or entity (including ENGINEER, E?iGINEER's Consultant and the officers directors, agents, employees or consultants of nny of them) who is not it party to this contract unless: 16.4.1. the inclusion of such otter person or entity is necessary if complete relief is to be aflixded among tho w tvho are already parties to the arbitration. and 16.4.1_. such other person or entity is sulmnntially involved in a question of law ur ract which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16A.3_ die written consent of the other person or entity s. xght to be included aril of OWNER and C'ON'rRA(-rOR 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 nrbitration with am, party not specifically identified in such consent. 165. 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 CON'IRACI'OR may join such Subcontrnctor as a party to the arbitration between MVNSR mid CONrRAC'I'OR hereunder CONTRAC:rOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWjNTF.R and CONTRACTOR involving the Wcrk 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 or SUbcOntmctor mid against OWNER, ENiINTEM or ENGNEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be find, judgment may be entered upon it in any court having jurisdiction thereof; and it will not be subject to modification or appeal_ 163. 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 wader this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. EKW OE,NERAL C,UN DiTION51910-y (11"O Ecktim) QC -Al ,,/ ('ITS' OF FORT COLLINS MOUSFIC.ATIOM (REV 9l99) 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: APPENDIX A Geotechnical Engineering Consultation Pedestrian Underpass at College Avenue Crossing of Fossil Creek Fort Collins, Colorado CTL / T Project No. FC03443-145 March 31, 2005 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: 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: 7/96 Section 00800 Page 1 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-6.31 Add the following language to the end of paragraph 6.31. To the extent authorized by law, the Contractor shall indemnify, save and hold harmless the State of Colorado and the Local Agency, their employees and agents, against any and all claims, damages, liability, and court awards including costs, expenses, and attorney fees incurred as a result of any act or omission by the Contractor, or its employees, agents, subcontractors, or assignees pursuant to the terms of this contract. SC-12.3 Add the following language to the end of paragraph 12.3. _ Contractor will include in the project schedule zero (0) days lost due to abnormal weather conditions. 7/96 Section 00800 Page 2 '- SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960Application for Payment am SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDER TOTAL PENDING CHANGE ORDER TOTAL THIS CHANGE ORDER TOTAL % OF THIS CHANGE ORDER TOTAL C.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 DIVISION 2 SECTION 02520 — PORTLAND CEMENT CONCRETE PAVING PART 1 - GENERAL Scope A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in connection with and reasonably incidental to complete installation of concrete paving as shown on the drawings and as specified herein. Items of work specifically included are: B. Subgrade preparation for trail C. Form work. D. Reinforcement. E. Surface finish. F. Construction, expansion and control joints. G. Curing. H. Concrete trail I. Interior slabs -on -grade in restroom, etc. Work Not Included A. Items of work specifically excluded or covered under other sections: B. Excavation and backfill. C. Earthwork and grading. D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances, and pad and building. E. Joint sealers. Related Work A. Division 2 — Site Work: a. Section 02050 — Demolition. b. Section 02200 — Earthwork/Grading. c. Section 02221 — Trenching, Backfilling, and Compaction. B. Not Used C. Division 7 — Thermal and Moisture Protection: 1. Section 07900 — Joint Sealers. References A. ACI 301 — Specifications for Structural Concrete for Buildings. B. ASTM C33 — Concrete Aggregate. C. ASTM C150 —Portland Cement. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 1 of 10 Section 00960 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 The present status of the account for this Contract is as NUMBER DATE AMOUNT 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. 9/997/96 Section 00960 Page 1 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0:00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 0096.0 Page 2 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.0.0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0,00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0,00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0,00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4OF4 On Hand This Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 4 i I : ) : 1 1 I I I I I I I I I I 1 1 1 1 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS The Engineers Joint Contract Documents Committee General Conditions govern the construction of this contract. The following General Requirements supplement these General Conditions. The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction"(2005), except as revised herein, is hereby adopted as a minimum standard of compliance for this project. The City of Fort Collins Storm Drainage Construction Standards, City of Fort Collins Water Utilities Standard Construction Specifications, City of Fort Collins Design Criteria and Standards for Streets, and City of Fort Collins Work Area Traffic Control Handbook, shall also serve as minimum standards of compliance for this project. They are not included in the contract documents, but may be obtained at the appropriate City Departments. It shall be the Contractor's responsibility to acquire and familiarize themselves with all of the City Department Specifications. The following Project Specifications, General Requirements, City Department specifications, and CDOT Special and Standard Special Provisions are considered minimum standards for compliance on this project. In the event of conflicting or ambiguous specifications or other provisions, Article 3 of the EJCDC, specifically 3.3.4, will be deferred to for resolution. DIVISION 1 GENERAL REQUIREMENTS Section 01000 Project Summary Section 01 100 Summary of Work Section 01160 Site Conditions Section 01290 Measurement and Payment Section 01300 Coordination and Project Meetings Section 01310 Construction Schedules Section 01330 Shop Drawings, Product Data and Samples Section 01340 Survey Data Section 01450 Quality Control and Testing Section 01500 Temporary Controls Section 01510 Temporary Utilities Section 01570 Traffic Control Section 01600 Material and Equipment Section 01700 Contract Close -Out Section 01900 Definition of Bid Items DIVISION 2 SITEWORK Section 02100 Mobilization Section 02200 Earthwork and Grading Section 02221 Trenching, Backfilling and Compaction Section 02300 Culverts Section 02520 Portland Cement Concrete Paving Section 02601 Manholes Section 02900 Site Revegetation DIVISION 16 ELECTRICAL Section 16000 General Electrical Section 16100 Basic Materials and Methods Section 16410 Electric Service Section16450 Grounding Section 16500 Lighting Section 16472 Meter Center— Load Center City of Fort Collins Table of Contents Park Planning and Development Page I of 3 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS C.D.O.T. SPECIAL AND STANDARD SPECIAL PROVISIONS Revision of Section 107 Project Safety Planning Revision of Section 107 Responsibility for Damage Claims, Insurance Types and Coverage Limits Revision of Sections 614 & 630 Retroflective Sign Sheeting Revision of Section 630 NCHRP 350 Requirements Revision of Section 630 Portable Sign Storage Section 206 Excavation and Backfill for Structures Section 304 Aggregate Base Course Section 420 Geosynthetics Section 502 Piling _ Section 518 Waterstops and Expansion Joints Section 601 Structural Concrete Section 602 Reinforcing Steel Section 605 Subsurface Drains — Section 703 Aggregates Section 705 Joint, Waterproofing, and Bearing Materials Section 709 Reinforcing Steel and Wire Rope Section 711 _ Concrete Curing Materials and Admixtures Section 712.08 Geosynthetics APPENDIX A Geotechnical Engineering Consultation Pedestrian Underpass at College Avenue Crossing of Fossil Creek Fort Collins, Colorado CTL / T Project No. FC03443-145 March 31, 2005 City of Fort Collins Table of Contents Park Planning and Development Page 2 of 3 TABLE OF CONTENTS TECHNICAL SPECIFICATIONS SCHEDULE OF DRAWINGS SHEET SHEET TITLE I TITLE SHEET 2 STANDARD PLANS LIST 3 GENERAL NOTES 4-5 PROJECT CONROL DIAGRAM 6 TYPICAL SECTIONS 7 - 13 TRAIL PLAN 14 - 17 TRAIL CONTROL LINE PROFILE 18 WALL LAYOUT PLAN 19 - 20 WALL PROFILES & ELEVATIONS 21 - 24 WALL DETAILS 25 ART WALL ELEVATIONS 26 VIEWPORT FRAME DETAILS 27 SITE PLAN MECHANICAL DETAILS 28 ELECTRICAL PLAN 29 ELECTRICAL DETAILS 30 EROSION CONTROL PLAN 31 STORMWATER MANAGEMENT PLAN 32 DETAILS City of Fort Collins Table of Contents Park Planning and Development Page 3 of 3 DIVISION 1 SECTION 01000 — PROJECT SUMMARY PART 1-GENERAL 1.01 Scope A. This section contains general requirements that are applicable to this project. 1.02 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. 1.03 City Furnished Materials A. None. 1.04 Conditions of Work A. Area of Work: The Contractor shall confine his operations to the immediate work area. Material storage shall be confined to areas shown on the Drawings or designated by the City. B. Regulations: The Contractor shall comply with all applicable Federal, State, and local regulations pertaining to safety, traffic control, fire prevention, erosion control and environmental protection. C. Working Hours: The Contractors working hours shall be between 7:00 a.m. and 5:00 p.m., with no work on weekends or Federal holidays, unless otherwise approved by the City. D. Material Storage: The Contractor's material and equipment storage site shall be limited to the area of the project site. The area shall be kept orderly and free of litter. 1.05 Project Cleanup A. The Contractor is responsible to maintain the construction site in a clean and orderly condition from the start of the project to completion. Daily cleanups are required. 1. The City may require Contractor to perform cleanup within 100 feet of the progress of the work and perform cleanup of the site daily prior to work stoppage. B. Store volatile wastes in covered containers and dispose off -site. 1. Provide on -site covered containers for the collection of waste materials, debris and rubbish. 2. Neatly store construction materials, such as concrete forms, when not in use. C. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. D. At project completion the Contractor shall remove all equipment, materials, and debris from the site including toilets and dumpsters. Areas around work sites shall be cleaned with dirt and grass surfaces raked clean of any slag from the Contractor's operations. Broom clean exterior paved surfaces. Remaining dirt and fill material shall be removed, or may be scattered, with the approval of the City. 1.06 Trash Removal A. All non -salvageable items and trash shall be hauled off the site and disposed of in accordance with applicable state and local regulations. Items shall be transported in tarp -covered or closed vehicles. Any materials dropped or blown off vehicles shall be picked up immediately by Contractor. City of Fort Collins SECTION 01000 — PROJECT SUMMARY Park Planning & Development Division Page 1 of 4 1.07 Verification of Dimensions A. The Contractor shall he responsible for the coordination and proper relation of the work. He shall field verify all dimensions and advise the City of any discrepancies prior to proceeding with that phase of the work. 1.08 Fire Hydrants A. Fire Hydrant Connections: City's permission is required for connection to fire hydrants. Only compatible adapters shall be utilized for hydrant connections. A gate valve shall be provided and installed by the Contractor between the hydrant and supply hoses to control flow. Connection shall include backflow, protection. Temporary connections to fire hydrants shall he disconnected at the end of each working day. No quick closing valves such as plug or butterfly valves will he used. 1.09 Outages A. Utility outages necessitated by the work shall be requested in writing at least fifteen (15) working days prior to the proposed outage. The request shall be directed to the City and shall stipulate the specific utility system(s) and circuits to be affected, the location of the work, the time at which the shutdown will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in number and in duration. Where multiple outages are required, as many outages as can be accurately scheduled shall he submitted as a group. 1.10 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. _ 1.11 Parking A. Parking of the Contractor's vehicles shall be restricted to an area designated by the City. 1.12 Telephone A. Business Telephone: At the beginning of construction, the Contractor shall provide the City with a telephone number at which the Contractor or his representative may be contacted at any time during regular working hours. The Contractor shall also provide a phone number for after -duty hours contact. 1.13 Sanitary Provisions A. The Contractor shall provide temporary toilets for the use of construction personnel. Location, type, proposed maintenance, etc., shall be approved by the City prior to placing toilets. Temporary toilets shall be removed at the completion of construction and the adjacent area restored to the condition ^ existing prior to the start of construction or as indicated on the plans. 1.14 Pollution Abatement A. Transporting materials to or from the site shall be accomplished in a manner preventing materials or particles from becoming airborne. Earth materials shall be covered, wetted or otherwise protected. Gravel, sand and concrete shall be contained within vehicles to prevent spillage. _ B. Prevent the deposit of dirt, mud or debris on improved streets and roads, and remove all should such deposition occur. C. Burning of any material on site is prohibited. D. Stream beds, lakes, drainage ways, sanitary and storm sewers, etc., shall not be polluted by fuels, oils, bitumen, acids, or other harmful materials. Surface drainage from the construction site, which contains harmful amounts of sediment, shall not be allowed to drain onto adjacent areas. All grading shall be , accomplished to allow sedimentation to settle out prior to flowing onto adjacent areas. City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning & Development Division Page 2 of 4 "" E. Flushing of concrete trucks is allowed only at the project site or the designated contractor storage area, with the responsibility of control and cleanup resting with the Contractor. F. Toxic, corrosive and flammable materials for construction other than specified shall not be used without prior approval of the City of Fort Collins. When approved, disposal of these materials or their containers will be off site and conform to state and federal regulations. 1.15 Protection of Property A. Initiate, maintain and supervise necessary protection to prevent damage, injury or loss to: I. The Work and materials and equipment to be incorporated in the project, whether in storage on or off the site: and 2. Property at the site or adjacent thereto, including fences, patios, driveways, sidewalks, pavement, trees, shrubs, lawns, walks, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. B. Maintain, protect, and support existing utilities and other appurtenances against damage by shoring, bracing, or other means. C. Do not stockpile excavated material against existing appurtenances. 1.16 Survey Requirements A. Contractor shall be responsible for construction staking necessary for proper and accurate completion of the work covered by this contract. The Contractor shall provide experienced instrument personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. Survey work shall be performed under the direction of a licensed professional surveyor in the State of Colorado. In addition, Contractor shall furnish, without charge, competent personnel and such tools, stakes, and other materials as Engineer may require in checking survey, layout, and measurement Work performed by the Contractor. B. All work shall be performed to the lines, grades, and elevations shown on the Drawings. When construction falls within the following tolerances, the installation will be acceptable to the Owner, with respect to the lines and grades. If the tolerances are not met, the Contractor shall be responsible for performing modifications to the facilities to bring the project components into the tolerances. Description: Max. Permissible Deviation from Alignment and Elevation shown on Drawings: Horizontal location of concrete trail 0.10 feet* Horizontal location of all Walls & components 0.10 feet Vertical elevation of trail STA 5+40 to 11+30 & sump pumpsystem 0.05 feet Vertical elevation of all Walls & Components 0.05 feet Vertical elevation of other trail Stationing 0.50 feet Vertical elevation of site grading, bank restoration, and bank protection 0.10 feet Steel Pilings alignment and height Per Section 502 * Unless trail is field located by Owner City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning & Development Division Page 3 of 4 D. ASTM C260 — Air Entraining Admixtures for Concrete. E. ASTM C309 — Liquid Membrane — Forming Compounds for Curing Concrete. F. ACI 304 — Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. G. ACI 305R — Hot Weather Concreting. H. ACI 306R — Cold Weather Concreting. I. ACI 308 — Standard Practice for Curing Concrete. J. ACI 309 — Recommended Practice for Consolidation of Concrete. K. ACI 318-89 — Building Code Requirements for Reinforced Concrete. Regulatory Requirements: A. Conform to applicable code of governing authority for paving work within public right-of-way. Tests: A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For standard premix concrete mixes, the supplier's quality control records may be substituted for job mix testing. B. Refer to Division 1, Section 01400 Quality Control and Testing. C. Coordinate and schedule sampling testing during concrete placement with City Representative. Submittals: A. Submit product data under provisions of Section 01300 —Submittals. B. Submit data on admixtures and curing compounds. C. Submit a ten pound sample of aggregate for exposed aggregate finish. D. Submit manufacturer's data on leave -in -place construction joint form Test Panels: A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel for each pavement type specified. In casting the panels, use personnel and methods to be employed on the work. B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on site until finished work is accepted. Test panel will represent minimum workmanship standard. C. Work completed prior to text panel approval shall be subject to removal and replacement at Owner's request. PART 2 MATERIALS 2.01 Concrete Materials: A. General: Provide materials of same brand and source throughout the project unless otherwise noted. B. Portland Cement: ASTM C150, Type I or Type I/II, gray color. C. Aggregates: ASTM C33, normal weight. In addition, the combined aggregate shall comply with the following gradation, shown in percent passing. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 2 of 10 C. Contractor shall remove and reconstruct Work that is improperly located. Horizontal and vertical alignments shall be checked regularly as the Work progresses. Contractor shall report results to the Engineer. D. If the construction survey uncovers any discrepancies, the Contractor shall notify the Engineer, in writing, prior to construction proceeding. If the Contractor proceeds with work that includes apparent discrepancies without resolution by the Engineer, he assumes full responsibility for any subsequent necessary modifications. 1.17 Construction Superintendent A. The construction superintendent shall be at the job site any time work is being accomplished by any of the trades per General Conditions including, but not limited to, Article 6. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins SECTION 01000 -PROJECT SUMMARY Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01100 - SUMMARY OF WORK PART 1-GENERAL 1.01 Description of Work A. The Fossil Creek Trail Underpass at U.S. HWY. 287 includes construction of new 10' wide colored concrete trail, concrete retaining walls, pedestrian ramps, installation of a sump pump system, a tunnel lighting system, metal trail gates removal and replacement of curb & gutter, earthwork, riprap,seeding, and restoration for any areas disturbed during construction. The issuer and OWNER of this project is the CITY of FORT COLLINS. The project is funded exclusively with CITY of FORT COLLINS funding. However, a portion of the Work will occur in CDOT R.O.W., therefore the format for the drawings, specifications and all construction will need to conform to CDOT regulations. It is the Contractors responsibility to be informed and familiar with these regulations. This project IS NOT Federal Funded. B. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. 1.02 Notices to Private Owners and Authorities A. Notify private owners of adjacent property, utilities, affected governmental agencies, and school district when execution of the work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items that would affect their daily operation. E. Several names and telephone numbers of potentially affected agencies and utilities in the area are listed below for Contractor's convenience. This may not be a comprehensive listing of agencies. Water - City of Fort Collins, Colorado 221-6681 Storm Sewer - City of Fort Collins, Colorado 221-6605 Sanitary Sewer - City of Fort Collins, Colorado 221-6681 Electrical - City of Fort Collins, Colorado 482-5922, 221-8553 Gas - Public Service Company of Colorado 482-5922, 221-8553 Telephone - U.S. West Communications 484-0300, 226-6310 Roads - City of Ft. Collins, Colorado 221-6815 Cable Television — AT&T Cable Services 493-7400 Utility Locates - One -call System 1-800-922-1987 Safety - Occupational Safety and Health Administration (OSHA) 844-3061 Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911 Police - City of Fort Collins Police Department Non -Emergency 221-6550 / Emergency 911 Larimer County Sheriffs Department - Non -Emergency 221-7177 Postmaster - United States Postal Service 482-2837 Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911 City of Fort Collins SECTION 01100 - SUMMARY OF WORK Park Planning & Development Division Page 1 of 2 Public Transportation — 'TransFort' 221-6620 Traffic Control - Traffic Engineering 221-6815 PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01100 — SUMMARY OF WORK Park Planning & Development Division Page 2 of 2 DIVISION 1 SECTION 01160 — SITE CONDITIONS PART 1 - SITE INVESTIGATIONS AND REPRESENTATION 1.01 General Investigations The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 1.02 Soil Conditions A. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 1.03 Contractor Representation A. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. PART 2 - INFORMATION ON SITE CONDITIONS 2.01 General Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. A. Differing Subsurface Conditions: 1. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Owner in writing of such changed conditions. 2. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. City of Fort Collins SECTION 01160 — SITE CONDITIONS Park Planning & Development Division Page 1 of 3 B. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. — The locations shown are taken from existing records and the best information available from existing utility plans, however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. PART 3 - CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 3.01 General A. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be _ suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. — Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. C. The Contractor shall protect all utility poles from damage • if interference of power poles, telephone poles, guy wires, or anchors is encountered, notify the Owner's Representative and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. D. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under _ this Contract. E. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. F. If the Contractor while performing the Contract discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owners and the utility in writing. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 3.02 Interfering Structures A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. City of Fort Collins Park Planning & Development Division SECTION 01160 — SITE CONDITIONS Page 2 of 3 3.03 Field Relocation A. During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Owner's Representative. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Owner's Representative before continuing with the construction in order that the Owner's Representative may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Owner's Representative when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. 3.04 Easements A. Easements will be obtained by the Owner where portions of the work are located on public or private property Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Owner's Representative, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. B. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the Contractor shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 3.05 Land Monuments A. The Contractor shall notify the Owner's Representative of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Owner's Representative at least two (2) weeks in advance of the proposed construction in order that the Owner's Representative will have ample opportunity to notify the proper authority and reference these monuments for later replacement. END OF SECTION City of Fort Collins SECTION 01160 — SITE CONDITIONS Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01290 - MEASUREMENT AND PAYMENT PART 1-GENERAL 1.01 Description A. This section covers the methods employed in determining the payment due for work completed under this contract- B. The bid price should cover all work required by this contract based upon the quantities outlined in the bid form. C. Where actual quantities differ from those outlined in the bid form; unit prices as stipulated in the bid form shall be utilized to compute payment. D. Where unit prices are not set forth on specific work, that work shall be considered a subsidiary obligation of the Contractor. E. Quantities given in the bid form are estimates for the purpose of evaluating bids consequently some difference may arise in actual and bid quantities. 1.02 Lump Sum Prices A. Where lump sum (LS) prices are given for an item in the bid schedule or for items added during construction by change order, the price will include all materials, labor, overhead and any other cost incurred to complete the construction of the item in accordance with the plans and specifications. B. All unit prices for each item shall include its pro rata share of profits, taxes, and overhead, and are for the items installed in place, maintained and guaranteed. Including these factors, unit prices must accurately reflect actual costs. Unit prices are to be valid for the life of the contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION City of Fort Collins SECTION 01290 — MEASUREMENT AND PAYMENT Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01300 — COORDINATION AND PROJECT MEETINGS PART 1-GENERAL 1.01 General A. In order to provide for an orderly progression of work, all parties involved in the construction will meet at various times during the project to discuss pertinent items regarding the work. B. Coordinate operations under contract in a manner that will facilitate progress of the Work. C. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations that affect the service of such utilities, agencies, or public safety. 1.02 Conferences A. The pre -construction conference will be held at a time to be determined by the Owner, after the awarding of the Contract and prior to the issuance of the Notice to Proceed. The meeting will involve the Owner, the Engineer, the Contractor, subcontractors and representatives of utilities and'other properties that will be directly affected by the work. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. B. Hold conferences for coordination of the Work when necessary. C. The City may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1.03 Progress Meetings A. Contractor and the City shall schedule and hold regular progress meetings at least weekly and at other times as requested by the City or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent 2. Owners Representative 3. Landscape Architect 4. Others as may be requested by contractor, Landscape Architect or Owner C. Minimum Agenda shall include: 1. Review of work progress since last meeting 2. Identification and discussion of problems affecting progress 3. Review of any pending change orders 4. Revisions of Construction Schedule as appropriate 1.04 Job Site Administration A. Contract administration and construction observation services will be provided by the Owner. The Owner will make decisions regarding changes in the work and adjustments in contract quantities and/or unit prices. END OF SECTION City of Fort Collins SECTION 01300 — COORDINATION AND PROJECT MEETINGS Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01310 - CONSTRUCTION SCHEDULES PART 1-GENERAL 1.01 General A. It is the intent of the Owner to begin construction on approximately October 1, 2005. The signing of the contract and issuance of a Notice to Proceed will be completed promptly to accomplish that objective. The Notice to Proceed will authorize the Contractor to begin project administration and construction work on the site. Construction work shall not begin on site prior to the pre -construction conference. B. The Contractor shall complete all work, including cleanup of the site by "Substantial Completion" date, specified in the Agreement, subject to the "Liquidated Damages" provision described under "Instructions to Bidders." C. Delays during project contract period outside control of the Contractor are subject to time extension consideration but not financial compensation unless sugh delay is significant enough to reasonably require Owner initiated work suspension (demobilization) as determined in the field by the Owner at the time of occurrence. See Paragraph 1.04 for requirements for modifying the Contract Time due to weather delays. D. Contractor shall plan and schedule his own work effort (personnel, equipment and material) to complete the project satisfactorily within the project time limits. Such schedule shall be in general conformance with the schedule submitted at the pre -construction conference. This includes the requirement that the Contractor conduct his operations to enable a shift of work effort from one part of the project to another to reasonably accommodate unexpected delays, and to conduct his daily operations so as to not create a public nuisance including but not limited to access or traffic obstruction, dust and mud generation, work outside of construction limits, noise, unsatisfactory cleanup or site restoration, unacceptable equipment/materials staging, flooding, etc. No work is to begin at the site until City's acceptance of the Construction Schedule. E. Contractor shall prepare and submit a Critical Path Method (CPM) schedule. The schedule shall show all work completed within the contract time and shall cover the time from the date of Notice to Proceed to the completion date. Contractor shall use Microsoft Project 2000 or approved equivalent to develop and manage the CPM schedule. F. Schedule shall include milestones that demonstrate the Contractor's approach to completing the project within project time limits. Milestones shall be of sufficient number to indicate regular progress of work and shall identify major components of the work. Milestones are subject to Owner approval prior to work beginning at the site. If Contractor fails to meet a milestone, contractor shall submit an updated schedule subject to Owner approval and demonstrate how the remaining milestones will be met. The Owner may order work shut down or suspended for nonconformance with the approved schedule (See Paragraph G. below) G. Milestones (minimum required items) (1) Steel Pilings (2) Retaining Walls (3) Mechanical & Electrical Systems (4) Colored Concrete Trail H. The Contractor may voluntarily shut down or suspend work due to conditions beyond his control provided a minimum of 24 hours notice is provided to the Owner together with the reasons for subject suspension of work. The Contractor shall leave the project conditions in such a way so as not to cause a public nuisance or a threat to public safety. Neither remobilization costs nor additional time will be allowed for such suspension unless agreed to in writing in advance. City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 1 of 4 The Owner or Engineer may order work shut down or suspended for such nonconformance issues as unsafe conditions, nonconformance with schedule, cause of public nuisance, unnecessary private property disturbance, materials and labor unsuited to the task, nonconformance to technical ^ specifications, failure to comply with permits, etc. The Owner or Engineer will give a written warning to the Contractor with a specified deadline during which time the Contractor shall remedy the cause(s) described on the warning. Failure to do so shall justify the Owner or Engineer to order work shut down or suspended. Such shutdown will not be compensated by cost reimbursement or time schedule adjustment. Failure to promptly execute the approved schedule in the judgment of the Owner will result in a written warning submitted to the Contractor explaining the specific compliance needed. Failure of the Contractor to remedy the noted items may be considered a breach of contract possibly leading to work shutdown for cause or contract termination. — 1.02 Format and Submissions A. Prepare Construction and Procurement schedules in a graphic format suitable for displaying schedule and actual progress. B. Submit two copies of each schedule to owner for review. Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 1.03 Progress Revisions A. A schedule update shall be submitted to the Owner at each weekly progress meeting that will reflect work performed in the previous week and the upcoming two-(2) weeks. Schedule updates shall not change any Contract times. B. A complete schedule update shall be submitted with each application for progress payment. C. Show changes occurring since previous submission. Actual progress of each item to date. 2. Revised projections of progress and completion. D. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of other work. 1.04 Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the times for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates a "Normal' weather and climate condition in and — around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and — that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. City of Fort Collins — Soft Gold Park SECTION 01310 - CONSTRUCTION SCHEDULES Park Planning & Development Division Page 2 of 4 w.a Sieve Size /,-Inch Nominal Maximum Size Inch 90 — 100 3/8 Inch 60 — 80 No. 4 40 — 60 No. 8 30 - 45 No. 16 20 — 35 No. 30 13 — 23 No. 50 5 — 15 No. 100 0-5 D. Coarse Aggregate for Exposed Aggregate Finish: 5/8-inch maximum size; rounded shape, ratio of maximum to minimum dimensions not to exceed 2.5:1; color to be tan to brown, no more than 2% white or black combined, no pink, no red, no green. E. Water: Clean and not detrimental to concrete. 2.02 Form Materials: A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use concrete -form grade hardboard, "plyform" grade plywood, or metal for forming surfaces exposed to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances specified in Part 3. B. Keyed Joint Form: Wooden key or leave -in -place metal construction joint form. C.. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. 2.03 Reinforcement: A. Reinforcing Steel: ASTM A615; 60 ksi yield grade; deformed billet -steel bars, uncoated finish. B. Welded Steel Wire Fabric: Smooth wire, ASTM A185, uncoated finish, flat sheets. C. Fibermesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix concrete and having the following characteristics: 1. Special Gravity: 0.91. 2. Tensile Strength: 70 to 100 ksi. 3. Fiber Lengths: %z inch, 3/ inch. 4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forta CR" by Forta Corporation of Groove City, PA. D. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and cap one end. Provide dowel basket to hold dowels in parallel alignment. 2.04 Admixtures: A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without approval of the Owner's Representative. Do not use admixtures that would result in mixing water with a concentration of more than 150 ppm of chloride ion. B. Air Entraining: ASTM C260. C. Water Reducing: ASTM C494, Type A. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 3 of 10 The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excluded) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Construction Coordinator in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. C. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of workdays delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set- D. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather - dependent activities. E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, City of Fort Collins — Soft Gold Park SECTION 01310 - CONSTRUCTION SCHEDULES Park Planning & Development Division Page 3 of 4 above. 1.05 City's Responsibility A. City's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences, and procedures of construction as provided in the General Conditions. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 -GENERAL 1.01 Shop Drawings A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates, and similar Drawings. Include the following information: 1. Dimensions. 2. Identification ofproducts and materials included by sheet and detail number. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings on sheets at least 8-1/2 by 1 1 inches but no larger than 24 by 36 inches. 7. Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Contractor for distribution. The Owner's Representative will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record Document." 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.02 Product Data A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. f. Notation coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for maintenance manuals plus additional copies as needed by the Contractor for distribution. The City of Fort Collins SECTION 01330 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 1 of 3 Owner will retain one and will return the other marked with action taken and corrections or modifications required. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession. b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.03 Samples A. Submit full-size, full -fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and — pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. c. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar — construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicated special requests regarding disposition of Sample submittals. — d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. 3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. The Owner will review and return preliminary submittals with the Owner's notation, indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 3 sets. The Owner will return one set marked with the action taken. 5. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each — set. City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 2 of 3 B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1.04 Quality Assurance Submittals A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. 1. Signature: an officer of the manufacturer or other authorized individual shall sign Certification documents. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division I Section "Quality Control and Testing," and in the applicable technical specifications. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01340 - SURVEY DATA PART 1 - GENERAL 1.01 Survey Requirements A. Contractor is responsible for the layout of the Work. The City will not provide surveying. B. Base all measurements, both horizontal and vertical, on established control points. Verify all established control points at site prior to laying out the work. C. Perform layout of the Work with qualified personnel. l . Minimum structural layout requirements: all steel Pilings, manholes, walls & footings (be in, end, angle points & 25' intermediates on tangents, 5' intermediates on curves). 2. Minimum paved areas layout requirements: concrete trail: per line & curve tables, at all spot elevations and at grade changes, changes in horizontal alignment, and at 25-feet stations along the sidewalk centerline. D. All field books, notes, and other data developed by Contractor in performing surveys required by the Work will be available to City for examination throughout the construction period. 1.02 Submittals A. Submit to City all survey data with other documentation required for final acceptance. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01340 - SURVEY DATA Park Planning & Development Division Page 1 of 1 DIVISION 1 SECTION 01450 - QUALITY CONTROL AND TESTING PART 1 - GENERAL 1.01 General A. Provide such equipment and facilities as the City may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product that becomes unfit for use after approval hereof shall not be incorporated into the work. B. All materials or equipment proposed to be used maybe tested at anytime during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the OWNER. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing' Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.02 City's Responsibilities A. City of Fort Collins shall be responsible for and shall pay all costs in connection with the following testing: 1. Soils compaction tests. 2. Trench & Structural backfill. 3. Pipe and structural bedding. 4. Tests not called for by the Specifications of materials delivered to the site. 5. Concrete, mortar and grout tests. 6. Pavement tests 1.03 Contractor's Responsibilities A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: I. All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered by 1.02 above. 3. Testing of pipe. 4. Vacuum testing of manholes. 5. Concrete materials and mix designs. 6. Asphalt materials and mix designs 7. Gradation tests for embedment, fill and backfill materials. City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING Park Planning & Development Division Page 1 of 2 8. Material Substitution - any test for basic material or fabrication of equipment offered as a substitution for a specified item on which a test may be required in order to prove it compliant with the specifications. Nothing contained herein is intended to imply that the Contractor does not have the right to have tests performed on any material at any time for his/her own information and job control so long as the Owner does not assume responsibility for the cost or for giving them consideration when -- appraising quality materials. 1.04 Transmittal of Test Reports A. Submit 2 copies of each report of tests and engineering data furnished by the Contractor for City Representative's review. The Owner's Representative will retain one and will return the other marked with action taken and corrections or modifications required. B. The testing laboratory retained by the OWNER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the City Representative and one (1) copy to the Contractor within seven (7) days after each test is completed. 1.05 Contractor's Quality Control System A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the — Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City. Contractor's control system shall specifically include all testing required by the various sections of the Specifications. B. Contractor's quality control system is the means by which he assures himself that his construction — complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. C. Records: maintain correct records on an appropriate form for all inspections and tests performed, — instructions received from the City and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed — remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to City in a reasonable time. D. Pipe alignment and grade is to be maintained through the use of suitable surveying instruments or laser — equipment operated continuously during construction. Horizontal tolerances of+ 0.3 feet and vertical tolerances of+ 0.1 feet maximum deviation from plan and construction staking are to be maintained, except that visible "snaking" of the horizontal alignment and changes in directions of slope will not be permitted. — PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01450 - QUALITY CONTROL AND TESTING Park Planning & Development Division Page 2 of 2 ..i DIVISION 1 SECTION 01500 - TEMPORARY CONTROLS 1.01 Noise Control A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.02 Dust Control A. Dusty materials in piles or in transit shall be covered to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation: 1.03 Pollution Control A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.04 Erosion Control A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. 1. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to the greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. END OF SECTION City of Fort Collins SECTION 01500 — TEMPORARY CONTROLS Park Planning & Development Division Page 1 of 1 0 DIVISION 1 SECTION 01510 - TEMPORARY UTILITIES PART 1-GENERAL 1.01 Utilities A. Furnish all utilities necessary for construction including, but not limited to temporary electric power and pay all cost associated with utilities during and used for the contract period. All temporary utilities installation shall meet the construction safety requirements of OSHA, State and local governing agencies. 1.02 Water A. Contractor is responsible for obtaining water for construction and shall pay all costs associated with establishing a temporary meter used during construction. 1.03 Sanitary Facilities A. Furnish temporary sanitary facilities at the site in the vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure sanitary facilities from public view to the greatest extent practical. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01510 - TEMPORARY UTILITIES Park Planning & Development Division Page 1 of 1 D. Accelerator: Nonchloride, ASTM C494, Type C or E. E. Retarder: ASTM C494, Type B or D. F. Color Agent: Davis Colors of Los Angeles, California. 2.05 Related Materials: A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene, %2 inch thickness. B. Joint Sealant: See Section 07000. C. Surface Retardant: Surface retarding agent intended for exposed aggregate. Retardx-SRO" by Prokrete of Denver, Colorado, or approved equal. D. Curing Compound for Standard Non -Colored Walks, Curbs, Gutters, Etc: White pigmented, wax - resin based compound, ASTM C309, Type I, Class A. Recommended by manufacturer for use on exterior sidewalks and driveways. E. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored concrete. F. Curing Compound and Sealer for Exposed Aggregate Concrete: Acryseal by Prokete Industries of Denver, Colorado. G. Curing Compound for Interior Slabs: Protex Promulsion 100 or equal. H. Interior Floor Sealer: Protex Triple Seal or equal. 2.06 Concrete Mix: A. Mix concrete in accordance with ASTM C94. 1. Provide concrete for non -colored sidewalk of the following characteristics: Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Minimum Cement 564 lb./cy c. Maximum Aggregate Size 1 %2 inches d. Fibrous Reinforcement N lb./cy e. Air Entrainment 4% to 6% f. Maximum Water/Cement Ratio 0.46 g. Maximum Slump 4 inches 2. Provide concrete for colored sidewalk and trail of the following characteristics: Unit a. Compressive Strength at 28 days b. Minimum Cement c. Maximum Aggregate Size d. Fibrous Reinforcement e. Air Entrainment f. Maximum Water/Cement Ratio g. Coloring Agent h. Maximum Slump Measurement 3,500 psi 564 lb./cy 1 1/2 inches '/ lb./cy 4% to 6% 0.46 per manufacturer's recommendations 4 inches B. Use accelerating admixtures in cold weather as directed in Part 3. C. Use set -retarding admixture during hot weather as directed in Part 3. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 4 of 10 DIVISION 1 SECTION 01570 - TRAFFIC CONTROL PART 1 -GENERAL 1.01 General A. Traffic Control necessary to complete the project as depicted in the plans and specifications will be provided by the Contractor and will not be paid for separately. B. The Contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator as well as any other agencies with R.O.W. jurisdiction. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. Limited closures may be permitted for short periods up to three days to allow installation of concrete pavement. Closures must be requested and approved 72 hours prior to anticipated closure. E. Limited alternating one-way traffic operation may be permitted during the hours from 9:00 A.M. to 3:30 P.M. One-way traffic operation must be requested and approved 72 hours prior to anticipated operation. F. At all times, Contractor must maintain two-way traffic with a minimum of one lane of traffic in each direction. Limited closures may be allowed. G. The Contractor must coordinate with adjacent residents to provide and maintain them sufficient access during the duration of the project. It will be the Contractor's responsibility to coordinate and communicate with the residents during construction. H. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. 1. Keep fire hydrants and utility control devices free from obstruction and available for use at all times. J. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. K. Provide and maintain temporary approaches or crossings at streets, businesses, and residences. L. Keep roads open and in acceptable condition, unless closure or detour has been approved by City's Traffic Control Coordinator 72 hours prior to closure or detour. M. Define a temporary pedestrian access route for children coming from the surrounding neighborhoods. This pedestrian access route shall be located outside of the project limits. The pedestrian access route shall be kept free of excavated material, construction equipment, pipe, and other materials. 1.02 Traffic Control Plan A. Submit a detailed traffic control plan to Traffic Control Coordinator for review and acceptance. Plan must be accepted 72 hours prior to work commencing at the site. Maintain the accepted plan throughout all phases of construction. Provide copy to Owner prior to submittal. 1. Notify police, sheriff, ambulance services, and fire authorities of traffic control plan and the schedule of it. Distribute copies if requested. City of Fort Collins SECTION 01570 - TRAFFIC CONTROL Park Planning & Development Division Page 1 of 2 1.03 Flaggers A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional authorities. B. Shall be properly equipped and licensed. 1.04 Warning Signs and Lights A. Provide suitable barricades and warning signs for: 1. Open trenches and other excavations. 2. Obstructions, such as material piles, equipment, piled embankment. B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise. C. Protect roads and driveways by effective barricades on which are placed acceptable warning signs. 1.05 Parking A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with private property, public traffic, City's operations, or construction activities. Such parking shall occur on the project site or another suitable location, approved by the City. 1.06 Roadway Usage between Operations A. At all times when Work is not actually in progress, Contractor shall make passable and shall open to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and City and all authorities having jurisdiction over any properties involved. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01570 - TRAFFIC CONTROL Park Planning & Development Division Page 2 of 2 DIVISION 1 SECTION 01600 — MATERIALS AND EQUIPMENT PART 1-GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 Summary A. This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1.03 Definitions A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similaf terms. Such terms are self-explanatory and have well -recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "systems," and terms of similar intent. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 1.04 Submittals A. Product List: Prepare a list showing products specified in tabular form acceptable to the Owner. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. 1. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Form: Prepare product list with information on each item tabulated under the following column headings: a. Related Specifications Section number. b. Generic name used in Contract Documents. C. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. 3. Initial Submittal: Within 30 days of date commencement of the Work, submit 3 copies of an initial product list. Provide a written explanation of omissions of data and for known variations from Contract requirements. 4. Complete List: Within 60 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 1 of 3 5. Owner's Action: The Owner will respond in writing to Contractor within 2 weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Owner's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.06 Quality Assurance A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. B. Compatibility of Options: When the Contractor is given the option of seeking between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. ^ C. Foreign Product Limitations: Except under one or more of the following conditions provide domestic products, not foreign products, for inclusion in the Work: Not available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. 1.06 Product Delivery, Storage and Handling A. Delivery, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Delivery products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the — supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather -tight enclosure, with ventilation adequate to prevent condensation. — PART 2 -PRODUCTS 2.01 Product Selection A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. B. Product Selection procedures: The Contract Documents and governing regulations govern product selection. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted. 2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers or where Specifications specify products or manufacturers by name, accompanied by the term "or equal" or "or approved equal," provide one of the products listed or comply with City of Fort Collins SECTION 01600 - MATERIALS AND EQUIPMENT Park Planning & Development Division Page 2 of 3 the Contract Document provisions concerning "substitutions" or obtain approval for use of an unnamed product. 3. Nonproprietary Specification Requirements: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 4. Descriptive Specification Requirements: Where Specifications describe a product or name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 5. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. 6. Visual Matching: Where Specifications require matching an established Sample, the Owner's decision will be final on whether a proposed product matches satisfactorily. 7. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Owner will select the color, pattern, and texture from the product line selected. PART 3 - EXECUTION 3.01 Installation of Products A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. END OF SECTION City of Fort Collins SECTION 01600— MATERIALS AND EQUIPMENT Park Planning & Development Division Page 3 of 3 DIVISION 1 SECTION 01700 — CONTRACT CLOSEOUT PART 1— GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including general and supplementary conditions and other Division 1 specification sections, apply to this section. 1.02 Summary A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.03 Substantial Completion A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning 8 Development Division Page 1 of 5 Inspection Procedures: On receipt of a request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled requirements. The Owner will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. If the Owner's Representative determines that the work is not substantially complete at the time of review or that deficiencies remain at time of compliance review, the Contractor shall pay for the additional review(s) by Owner's Representative. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 Status after Substantial Completion A. The date of substantial completion marks the beginning of the maintenance period defined in Section 02970 — Planting Maintenance. B. During maintenance period, the following conditions hold: 1. Insurance: Same as during construction. 2. Electricity and Irrigation Water: Supplied by Owner, as installed by Contractor under this contract. 3. Bonds: Remain in effect. 4. Retainage: Same as during construction. 1.05 Final Acceptance A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously r submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. r 3. Submit a certified copy of the Owner's final inspection list of items to be completed or corrected, endorsed and dated by the Owner. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Owner will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Owner. 1. Upon completion of reinspection, the Owner will prepare a certificate of final acceptance. If the Work is incomplete, the Owner will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.06 Record Document Submittals A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Owner's reference during normal working hours. City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT Park Planning & Development Division Page 2 of 5 -� B. Record Drawings: Maintain a clean, undamaged set of blue or black line whiteprints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. l . Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 5. Prior to Contract Closeout, obtain from the Owner a reproducible mylar copy of the Drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site. Label each sheet "Record Drawing." On the 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: Date: Position: C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Owner. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. 3. Upon completion of markup, submit complete set of record Product Data to the Owner. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 3 of 5 miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Owner. F. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch (51-mm), 3-ring, vinyl -covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture tamping schedule. 1.07 Warranties and Bonds _ A. Provide duplicate notarized copies. Maintain copies of all Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For items of Work delayed materially beyond date of substantial completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.08 Final Payment A. At the end of maintenance period, submit written certification that Contract Documents Work has been reviewed and that Work is complete in accordance with Contract Documents and ready for Owner Representative's review. B. In addition to submittals required by the conditions of the Contract provide submittals required by _ governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments and sum remaining due. C. Owner's Representative will issue a final Change Order reflecting approved adjustments to Contract Sum not previously made by Change Order. D. Retainage will be held until advertisement for liens and encumbrances is completed. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION 3.01 Closeout Procedures A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: _ 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. w 7. Identification systems. 8. Control sequences. 9. Hazards. y City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 4 of 5 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 Final Cleaning A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. 1. Remove labels that are not permanent labels. 2. Clean transparent materials, including mirrors and glass indoors and windows. 3. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. 4. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. 5. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not bum waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning & Development Division Page 5 of 5 D. Water reducing agent is permitted. 2.07 Selection of Proportions: A. Mix Design: Cost of concrete mix design is responsibility of Contractor. B. Selection of Proportions: Use method of ACI 301 3.9. Proportioning base on method of ACI 301 3.10 not allowed. 1. Field test records used for documentation of the average strength produced by apropos mix in accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the following: a. The test record shall represent production concrete from a single design mix produced during the past year. b. The test record shall represent concrete proportioned to produce the maximum slur allowed by these specifications, and for air -entrained concrete, within a +0.5% of t maximum air content allowed. 2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3. PART 3 EXECUTION 3.01 Subgrade Preparation: A. Shape and compact subgrade to match appropriate detail. Compact to 95% density as measured by ASTM D698. Coordinate with Section 02200 — Earthwork, Article 3.05, Compaction. B. Where subgrade cannot be compacted, remove subgrade. Replace with bed course. Compact to 95% density as measured by ASTM D698. C. Moisten subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be muddy, soft, frozen, -or covered with standing water when concrete is placed. 3.02 Form Work: A. General: Design, construct, and brace forms in accordance with ACI 301 and ACI 347. In addition to those requirements, forms shall be placed and braced so the finished edges and joints meet the tolerances listed later in this section. B. Preparation of Form Surfaces: 1. Clean reused forms of concrete matrix residue; repair and patch as required to return forms to acceptable surface condition. 2. Coat contact surfaces of forms with specified form -coating compound before reinforcement is placed. Apply form -coating compound according to manufacturer's instructions. Do not allow excess form -coating material to accumulate in forms or to come in contact with concrete surfaces against which fresh concrete will be placed. C. Slipforming: Slipforming of vertical curb and gutter sidewalks is permitted. D. For Surfaces Exposed To View: Form faces shall be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly manner. 3.03 Reinforcement and Embedments: A. General: 1. Fabricate, position, and secure reinforcement and embedded items according to ACI 301 and ACI 315. Coordinate with other sections for locations, instructions, or equipment for embedded items. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 5 of 10 DIVISION 1 SECTION 01800 — DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work boundary notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specification sections. Contractor shall refer to the technical specifications that apply to the individual components. Bid Item 1 — Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project, as well as the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. Payment for this item will follow in accordance with CDOT Standard Specifications for Road and Bridge Construction, Section 626. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Bid Item 2 — Traffic Control Contractor shall furnish all labor, materials and equipment for completion of approved traffic control plan(s) by a City of Fort Collins approved Traffic Control Company. This includes furnishing, installing, and maintaining traffic control for the duration of the trail project. This work must also comply with Section 630 of the most current CDOT Road & Bridge Construction Manual. Bid Item 3 — Surveying Contractor shall furnish a licensed surveyor for construction staking and to verify grades as stated in the specifications including, but not limited to, Section 01000, 1.16. Contractor shall submit a schedule of values for all surveying to be performed in accordance with the Drawings and Specifications prior to the preconstruction conference. Bid Item 4 — Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications including, but not limited to Section 208 of the most current CDOT Road & Bridge Construction Manual, construction entrance, silt fence, concrete washout, bales, etc. These items are subject to City Utilities & CDOT inspection and approval. Bid Item 5 — Remove Fence The Contractor shall furnish all labor, materials, and equipment for the demolition of existing fence. Bid includes all hauling and fees. Bid Item 6 — Remove Abandoned Manhole The Contractor shall furnish all labor, materials, and equipment for the demolition and complete removal of an existing manhole as well as plugging any remaining pipes with concrete per current FCLWD Standards. The limits of the removal must clear the areas of any proposed work. Bid includes all hauling and fees. Bid Item 7 —Abandon Existing 18" RCP The Contractor shall furnish all labor, materials, and equipment for removing the existing 18" RCP stubbed into the existing box culvert. This Work shall include but not be limited to cutting and removing the pipe flush with the culvert wall face, installing dowels into the box wall and grouting the pipe completely closed using concrete. The plug must be finished flush with the inside wall face with a finish equal or greater than the existing inside of the culvert. The limits of the removal must clear the areas of any proposed work. Bid includes all hauling and fees. Bid Item 8 — Remove Curb & Gutter Contractor shall remove curb and gutter as shown on the drawings. Bid amount includes labor, equipment and hauling for a complete item in accordance with the Drawings and Specifications. City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 1 of 5 Bid Item 9 - Demolition of Apron Slabs This item consists of demolition of concrete as shown on the plans on both ends of the existing culvert. Demolition on each end will be considered a separate lump sum. Bid Item 10 - Unclassified Excavation Contractor shall furnish all labor, materials and equipment for site excavation including topsoil stripping, excavation, stockpiling, distribution, rough grading, fine grading, and haul and disposing of all excess material per Drawings and Specifications. Bid Item 11 - 2' Concrete Channel & Sidewalk Culvert Contractor shall provide all labor, equipment and materials to construct the concrete channel and sidewalk culvert. The unit price bid for this item shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: Furnishing and placing the concrete; forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; base course as required under the concrete channel and sidewalk culvert, and all other related and necessary materials, work, and equipment required to construct the sidewalk culvert in accordance with the Drawings and Specifications. _ Bid Item 12 - 4' Manhole (STANDARD 10' DEEP) Contractor shall provide all labor, equipment and materials to install manholes as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 13 - 4' Flat Top Manhole w! Watertight Lid Contractor shall provide all labor, equipment and materials to install manhole as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 14 - 4' Watertight Lid for Ex. Manhole Contractor shall provide all labor, equipment and materials to install manhole lid as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. — Bid Item 15-12" Class III RCP MIN Contractor shall provide all labor, equipment and materials to install 12" RCP Class III (Complete In Place) as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 16 - 24" Class III RCP (C.I.P.) Contractor shall provide all labor, equipment and materials to install 24" RCP Class ID (Complete In Place) as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 17-19"x30" Class III HERCP (C.I.P.) Contractor shall provide all labor, equipment and materials to install 19"00" RCP Class 111 H.E.R.C.P. (Complete In Place) as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. -' Bid Item 18-19"x30" Class III HERCP FES (C.I.P.) Contractor shall provide all labor, equipment and materials to install 19"00" RCP Class 111 H.E.R.C.P. F.E.S. — (Complete In Place) as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 19 - Buried Riprap TYPE H (C.I.P.) -- Contractor shall provide all labor, equipment and materials to install Type H (135o=18") Rip Rap buried as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Item shall include all necessary excavation and grading, City of Fort Collins Park Planning & Development Division Section 01800 - Definition of Bid Items Page 2 of 5 stockpiling, riprap rock, bedding, purchase, placement, transportation and all other necessary labor, materials and equipment required for complete installation. Bid Item 20 — 6" Concrete Slope Paving Contractor shall furnish all labor, materials and equipment to install concrete slope paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation, installation of 6" thick standard concrete (3,500 psi), forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; furnishing and compacting base course as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 21 — ADA Pedestrian Ramp - 10' Opening Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation, installation of 6" thick standard concrete (3,500 psi) with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; furnishing and compacting base course as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 22 — 5" Colored Concrete Paving Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the Drawings and Specifications. The unit price per square foot includes sub -grade preparation, installation of 5" thick standard concrete (3,500 psi) with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; furnishing and compacting base course as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 23 — 5" Concrete Paving w/ 6" Monolithic Curb Contractor shall furnish all labor, materials and equipment to install concrete paving including a 6" curb in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation, installation of 5" thick standard concrete (3,500 psi) with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; furnishing and compacting base course as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Item 24 — Concrete Paving Overlay Contractor shall furnish all labor, materials and equipment to install the concrete paving overlay within the existing culvert in accordance with the Drawings and Specifications. The unit price includes surface preparation, placement of steel reinforcement and concrete with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; furnishing and compacting base course as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. The finished trail surface for this paving must match the colored concrete pavement. This Work may be completed using integral color additive equaling 2 lbs. per sack of Yosemite Brown color or a matching concrete staining process preapproved by the City. City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 3 of 5 Bid Item 25 — Steel Piling This item includes installation of driven steel piles in accordance with the Drawings and Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. Bid Item 26 - Wall TYPE A This item includes the complete installation of Wall Type A as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This Work includes but is not limited to excavation, concrete, steel reinforcing, construction joints, expansion joints, waterstops, etc. Work not included in this item includes 5-inch trail pavement, backfill on trail side of the wall and riprap. Bid Item 27 - Wall TYPE B This item includes the complete installation of Wall Type B as shown in the Drawings and in accordance with the _ Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This Work includes but is not limited to excavation, concrete, steel reinforcing, construction joints, expansion joints, waterstops, etc. Work not included in this item includes 5-inch trail pavement, backfill on trail side of the wall, steel piling and riprap. Bid Item 28 - Wall TYPE C This item includes the complete installation of Wall Type C as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This Work includes but is not limited to excavation, concrete, steel reinforcing, construction joints, expansion joints, waterstops, etc. The finished trail surface for this wall type must match the colored concrete pavement. This Work may be completed using integral color additive equaling 2 lbs. per sack of Yosemite Brown color or a matching concrete staining process preapproved by the City. Work not included in this item includes steel piling. Bid Item 29 - Wall TYPE D This item includes the complete installation of Wall Type D as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This Work includes but is not limited to excavation, backfill, concrete, steel reinforcing, construction joints, etc. Bid Item 30 - Wall TYPE E This item includes the complete installation of Wall Type E as shown in the Drawings and in accordance with the _ Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This Work includes but is not limited to excavation, backfill, concrete, steel reinforcing, construction joints, etc. Work not included in this item includes 5-inch trail pavement, backfill on trail side of the wall and riprap. Bid Item 31 - Wall TYPE F This item includes the complete installation of Wall Type F as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge _ Construction. This Work includes but is not limited to excavation, backfill, concrete, steel reinforcing, construction joints, etc. Work not included in this item includes 5-inch trail pavement, backfill on trail side of the wall and riprap. Bid Item 32 - Structure Backfill Class 2 _ This item includes placement of fill on the trail side of the new walls in accordance with the Drawings and Section 206 of the CDOT Standard Specifications. Bid Item 33 - Artistic Walls - shaping & form liners This item includes all additional Work necessary to complete the installation of the artistic wall sections per the Drawings & Specifications. This Work includes but is not limited coordination with the artist for schedule and installation methods, layout of form liners, installing and removing form liners, layout, shaping and finishing for the top of wall profiles, and any other Work of whatsoever nature required to complete the artistic walls per the Drawings & Specifications. This work will be paid for as a single Lump Sum. This item should include ONLY the additional Work necessary for the artistic elements to be added to the respective sections of Wall TYPE C and Wall TYPE B. City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 4 of 5 Bid Item 34 — Installation of'Viewing Window' Frame This item includes the complete installation of a stainless steel frame into a proposed wall as shown in the Drawings and in accordance with the Specifications and the Colorado Department of Transportation Standard Specification for Road and Bridge Construction. This item includes placement of the frame(s) into the forms and cast into the walls as shown in the drawings. THE FRAMES WILL BE PROVIDED BY THE CITY TO THE JOB SITE. Bid Item 35 — Drill Seeding w/ Mulch Contractor shall provide all soil preparation, fertilizer, herbicide, seed, materials, labor and equipment to seed areas disturbed by construction. This work includes drill seeding and hydro -mulching disturbed areas. No extended warranty period. Bid Item 36—Architectural Miscellaneous This item includes the complete installation of all miscellaneous metals and paint, the concrete curbing and paving around the inlet sump and all other miscellaneous concrete associated with the Architectural, Mechanical, and Electrical Drawings and Specifications. Bid Item 37 — Mechanical System This item includes the complete sump pump installation and hookup including but. not limited to, precast manhole & cover, sump pumps, control station and alarms, discharge piping with check valves as shown in the Drawings and Specifications. Bid Item 38 — Electrical System This item includes the complete installation of electrical mains and distribution including but not limited to, secondary feed from transformer, main breaker and mounting, lighting and control wiring. The City to provide the transformer, Contractor to provide coordination of the installation per the Drawings & Specifications. Bid Item 39 — Metal Trail Gate Contractor shall provide all labor, materials, and equipment to install a steel trail gate in accordance with the Drawings and Specifications. Location to be determined in the field. END OF SECTION END OF DIVISION 1 City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 5 of 5 DIVISION 2 SECTION 02100 - MOBILIZATION PART 1-GENERAL 1.01 Work Included A. fbpare the site for construction. B Moe in and mow out personnel and equipment. C. Set up and remove temporary offi ces, buildings, facilities and utilities. 1.02 Site Conditions A. The City has proided the rightofway, easement or proyct site for all permanent access or permanent construction for the prokct. Any additional access, access rightofway, construction areas, or additional needed land which may be inule d in the construction of this proyct shall be the responsibility of the Contractor. B The land owned by the .City may be used as site headquarters, storage yard, or base of operations proided that the use of said land meets with a 11 of the requirements and restrictions imposed by the City at the time of usage. 1.03 Site Preparation for Contractor Occupancy A. The Contractor shall proide all temporary facilities as required for performing the work. The Contractor shall secure and maintain proper storage areas for equipment and materials in locations shehe may deem necessary for the proper eacution of the pb as approved by the City Representative. No storage yard or prc�ct h eadquarters site may be utilied in conflict with obPctions from the adgcent property owners unless the Contractor obtains from the City specific written permission for such obyctionable use. No obyctionable material will be allowed to blow from, wash off or drain off of any storage yard on to adgcent property. B The Contractor shall maintain all storage yards in as neat and orderly a manner as possible, allowing no accumulation of waste materials or disposal piles. The Contractor may construct a temporary security fence for the protection of materials, tools, and equipment. The fence shall be maintained during the construction period. Itbn completion of work, the security fence shall be removed from the site. The Contractor shall proide adequate parking facilities within the designated area for personnel working on the pro; ct. C. The Contractor shall obtain the necessary permits for connection to necessary serices proided by utility companies sering the pro�ct area. D. Materials, equipment, and work required for temporary storm water management during the construction period shall be proided by the Contract or as required to ensure public safety and to protect the work in progress and materials stored on site. 1.04 Damage or Use -Fee Claims A. Any damage or usefee claims filed against th e Contractor may become apart of the final settlement of this pro ct and may be cause for de lay of final acceptance or delay of final payment. City of Fort Collins Section 02100 — Mobilization Park Planning and Development Division Page 1 of 2 PART 2 - NOT USED PART 3 - EXECUTION 3.01 Obstructions A. The location of some utilities and obstructions may not be shown. Elders are adised to carefully inspect the eisting facilities before preparing their proposals. The remoal and replacement of minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall be anticipated and accomplished, een though not shown or specifically mentioned. MaQr obstructions encountered that are not shown on the Contract Drawings or could not ha® been foreseen by isual inspection of the site prio r to bidding should immediately be brought to the attention of the City Representatie. The C ity Representatie will make a determination for proceeding with the work. If the City Representatie finds that the obstruction adersely affects the Contractor§ costs or schedule for completion, a proper adpstment to the Contract will be made _ in accordance with the General Conditions. 3.02 Demolition A. Any pipes or eisting structures encountered dur ing construction shall be presered until accepted for remoal by the City Representatie. The Cont - ractor shall be required to repair pipes or structures in use that are damaged during construction at no cost to the City. The remoal of abandoned pipes shall be reiewed by the City Representatie. 3.03 Removal and Salvage of Materials A. The Contractor shall carefully remoe materials speci Pied to be reused or salaged so as not to damage the material. Reuse by the Contractor of salaged material will not be permitted, empt as specifically shown or specified herein. Eisting materials to be remoed or replaced and not specifically designated for salage shall become the property of the Contractor. (bide and maintain dust tight temporary partitions, bulkheads, or other protectie deices during the construction to permit normal operation of the eis ting facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. END OF SECTION City of Fort Collins Section 02100 — Mobilization Park Planning and Development Division Page 2 of 2 DIVISION 2 SECTION 02200 - EARTHWORK AND GRADING PART 1— GENERAL 1.01 Description of Work A. The Contractor shall proide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. B The Contractor shall perform all eeaation regardle ss of the type, nature, or condition of material encountered, as specified or required in order to accomplish the construction. 1.02 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.03 Site Conditions A. A geotechnical inestigation may hae been performed for the City in order to obtain relatie data concerning the character of material in and upon which the proyct is to be built. If an inestigation has been performed, the information will be aailable to the Contractor for information purposes only, and is not to be considered a part of the Contract Documents. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the progct. B The locations of eisting utilities are shown in an approiMate way only and not all utilities may be shown. The Contractor shall determine the eact location of all eisting utilities prior to commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to eactly locate and presere any and all utilities. If utilities are to remain in place, the Contractor shall proide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during eea8tion, the Contractor shall adise the City within thirty minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respectie serices and facilities in operation to the satisfaction of the respectie owners. The City reseres the right to perform any and all work required should the Contractor fail to cooperate with the respectie companies, and back charge the Contractor for any and all epenses. D. The Contractor shall proide barricades and signs in accordance with the hlform Manual of Traffic Control Deices where applicable. The Cont ractor shall maintain all deices in a working manner. 1.04 Fill Material A. Eeess fill material, including rock, grael, sod, broke n concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subyct to the requirements of the specifications. City of Fat Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 1 of 5 1.05 Testing and Inspections Coordinate and schedule testing with City Representatie. PART 2 - MATERIALS 2.01 Soil Materials A. Coarsegrained soils free from debris, roots, or ganic material, and nonmineral matter containing no particles larger than inch sie and classified as either: 1 Sands with fines 6M, SC)and less than $rrcent of the soil particles passing the No. 0 siee, or 2 Clean sands 6W, Sp 3 Natie soils as determined acceptable by the Engineer. 2.02 Filter Fabric A. Filter Fabric shall be Typar 1N , Mirafi Mr approsd equal. PART 3 - EXECUTION 3.01 Preparation A. Field measurements:Efore commencing work, locate all baselines and coordinates required for control of the work;establish required grade staking for control of exaction, fill and embankment construction. Filed erify by exaction the location all utility crossings, serice connections, and connections to eisting lines before proceeding with earthwork. B kyout Ines and Eels: 1 The drawings indicate eisting elections and proposed elections. The eisting elections and proposed are giun for the commience of the Contractor to assist him in arcing at the quantities of enaction, grading, backfilling etc. 2 Efore earthwork operations are started, all construction items shall be completely staked out for the Owner's approsl. For any area with a tw o-percent slope or flatter, the Contractor shall lay out a lbot oneenter grid and calculate the eact election at eery intersection of the grid lines. These calculations will be approsd by the Owners Representatie. C. Remosl of TopSoil:Strip eisting earthen material (opsoil)to a depth of 4nches our the entire site. Stockpile on site in area approsd by Owner's Representatie. Kep topsoil segregated. Pace, grade, and shape stockpile for proper drainage. 3.02 Excavation A. Dior to beginning enaction operations, accomplish all site preparation in accordance with these specifications. Prform exaction of eery descri ption to the lines and grades indicated on the drawings. B Complete exaction work to the grade elections shown on the drawings for all areas to be paed. City of Fat Collins Section 02200 - Earthwork and Grading Park Planning & Development Division Page 2 of 5 3.03 Clearing the Site A. All areas underlying new structures, paed areas, s ite fills and embankments shall be cleared of stumps, shrubs, brush, and other egetatie growth. B Any material containing roots, grasses and other deleterious or organic matter generally found in the top sbinches of undisturbed natural terra in shall be stripped from all areas requiring eeastion, grading, trenching, subgrade prepar ation for foundations and embankment work. The City will require stripped top soil deemed suitable for spreading oer the finished grades to be stockpiled and presered until the finished grading operation, at which time it shall be spread uniformly oer areas to be seeded or sodded. C. j bn completion of the proyct, completion of a particular phase of the proyct or termination of the use of any particular area, site, storage yard rightefway or easement, the Contractor shall promptly and neatly clean up the area and reestablish the ground to the contours required by the progct or conditions prior to proyct commencement. 3.04 Earth Fill Construction A. The Contractor shall perform all grading to the lines and grades specified andbr established by the Engineer, with an appropriate allowance for topsoil. All slopes shall be free of all eposed roots and stones weeding inch diameter, which are loos a and liable to fall. Tops of banks shall be rounded to circular cures not less than feet in radius. B Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of inches in areas to be reegetated. C. The Contractor shall protect the fill against freez ng when atmospheric temperature is less than 3 degrees F Negree C) 3.05 Compaction A. The Contractor shall meet minimum percentage density specified for each area classification as follows. fteentage of Maimum Density Requirements:Compact soil to not less than the indicated percentages of maicnum density rela tionship determined in accordance with ASTM D B l Foundations, Bed Areas, Wities and Sidewalks -percent 2 hued Areas percent B Control moisture content within Sf optimum moisture content as determined by ASTM D B Where subgrade or layer of soil material is too dry to permit compaction to the specified density, uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material. Mbsoil and applied water by blading, disking, or other methods to achiee uniform moisture content throughout the soil mass to be compacted. C. Remoe and replace, or scarify and air dry, soil ma terial that is too wet to permit compaction to specified density. Soil material that has been remoed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by disking, harrowing or puleriing until moisture content is reduced to a satisfactory slue. D. Bddling is not an acceptable method of compaction. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 3 of 5 City of Fort Collins Admii native Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 BID #5940 FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 SPECIFICATIONS AND CONTRACT DOCUMENTS Bid No. 5940 — FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 OPENING DATE: Wednesday November 2, 2005 — 3:00 p.m. (Our Clock) To all prospective bidders under the specification and contract documents described above, the following changes are hereby made. Bid Opening Change — The bid opening has been changed from Monday, October 31, 2005 to Wednesday, November 2, 2005 — 3:00 p.m. (Our Clock) DRAWINGS 1) Sheets 19 & 20 contain wording "Slab monolithic with Wall Type C". In this case 'monolithic' refers to the trail slab and the reinforced footing/pile cap below being poured concurrently. A construction joint with a shear key would be permitted at the base of the wall pour. Other construction joints may be acceptable subject to the ENGINEER'S approval If you should have any questions, please contact John Stephen, CPPO, Senior Buyer at (970) 221-6777 or Jason Stutzman, P.E., Project Manager at (970) 221-6366. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A W12STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEI/TTEN VED. Pa e 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 2. Shop drawings are not required. 3. Welding reinforcement is not permitted. 4. In the event of discrepancy, immediately notify the Owner's Representative. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. B. Field -Bending of Reinforcement: Reinforcement partially embedded in concrete shall not be field -bent, except as noted on the drawings or specifically permitted by the Owner's Representative. C. Inspection of Reinforcement: Completed installation of concrete reinforcement must be reviewed by the Owner's Representative before depositing concrete. D. Unless otherwise indicated, place reinforcement where required at top of slabs on grade. Provide %2-inch minimum cover over reinforcement. E. Dowels: Grease sleeves, insert dowels and through form, secure dowel basket against movement. F. Notches for Sleeving: Notch both vertical sides of walk or slab where sleeving occurs. G. Welded wire fabric shall be overlapped one full mesh and tied. H. Fibrous Reinforcement: 1. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for each type of concrete required. 2. Mix batched concrete in accordance with manufacturer's recommendations for uniform and complete dispersion. 3.04 Joints: A. General: Place joints in accordance with ACI 301. Conform to the tolerances listed later in Part 3. B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete paving. 1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown on the drawings. 2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings. 3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for sealant. Attach joint filler to first placement. 4. Seal all expansion joints per Section 07900, C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete paving. 1. Reinforcement, if required, shall continue through the joint. 2. Install where indicated on drawings, or where required by concrete delivery or finishing rate. 3. Key first placement. Key shall be 1'/2 inches wide and'/< inches deep. 4. After first placement has hardened, clean and roughen face. Install control joint form at top of slab. 5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may be used. D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving. 1. Control joints shall penetrate 1/3 of slab thickness. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 6 of 10 3.06 Grading A. fed Areas: Immediately prior to placing structural pauments, shape area to the required lines, grades, and limits to proide the finished elections indicated and roll with an approed Keay ibratory roller until compacted to the specified density. Maintain moisture content within %f optimum during final rolling and until subgr ade is coered by subsequent construction. Remoe loose material and protect subgrade un til toured. The subgrade under all paud areas and the play area shall conform to the elections shown on the drawings. B kndscape Area and Remainder of Site: l Rough grade areas as indicated on grading plan to 4nches below finish grade. _ Afler rough grading is finished, compacted and approed, scarify area to a depth of at least 6nches. 2 Pace preiously stockpiled topsoil in all ar eas within the limits of the proyct not indicated to receiu subsequent foundations , slabs on grade, walks, safety surfacing or other similar materials. 3 hlformly distribute topsoil on the disturbed area and eenly spread to a thickness of _ 4nches deep after light compaction. Prfo tm spreading so that planting can proceed with little additional soil preparation or tillage. Do not place topsoil when subgrade is from, enessiuly wet, etremely dry or in a condition otherwise detrimental to specified grading, seeding and planting specifications. C. Finish Gradine: l Grade all enacted sections, filled sec tions, construction disturbed areas and adpcent transition areas to finish elev ation. Make finished surfaces smooth, compacted and free from irregular surface changes. 2 bless indicated otherwise on drawings, fini sh grade area adpcent to sidewalks and pauments to',fnch below finish election of sidewalk and paument. 3 Remoe all construction debris. Grades not otherwise indicated shall be uniform leels or slopes between such points and ex isting finish grade. Abrupt change in slopes shall be rounded. 3.07 Settlement A. Where completed compacted areas are disturbed by subsequent construction operations or aderse weather, the Contractor shall scarify the ground surface, reshape, and compact to required density prior to further construction. B Any settlement in backfill, fill, or in structures built our the backfill or fill, which may occur within the guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the City. Any structure damaged by settlement shall be restored to their original condition by the Contractor at no cost to the City. 3.08 Disposal of Excess Excavation and Waste Materials and Special Requirements A. The Contractor shall dispose of all mess enav ated material not required for fill onsite, as directed by the Engineer. City of Fat Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 4 of 5 B The Contractor shall remou and he responsible for legally disposing of eaess fill material not placed onsite, waste materials, trash and debris. C. The Contractor shall conduct all site grading operations and other construction acuities to minimie erosion of site soil materials. HeAhe shall be responsible to maintain streetsoublic ROW daily by remoing any spillage of dirt, rocks or debris from equipment entering or leaing the site. END OF SECTION City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 5 of 5 DIVISION 2 SECTION 02221— TRENCHING, BACKFILLING, AND COMPACTION PART 1-GENERAL 1.01 Scope Furnish all labor, materials, and equipment, and perform all operations to complete trenching, including exaction, subgrade preparation, drainage, filter fa bric installation, bedding, backfilling, compacting, and finish grading for underground pipelines, sere cc lines, sleeing, and appurtenances as shown on the drawings and as specified herein. 1.02 Related Work A. Section OEarthwork and Grading. B Section Bltrtland Cement Concrete Bing. C. Section $Manholes. D. Section ®General Electrical. 1.03 Protection A. Obtain utility locations before commencing work. Ritect all eisting underground utilities, aboe ground structures or plantings, or repair to original condition. PART 2 MATERIALS: 2.01 Trench Backfill Material A. Trench eeaction or imported material free from from material, stumps, roots, brush, other organic matter, cinders or other corrosie materi al, debris, and rocks or stones greater than 2 inches in any dimension. 2.02 Other A. Wiling, piping, filter fabric, and other materials specified on the drawings and in related sections. PART 3 EXECUTION 3.01 Preparation A. Remoe and stockpile topsoil from areas to be dist urbed by construction. &p topsoil segregated from nonerganic trench eaaation materials and debris. 3.02 Trenching A. Esacte trenches by open cut methods. Segregat a suitable backfill. Rough trench enaction will leav trench with uniform width and ertical sidewalls from an election one foot aboe the top of installed pipe to the bottom of pipe. B Minimum trench width will proide finch space be tween pipe wall and side of trench. Mamum trench width will be shown on the drawings or in the appropriate pipeline section. If not specified elsewhere the maimum trench width is the pipe O.D. plus 0nches. City of Fort Collins Section 02221 - Trenching, Backfilling and Compacting Park Planning & Development Division Page 1 of 2 C. Grade trench bottom to proide uniform clearan cc for bedding material. Dewater trench. Remoe loose material and foreign obPcts. When required, install filter fabric per manufacturer's specifications. D. ttktable subgrade is not epected. If unstabl a subgrade material is encountered, report the condition to the Owner. Remedy and payment for subgrade stabiliation will be based on the — actual conditions encountered. 3.03 Bedding A. Ipe will be bedded in accordance with the de tailed drawings or the appropriate pipeline — specification. 3.04 Backfilling and Compaction — A. Ikkfill trench promptly after completion of pipe bedding. B Deposit material in uniform layers with thickness commensurate with the soil encountered and the — compaction equipment used. C. Compaction requirements will be made at the moisture content and will meet the densities, by . one, specified in Section OEarthwork and Grading. — D. Coordinate and schedule compaction tests with City Representatie. 3.05 Surface Restoration A. Restore paements according to City of Fort Collins Standards. B Restore landscaped areas according to Section gkndscaping. END OF SECTION City of Fort Collins Section 02221 — Trenching, Backfilling and Compacting Park Planning & Development Division Page 2 of 2 — DMSION 2 SECTION 02300 — CULVERTS PART 1 - GENERAL Scope of work A. This work shall consist of furnishing and installing, or installing only, pipe appurtenances, including all bedding and backfilling required to complete the work. The current issue of "Storm Drainage Design Criteria and Construction Standards" City of Fort Collins is made a portion of this specification by reference. PART 2 - MATERIALS 2.01 Standards A. Materials shall meet the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" or AS SHOWN ON THE DRAWINGS. 2.02 Certification A. Submit manufacturer's certification that products meet requirements of the referenced standards and drawings. 2.03 Shop Drawings A. Submit shop drawings on materials specified according to requirements of the Shop Drawing section of the Contract Documents. PART 3 - EXECUTION 3.01 Standards A. Construction requirements shall be in accordance with the requirements set forth in the "Storm Drainage Design Criteria and Construction Standards" document and AS SHOWN ON THE DRAWNGS. END OF SECTION City of Fort Collins Section 02300 — Culverts Parks Planning & Development Division Page 1 of 1 MITMIUSUIN SECTION 02520 — PORTLAND CEMENT CONCRETE PAVING PART 1-GENERAL Scope A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in connection with and reasonably incidental to complete installation of concrete paving as shown on the drawings and as specified herein. Items of work specifically included are: B. Subgrade preparation for trail C. Form work. D. Reinforcement. E. Surface finish. F. Construction, expansion and control joints. G. Curing. H. Concrete trail 1. Interior slabs -on -grade in restroom, etc. Work Not Included A. Items of work specifically excluded or covered under other sections: B. Excavation and backfill. C. Earthwork and grading. D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances, and pad and building. E. Joint sealers. Related Work A. Division 2 — Site Work: a. Section 02050 — Demolition. b. Section 02200 — Earthwork/Grading. c. Section 02221 — Trenching, Backfilling, and Compaction. B. Not Used C. Division 7 —Thermal and Moisture Protection: 1. Section 07900 — Joint Sealers. References A. ACI 301 —Specifications for Structural Concrete for Buildings. B. ASTM C33 — Concrete Aggregate. C. ASTM C150 — Portland Cement. D. ASTM C260 —Air Entraining Admixtures for Concrete. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 1 of 10 E. ASTM C309 — Liquid Membrane — Forming Compounds for Curing Concrete. F. ACI 304 — Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. G. ACI 305R — Hot Weather Concreting. H. ACI 306R — Cold Weather Concreting. 1. ACI 308 — Standard Practice for Curing Concrete. J. ACI 309 — Recommended Practice for Consolidation of Concrete. K. ACI 318-89 — Building Code Requirements for Reinforced Concrete. Regulatory Requirements: A. Conform to applicable code of governing authority for paving work within public right-of-way. Tests: A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For standard premix concrete mixes, the supplier's quality control records may be substituted for job mix testing. B. Refer to Division 1, Section 01400 Qhlity Control and Testing. C. Coordinate and schedule sampling testing during concrete placement with City Representative. Submittals: A. Submit product data under provisions of Section 01300 — Submittals. B. Submit data on admixtures and curing compounds. C. Submit a ten pound sample of aggregate for exposed aggregate finish. D. Submit manufacturer's data on leave -in -place construction joint form Test Panels: A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel for each pavement type specified. In casting the panels, use personnel and methods to be employed on the work. B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on site until finished work is accepted. Test panel will represent minimum workmanship standard. C. Work completed prior to text panel approval shall be subject to removal and replacement at Owner's request. PART 2 MATERIALS 2.01 Concrete Materials: A. General: Provide materials of same brand and source throughout the project unless otherwise noted. B. Portland Cement: ASTM C150, Type I or Type 1/11, gray color. C. Aggregates: ASTM C33, normal weight. In addition, the combined aggregate shall comply with the following gradation, shown in percent passing. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 2 of 10 Sieve Size 1/4-Inch Nominal Maximum Size '/4 Inch 90 — 100 3/8 Inch 60 — 80 No. 4 40 — 60 No. 8 30 — 45 No. 16 20 — 35 No. 30 13 — 23 No. 50 5 — 15 No. 100 0-5 D. Coarse Aggregate for Exposed Aggregate Finish: 5/8-inch maximum size; rounded shape, ratio of maximum to minimum dimensions not to exceed 2.5:1; color to be tan to brown, no more than 2% white or black combined, no pink, no red, no green. E. Water: Clean and not detrimental to concrete. 2.02 Form Materials: A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use concrete -form grade hardboard, "plyform" grade plywood, or metal for forming surfaces exposed to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances specified in Part 3. B. Keyed Joint Form: Wooden key or leave -in -place metal construction joint form. C. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. 2.03 Reinforcement: A. Reinforcing Steel: ASTM A615; 60 ksi yield grade; deformed billet -steel bars, uncoated finish. B. Welded Steel Wire Fabric: Smooth wire, ASTM A185, uncoated finish, flat sheets. C. Fibermesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix concrete and having the following characteristics: 1. Special Gravity: 0.91. 2. Tensile Strength: 70 to l00 ksi. 3. Fiber Lengths: '/2 inch,'/4 inch. 4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forts CR" by Forta Corporation of Groove City, PA. D. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and cap one end. Provide dowel basket to hold dowels in parallel alignment. 2.04 Admixtures: A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without approval of the Owner's Representative. Do not use admixtures that would result in mixing water with a concentration of more than 150 ppm of chloride ion. B. Air Entraining: ASTM C260. C. Water Reducing: ASTM C494, Type A. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 3 of 10 D. Accelerator: Nonchloride. ASTM C494, Type C or E. E. Retarder: ASTM C494, Type B or D. F. Color Agent: Davis Colors of Los Angeles, California. 2.05 Related Materials: A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene, %, inch thickness. B. Joint Sealant: See Section 07000. C. Surface Retardant: Surface retarding agent intended for exposed aggregate. Retardx-SRO" by Prokrete of Denver, Colorado, or approved equal. D. Curing Compound for Standard Non -Colored Walks, Curbs, Gutters, Etc: White pigmented, wax - resin based compound, ASTM C309, Type 1, Class A. Recommended by manufacturer for use on exterior sidewalks and driveways. E. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored concrete. F. Curing Compound and Sealer for Exposed Aggregate Concrete: Acryseal by Prokete Industries of Denver, Colorado. G. Curing Compound for Interior Slabs: Protex Promulsion 100 or equal. H. Interior Floor Sealer: Protex Triple Seal or equal. 2.06 Concrete Mix: A. Mix concrete in accordance with ASTM C94. 1. Provide concrete for non -colored sidewalk of the following characteristics: Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Minimum Cement 564 lb./cy c. Maximum Aggregate Size 1 %z inches d. Fibrous Reinforcement '/4 lb./cy e. Air Entrainment 4U 6% f. Maximum Water/Cement Ratio 0.46 g. Maximum Slump 4 inches 2. Provide concrete for colored sidewalk and trail of the following characteristics: Unit Measurement a. Compressive Strength 3,500 psi at 28 days b. Minimum Cement 564 lb./cy c. Maximum Aggregate Size 1 '/z inches d. Fibrous Reinforcement 3/4 lb./cy e. Air Entrainment 4% 6% f. Maximum Water/Cement Ratio 0.46 g. Coloring Agent per manufacturer's recommendations h. Maximum Slump 4 inches B. Use accelerating admixtures in cold weather as directed in Part 3. C. Use set -retarding admixture during hot weather as directed in Part 3. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 4 of 10 D. Water reducing agent is permitted. 2.07 Selection of Proportions: A. Mix Design: Cost of concrete mix design is responsibility of Contractor. B. Selection of Proportions: Use method of ACI 301 3.9. Proportioning base on method of ACI 301 3.10 not allowed. 1. Field test records used for documentation of the average strength produced by a propos mix in accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the following: a. The test record shall represent production concrete from a single design mix produced during the past year. b. The test record shall represent concrete proportioned to produce the maximum slur allowed by these specifications, and for air -entrained concrete, within a +0.51/4)f t maximum air content allowed. 2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3. PART 3 EXECUTION 3.01 Subgrade Preparation: A. Shape and compact subgrade to match appropriate detail. Compact to 951Aensity as measured by ASTM D698. Coordinate with Section 02200 — Earthwork, Article 3.05, Compaction. B. Where subgrade cannot be compacted, remove subgrade. Replace with bed course. Compact to 9514ensity as measured by ASTM D698. C. Moisten Subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be muddy, soft, frozen, or covered with standing water when concrete is placed. 3.02 Form Work: A. General: Design, construct, and brace forms in accordance with ACI 301 and ACI 347. In addition to those requirements, forms shall be placed and braced so the finished edges and joints meet the tolerances listed later in this section. B. Preparation of Form Surfaces: 1. Clean reused forms of concrete matrix residue; repair and patch as required to return forms to acceptable surface condition. 2. Coat contact surfaces of forms with specified form -coating compound before reinforcement is placed. Apply form -coating compound according to manufacturer's instructions. Do not allow excess form -coating material to accumulate in forms or to come in contact with concrete surfaces against which fresh concrete will be placed. C. Slipforming: Slipforming of vertical curb and gutter sidewalks is permitted. D. For Surfaces Exposed To View: Form faces shall be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly manner. 3.03 Reinforcement and Embedments: A. General: 1. Fabricate, position, and secure reinforcement and embedded items according to ACI 301 and ACI 315. Coordinate with other sections for locations, instructions, or equipment for embedded items. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 5 of 10 2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide. Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete cutting before shrinkage cracks occur. Joints perpendicular to walls may be less than required depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from concrete to avoid staining of slab. 3. Tooled Joints: Control joints maybe cut into the plastic concrete during finishing operations. Tooled joints shall have % radius, and shall not incorporate a troweled edge unless specifically noted on the drawings. 4. Formed control joints are permitted only in conjunction with keyed joints. S. Unless otherwise indicated, provide control joints at the following intervals: Use Tyue Maximum Snacine Colored and non -colored sidewalk Sawn Joints 10' c-c & Continuous along centerline 3.05 Concrete: A. Replacement Inspection: Form work installation, reinforcing steel placement, and installation of all items to be embedded or cast in, to be verified by the Owner's Representative prior to placement. B. General: Comply with ACI 301, ACI 304, and as herein specified. C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to enhance durability of the final product. Do not add water at the job site or concrete will not be accepted. D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than 72 hours after depositing. Do not place concrete without approval of the Owner's Representative on days when temperature at 9:00 a.m. is below 30 degrees. Job -cured cylinders for verification of strength and/or the adequacy of the Contractor's protective methods will be required. E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the procedures to be used in protecting, depositing, finishing, and curing the concrete. The temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding admixture may be used. The use of continuous wetting or fog sprays may be required by the Owner's Representative for 24 hours after depositing. F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly as practicable in its final location to avoid segregation. G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000 rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI 309, Do not transport concrete with vibrators. Work concrete into corners and around embedments and reinforcement. H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab. On slabs greater than 15 feet wide, use intermediate screed strips. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 7 of 10 2. Shop drawings are not required. 3. Welding reinforcement is not permitted. 4. In the event of discrepancy, immediately notify the Owner's Representative. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. B. Field -Bending of Reinforcement: Reinforcement partially embedded in concrete shall not be field -bent, except as noted on the drawings or specifically permitted by the Owner's Representative. C. Inspection of Reinforcement: Completed installation of concrete reinforcement must be reviewed by the Owner's Representative before depositing concrete. D. Unless otherwise indicated, place reinforcement where required at top of slabs on grade. Provide %2-inch minimum cover over reinforcement. E. Dowels: Grease sleeves, insert dowels and through form, secure dowel basket against movement. F. Notches for Sleeving: Notch both vertical sides of walk or slab where sleeving occurs. G. Welded wire fabric shall be overlapped one full mesh and tied. H. Fibrous Reinforcement: 1. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for each type of concrete required. 2. Mix batched concrete in accordance with manufacturer's recommendations for uniform and complete dispersion. 3.04 Joints: A. General: Place joints in accordance with ACI 301. Conform to the tolerances listed later in Part 3. B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete paving. 1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown on the drawings. 2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings. 3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for sealant. Attach joint filler to first placement. 4. Seal all expansion joints per Section 07900. C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete paving. 1. Reinforcement, if required, shall continue through the joint. 2. Install where indicated on drawings, or where required by concrete delivery or finishing rate. 3. Key first placement. Key shall be 1'/2 inches wide and inches deep. 4. After first placement has hardened, clean and roughen face. Install control joint form at top of slab. 5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may be used. D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving. 1. Control joints shall penetrate 1/3 of slab thickness. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 6 of 10 2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide. Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete cutting before shrinkage cracks occur. Joints perpendicular to walls may be less than required depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from concrete to avoid staining of slab. 3. Tooled Joints: Control joints maybe cut into the plastic concrete during finishing operations. Tooled joints shall have 'Yedius, and sh all not incorporate a troweled edge unless specifically noted on the drawings. 4. Formed control joints are permitted only in conjunction with keyed joints. 5. Unless otherwise indicated, provide control joints at the following intervals: Use Type Maximum Spacing Colored and non -colored sidewalk Sawn Joints 10' c-c & Continuous along centerline 3.05 Concrete: A. Replacement Inspection: Form work installation, reinforcing steel placement, and installation of all items to be embedded or cast in, to be verified by the Owner's Representative prior to placement. B. General: Comply with ACI 301, ACI 304, and as herein specified. C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to enhance durability of the final product. Do not add water at the job site or concrete will not be accepted. D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than 72 hours after depositing. Do not place concrete without approval of the Owner's Representative on days when temperature at 9:00 a.m. is below 30 degrees. Job -cured cylinders for verification of strength and/or the adequacy of the Contractor's protective methods will be required. E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the procedures to be used in protecting, depositing, finishing, and curing the concrete. The temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding admixture may be used. The use of continuous wetting or fog sprays may be required by the Owner's Representative for 24 hours after depositing. F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly as practicable in its final location to avoid segregation. G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000 rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI 309. Do not transport concrete with vibrators. Work concrete into comers and around embedments and reinforcement. H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab. On slabs greater than 15 feet wide, use intermediate screed strips. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 7 of 10 3.06 Finishes: A. Float Finish: After surface stiffens enough to support the operation, float with hand floats or powered disc floater. Use magnesium float; do not use wood float on air entrained concrete. Check surface planeness with a 10-foot straight edge, applied at not less than two different angles. Cut down high spots and fill low spots to produce a surface with Class B tolerance. Refloat the slab to a uniform sandy texture. B. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of travel. The plaza area shall have smooth troweled joints, 1'h inches from the centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have broom finish overjoints. C. Exposed Aggregate Finish: Immediately after floating, apply surface retardant. Apply retardant uniformly. Cover with polyethylene sheet to retain moisture. When mortar is hard enough to retain aggregate but sofl enough to be removed by brushing, wash the surface with water and remove mortar from surface aggregate by brushing. Do not dislodge aggregate. D. Coordinate rate of concrete placement with pace of washing crew. E. Formed Finishes: 1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than ;inch in height. 2. Surfaces Exposed to View: Patch tie holes and defects. Completely remove fins. Schedule of Finishes: 1. Sidewalk —heavy broom finish. F. Notch both vertical sides of concrete flatwork to indicate location of irrigation sleeves. 3.07 Curing/Sealing: A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of initial application. Maintain continuity of coating and repair damage during 7-day curing period. Follow manufacturer's instructions for sealing interior slabs. 3.08 Tolerances: A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance. 1. Finishes with Class B tolerances shall be true planes within'%ch in 10 feet, as determined by a 10-foot straight edge placed anywhere on the slab in any direction. 2. Slope interior slabs to drains as indicated. B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall meet the following tolerances: 1. Variations of formed, or cut or tooled linear element: a. In 20 feet: Y: inch. b. For entire length: ] inch. 3.09 Field Quality Control: A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as specified below. B. Concrete Tests: City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning 8 Development Division Page 8 of 10 1. Shall be provided by the Contractor and shall be accordance with requirements of ACl 301, Chapter 16 — Testing, except as noted or modified in this section. a. Strength test. i. Mold and cure four cylinders from each sample. ii. Test one at 7 days and one at 14 days for information and one at 28 days for acceptance. Keep the remaining one as a spare to be tested as directed by the Owner. b. Minimum samples. i. Collect the following minimum samples for each 28-day strength concrete used in the work for each day's placing: (ilintity Number of Samples 50 cubic yards or less one 50 to 100 cubic yards two 100 cubic yards or more two plus one sample for each additional 100 cubic yards c. Sample marking. i. Mark or tag each sample of compression test cylinders with date and time of day cylinders were made. ii. Identify location in work where concrete represented by cylinders was placed. iii. Identify delivery truck or batch number, air content, and slump. d. Slump test. Conduct test for each strength test sample and whenever consistency of concrete appears to vary. e. Air content. Conduct test from one of first three batches mixed each day and for each strength test sample. C. Acceptance of Concrete: 1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C-42. 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. D. Failure of Test Cylinder Results: 1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense, to obtain and test at least three cored samples from area in question. 2. Concrete will be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results, Owner may require Contractor, at his expense, to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The costs of the core tests, the load test and the structural evaluation shall be borne by the Contractor. 5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved equal. City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 9 of 10 E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. END OF SECTION City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 10 of 10 DIVISION 2 SECTION 02601 — MANHOLES PART 1 —GENERAL 1.01 Description A. This section covers manholes, including ring and covers, steps, grade rings, fittings and other appurtenances for storm drainage, sanitary sewers and irrigation supply lines. 1.02 Quality Assurance A. Manhole inverts shall not deviate from elevations shown on the drawings by more than + 0.03 feet. B. All quality control testing to be performed under City of Fort Collins Construction Requirements. 1.03 Submittals A. Submit shop drawings on precast concrete sections, rings, covers and steps. 1.04 Reference Standards A. Manholes shall be the City of Fort Collins Standard. 1.05 Product Delivery, Storage and Handling A. Do not deliver precast concrete sections to job until concrete has attained at least 80 percent of specified strength. B. Manholes shall be handled, stored and protected in such a manner as to prevent damage to materials. 1.06 Akematives A. Manhole bases maybe either monolithically precast or cast -in -place. PART 2 — PRODUCTS 2.01 Concrete A. Concrete 1. Meet the requirements of Section 03300 — Cast -in -Place Concrete. 2. Strength: 3,000 psi at 28 days. 3. Cement: Type II or Type I/11. B. Mortar 1. One part Portland Cement, ASTM C150, Type 11. 2. Two parts sand, ASTM C144. 3. One-half hydrated lime, ASTM C207, Type S. C. Grout (non -shrink) 1. Premixed: Master Builders: Masterllow 713, "Sonnebom: Ferrolith G-DS. Redi-Mixed," or equal. City of Fort Collins Section 02601 — Manholes Park Planning & Development Division Page 1 of 5 2. Job -Mixed: a. One part Portland Cement, ASTM Cl 50, Type 11 or Type I/11. b. One part sand, ASTM C144. c. One part shrinkage correcting aggregate, Master Builders: Embco Aggregate, "Sonnebom: Ferrolith G-DS," or equal. 2.02 Precast Concrete A. Bases, Barrels, Cones and Flat Tops: 1. Case base and first barrel section monolithic. 2. Meet requirements of ASTM C478. 3. Cement: Type Il or Type 1/11. 4. Invert: Cast -in -place concrete as specified above. Provide horseshoe -shaped openings for _ manholes to be installed in existing lines. 2.03 Manhole Gaskets A. All preformed plastic gaskets shall conform to AASHTO M 198. B. Diameter: 1. 48-inch manholes: 1 '/2 inch — 2. 60-inch manholes: 1 % inch 3. 72-inch manholes: 2 inch C. Approved Manufacturers: 1. Ram-Nek; K.T. Snyder Company. 2. Rub'r-Nek; K.T. Snyder Company. _ 3. Kent Seal; Hamilton -Kent Manufacturing Company. 4. Approved equal. _ 2.04 Pipe Penetration Gaskets A. Resilient connectors shall be manufactured in accordance with ASTM C923. B. Approved Manufacturers: 1. Dukor Company, Kor-N-Seal. 2. A-lok Corporation, A-lok. 3. Approved equal. 2.05 Ring and Cover A. Material: Gray iron, meeting requirements of ASTM A48, Class 35B. B. Construction: 1. Size: Minimum clear opening 24-inch diameter. All rings shall be 8 inches in height. 2. Weight: Heavy duty, 400 pounds minimum. 3. Bearing surfaces: Machined. 4. Lid pattern: Checkered top or indented top. City of Fort Collins Park Planning & Development Division Section 02601— Manholes Page 2 of 5 " 5. Pick hole: Concealed. 6. Words: "Sanitary Sewer" or "Storm Sewer" as appropriate shall be cast into the cover. 7. Acceptable products are: Neenah, R-1706 or approved equal. 2.06 Steps A. Material: Polypropylene plastic coated steel. B. Construction: 1. Reinforcing rod: '/2-inch diameter. 2. Length: 10 inches, designed for 6-inch protrusion from manhole wall. 3. Width: 12 inches. 4. Tread: Notched ridge with retainer lugs on each end. 5. Vertical spacing: 12 inches. C. The maximum distance from the cover of the manhole to the top -most step shall be 24 inches. D. The maximum distance from the bench of the manhole to the lowest step shall be 18 inches. E. Manufacturer: 1. M.A. Industries, Inc., PS-2-PFS. 2. Neenah; R-1982-W. 3. Approved equal. 2.07 Manufacturer A. Forms: Rigid, adequately braced, free from dents, gouges or other irregularities which would impair quality, appearance or performance of members. B. Holes and Openings: Incorporate into design and fabrication, openings indicated on drawings. C. Surface Finish and Formed Surfaces: 1. Provide a smooth, transverse broom finish at top surface of flat -top slabs. 2. Provide smooth, uniform texture and color for formed surfaces. 3. Remove fins and other projections. D. Shop Marking: Label or paint on each section a shop marking to indicated location and position of each member. E. Curing: Cure precast section in accordance with ACl 308 to attain specified design strength. PART 3 — EXECUTION 3.01 Inspection A. Examine each precast section, ring and cover and appurtenance for cracks and other defects. Remove all defective materials from the site. 3.02 Manhole Size A. Unless directed otherwise in the Contract Documents, use 48-inch diameter manholes on sewers 8 inch through 18 inch in diameter; 60-inch manholes on sewers 21 inches through 30 inches in diameter; and 72-inch manholes on sewers 33 inch through 42 inches in diameters. City of Fort Collins Section 02601 - Manholes Park Planning & Development Division Page 3 of 5 B. Use eccentric cones where manhole depth is 60 inches or greater on 48-inch manholes, and 72 inches or greater on 60-inch manholes. Use flat -top manholes when manhole depth is less than the above and on all 72-inch manholes. 3.03 Installation of Precast Manhole Sections A. Connect all pipes to precast manhole sections using pipe penetration gaskets. B. if inverts are not constructed by precaster and wherever grade and alignment permit, lay the main sewer continuously through the manhole and split the pipe after construction of the invert. Where — this is not possible, terminate pipe flush with interior manhole wall and construct transition smooth and of proper radius for uninterrupted flow. In no case shall the invert flow section through the manhole be greater that that of the outgoing pipe. Finish invert with a steel trowel prior to adding riser section to the base. C. The manhole shall be set plumb. 1. Precast concrete adjustment rings shall be used to bring the ring and cover to grade. — a. The total height from the top of the cone section to the finish street grade shall not exceed 16 inches. b. The adjustment rings shall be flush with the inside of the manhole and grouted. D. Manhole sections shall be joined to each other and to the base using a double row of preformed plastic gaskets. 1. All joint surfaces shall be kept clean and dry during installation. — 2. The joint between the manhole section and the base shall be grouted on the inside to provide a smooth surface. E. Manhole sections, adjustment shims, ring and covers shall be joined using mortar or preformed plastic gaskets. 1. All joint surfaces shall be kept clean, dry and warm during installation. — 2. When mortar joints are used, each section shall beset with a ]-inch minimum full bed of mortar. 3. Manhole sections shall be grouted to ring and covers on the inside. _ F. All lifting holes, joints and other imperfections shall be filled with an approved non -shrink grout to provide a smooth finished appearance. G. If the ground water is above the top of the pipe, the exterior surfaces of manholes shall have a 1/16-inch coating of tar. 1. The determination of the need for a tar coating shall be made by the City Representative upon review of the soils report, or shall be shown on the approved utility plans. — 3.04 Field Quality Control A. Inspect each manhole for and repair all visible leaks. B. Vacuum Testing Manholes: 1. Manholes shall be tested before the ring and cover and grade adjustment rings are installed. _ 2. All pipes entering the manhole shall be plugged and braced. 3. A vacuum of 10 inches of mercury shall be drawn. 4. The vacuum pump shall be turned off and the time monitored as the vacuum drops 1 inch. — City of Fort Collins Section 02601 — Manholes Park Planning & Development Division Page 4 of 5 a� a. The vacuum must not drop more than 1 inch for the duration of the time indicated in the following table: Specified Test Duration for Diameter of Manhole (duration indicated in minutes:seconds) 48" 1 60" 1 72" 1:00 1 1:15 1 1:30 5. Manholes which fail the vacuum test shall have the defects located and repaired, and the test shall be repeated. a. Repair and repeat testing of the failed manhole shall be repeated until the testing requirements are met. END OF SECTION City of Fort Collins Section 02601 — Manholes Park Planning & Development Division Page 5 of 5 3.06 Finishes: A. Float Finish: After surface stiffens enough to support the operation, float with hand floats or powered disc floater. Use magnesium float; do not use wood float on air entrained concrete. Check surface planeness with a 10-foot straight edge, applied at not less than two different angles. Cut down high spots and fill low spots to produce a surface with Class B tolerance. Refloat the slab to a uniform sandy texture. B. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of travel. The plaza area shall have smooth troweled joints, 1 %a inches from the centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have broom finish over joints. C. Exposed Aggregate Finish: Immediately after floating, apply surface retardant. Apply retardant uniformly. Cover with polyethylene sheet to retain moisture. When mortar is hard enough to retain aggregate but soft enough to be removed by brushing, wash the surface with water and remove mortar from surface aggregate by brushing. Do not dislodge aggregate. D. Coordinate rate of concrete placement with pace of washing crew. E. Formed Finishes: 1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than %a inch in height. 2. Surfaces Exposed to View: Patch tie holes and defects. Completely remove fins. Schedule of Finishes: 1. Sidewalk — heavy broom finish. F. Notch both vertical sides of concrete flatwork to indicate location of irrigation sleeves. 3.07 Curing/Sealing: A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of initial application. Maintain continuity of coating and repair damage during 7-day curing period. Follow manufacturer's instructions for sealing interior slabs. 3.08 Tolerances: A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance. 1. Finishes with Class B tolerances shall be true planes within % inch in 10 feet, as determined by a 10-foot straight edge placed anywhere on the slab in any direction. 2. Slope interior slabs to drains as indicated. B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall meet the following tolerances: 1. Variations of formed, or cut or tooled linear element: a. In 20 feet: %z inch. b. For entire length: 1 inch. 3.09 Field Quality Control: A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as specified below. B. Concrete Tests: City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 8 of 10 DIVISION 2 SECTION 02900 - SITE REVEGETATION (Updated 9105 for Fossil Grk Trail) PART 1-GENERAL 1.01 Description of Work A. The work covered by this specification includes the furnishing of all materials and application of fertilizer, seed and mulch to areas defined in the plans or required by field conditions. The work shall be completed in accordance with these specifications, accepted horticultural practice, and with the plans. 1.02 Related Work A. See appropriate sections for site work needed prior to work required in this section. Obtain approval from the Engineer prior to starting work. 1.03 Submittals A. Submit manufacturer's specifications and literature on all products. B. Submit materials list including quantities and description of materials. 1.04 Quality Assurance A. Source Quality Control: Manufacturer's test for purity and germination of seed, dated within six months of seeding. B. Certificates: Manufacturer's certification that fertilizer meets specification requirements. PART 2 - MATERIALS 2.01 Topsoil A. Topsoil shall be select earth material of loose friable loam reasonably free of admixtures of subsoil, refuse stumps, roots, rocks, brush, weeds or other material which can be detrimental to the proper development of ground cover. 2.02 Grass Seed A. Grass seed shall be of the latest crop available. Seed shall meet Colorado Department of Agriculture Seed Laws, Chapter 35, Article 27. B. The following seed mix is for Redtail Grove Natural Area. The seed mixture shall be applied at the pure live seed (PLS) rate per acre listed: Seed Mix Species Name % in Mix LbsJPLS Western wheatgrass Pascapyrum smithii 15% 4.6 Sideoats gramma Bouteloua curtipendula 15% 2.8 Blue gramma Bouteloua gracilis 15% 0.6 Buffalograss Buchloe dactyloides 30% 18.9 Prairie junegrass Kaeleria macrantha 10% 0.2 Needle-n-thread Stipa camata 15% 4.6 100 % City of Fort Collins Section 02900 — Site Revegetation Park Planning & Development Division Page 1 of 3 C. Do not use seed which has become wet, moldy, or otherwise damaged in transit or in storage. D. The Contractor shall compensate for percentage of purity and germination by furnishing sufficient additional seed to equal the specified pure live seed product. The formula for determining the quantity of pure live seed (PLS) shall be: Pounds of Seed (Bulk) x Purity x Germination = Pounds of Pure Live Seed (PLS). E. The Contractor shall present to the Engineer a certificate of the PLS test of the grass seed which he intends to use. All grass furnished shall be delivered in sealed bags showing the weight, analysis and vendor's name. Seed tags shall be collected by the project manager. _ 2.03 Fertilizer A. Commercial fertilizer type and application rate shall be: Commercial Fertilizer 01-52-0) Percent available by weight Nitrogen 11 _ Phosphorus 52 Potassium 0 Application rate: 1001bs peracre 2.04 Hydraulic Mulch A. Hydraulic mulch material shall consist of at least ninety percent (90%) virgin wood cellulose fiber and be free of any substance of factor which might inhibit germination or growth of grass seed. The wood cellulose fibers shall have the property of becoming evenly dispersed and suspended when agitated in water. B. Hydraulic mulch shall be clean and shall not contain the seeds of noxious weeds or unspecified grasses. It shall be dyed a color to allow visual metering of its application. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter -like ground cover which readily absorbs water and allows infiltration to the underlying soil. C. The contractor shall obtain and submit to the project manager certifications from suppliers of hydraulic mulch that laboratory and field testing of their product has been accomplished and that it meets all of the foregoing requirements. D. Application Rate - 2,000 pounds per acre. 2.05 Organic Tackifier/Binder A. Tackifier shall bean approved commercial grade product suitable for use with virgin wood - cellulose fiber mulch. Any tackifier shall be a non -toxic, non -corrosive, all organic powder which forms a resilient, rewettable membrane when combined with wood fiber mulches and water. B. Application Rate— Follow manufacturer's recommendation. 2.06 Straw Mulch A. All hay or straw mulch shall be grass hay or straw. At least seventy percent (701/6) of the mulch by weight shall be ten inches (10") or more in length. Mulch shall not contain any noxious weed, must, mold, cake or decay. B. Application Rate— 2 tons per acre. City of Fort Collins Section 02900 — Site Revegetation Park Planning & Development Division Page 2 of 3 w� PART 3 - EXECUTION 3.01 General A. The pattern of seeding and mulching, shall be as detailed or as required by field conditions to provide a uniform stand of grass acceptable to the City. In no case shall revegetation occur within 30 days of the application of a chemical weed control substance. B. Warranty excludes replacement of plants after final acceptance because of injury by storm, drought, drowning, hail, freeze, insects or diseases. 3.02 Preparation A. Verify that soil preparation has been completed prior to seeding. B. Seed areas damaged by construction activities as directed by the Engineer. C. Apply by broadcasting or drilling at the rate specified herein. D. Selection of the time of seeding shall be Contractor's responsibility, consistent with erosion control. E. Rework previously prepared areas that have become compacted or damaged by rains or traffic. F. Do not drill or sow during windy weather or when ground is frozen or untillable. G. Cover seed to depth between '/< to '/2 inch by raking or harrowing. H. Firm seed areas with roller weighing maximum of 100 lbs. per foot to width. 3.03 Drill Seeding A. All seed shall be drilled 0.25 inch to 0.50 inch into the soil at the specified rate with a mechanical power -drawn drill or Brillion seeder. Seed shall be applied in a minimum of two passes at 90 degrees two each other. 3.04 Broadcast Seeding A. In areas inaccessible to a drill seed shall be uniformly broadcast at twice (2x) the specified rate and raked in. 3.05 Hydraulic Mulching A. After seeding by broadcast or drilling, use wood cellulose fiber mulch at 2,000 lbs/acre, with tackifier. B. Combine with water to produce a slurry. Perform hydraulic application in such a manner that the liquid carrier will uniformly distribute the material over the entire area to be mulched. Do not compact. 3.06 Areas to be Seeded A. All areas that have been damaged or disturbed by the Contractor's operation shall be reseeded according to these specifications and as indicated on the plans. 3.07 Maintenance A. No maintenance is required, UNLESS NOTED ON THE BID SCHEDULE. END OF SECTION City of Fort Collins Section 02900 — Site Revegetation Park Planning & Development Division Page 3 of 3 August 1, 2005 REVISION OF SECTION 107 PROJECT SAFETY PLANNING Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.06 and replace with the following: 107.06. Safety, Health, and Sanitation Provisions. (a) Contractor Responsibilities. The Contractor shall ensure compliance with applicable Federal, State, and local laws, rules, regulations, and guidelines governing safety, health and sanitation, including but not limited to the Project Safety Management Plan (Plan) described below, the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). The Contractor shall provide all safeguards, safety devices, and protective equipment, and shall take all other actions necessary to protect the life, safety and health of persons working at or visiting the project site, and of the public and property in connection with the performance of the work covered by the Contract. In the case of conflicting requirements, the more stringent of the requirements shall apply. The Contractor shall require that all operations and work practices by Contractor, subcontractors, suppliers, and Department personnel comply with the provisions of the Plan. (b) Safety Officer. Prior to the start of construction, the Contractor shall designate a Safety Officer and an alternate, who shall be responsible for the coordination of safety activities, and preparation and implementation of the Plan. (c) Competent Persons. Prior to the start of construction, the Contractor shall designate at least one competent person for each of the construction activities being completed. Construction activities and safety considerations that must be addressed shall include, but are not limited to: lead abatement, hearing protection, respiratory protection, rigging, assured grounding, scaffolding, fall protection, cranes, trenching and excavating, steel erection, underground construction (including caissons and cofferdams), demolition, blasting and the use of explosives, stairways and ladders, asbestos, and confined space. The appropriate competent persons shall be present on the project site at all times during construction activities. A competent person is an individual who, by way of training, experience, or combination thereof, is knowledgeable of applicable standards, is capable of identifying existing and predictable workplace hazards relating to a specific construction activity, is designated by the employer, and has authority to take appropriate actions. (d) Project Safety Management Plan. Prior to the start of construction, the Contractor shall prepare a written Project Safety Management Plan (Plan) which shall be specific to the project. The Plan shall include: (1) Designation of a Safety Officer and an alternate, and competent persons for each construction activity as described above. (2) A list of all significant and/or high -risk construction activities and safety considerations as described above, and a hazard assessment for each. (3) Direction as to whether engineering, administrative, personal protection measures, training, or a combination thereof, shall be implemented to address the hazards identified in (2) above. (4) Provisions for field safety meetings. The Contractor shall conduct field safety meetings at the frequency specified in the Plan, once per week at a minimum. The Contractor shall encourage participation by all persons working at the project site. Participants at these meetings shall discuss specific construction activities for that work period, results from safety inspections, required personal protective equipment, and all other necessary safety precautions. (5) Provisions for project safety meetings. The Contractor shall conduct project safety meetings to discuss accidents, incidents, safety goals, near misses, and results of safety inspections. The Contractor shall notify the Engineer of the time, date, and location of these meetings, shall require participation by all persons (including Department personnel) working at the project site, and shall track attendance through sign-up lists. (6) Procedures for assuring compliance by subcontractors, suppliers, and authorized visitors to the project In addition, the Plan shall specify the measures that will be taken to discourage unauthorized personnel from entering the site. August 1, 2005 2 REVISION OF SECTION 107 PROJECT SAFETY PLANNING (7) Procedures to be followed in cases where workers are suspected of drug or alcohol impairment. (8) Provisions for project safety inspections. The Contractor shall conduct regular project safety inspections at the frequency specked in the Plan, once per month at a minimum. The Contractor shall — maintain documentation on the project site, including the date of these inspections, the findings, and the corrective measures taken to address the findings. (9) Procedures to be followed to correct violations of the Plan by any personnel. — (10) The notification, investigation, and implementation procedures that the Contractor shall follow in the case of a safety stand down. (11) The Contractor's certification as follows: By authorized signature below, (Contractor name), hereinafter referred to as'the Contractor, hereby certifies that this Project Safety Management Plan (Plan) complies with and meets applicable Federal, State, and local laws, rules, regulations and guidelines governing safety, health and sanitation, including but not limited to the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety and Health Administration (MSHA), Title 30 CFR, the °Colorado Work Zone Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). All operations and work practices of the Contractor will comply with this Plan. The Contractor requires that all subcontractors, suppliers and Department personnel comply with this Plan. (Signature of Contractor's Safety Officer or alternate) Title Date The Contractor shall submit the Plan to the Engineer for the project records, and shall provide updates to the Plan as necessary. An up-to-date copy of the Plan shall be on the project site in the Contractor's possession at all times. (a) Project Safety & Health Requirements. All personnel on the project site shall wear the following personal protective equipment (PPE) at all times when in the State Highway Right of Way, except when in their vehicles: (1) Head protection and high visibility apparel, refiectorized for night use, and footwear, all of which shall comply with the latest appropriate national consensus standards. (2) All other PPE that is stipulated by the Plan. All PPE shall comply with the latest appropriate national consensus standards. _ (f) Safety Stand -Down. The Engineer may immediately suspend all or part of any work in the case of an accident (including property damage), or catastrophe (three or more persons hospitalized in a single incident), or other situation presenting an imminent danger to Iffe or health, such as a near miss, violation of the Plan, and/or — presence of a hazardous situation. In the case of a worksfte fatality directly related to the Contractor's or any subcontractor's work operations, the safety stand -down shall be mandatory. In the case of a traffic fatality unrelated to a work -zone incident in the opinion of the Engineer, the safety stand -down will not be mandatory. During any mandatory safety stand -down due to a fatality, all work on the project shall cease, except that work deemed necessary by the Engineer to immediately correct unsafe conditions. The Contractor shall be allowed to resume operations only after providing documentation, certified by the Safety Officer or alternate, regarding the corrective actions taken to prevent recurrence. The Contractor may be granted a non- compensable, excusable delay, up to three days, for the period of time during which no work was pursued due to each safety stand -down. August 1, 2005 REVISION OF SECTION 107 PROJECT SAFETY PLANNING (g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all Regulatory agency actions relating to safety to the Engineer. All costs associated with the preparation and implementation of the Plan, and complying with all safety, health, and sanitation provisions and requirements will not be measured and paid for separately, but shall be included in the work. August 1, 2005 REVISION OF SECTION 107 RESPONSIBILITY FOR DAMAGE CLAIMS, INSURANCE TYPES AND COVERAGE LIMITS Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.15 and replace with the following: 107.15 Responsibility for Damage Claims, Insurance Types and Coverage Limits. The Contractor shall indemnify and save harmless the Department, its officers, and employees, from suits, actions, or claims of any type or character brought because of any and all injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor, or failure to comply with the provisions of the Contract; or on account of or in consequence of neglect of the Contractor in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of the Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright, unless the design, device, material or process involved is specifically required by the Contract; or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. The Department may retain as much of any moneys due the Contractor under any Contract as may be determined by the Department to be in the public interest. (a) The Contractor shall obtain, and maintain at all times during the term of this Contract, insurance in the following kinds and amounts: (1) Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of Contractor's employees acting within the course and scope of their employment. (2) Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: (1) $1,000,000 each occurrence; (ii) $2,000,000 general aggregate; (iii) $2,000,000 products and completed operations aggregate; and (iv) $50,000 any one fire. (v) Completed Operations coverage shall be provided for a minimum period of one year following final acceptance of work. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to CDOT a certificate or other document satisfactory to CDOT showing compliance with this provision. (3) Automobile Liability Insurance covering any auto (including owned, hired and non -owned autos) with a minimum limit as follows: $1,000,000 each accident combined single limit. (4) Professional liability insurance with minimum limits of liability of not less than $1,000,000 Each Claim and $1,000,000 Annual Aggregate for both the Contractor or any subcontractors when: (i) Contract items 625, 629, or both are included in the Contract (ii) Plans, specifications, and submittals are required to be signed and seated by the Contractor's Professional Engineer, including but not limited to: (A) Shop drawings and working drawings as described in subsection 105,02 (B) Mix Designs August 1, 2005 2 REVISION OF SECTION 107 RESPONSIBILITY FOR DAMAGE CLAIMS, INSURANCE TYPES AND COVERAGE LIMITS (C) Contractor performed design work as required by the plans and specifications (D) Change Orders (E) Approved Value Engineering Change Proposals (iii) The Contractor and any included subcontractor shall renew and maintain Professional Liability Insurance as outlined above for a minimum of one year following final acceptance of work. (5) Umbrella or Excess Liability Insurance with minimum limits of $1,000,000. This policy shall become primary (drop down) in the event the primary Liability Policy limits are impaired or exhausted. The Policy shall be written on an Occurrence form and shall be following form of the primary. The following form Excess Liability shall include CDOT as an additional insured. (b) CDOT shall be named as additional insured on the Commercial General Liability and Automobile Liability Insurance policies. Completed operations additional insured coverage shall be on endorsements CG 2010 11/85, CG 2037, or equivalent. Coverage required of the contract will be primary over any insurance or self- insurance program carried by the State of Colorado. (c) The Insurance shall include provisions preventing cancellation or non -renewal without at least 30 days prior notice to CDOT by certified mail. (d) The Contractor will require all insurance policies in any way related to the contract and secured and maintained by the Contractor to include clauses stating that each carrier will waive all rights of recovery, _ under subrogation or otherwise, against CDOT, its agencies, institutions, organizations, officers, agents, employees and volunteers. (e) All policies evidencing the insurance coverages required hereunder shall be issued by insurance companies satisfactory to CDOT. (f) The Contractor shall provide certificates showing insurance coverage required by this contract to CDOT prior to execution of the contract. No later than 15 days prior to the expiration date of any such coverage, the Contractor shall deliver CDOT certificates of insurance evidencing renewals thereof. At any time during the term of this contract, CDOT may request in writing, and the Contractor shall thereupon within ten days supply to CDOT, evidence satisfactory to CDOT of compliance with the provisions of this section. (g) Notwithstanding subsection 107.15(a), if the Contractor is a "public entity" within the meaning of the Colorado Governmental ImmunityAct CRS 24-10-101, et seq., as amended ("Act'), the Contractor shall at all times during the term of this contract maintain only such liability insurance, by commercial policy or self-insurance, — as is necessary to meet its liabilities under the Act. Upon request by CDOT, the Contractor shall show prof of such insurance satisfactory to CDOT. Public entity Contractors are not required to name CDOT as an Additional Insured. (h) When the Contractor requires a subcontractor to obtain insurance coverage, the types and minimum limits of this coverage may be different than those required, as stated above, for the Contractor, except for the Commercial General Liability Additional Insured endorsement and those that qualify as needing Professional Liability Insurance. September 2 2005 REVISION OF SECTIONS 614 AND 630 RETROREFLECTIVE SIGN SHEETING Sections 614 and 630 of the Standard Specifications are hereby revised for this project as follows In subsection 614.04.. first paragraph, delete the second sentence and replace with the following Retroreflective sheeting shall be Type III as defined in the CDOT Retroreflective Sheeting Materials Guide. and shall conform to subsections 713.04 and 713.06 when applicable. In subsection 614.04, delete the second paragraph and replace with the following Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. In subsection 630.02. delete the third and fourth paragraphs, including I able 630-1. and replace with the following: Retroreflective sign sheeting types shall be as defined in the CDOT Retroreflective Sheeting Materials Guide Retroreflective sheeting shall be one of the types specified for the particular application in Table 630-1. Retroreflective sheeting for all signs requiring an orange or yellow background shall be Type Fluorescent. Table 630-1 RETROREFLECTIVE SHEETING TYPES Sheeting "rope 111 Type Fluorescentf Application Work Zone Work /.one All Orange Construction Signs - X Barricades ( I emporarl x Vertical Panels x I loggers StopiSlorr Paddle x x Drums x Nun -orange Eised Support signs x with prefix " W"* Special Warning Signs X srOP sign 1R1-1) YIELD sign (R 1-2) WRON(:i WAY sign (10-1:0 x DO NOT PN'I ER sign (I0-1) I'M Isign (lit -la) DETOUR sign (N.14-9) or X (n44-10) All other fixed support signs x x All other signs used only during X X .vorkin hours 1 Flunrescem Sheetingshall he of a brurd thatis on the CDOI' :\ppnrvcd Products List. 2 Drum Shcetine shall be manufactured for flexible deg ices. 3 Fixed support signs are defined as all signs that must remain in Ilse outside of working how's. ThcN shall be mounted in accordance with Standard Phan S-630-1. x ` • August 1, 2005 REVISION OF SECTION 630 NCHRP 350 REQUIREMENTS Section 630 of the Standard Specifications is hereby revised for this project as follows In subsection 630.01 delete the 2nd sentence: Subsection 630.08 delete the second paragraph and replace with the following: Work zone devices designated by FHWA as category I, including but not limited to single -piece drums, tubes, cones and delineators shall meet NCHRP 350 crash test requirements. The Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for each type of category I device before it is first used on the project. Work zone devices designated by FHWA as category 11, including but not limited to barricades, vertical panels with light, drums or cones with light, portable sign supports, intrusion detectors and type III barricades shall meet NCHRP 350 crash test requirements. However, the Contractor may use category tl devices originally purchased prior to October 1, 2000 in accordance with Table 630-2. The Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for each type of category 11 device or shall certify that the category 11 device was originally purchased prior to October 1, 2000 before it is first used on the project. Work zone devices designated by FHWA as category III, including but not limited to concrete barriers, fixed sign supports, crash cushions, and other work zone devices not meeting thedefinitions of Category I or II shall meet NCHRP 350 crash test requirements. However, the Contractor may use category III devices originally purchased prior to October 1, 2002 in accordance with Table 630-2. The Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for each type of category III device or shall certify that the category III device was originally purchased prior to October 1, 2002 before it is first used on the project. Work zone devices that do not meet NCHRP 350 requirements shall not be used after the phase out date. Table 630-2 PHASED IMPLEMENTATION OF WORK ZONE DEVICES Work Zone Devices I Compliance Date I Phase Out Date 'i^.'Tti6`^i�N.[LFRar�,[aee3+.!4R'#".lEb.+F'2N�v.::c: g ,.[ . �x Category It October 1, 2000 for new installations. All devices must be in Existing devices may be used until compliance by January service life is exhausted or until phase- 1, 2005. out date, whichever comes first. Shall be provided by the Contractor and shall be accordance with requirements of ACI 301, Chapter 16 — Testing, except as noted or modified in this section. a. Strength test. i. Mold and cure four cylinders from each sample. ii. Test one at 7 days and one at 14 days for information and one at 28 days for acceptance. Keep the remaining one as a spare to be tested as directed by the Owner. b. Minimum samples. Collect the following minimum samples for each 28-day strength concrete used in the work for each day's placing: uantit 50 cubic yards or less 50 to 100 cubic yards 100 cubic yards or more Number of Samples one two two plus one sample for each additional 100 cubic yards c. Sample marking. i. Mark or tag each sample of compression test cylinders with date and time of day cylinders were made. ii. Identify location in work where concrete represented by cylinders was placed. iii. Identify delivery truck or batch number, air content, and slump. d. Slump test. Conduct test for each strength test sample and whenever consistency of concrete appears to vary. e. Air content. Conduct test from one of first three batches mixed each day and for each strength test sample. C. Acceptance of Concrete: 1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C-42. 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. D. Failure of Test Cylinder Results: 1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense, to obtain and test at least three cored samples from area in question. 2. Concrete will be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results, Owner may require Contractor, at his expense, to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The costs of the core tests, the load test and the structural evaluation shall be borne by the Contractor. 5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved equal. City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving Park Planning & Development Division Page 9 of 10 August 1, 2005 REVISION OF SECTION 630 PORTABLE SIGN STORAGE Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.12, first paragraph, delete the fifth sentence and replace with the following: When storing portable signs or supports within the project they shall be removed beyond the clear zone and shall not be visible to traffic. All storage areas shall be approved. The minimum clear zone distance shall be 18 feet, measured from the edge of traveled way. If the signs cannot be stored at least 18 feet from the traveled way, they shall be removed. Signs shall not be stored on the paved surface. SECTION 16000 GENERAL ELECTRICAL PART 1-GENERAL 1.1 DESCRIPTION A. Work covered by this section shalt consist of furnishing all labor, equipment, supplies and materials unless otherwise specified and of performing all operations necessary for the installation of complete electrical systems as required by these Specifications and/or as indicated on the Drawings. 1. All work under this section shall also be governed by the project general conditions, along with all supplements and amendments thereto, as published by the Architect. B. Work shall also include the completion of all labor and the supply of all materials, whether specifically mentioned or not, for the successful operation of all electrical systems described on the Drawings or required by these Specifications. 1. . Oversights at the bidding stage will not relieve the Contractor of providing complete electrical systems including equipment, materials, tools and labor. C. The scope of electrical work shall include but not be limited to the following: 1. Underground secondary service and service entrance equipment. 2. Power distribution and branch circuit wiring to all equipment. 3. Installation of tunnel lighting system and control system. 1.2 GENERAL REQUIREMENTS A. Codes and Regulations: Comply with all applicable state and local codes, regulations and ordinances and the latest applicable requirements of the National Electrical Code as interpreted by the local inspection authority who shall have final jurisdiction. B_ Permits and Fees: Secure and pay for all permits, fees, taxes, royalties, licenses and inspections in connection with the electrical work. Upon completion of work, furnish to the Architect a Certificate of Inspection indicating final approval by the local inspection authority. C. Examination of Premises: Examine the premises prior to bidding and become fully familiar with existing conditions. 1.3 DRAWINGS A. The Drawings show functional requirements of the system described herein; components not itemized on the Drawings and Specifications shall be provided by the Contractor to provide a complete working system as indicated on the Drawings. 1. Before installing any wiring, equipment, outlets or other devices, examine architectural, structural and mechanical drawings and specifications; if any discrepancies occur between them and the electrical drawings and specifications, report same to the Architect in writing and obtain written instructions for changes in the work. The architectural, structural and mechanical drawings and specifications take precedence over the electrical. 2. Electrical drawings are diagrammatic but shall be followed as closely as actual construction of the building and work of other trades will permit. All changes from Drawings necessary to make the electrical work conform to the building as constructed and to fit work of other trades shall be made without cost to the Owner and shall be marked on the documents for later submittal to the Architect. Fossil Creek Trail 16000-1 May 2005 3. Data given herein and on the Drawings is as exact as could be secured, but absolute accuracy is not guaranteed. Specifications and Drawings are for assistance and -- guidance to the Contractor. Exact locations, distances, levels and dimensions will be governed by the building; the Contractor shall use same with this understanding. " PART 2 - MATERIALS 2.1 MATERIALS A. All materials and equipment shall be manufactured, tested and installed in accordance with the following: -- 1. National Electrical Code (NEC). 2. Underwriters' Laboratory (U.L.). 3. National Electrical Manufacturer's Association (NEMA). 4. American National Standards Institute (ANSI). 5. Illuminating Engineering Society (IES). B. The Contractor shall submit proof, if requested by the Architect, that the materials, equipment or devices that he installs under this contract meet the requirements of the Underwriters' Laboratories, Inc. in regard to fire and casualty hazards. C. All electrical material shall display a U.L. label. PART 3 - EXECUTION 3.1 INSTALLATION A. Coordination_ The Contractor shall coordinate electrical work with the progress of other work and with the work of other trades on the job without cost to the Owner. B. Cleanup: If so directed by the Architect, remove any materials not installed in the work which — conflict with the work of other trades. At completion of work, dean up and remove from premises all debris and materials not Installed so premises will be left clean. 3.2 INSPECTION AND TESTS A. When and if directed by the Architect, the Contractor shall test, under supervision of the — Architect, all wiring and connections for continuity and grounds. B. When directed by the Architect, the Contractor shall demonstrate by megger test the insulation resistance of any circuit. Where such a test indicates the presence of faulty insulation, the Contractor shall locate the point of fault, replace with no additional cost to the Owner and demonstrate by further test the elimination of such a fault. C. After the installation has been completed and at such time as the Architect may direct, the Contractor shall conduct an operating test for approval in accordance with the requirements of this Specification. Fossil Creek Trail 16000-2 May 2005 SECTION 16100 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all new materials consistent with the requirements of Section 16000 and as specified below. 1.2 SUBMITTALS A. Submit catalog cut sheets on gear, receptacles and lighting to receive Architect's acceptance. 1. See supplemental conditions for distribution and count. PART 2-PRODUCTS 2.1 RACEWAYS - ACCEPTABLE CLASSES A. Description of System. 1. Provide raceways as required below for raceway systems. 2. Conduit sizes not noted on Drawings shall be in accordance with NEC requirements for the quantities and size of wire installed therein. 3. Where nonmetallic raceways are utilized, sae as required to conform with the grounding conductor considered as an insulated additional conductor. 4. Where metallic raceways are used, they must establish positive low -resistance paths to ground and effectively isolate conductors so that any short-circuit arcs will be confined. 5. Reference Section 16450, Grounding. B. Acceptable Classes. 1. Electrical Metallic Tubing (EMT). a. Install 2" and smaller only in the following above -grade dry areas. 1) Concealed locations in furred or block walls or ceilings. - 2) Exposed at least five feet above the floor. b. Galvanize on the outside and coat on the inside with a smooth hard finish of lacquer, varnish or enamel. C. Fittings. 1) Steel. 2) Compression gland. 3) "Tomic" tap -on. 4) Set screw. d. Comply with Underwriters' Laboratories Standard U.L. 797 and USA Standards Institute C80-3. 2.. Poly -Vinyl Chloride (PVC) Plastic Conduit. a. Provide in the following locations. 1) in or below slabs on grade. 2) In earth or gravel. 3) Within chlorine room or in partitions enclosing chlorine room. b. Schedule 40 Heavy Wall, 90 degrees Celsius, U.L. listed for above ground and underground uses. C. Conform to NEMA TC-2 and U.L.-4551 standards. d. U.L. listed in conformity with Article 347 of the National Electric Code. e. 1-112" and larger shall conform to NEMA Publications No. TC-1-1965. Fossil Creek Trail 16100-1 May 2005 3. Flexible Metal Conduit. a. Provide in sufficient lengths for: 1) Make-up of motor or equipment raceway connections. 2) Provide watertight flexible conduit for all motor and equipment connections. b. Non-fiquidtight type: Steel, galvanized, flexible metallic, same manufacturers as for rigid. C. Liquidtight: American Brass Company Sealtite Type VA, General Electric Type UA or equal. 2.2 WIRES AND CABLES A. General. 1. All wire and cable shall be 600 volt rated and U.L. listed. Wire and cable shall be manufactured in accordance with the latest editions of the following National Electrical Manufacturers Association (Insulated Cable Engineers Association) standards as applicable. a. WC3 (5-,19-1981) Rubber -insulated wire and cable for the transmission and distribution of electrical energy. b. WC5 (5-61-402) Thermoplastic -insulated wire and cable for the transmission and distribution of electrical energy. C. WC7 (5-66-524) Cross -linked thermosetting polyethylene -insulated wire and cable for the transmission and distribution of electrical energy. d. WC8 (5-68-516) Ethylene propylene rubber -insulated wire and cable for the transmission and distribution of electrical energy. B. Description of System. 1. Provide a complete system of conductors in raceway systems with minimum wire size to be No. 12, unless shown otherwise on Drawings. 2. Unless otherwise indicated, wire sizes noted on Drawings are to be extended for the entire length of a circuit including taps and risers. 3. 120 volt branch circuits shall be No. 10 or larger where the distance to the first outlet exceeds 75 feet. C. Conductor Material. 1. Copper conductors shall be high conductivity annealed copper in compliance with ASTM B-3, stranded per ASTM B-3, stranded per ASTM B-3, and if coated per ASTM B-33 and ASTM B-189. a. Use copper conductors for all wiring. 2. Aluminum conductors shall be of an aluminum alloy labeled by Underwriters Laboratory as a component aluminum wire stock. a. Use of aluminum conductors shall be permitted for the service entrance feeders from the pad -mount transformer to the grouped meter centers and for the service feeders to each of the dwelling units bad center. b. Conductor sizes indicated on the Drawings for these feeders are copper conductors. To substitute aluminum conductors the aluminum conductor ampacity must exceed the ampacity of the copper conductor specified. D. Insulation. 1. Thermoplastic insulated, Nylon Sheathed- Use for all branch circuit conductors installed in conduit. . a. U.L. Type THWN, suitable for operation at 600 volts in wet or dry locations at conductor temperatures not to exceed 75°C. b. Poly -vinyl chloride insulation that is U.L. defined as heat, abrasion, moisture and oil resistant. 2. Poly -vinyl chloride insulation and jacket - Use for all branch circuit wiring. a. U.L. type NMC, suitable for interior wiring for both concealed and exposed work in dry, moist, damp or corrosive locations and in outside and inside walls of masonry Fossil Creek Trail 16100-2 May 2005 block or tile, maximum conductor temperature of WC for circuits not exceeding 600 volts. - b. Construction: multi conductor with ground color coded PVC insulation, assembled Flat with PVC gray sunlight resistant jacket, surface printed conductor size and number. C. U.L. listed as type NMC meeting U.L. 719 standards. Acceptable Manufacturers. 1. Southwire. 2. Basic Wire and Cable. 3. American Insulated Wire Corporation. 4. Okonite Company. 5, Alcoa. 6. Or Equal. 2.3 WIRE CONNECTORS AND DEVICES A. Description of System. 1. Provide wire connectors, crimp terminals, splice connectors, mechanical lugs, compression lugs, pin connectors, split bolt connectors and associated insulating devices for a complete wiring connection system suitable for specified cables furnished. 2. Connectors shall be in accordance with NEC, state and local requirements for size and color installed therein_ 3. Connectors and devices shall be installed in accordance with manufacturer's and U.L. standard requirements for tightening torques. Use proper torquing tools to achieve accurate values. 2.4 JUNCTION BOXES A. General Requirements. 1. Construct junction or pull boxes less than 100 cubic inches as "junction boxes" 2. Construct junction or pull boxes greater than 100 cubic inches as "cabinets." 3. Provide all covers of same gauge metal and include screws- B. Concealed Junction Boxes. 1. Provide code gauge sheet metal boxes located and sized as required with suitable covers and trims. a. Make of material resistant to corrosion or suitably protected, both internally and externally, by galvanizing. b. Boxes installed in damp or wet locations shall be U.L. approved for the purpose. c. Comply with U.L. Standard 50. d. Metal boxes to meet NEC construction specifications. C. Exposed Junction Boxes. 1. Boxes exposed or surface mounted shall be die-cast or permanent -mold cast aluminum body with threaded external hub and cast cover. 2.5 COMBINATION METER/LOADCENTER PEDESTAL A. Refer to 16422. Fossil Creek Trail 16100-3 May 2005 2.6 OUTLET BOXES A. Description of System. 1. Provide outlet boxes for all wiring devices, receptacles, switches, telephone connections and clock connections of material construction to suit environmental conditions. 2. Locate outlet boxes as indicated.on Drawings and in accordance with actual structural conditions to eliminate obstructions and interference with other work and equipment. a. Verify final location for all outlets, panels and equipment- B. Concealed Boxes. 1. Furnish sheet steel boxes and fittings which shall be made corrosion resistant both internally and externally by galvanizing. a. Provide with matching manufactured cover. — b. Provide 1-1/2" deep boxes in locations indicated on Drawings. 2. Furnish non-metallic outlet boxes for all switches, 120 volt duplex receptacles, lighting fixtures outlets and television outlets located indoors in each dwelling unit. a. Material: fiberglass reinforced polyester or phenolic. b. Provide with integral ground plate to accommodate grounding conductor for all . outlets. C. Surface Boxes. 1. Furnish die-cast or permanent -mold cast aluminum boxes with threaded external hubs. a. Provide threaded plugs for unused hubs. 2_ Boxes shall be of a corrosion -resistant alloy. — 3. Boxes shall be deep -body series, single -gang through four -gang with corresponding device cover plates. 4. Manufacturers. a. Appleton: Series "FDH." D. Floor Boxes. 1. Provide concealed service floor boxes as manufactured by Steel City. — a. Box shall be 14 gauge steel with 24 cubic inch wiring capacity per receptacle at either end with a total of 90 cubic inches (3" x 6" opening). b. Top shall include a hinged floor plate to be covered by carpet matching the area. A reveal shall match the color of the carpet. -- c. A duplex receptacle shall be wired into one side of the floor box reserving the other side for communications. d. Manufacturer_ 1) Steel City Model 664. — 2.7 WIRING DEVICES A_ Description of System. 1. Provide wiring devices and device plates as specked below. Provide in the quantities and at the locations indicated on the Drawings. B. Specification Grade Receptacles. 1. Specification grade receptacles shall be 2-pole, 3-wire, grounding duplex, 20 amp, 125 volts. 2. Manufacturers. a. Leviton 5362. b. Hubbell 5362. Fossil Creek Trail 16100-4 May 2005 2.8 TIME CLOCK A. Provide a solid state, 4-circuit, seven day, digital time switch as manufactured by Tork Model S400D. 1. Provide four 20 amp lighting contactors in one enclosure with 24 volt coils to switch each timed circuit. PART 3 - EXECUTION 3.1 INSTALLATION A. Raceways. 1. Conceal raceways as indicated on the Drawings surface mount and below finished grade. 2. Layout work in advance to avoid excessive concentrations of multiple raceway runs. 3. Run concealed raceways in a direct line and use long sweep bend and offsets where possible. 4. Securely fasten raceways at intervals and locations required by NEC or the type raceway employed. 5. Route exposed conduit and surface metal raceways parallel or perpendicular to building lines with neat right angle turns. 6. Turn conduits with neat symmetrical concentric bends. 7. Lengths of flexible metal conduit shall contain a separate grounding conductor. 8. Provide expansion fittings equal to O-Z/Gedney Type "AX" or "AX8" where conduits cross structural joints and in runs exceeding 75 feet. 9. Provide deflectionlexpansion fittings equal to O-Z/Gedney Type "DX" where conduits cross structural joints subject to shearing, seismic shock or vibration. B. Wire and Cable. 1. Install wire in approved raceways only after all concrete and plastering work is complete and all moisture has been swabbed from conduits. 2. All wiring shall be fumished and installed complete from point of service connection to all receptacles, lighting fixtures, utilization equipment, etc., as indicated on the Drawings. 3. Suitable installation equipment shall be provided to prevent cutting and abrasion of conductors and conduits during the pulling of feeders and branch circuits. Repeated bending shall be avoided, and the minimum bending radius for the particular conductor shall be strictly observed. 4. Ropes used for pulling feeders shall be made of polyethylene. a. Metallic ropes shall not be used. 5. Wire pulling lubricants shall conform to U.L. requirements applicable to the several insulation and raceway materials used. 6. Pulling lines are to be attached to wires and cables by means of either woven basket grips or pulling eyes. a. Rope hitcher shall not be used. 7. All cables to be installed in a single conduit shall be installed together. 8. Apply color coding to all three -wire circuits as follows: 1201240 Volts Phase Black A Red B White Neutral Green Ground 9. Where home run circuit numbers are indicated on the Drawings, such numbers shall be followed in connecting circuits to panelboards. Fossil Creek Trail 16100-5 May 2005 10. Where a common neutral is run for two and three home run circuits, phase conductors shall be connected to breakers in the panel which are attached to separate phase legs in — order that the neutral conductors will carry only the unbalanced current. Neutral conductors shall be of the same size as the phase conductors unless specifically noted otherwise. _ 11. Install all control wiring in accordance with control system requirements for a complete and properly operating system. C. Wire Connectors and Devices. — 1. Any connectors and lugs installed shall not exceed manufacturer's recommended connecting combinations. 2. Install wire connecting devices to provide a tight mechanical and electrical make-up. 3. Re -check splices and terminations and make tight prior to substantial completion. D. Junction Boxes. 1. Install junction boxes so that covers are readily accessible after the completion of the installation. 2. Do.not embed junction boxes made of aluminum in concrete. 3. Mount rigidly in place with fronts straight and plumb. 4. - Support sheet steel adequately to maintain shape. — 5. Secure covers with corrosion resistant screws and bolts. 6. All surface mounted special boxes shall be secured to cement and/or block walls using 114" x 3/4" lead anchors. E. Outlet Boxes. 1. Provide a junction box and extend flexible conduit to each fixture when fixtures are mounted on or in an accessible type ceiling. 2. Fit outlet boxes in finished ceilings or walls with appropriate covers and set flush with — finished surface. 3. Provide 8" long aluminum nipple to offset all outlets shown on opposite sides of a common wall to minimize sound transmissions. 4. Except as required otherwise by actual construction conditions, locate outlets as follows — (all dimensions given are from finished floor to centerline of outlet boxes). a. Wall Switches: 4'-6". b. Convenience outlets in offices and corridors: V-9' except over such items as — counters, benches, special equipment where they shall be at a height to service equipment or as indicated on Drawings. c. Standard telephone outlets: 1'-0". d. Wall -mounted telephone outlets: 4'-F. — 5. Adjust height so the height of all units will be consistent in one direction. F. Panelboards. 1. Mount panelboards rigidly in place with fronts straight and plumb. 2. Provide complete mounting brackets and hardware as necessary for complete support of panelboards at locations indicated on Drawings. 3. Provide a typed panel directory for each panelboard; enclose in plastic. a. Label panel as indicated on one -line diagram. Submit sample of label to Architect for approval. G. Time Clock. 1. Install the time clock as indicated on the Drawings and complete all wiring to lighting contactors. Fossil Creek Trail 16100-6 May 2005 SECTION 16410 ELECTRIC SERVICE PART1-GENERAL 1.1 DESCRIPTION A. The electric service includes all conductors and equipment from the point at which the electric utility delivers the power to the site to the metering equipment and to the line side of the service disconnecting means. 1.2 GENERAL REQUIREMENTS A. The Contractor shall make all arrangements and coordinate with the local electric utility for installation of the concrete transformer pad, transformer, metering equipment and the service conductor terminators inside the transformer. B. Size of the service entrance conductors, number of conductors, service entrance raceway size and type, service voltage and associated equipment are indicated on the Drawings. 1.3 QUALITY ASSURANCE A National Electric Code. B. Local Electric Utility Specifications. C. Local Codes. PART2-PRODUCTS 2.1 MATERIALS A. Acceptable classes of materials for use in conjunction with the electric service shall be in accordance with the appropriate reference sections listed below. 1. General Electrical, 16000. 2. Grounding, 16450. 3. Meter Center -Load Center, 16422. B. The service entrance equipment shall consist of a distribution load center with compartments for metering, a main circuit breaker and feeder circuit breakers. 1. Reference 16472, Meter Center -Load Center_ Fossil Creek Trail 16410-1 May 2005 E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. END OF SECTION City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving Park Planning & Development Division Page 10 of 10 PART 3 - EXECUTION 3.1 INSTALLATION A. Coordinate the installation of the transformer pad with the local utility. The utility wilt install the _ pad, and the contractor will install the service entrance raceways. B. The electric utility will furnish and install the padmount transformer. The contractor shall install the service entrance conductors leaving sufficient length of conductor for terminations inside — the transformer. 1. The electric utility will make all the necessary terminations inside their transformer. C. The Contractor shalt install the service entrance conductors from the padmount transformer and terminate them at the plant main breaker. 1. Route the service entrance conductors with spare conduits as indicated and terminate the conduits in a watertight service entrance box below grade on the exterior of the building. — D. Coordinate underground conduit installations with other work to eliminate conflict and avoid interference with other underground piping systems. Foss% Creek Trail 16410-2 May 2005 SECTION 16450 GROUNDING PART 1 - GENERAL 1.1 DESCRIPTION A. Description of System. 1. The grounded neutral of the secondary distribution system shall be supplemented by an equipment grounding system to properly safeguard the equipment and personnel. The equipment grounding system shall be installed so all metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, portable equipment and other conductive items in close proximity with electrical circuits operate continuously at ground potential and provide a low impedance path for possible ground fault currents. 1.2 QUALITY ASSURANCE A. System to comply with NEC. 1. Reference Article 250. 2. Reference Article 501. B. Reference Standards. 1. ANSI. 2. Local Codes. 3. NEC. C. Installation Tests. 1. Grounding Tests. 2. Continuity. PART 2-PRODUCTS 2.1 EQUIPMENT A. Provide bonding jumpers and wire, grounding circuit conductors, grounding electrodes, grounding bushings, clamps and appurtenances required for complete grounding. 1. Grounding electrode: 3/4" x 10'-0" copperclad. B. All grounding circuit conductors for general purpose branch circuits serving appliances and utilization equipment shatl be insulated high conductivity copper wire. Fossil Creek Trail 16450-1 May 2005 PART 3 - EXECUTION 3.1 INSTALLATION A. Provide separate grounding conductor securely connected to grounding screws, clamps, etc. — on each side of new raceways containing sections of: 1. Plastic. 2. Asbestos cement. 3. Flexible raceways. B. Provide a separate grounding conductor securely grounded on each side of raceway system for each motor. 1. Size in accordance with the NEC. 2. Route inside raceway. C. Provide a grounding type bushing for secondary feeder conduits which originate from the — secondary section of each MCC section, switchboard or panelboard. 1. Individually bond these raceways to the ground bus in the secondary section. D. Provide a green insulated wire grounding jumper from the ground screw to a box grounding _ screw or clip for grounding type devices or utilize approved self -grounding type. E. Provide separate grounding conductor for feeder circuits. F. Provide a separate grounding conductor in each individual raceway for parallel feeders. G. install a driven ground rod as indicated on the Drawings. 1. Bond the nearest metal underground water pipe, concrete encased electrodes (concrete foundation reinforcing steel) and driven ground rod together to the unspliced grounding electrode conductor. 3.2 TESTS A. Conduct a grounding system resistance test using a ground tester. 1. Submit test procedure and results in writing to Architect for approval. B. Should the results of this test indicate that the resistance of the driven ground system is in excess of 25 ohms, the contractor shall be directed by the Architect to augment the system in the form of a change order. Fossil Creek Trail 16450-2 May 2005 SECTION 16500 LIGHTING PART 1 -GENERAL 1.1 DESCRIPTION A. Provide a complete lighting system as indicated on Drawings and in fixture schedules, all wired, assembled and in working order. 1.2 QUALITY ASSURANCE A. Reference Standards, 1. IES minimum standards. 2. UL approved auxiliaries. 3. NEMA. 4. CBM-ETL certified. 1.3 SUBMITTALS A. Submit catalog cut sheets for all fighting fixture types to the Architect. These shall include the following information: B. Submit catalog cut sheets for all ballasts to be employed by fluorescent lighting fixtures. Provide a typed chart listing each ballast to be used, the manufacturer, the number and the type lamps it will operate, and include the following information on that ballast listing chart for each ballast type. C. Reference supplemental conditions for distribution. PART 2-PRODUCTS 2.1 CONSTRUCTION A. Fixtures installed in damp or wet locations shall be suitable for the environment and display appropriate UL label. B. All fixtures shall be constructed of adequate gauge steel, including interior barriers, channels, end caps and reflectors. C. Ballast case temperatures not to exceed the UL 900C limit in a 250C ambient. 2.2 BALLASTS A. All fluorescent ballasts shall conform to the following: 1. Reference codes and standards. a. Underwriters Laboratories, Inc. approved, listed and labeled. b. Certified Ballast Manufacturer (CBM) and Electrical Testing Laboratories (ETL) certified, class P. C. National Appliance Energy Conservation Act (Public Law 100-357 dated June 28, 1988) Requirements for energy efficient ballasts. Fossil Creek Trail 16500-1 May 2005 2. Ballasts shall have a nominal power factor of 0.95. 3. Ballasts shall have a maximum lamp current crest factor of 1.7. —' 4. All electronic ballasts shall have less than 10 percent total harmonic distortion, and a third harmonic distortion less than 15 percent. 5. Ballasts shall have an "A" sound rating or better. 6. All electronic ballasts shall be warranted for parts and replacement labor for one full year from the date of installation. 7. Ballasts shall meet or exceed FCC regulations Part 18. 2.3 FINISH A. Furnish ferrous metal surface with protective finish having rust inhibiting properties. B. Painted Finishes: Minimum of 1.5 mils thick; balance between hardness and bending properties suitable for the application. _ 2.4 DIFFUSERS A. Plastic Used for Light Transmission. 1. Acrylic throughout; no styrene permitted. 2. 100% virgin materials. 3. 0.125 inch minimum thickness. — 4. No blends or copolymers permitted. 5. ETL certified as light stabilized and non -yellowing. B. Aging Properties. r 1. Guaranteed to conform with minimum standard of IES. 2. SPVNEMA conformance when installed in interior locations utilizing standards WW or CW lamp. _ 2.5 FIXTURES A. Provide as specified in the fixture schedule. 2.6 LAMPS A. Lamps shall be manufactured by General Electric, Osram, or North American Phillips. 2.8 PHOTOCELL A. Provide photoelectric receptacle and plug-in photocell as manufactured by Tork, see plans. _ PART 3 - EXECUTION 3.1 INSTALLATION A. Set luminaries true and free from light leaks, warps, dents and other defects. B. Provide length of stems as required to hang luminaires level in the same horizontal plane. C. Provide fixtures having proper flanges, trim and mounting. Fossil Creek Trail 16500-2 May 2005 D. Mount outlets at position and height to clear ductwork, piping and obstructions. E. Install fluorescent lamps aligned for proper lamp contact. F. Fixture Wiring: conform to NEC. G. Protect wiring with tape or tubing at points where abrasion is likely to occur. H. Provide chase nipples where field wiring through knockouts. Install wire in fluorescent fixtures that meets temperature requirements with a minimum rating of 900C (1940F). J. Provide special plates, barriers and rings as required to comply with the NEC. K. Install exterior lighting systems as indicated on Drawings with supporting equipment and accessories. Fossil Creek Trait 16500-3 May 2005 SECTION 16472 METER CENTER— LOAD CENTER PART 1 —GENERAL 1.1 SCOPE A. The Contractor shall furnish and install meter breakers incorporating a main device only or including a loadcenter distribution section including circuit breakers of the number, rating and type as specified herein and as shown on the contract drawings. 1.2 REFERENCES A. The meter breaker and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of UL and NEMA including: f . UL 67 — Standards for Panelboards 2. UL 50 — Standards for Cabinets and Boxes 3. UL 489 — Standards for Molded Case Circuit Breakers 4. UL 869 — Standards for Service Equipment 5. Federal Specification W-C 375E — Circuit Breakers 6. Federal Specification W-P 115b — Panel Power Distribution Type 1, Class 2. 1.3 SUBMITTALS — FOR REVIEW/APPROVAL A. The following information shall be submitted to the Engineer: 1. Dimension outline drawing 2. Component list 3. Knockout configurations 4. Meter breaker and circuit breaker ratings including: a. Voltage b. Continuous current C. Short-circuit (interrupting) rating 5. Meter socket ratings including: a. Voltage b. Meter Security and Socket Rating 6. Cable terminal sizes. 7. Product data sheets. 1.4 SUBMITTALS — FOR CONSTRUCTION A. The following information shall be submitted for record purposes: 1. Final as -built drawings and information for items listed in paragraph 1.04 2. Wiring diagrams 3. Certified production test reports 4. Installation information 5. Seismic certification B. The final as -built drawings shall include the same drawings as the construction drawings and shall incorporate all changes during the manufacturing process. Fossil Creek Trail 16472-1 May 2005 1.5 QUALIFICATIONS A. The manufacturer of the meter breaker shall be the manufacturer of the circuit breaker within the meter breaker. All breakers shall be full size. B. For the equipment specified herein, the manufacturer shall be ISO 9001 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. D. The equipment and major components shall be suitable for and certified to meet all applicable seismic requirements of Uniform Building Code (UBC) for Zone 4 application. Guidelines for the installation consistent with these requirements shall be provided by the switchgear manufacturer and be based upon testing of representative equipment. The test response spectrum shall be based upon a 5% minimum damping factor, UBC: a peak of 15g's (3.2- 11 Hz), and a ZPA of 0.86g's applied at the base of the equipment. The tests shall fully envelop — this response spectrum for all equipment natural frequencies up to at least 35 Hz. E. The following minimum mounting and Installation guidelines shall be met, unless specifically. modified by the above referenced standards. — 1. The Contractor shall provide equipment anchorage details, coordinated with the equipment mounting provision, prepared. and stamped by a licensed civil engineer in the state. Mounting recommendations shall be provided by the manufacturer based upon approved shake table tests used to verify the seismic design of the equipment. — 1.6 REGULATORY REQUIREMENTS _ A. The meter breaker shall be UL labeled. 1.7 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with the manufacturer's instructions. 1.8 OPERATION AND MAINTENANCE MANUALS A. Equipment operation and maintenance manuals shall be provided with each assembly shipped and shall include instruction leaflets and instruction bulletins for the complete assembly and each major component. PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Cutler -Hammer B. Approved Equal The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Products in compliance with the specification and manufactured by others not named will be considered only if pre -approved by the Engineer ten (10) days prior to bid date. Fossil Creek Trail 16472-2 May 2005 2.2 RATINGS A. The meter breaker shall incorporate a main device and loadcenter distribution section. B. Meter breakers shall be rated for single-phase, 240 volts AC and shall have short-circuit ratings as shown on the drawings or as herein scheduled, but not less than 10,000 amperes RMS symmetrical. C. Main breakers shall be a minimum of 100-ampere frame. D. Branch breakers shall take up the same pole spacing. E. Meter breakers shall be labeled with a UL short-circuit rating. When series ratings are applied with integral or remote devices, a label shall be provided. Series ratings shall cover all trip ratings of installed frames. It shall state the conditions of the UL series ratings including: 1. Size and type of upstream device 2. Branch devices that can be used 3. UL series short-circuit rating. 2.3 CONSTRUCTION A. Meter breakers shall be Cutler -Hammer type CH or BR, or approved equal meeting all ratings and features specified herein. B. All interiors, with the exception of the branch circuit breakers, shall be completely factory assembled with main breaker, main lugs or no main device. C. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling or tapping. D. Physical means must be provided to prevent the installation of more over -current devices than that number for which the enclosure was designed. Full size breakers are required. 2.4 BUS A. Bus bars for the main and cross connectors shall be in accordance with UL standards. Busing shall be braced throughout to conform to industry standard practice governing short-circuit stresses in bad centers. All connection points shall be tin-plated copper. B. Neutral busing shall have a suitable lug for each outgoing feeder requiring a neutral connection of same ampacity as branch. 2.5 WIRING/TERMINATION A. All wire connectors and terminals shall be of the anti -turn solderless type and suitable for copper or aluminum wire of the sizes indicated. All connectors shall meet the "Requirements for Wire Connectors and Soldering Lugs" UL 486B. B. All meter breakers where marked shall be suitable for use with 60/75 degrees C rated wire. Fossil Creek Trail 16472-3 May 2005 2.6 CIRCUIT BREAKERS A. Circuit breakers shall be molded case type, 3/4-inch (type CH) or 1-inch (type BR) wide per pole. Multi -pole circuit breakers shall be of a stack pole design to provide electrical phase isolation and have an internal common trip. B. Each pole of the circuit breaker will have inverse time delay overload and instantaneous short- circuit protection by means of both thermal and magnetic sensors. C. The circuit breaker calibration shall not be affected by environmental changes in relative humidity. Breakers shall be calibrated after assembly. D. All circuit breakers shall be operated by a toggle -type handle and multi -pole circuit breakers _ shall have an internal common trip mechanism. The circuit breakers shall incorporate trip mechanisms that are mechanically trip -free from the handle. The handle position shall provide good visual trip indication. E. Contacts shall be of non -welding silver alloy. F. All circuit breakers shall be molded case thermal -magnetic quick-make/quick-break, over toggle type. Meter breakers shall be suitable for use in systems having a short-circuit capacity of 25,000 RMS amperes as indicated on the drawings. G. Branch breakers shall be full-size. H. All terminals shall be listed for use with copper or aluminum conductors. Terminals shall be of the box lug design. The terminals shall meet UL 486B requirements and shall be suitable for use with either 60 degree or 75 degree C wire. (Unless otherwise specified) 1. Breakers shall be SWD rated and/or HACR rated as required. 2.7 ENCLOSURES A. Meter breakers shall have NEMA 3R rainproof enclosures as indicated on the drawings and _ shall be surface mounted as noted. B. Boxes shall be made from cold rolled code gauge sheet steel having multiple knockouts, except where noted. Raintight boxes shall use galvanized steel or an approved coating system, _ which meets or exceeds standards for outdoor type 3R enclosures. Boxes shall be of sufficient size to provide at least a minimum code gutter space on all sides. C. Boxes shall be factory assembled into a single rigid structure. 2.8 FINISH A. Boxes and trims shall be finished with a high scratch resistant aesthetically pleasing finish. The finish paint shall be of a type to which field applied paint will adhere. Fossil Creek Trail 16472-4 May 2005 "" DMSION 2 SECTION 02900 - SITE REVEGETATION PART 1 - GENERAL 1.01 Description of Work A. The work covered by this specification includes the furnishing of all materials and application of fertilizer, seed and mulch to areas defined in the plans or required by field conditions. The work shall be completed in accordance with these specifications, accepted horticultural practice, and with the plans. 1.02 Related Work A. See appropriate sections for site work needed prior to work required in this section. Obtain approval from the Engineer prior to starting work. 1.03 Submittals A. Submit manufacturer's specifications and literature on all products. B. Submit materials list including quantities and description of materials. 1.04 Quality Assurance A. Source Quality Control: Manufacturer's test for purity and germination of seed, dated within six months of seeding. B. Certificates: Manufacturer's certification that fertilizer meets specification requirements. PART 2 - MATERIALS 2.01 Topsoil A. Topsoil shall be select earth material of loose friable loam reasonably free of admixtures of subsoil, refuse stumps, roots, rocks, brush, weeds or other material which can be detrimental to the proper development of ground cover. 2.02 Grass Seed A. Grass seed shall be of the latest crop available. Seed shall meet Colorado Department of Agriculture Seed Laws, Chapter 35; Article 27. B. The following seed mix is for Redtail Grove Natural Area. The seed mixture shall be applied at the pure live seed (PLS) rate per acre listed: Seed Mix Species Name % in Mix Lbs./PLS Western wheatgrass Pascapyrum smithii 15% 4.6 Sideoats gramma Bouteloua curtipendula 15% 2.8 Blue gramma Bouteloua gracilis 15% 0.6 Buffalograss Buchloe dactyloides 30% 18.9 Prairie junegrass Kaeleria macrantha 10% 0.2 Needle-n-thread Stipa camata 15% 4.6 100 % City of Fort Collins Section 02900 - Site Revegetation Park Planning & Development Division Page 1 of 3 PART 3 — EXECUTION 3.1 INSTALLATION A. The equipment shall be installed in accordance with manufacturer's recommendations. B B. The equipment shall conform to all NEC and local codes. Fossil Creek Trail 16472-5 May 2005 • - • i N c o e► o• s T� o March 31, 2005 City of Fort Collins PO Box 580 Fort Collins, Colorado 80522 Subject: Geotechnical Engineering Consultation Pedestrian Underpass at College Avenue Crossing of Fossil Creek Fort Collins, Colorado CTL I T Project No. FC03443-145 Attention: Mr. Jason Stutzman Project Manager City of Fort Collins: The City of Fort Collins plans to claim one of the barrels of the box culvert at the College Avenue crossing of Fossil Creek as a pedestrian underpass. The undersigned looked at the project site on February 14, 2005. The College Avenue crossing of Fossil Creek is a concrete box culvert with three, parallel barrels. Downstream of the culvert approximately 100 yards is a small irrigation diversion dam across Fossil Creek that "backs -up" water in Fossil Creek to above the Fossil Creek/College Avenue crossing. i discussed the proposed underpass project with Mr. Steve Banks, PE of Lonco, Inc., your structural engineers for the project, and Mr. Stutzman at the beginning of our work on the project. I also met with Mr. Michael Oberlander, PE, LSI of North Star Design, Inc., your civil engineers for the project, Mr. Banks and Mr. Stutzman in the offices of the City on March 1, 2005 to discuss the project further. The City provided copies of a set of "as -constructed" drawings from the State Department of Highways, Division of Highways —State of Colorado titled "Plan and Profile of Proposed Federal Aid Project No. C 06.0287-12, State Highway No. 287, Larimer County Colorado" that Included the box culvert on Fossil Creek under College Avenue to assist us in our work. The drawings included sheets particularly useful to us, namely: the site plan, the sheets showing the layout of the piling used to found the box culvert and wing walls and the estimated pile tip elevations, and the engineering geology data for the culvert site. We understand the.City plans to convert the north barrel of the existing box culvert to a pedestrian underpass. This will be done by constructing a 5-foot tall wall from the existing wall that separates the north barrel of the box culvert from the center barrel a distance upstream to "train" Fossil Creek into the center and south barrels. It will be necessary to build a similar wall on the downstream 375 E. Horsetooth Road I The Shores Office Park I Building 3, Suite 100 I Ft. Collins. Colorado 80525 Telephone:970-206-9455 Fax:970-206-9441 Y stream side of the existing box culvert and to extend the existing wing walls on the left side (looking downstream) of the culvert. The height of these walls is set by the depth of water in the creek the City wishes to by-pass the underpass. A concrete floor will be built above the existing concrete floor of the box to slightly change the shape and grade of the bottom of the barrel to convert it to the underpass. The floor will be designed with pressure relief "valves" or simply make the floor thick to use its dead weight to offset hydrostatic pressure from the adjacent water in the creek. A sump with a gravity outlet will be put at the low point of the floor to drain away water that does find its way into the underpass. The State Department of Highways drawings and sheets referred to above show the subsurface under the existing culvert is generally sandy clays over silty gravels grading to gravels without silt underlain by sandstone bedrock at about 7 feet to 11 feet below the invert of the existing box culvert floor. The clays were medium stiff, the gravels were medium dense, and the sandstone was very hard. In our opinion, no additional geotechnical investigations are needed. The State drawings show the existing box culvert is founded with steel-H piling driven Into the sandstone. Vertical piling were specified to carry vertical loads and battered piling to resist lateral loads. The following paragraphs give our opinions regarding the geotechnical design criteria for converting the north barrel of the existing box culvert to the proposed pedestrian underpass. The criteria are written for the Load and Resistance Factor Design method (refer to "AASHTO LRFD Bridge Design Specifications, Third Edition, 2004), as requested. End Bearing Piling. In our opinion, the proposed new walls for the underpass should be founded with end -bearing piling (vertical and battered) as the State Department of Highways used to found the existing box culvert The carrying _ capacity of an end bearing piling will be the structural strength of the pile. We suggest using vertical piles to cant' vertical loads and battered piling to resist lateral loads like those that the State used for the existing box culvert. Further, we suggest using a batter [3:12 (horizontal:vertical)] for the battered piles similar to that used by the State. The design of end bearing piling is discussed in Section 10.7.3.5 "Piles — Bearing on Rock" in the AASHTO specification referenced above. We opine the sandstone bedrock underlying the culvert site is so sound that the structural capacity of the pile will govern the design. We suggest assuming 1) a unlaxial _ compression strength for the sandstone of 20 tons per square foot, 2) a depth of embedment of 5.0 feet, 3) a diameter of socket of 0.8 feet for an HP 10x42 pile, 4) a spacing of discontinuities of 5 feet, and 5) a width of discontinuities of less than 0.005 feet. We have inferred this criteria from the standard penetration test data from the bedrock at the site and our experience with similar sandstones. The resisting capacity of a pile subjected to uplift is discussed in Section 10.7.3.4.2b. We suggest assuming an average (uncorrected) SPT — blow count along the shaft (blows 1 foot) of 10 to estimate the unit skin friction for driven piles in tons per square foot CITY OF FORT COLLINS 2 PEDESTRIAN UNDERPASS AT COLLEGE AVENUE CROSSING OF FOSSIL CREEK CTL I T PROJECT NO. F003"3-145 J IF At the time of the writing of this letter, we do not know if pile groups will be necessary. Please call if piles are closer than three pile "diameters" center4o- center and we will provide the geotechnical design criteria for pile groups. Equivalent Fluid Pressures for Wall Design. The new walls will be subjected to backfill loads or water loads. We recommend backfilling the walls with "free - draining" granular soils (sands or sands and gravels) placed in 10 inch maximum loose lifts at 2 percent below to 2 percent above optimum moisture content and be compacted to at least 95 percent of standard maximum dry density (ASTM D 698 or AASTHO T90). We recommend the slope of the backfill surface behind a wall be no steeper than 2:1 (horizontal:vertical). The hydrostatic pressure can be relieved by providing a drain behind a wall connected to weep holes through the wall at the bottom of the wall. The weep holes should be at least 4-inches in diameter and a maximum of 10 feet apart. The drain can be a 12-inch layer of reasonably well -graded sands and gravels (coarse concrete aggregate and number 67 concrete sand mixed in equal parts by weight) or a man-made drain board connected to the weep holes. If a sand drain is chosen, the sands and gravels must be prevented from falling out of the weep hole. The method of estimating equivalent -fluid pressures for wall design is discussed in Section 3.11.5.5 of the AASHTO LRFD Bridge Design Specifications. Assuming the walls are backfiiled as recommended above, Table 3.11.5.5-1 shows the values for equivalent fluid unit weights we suggest for design. The soil type will be represented by the row titled "medium dense sand or gravel'. The lateral pressure from backfill depends on the height of the wall, the backfill material, the slope of the surface of the backfill behind the wall, the surcharge loads on the surface of the backfill and the rotation of the wall (movement) of the wall, as discussed In the specification. If a wall can move enough to mobilize the internal strength of the backfill behind the wall that will result in settlement and cracking of the backfill surface, the wall can be designed for the "active" lateral load. if the movement of a wall with the settlement and cracking of the backfill surface behind the wall is not acceptable then the wall must be designed for the "at -rest' lateral load. The value from the referenced table suggested for an equivalent fluid weight of the backfill behind the walls, backfiiled as discussed above, is 35 pounds per cubic foot (pcf) to calculate the "active" lateral load on a wall for level backfill and 45 pcf for a backfill with a 25 degree (2:1) surface slope. The value from the referenced table suggested for an equivalent fluid weight of the backfill behind the walls, backfiiled as discussed above, is 50 pounds per cubic foot (pcf) to calculate the "at -rest' lateral load on a wall for a level backfill and 60 pcf for a backfill with a 25 degree (2:1) surface slope. Assume a hydrostatic (triangular) pressure distribution of the load on the wall. CITY OF FORT COLLINS 3 PEDESTRIAN UNDERPASS AT COLLEGE AVENUE CROSSING OF FOSSIL CREEK CTL I T PROJECT NO. FC03443445 For the "passive" lateral resistance, assuming the backfili against the toe of a wall is medium dense sand or gravel and will never be removed, the value we suggest for design is an equivalent fluid weight of 350 pcf above the ground water. We suggest a coefficient of friction between foundation concrete and a sand or sand and gravel bearing strata of 0.65. If the backfili is to be subjected to surchage loads please call and we will — provide the needed geotechnical design criteria for using the LRFD methodology to design a wail. Resistance factors for the strength limit state should consider the above criteria are empirical, based on our experience with similar materials and structures. Our conclusions, opinions, and recommendations are summarized above We believe this study was conducted in a manner consistent with that level f are and skill ordinarily exercised by members of the profession currently pract cin under similar conditions in the locality of the project. No warranty, expr s rim ed, is made. Please call the undersigned it you have questions or whe cwtba w iA�_ FJH:b�� FRANK J. HOLLIDAY 6 copie ent — 2 Mr. Steven C. Banks, PE Principal LONCO, Inc. 1700 Broadway, Suite 800 Denver, Colorado 80290 CITY OF FORT COLLINS 4 PEDESTRIAN UNDERPASS AT COLLEGE AVENUE CROSSING OF FOSSIL CREEK CTL I T PROJECT NO. FC03"3-145 City of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 2 BID #5940 FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 SPECIFICATIONS AND CONTRACT DOCUMENTS Bid No. 5940 — FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 OPENING DATE: Wednesday November 2, 2005 — 3:00 p.m. (Our Clock) To all prospective bidders under the specification and contract documents described above, the following changes are hereby made. Bid Opening Change — The bid opening has been changed from Monday, October 31, 2005 to Wednesday, November 2, 2005 — 3:00 p.m. (Our Clock) DRAWINGS 1) Sheets 19 & 20 contain wording "Slab monolithic with Wall Type C". In this case 'monolithic' refers to the trail slab and the reinforced footing/pile cap below being poured concurrently. A construction joint with a shear key would be permitted at the base of the wall pour. Other construction joints may be acceptable subject to the ENGINEER'S approval If you should have any questions, please contact John Stephen, CPPO, Senior Buyer at (970) 221-6777 or Jason Stutzman, P.E., Project Manager at (970) 221-6366. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page 1 of 1 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 C. Do not use seed which has become wet, moldy, or otherwise damaged in transit or in storage. D. The Contractor shall compensate for percentage of purity and germination by furnishing sufficient additional seed to equal the specified pure live seed product. The formula for determining the quantity of pure live seed (PLS) shall be: Pounds of Seed (Bulk) x Purity x Germination = Pounds of Pure Live Seed (PLS). E. The Contractor shall present to the Engineer a certificate of the PLS test of the grass seed which he intends to use. All grass furnished shall be delivered in sealed bags showing the weight, analysis and vendor's name. Seed tags shall be collected by the project manager. 2.03 Fertilizer A. Commercial fertilizer type and application rate shall be: Commercial Fertilizer (11-52-0) Percent available by weight Nitrogen 11 Phosphorus 52 Potassium n Application rate: 100 lbs per acre 2.04 Hydraulic Mulch A. Hydraulic mulch material shall consist of at least ninety percent (90%) virgin wood cellulose fiber and be free of any substance of factor which might inhibit germination or growth of grass seed. The wood cellulose fibers shall have the property of becoming evenly dispersed and suspended when agitated in water. B. Hydraulic mulch shall be clean and shall not contain the seeds of noxious weeds or unspecified grasses. It shall be dyed a color to allow visual metering of its application. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter -like ground cover which readily absorbs water and allows infiltration to the underlying soil. C. The contractor shall obtain and submit to the project manager certifications from suppliers of hydraulic mulch that laboratory and field testing of their product has been accomplished and that it meets all of the foregoing requirements. D. Application Rate - 2,000 pounds per acre. 2.05 Organic TackifierlBinder A. Tackifier shall be an approved commercial grade product suitable for use with virgin wood cellulose fiber mulch. Any tackifier shall be a non -toxic, non -corrosive, all organic powder which forms a resilient, rewettable membrane when combined with wood fiber mulches and water. B. Application Rate — Follow manufacturer's recommendation. 2.06 Straw Mulch A. All hay or straw mulch shall be grass hay or straw. At least seventy percent (70%) of the mulch by weight shall be ten inches (10") or more in length. Mulch shall not contain any noxious weed, must, mold, cake or decay. B. Application Rate — 2 tons per acre. City of Fort Collins Section 02900 - Site Revegetation Park Planning & Development Division Page 2 of 3 PART 3 - EXECUTION 3.01 General A. The pattern of seeding and mulching, shall be as detailed or as required by field conditions to provide a uniform stand of grass acceptable to the City. In no case shall revegetation occur within 30 days of the application of a chemical weed control substance. B. Warranty excludes replacement of plants after final acceptance because of injury by storm, drought, drowning, hail, freeze, insects or diseases. 3.02 Preparation A. Verify that soil preparation has been completed prior to seeding. B. Seed areas damaged by construction activities as directed by the Engineer. C. Apply by broadcasting or drilling at the rate specified herein. D. Selection of the time of seeding shall be Contractor's responsibility, consistent with erosion control. E. Rework previously prepared areas that have become compacted or damaged by rains or traffic. F. Do not drill or sow during windy weather or when ground is frozen or untillable. G. Cover seed to depth between V4 to %2 inch by raking or harrowing. H. Firm seed areas with roller weighing maximum of 100 lbs. per foot to width. 3.03 Drill Seeding A. All seed shall be drilled 0.25 inch to 0.50 inch into the soil at the specified rate with a mechanical power -drawn drill or Brillion seeder. Seed shall be applied in a minimum of two passes at 90 degrees two each other. 3.04 Broadcast Seeding A. In areas inaccessible to a drill seed shall be uniformly broadcast at twice (2x) the specified rate and raked in. 3.05 Hydraulic Mulching A. After seeding by broadcast or drilling, use wood cellulose fiber mulch at 2,000 lbslacre, with tackifier. B. Combine with water to produce a slurry. Perform hydraulic application in such a manner that the liquid carrier will uniformly distribute the material over the entire area to be mulched. Do not compact. 3.06 Areas to be Seeded A. All areas that have been damaged or disturbed by the Contractor's operation shall be reseeded according to these specifications and as indicated on the plans. 3.07 Maintenance A. No maintenance is required, UNLESS NOTED ON THE BID SCHEDULE. END OF SECTION City of Fort Collins Section 02900 — Site Revegetation Park Planning & Development Division Page 3 of 3 No Text CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SOILS REPORT City of Fort Collins Admini,__ative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5940 FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 SPECIFICATIONS AND CONTRACT DOCUMENTS Bid No. 5940 — FOSSIL CREEK TRAIL UNDERPASS @ HWY 287 OPENING DATE: Monday, October 31, 2005 — 3:00 p.m. (Our Clock) To all prospective bidders under the specification and contract documents described above, the following changes are hereby made. SPECIFICATIONS 1) All Division 2 specifications have been reprinted and are revised as attached. Printing errors of some of the text characters within the original 'Specifications and Contract Documents' books require that the Division be re-released. 2) Piles need to be driven to CDOT requirements for "virtual refusal" as detailed in Section 502.05 of the CDOT Standard Specifications for Road and Bridge Construction - 2005. A copy of the Engineering Geology sheet from the original culvert construction is attached for reference. GENERAL 1) The Equipment Cover shall be bid as Bid Item #36 Architectural Miscellaneous. (Sheet 28 of 32) 2) Dewatering is covered under the CDOT specification for Structure Excavation 206.01. Dewatering is considered an incidental cost to all bid items that directly require dewatering for completion. 3) A R.O.W. Use Permit from C.D.O.T. is not required for this project. ATTACHMENTS 1) Division 2 • Section 2100 Mobilization • Section 2200 Earthwork & Grading • Section 2221 Trenching, Backfilling & Compaction • Section 2300 Culverts • Section 2520 Portland Cement Concrete Paving • Section 2601 Manholes • Section 2900 Site Revegetation Total Page(s) 23 2) Engineering Geology sheet from the original culvert construction Total Page(s) — 1 (11x17) If you should have any questions, please contact John Stephen, CPPO, Senior Buyer at (970) 221-6777 or Page 1 of 2 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 2 SECTION 00020 INVITATION TO BID Date: September 26, 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 October 31, 2005, for the Fossil Creek Trail Underpass @ Hwy. 287; BID NO. 5940. If delivered, they are to be delivered to 215 North Mason Street, 2n" Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of the Fossil Creek Trail Underpass at U.S. HWY. 287 which includes construction of new 10' wide colored concrete trail, concrete retaining walls, pedestrian ramps, installation of a sump pump system, a tunnel lighting system, metal trail gates removal and replacement of curb & gutter, earthwork, riprap, seeding, and restoration for any areas disturbed during construction. The project is funded exclusively with CITY of FORT COLLINS funding. However, a portion of the Work will occur in CDOT R.O.W., therefore the format for the drawings, specifications and all construction will need to conform to CDOT regulations. It is the Contractors responsibility to be informed and familiar with these regulations. This project IS NOT federally funded.. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available October 3,2005. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets 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. 7t" Ave., Suite 100, Denver, Colorado. 3. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 4. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. 07/2001 Section 00020 Page 1 A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on October 13', 2005, at 215 N. Mason Conference Room 2A, Fort Collins. — Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section — 2.3 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 r ��L—, J mes B. O'Neill, II, CPPO, FNIGP urchasing & Risk Management Director 07/2001 Section 00020 Page 2 SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 12/03 Section 00100 Page 1 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the _ character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the _ particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be _ accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement _ of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction _ as may be indicated in or required by the Contract Documents, and that 12/03 Section 00100 Page 2 the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda_ Questions received less than seven'days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All 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 12/03 Section 00100 Page 3 substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure• for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to - Section 00430 contained within these Documents. 10.2. ' If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make 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 12/03 Section 00100 Page 4 may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be 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. 11.6. 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. 12/03 Section 00100 Page 5 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional 12/03 Section 00100 Page 6 Jason Stutzman, P.E., Project Manager at (970) 221-6366. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page 2 of 2 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 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. 12/03 Section 00100 Page 7 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference -is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and — Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or _ sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. 12/03 Section 00100 Page 8 END OF SECTION 12/03 Section 00100 Page 9 SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287 Place Date: 1. In compliance with your Invitation to Bid dated R--Llo Zo,,rS and su o all conditions thereof, the undersigned a (Corporation L- any Partrerchi p TGint- VQ=;_ or �esctar) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid.Schedule.or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal .is made in, good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and 'subject to all the terms and conditions. of the Invitation• to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all -of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in, the sum of 5*1- &A 5�� ($ Alga ) 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 urnish: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 Z. 8. BID SCHEDULE (Base Bid) 7/96 Section 00300 Page 1 Project: Fossil Creek Trail Underpass Cw Hwy 237 BID SCHEDULE (BASE BID) Bid Items are described in Section 01800 BID ESTIMATED UNIT ITEM ITEM # DESCRIPTION OUANTITY UNIT PRICE TOTAL 1 Mobilization 1 LS 21A -51: > 00 T•if bm.g= 2 . Traffic Control 1 LS 10. 0em to \o, 000 •can 3 Surveying 1 �S 6, Im•(� S�Aso-L-in 4 Erosion Control 1 LS �, CM. r1 fCM -CO 5 Remove Fence 20 LF somo 1-to. (Y) 6 Remove Abandoned Manhole 1 FA 1, U0.00 \ 20o.no 7 Abandon EX. 18" RCP 1 LS 1,Sm. 1.51=ty) & Remove C&G 16 =F 1,00 IZS.CY) 9 Demolition of Apron Slabs 2 EA I, jQ_DO �rlom•CO 10 Unclassified Exc. 1,950 CY 20.m 3A. 0M.00� 11 2' Concrete Channel & SW Culvert 1 EA z 3p0 00 'j,1 3eb• en 12 4' Manhole (STANDARD 10' DEEP) 1 A •21-Kan no 13 4' Flat Top Manhole wi Watertight Lid 1 EA 1� �.� IISM •O0 14 Watertight Lid for Ex. Manhole 1 EA cisbm Q,60im 15 17' CLass III RCP (C.I.P.) 20 LF CAI-w 1AtAow 16 24" CLass III RCP (C.LP.) 34 LF 111,M 3,9°►5.CA 17 19"x30" CLass III HERCP (C.I.P.) 50 LF 13 19"x30" CLass III HERCP FES (C.I.P.) 1 EA 19 Buried Riprap TYPE H (C.I.P.) 2,164 SF 20 6" Concrete Slope Paving 350 SF (e,pn 2�1Cb•dD 21 ADA Pedestrian Ramp -10' Opening 1 FA 24SWJM 2 ram' ODw 22 5" Colored Concrete Paving 11,406 SF x.l 5 N1 6,61 .40 23 5" Concrete Paving w16" Monolithic Curb 1,514 sF ly. (e 24 Concrete Paving Overlay 1,494 SF in. �Q R, 25 Steel Piling 480 LF *I jn) em Ana 26 Wait TYPE A 93 CF It 15b -�% _��+ Lsin400 27 Wall TYPE B 24 LF &ycf �.CQ 1'i, 3w�p.m 28 Wail TYPE C 99 LF Sp1, iJ •� I •� 29 Wall TYPE D 50 LF 'h Co. 10M.11:01 30 Wall TYPE E 20 LF 5j5.CYY) r)t sm.= 31 Wall TYPE F 42 LF Sin, yD %-5,=-M 32 Structure Backfill Class 2 65 cY 1,11S•M 33 Artistic Walls - shaping & form liners 1 LS ►>a. O[7 C]R7G) •Q7 34 Installation of 'Viewing'Window' Frame 2 = Z+ m 5.cm-CO 35 Drih Seeding wt Mulch 1 ACRE ^(`� + Z0� •O� 36 Architectural Miscellaneous 1 LS Imp. •m 37 Mechanical System 1 Ls KS. I.75.t [� �iprjl r15.00 38 Electrical System 1 LS —� 'Lo-rn 39 Metal Trail Gate 2 EA •rm • O0 TOTAL OF BASE BID pci S 4 8 4.Oto R • co Figure T�O�T L OF `R\ASE ,BID ro, �LYYa �� , 1 wp er.d ► , � ✓e e 1K `C� � 1 7/96 Section 00300 Page 2 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: jSpdd �t7�cvC �e� Cp,�P Signature L Date P«%ALc� Title License mber (If Applicable) (Seal - if Bid is by corporation) 0 Attest: Address 1v ." I _ 7 Telephone -2) q23� Email \M(\ 2 r n"it hn (a 'A.\ _ t 7/96 Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 f'chedule of St�cr ::raeto p 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOWPrincipal, ALL MEN By *THESE PRESENTS; that we, the undersigned NORAA CONCRETE &rincipal, and *ns surety, are herebyh * as Fort Collins, Colorado, as O eld and firmly bound unto the'City of PnYment of which, well and truly to bemade,,owe h$F ve Percent*** for the bind ourselves, successors, and assigns. Y jointly and severally THE CONDITION of this obligation is Duch that whereas the Principal has submitted to the City of Fort Collins'hereby made a part Colorado the accompanying Bid and P Hereof to enter into a Construction construction of Fort Collins Project, Agreement for the 8wy. 287_ Bid 5940 Fossil Creek Trail Underpq®s m NOW THEREFORE, r . (a) If said Bid shall be rejected, or (b) if said Bid shall be accepted Contract and the Principal shall execute and deliver n 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 Oontract, and for payment of all Persons Performing labor re furnishing materials in Of 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 liability of the Surety for any and all shims hereunder shall, understood and agreed that , the he event, exceed the penal amount of this obligation as herein stated.no The Surety, for value received, hereby stipulates and agrees that the obligations o; said Surety and affected by any teof its BOND shall be in no way impaired or Sid; and said Surety does the time within which the OWNER may accept such ty does hereby waive noti,oe of any such extension: surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the oNNER. * CONSTRUCTION CORPORATION, 39 South 4th Avenue, Unit B, Brighton, Colorado 80601 ** GRANITE RE, INC. *** (57) of the Total Amount of the Bid 7/96 8ection 00410 Page 2 0. ~ IN WITNESS WHMop, the Principal and the Surety have hereunto set their hands and seals this 31st day of October corporations have caused their Corporate seals toO M, and such be hereto aff fthxod em a e forth above. are presents to be signed by their proper officers, the day and year first set PRINCIPAL SURETY Name: NORAA CONCRETE CONSTRUCTION GRANITE RE, INC. CORPORATION Address; 39 South 4th Avenue Unit B- _14001 Quailbrook Drive Brighton, Colorado RnAni Oklahoma City, Oklahoma 73134 By: _ my: ` Susan J. ttarulo Title a� e 4 r � Tit�.e °Attorney-in_Fa ATTEST:" X 'MAL) (SEAL) 7/96 Section 00410 Page 3 DIVISION 2 SECTION 02100 - MOBILIZATION PART 1 -GENERAL 1.01 Work Included A. Prepare the site for construction. B. Move in and move out personnel and equipment. C. Set up and remove temporary offices, buildings, facilities and utilities. 1.02 Site Conditions A. The City has provided the right-of-way, easement or project site for all permanent access or permanent construction for the project. Any additional access, access right-of-way, construction areas, of additional needed land which may be involved in the construction of this project shall be the responsibility of the Contractor. B. The land owned by the City may be used as site headquarters, storage yard, or base of operations provided that the use of said land meets with all of the requirements and restrictions imposed by the City at the time of usage. 1.03 Site Preparation for Contractor Occupancy A. The Contractor shall provide all temporary facilities as required for performing the work. The Contractor shall secure and maintain proper storage areas for equipment and materials in locations she/he may deem necessary for the proper execution of the job as approved by the City Representative. No storage yard or project headquarters site may be utilized in conflict with objections from the adjacent property owners unless the Contractor obtains from the City specific written permission for such objectionable use. No objectionable material will be allowed to blow from, wash off or drain off of any storage yard on to adjacent property. B. The Contractor shall maintain all storage yards in as neat and orderly a manner as possible, allowing no accumulation of waste materials or disposal piles. The Contractor may construct a temporary security fence for the protection of materials, tools, and equipment. The fence shall be maintained during the construction period. Upon completion of work, the security fence shall be removed from the site. The Contractor shall provide adequate parking facilities within the designated area for personnel working on the project. C. The Contractor shall obtain the necessary permits for connection to necessary services provided by utility companies serving the project area. D. Materials, equipment, and work required for temporary storm water management during the construction period shall be provided by the Contractor as required to ensure public safety and to protect the work in progress and materials stored on site. 1.04 Damage or Use -Fee Claims A. Any damage or use -fee claims filed against the Contractor may become a part of the final settlement of this project and may be cause for delay of final acceptance or delay of final payment. City of Fort Collins Section 02100 — Mobilization Park Planning and Development Division Page 1 of 2 a � GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know alMen by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JAMES S. ROSULEK- JANICE R. RICHARDS; DOUGLAS J. ROTHEY; SUSAN J. LATFARULO; CYNTHIA M. BURNETT, FRAM DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY; KRISTEN L. MCCORMICK; FLORIETTA ACOSTA, its true Attorney-in-Fact(s) for the following purposes, to wit: K C. PENN; and lawful To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified co is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board t f Directors,p m ratifies and confirms all and whatsoever the said: copy of which hereby JAMES S. ROSULEK; JANICE R. RICHARDS; DOUGLAS J. ROTHEY; SUSAN J. LATTARULO DILYNN GUERN; KEVIN W. MCMAHON- DONALD E. APPLEBY, KRISTEN L. MCCO CYNTHIA M. BURNETT; FRANK C. PENN; the premises by virtue of these presents. RMICK; FLORIETTA ACOSTA, may lawfully do in In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate by the signatures of its Vice President and Secretary/Treasurer, this 22"d day strumApril, to b p to seal, duly attested Te � 5. SEAL STATE OF OKLAHOMA R. parry, Fishery dice President COUNTY OF OKLAHOMA SS: Rodman A. Frates, Secreta On this 22"d day of April, 2005 before me personally came R. Darryl Fisher, Vice President of the GRANITE E Company and Rodman A. Frates; Secreta me severally duly sworn, said; that they, the said R. Darryl Fisher and Rodman A. Frates were respectively the Vic Preside RE, INC. ry reasurer of said Company, with both of whom I am personally acquainted, who being by Secretary/Treasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; they each knew the seal of said corporation; that the seal affixed to said Power of attorney was such corporate seal tha esrdent and the by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as V' sidt that Secretary/Treasurer, respectively, of the Company. t rt was so fixed Vice President and My Commission Expires: s May % 2008 Commission #: o0005708 Notary Pu rc GRANITE RE, INC. ficate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meetingof the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect, HEREBY "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be im ressOed such affixed or in any other manner reproduced, Provided,.ItoHever, that the seal shall not be necessary to the validityof an such instrument n undertaking.,; p IN WITNESS WHEREOF, the undersigned has subseribe�s Cerlificat ai�daffixed the c Y 31st day of October 2p 05, corporate seal of the Corporation this :aa ,Eat Rodman A. Frates, Secretary/Treasurer 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: �j°� S,�i Mt- �lttQ Z1Ca1.A011L0 %UL40k 3. When organized: q- 10�- -1.13O 4. If a corporation, where incorporated: _]-nlnrado 5. How many years have you been engaged in the contracting business under your present firm or trade name? S ,I 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate ,anticipated dates of, comple�,Wn.) 4l 7. General character of Work performed b your company: PR.. K G� i�k x10 zx,a ce.. �csr.c-�-e.le -wa-11[ s. wt,. k , in`e,A-z;, 8. Have you ever failed to complete any Work awarded to you? t10 If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction.,, �\ 12 13 14 15 List your major equipment available for this contract. Experience in construction Work similar in importance to this Background and experience of the principal members of your organization, including officers: ` \� C- l AA3a Credit available: $ Inc) -- 16. Bank reference: 17. will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? �itl\ 18. Are you licensed as a General CONTRACTOR? �r1 _ If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? �aS If yes, what percent of total contract? and to whom? Q Sup U%Vwz 20. Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL _ 7/96 Section 00420 Page 2 21. What are the limita of your public liability? DETAIL What company? , o 22. 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. Da ed at ?&(N this _� day of � �;r 20 Qom, r � - Name of B' der By: /. _ Title:g�o1 State of1_�(1 County of iv\S ) �. being du 1 sworn deposes and says that he d is VVQ_%, vv1 of and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. S bscribed and sworn to before me this day of 20P45- Not ry Pu is My commission expires 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. 7/96 ITEM SUBCONTRACTOR Z _ Ti. alL G.r rI. Ira ,'c Section 00430 Page 1 WNRi-ft o . 39 5. 4th Ave. Unit B Brighton, CO 80601 o8-xe 303-637-9233 fax 303-637-9470 notaapaving(D,aol.com Statement of ComDleted Protects Dace 1 of 2 Completed RossannalBrowercity of Moravian" Jum Drainage hnproven»nta 11701 Communlly Center Drive $ 126,982.00 $ 136,388.00 General 85% Northglenn, CO 80233-IM Northglenn, Colorado Dennis Crock4840 303450 on~ 2004 Tra ysbm City of Longnmont Aug-" Management Concrete A=WFIt 1100 South Sherman Street $ 131,417.00 S 141,284.24 General 80% Longmont, CO 60801 Longmont, Colorado Dean Mircos OMI- 51.8316 Complated 2004 CurbiGutiedSklewalk Tralknark Metropolitan District Aug-04 Replacement Project 141 Union Blvd. $ 105,250.00 S 113,000.00 General 90% Lakewood, CO Melon Brian Appleby 0303487-0936 call no.303494.0721 Completed Saddle Rock Golf Club South American West onstructlon Aug-04 Bice Path P O Sox 12530 $ 28,315.00 S 26,315.00 Sub -Contractor Denver, CO 802124= Aurora, Colorado Brian Schreneyer 303 458-0838 cogrA441-4808 Completed Concrete Cart Path City of Greeley Sap-04 Boonwrarg Golf Links 100010th &rest $ 47,000.00 9 47,000.00 General 100% Greeley, CO 80631 Greeley, Colorado Erie Gushfason 970451-8954 Complated Improvements to the Group Picnic colonm3o State Parka Dec-" Wall a Boyd Lake Stab Park 3746 E. Prospect Rd. s 70,220.00 S 73,016.00 General 95% Fort Collins, CO U525 Lowland, Colorado Stuart Watads 970491-1188 Completed Keenesburg Street Improvements Town Kesnesburg Sep-04 $ 17,999.00 $ 25,000.00 General 100% Keermburg, Colorado Tim Smith fax no. 303-7324078 I afteft 2004 NY Street GWW Nov-04 Improvements Project Braman Sand and Gravel $ 108,1187.60 S 106,867.50 Sub -Contractor 2500 E. Brannan Way wayette, Colorado Denver, CO Brute Burnzey 303-534-1231 Est Completion Callahan Trail ReclanuiMon City R Loubvib January-05 740 Main Street S 103,585.70 S 103,585.70 General 86% Loubvlie, Colorado Louisville, CO SM27 Katy Kton 303-335-4736 Est. Completion CaW Creek Cart Pathe City of Loveland March45 500 East Third Street $ 172,693.62 $ 172,693.62 General 10016 Loveland, Colorado Loveland, CO Rick Svetich 970-M-2454 C" C RRAE A ':.: CONSTRUCTION CO�. 39 S. 4th Ave. Unit B Brighten, CA g0601 office 303-637-9233 fax 303-637-9470 normpavmg(a)wI.com Statement of Completed Projects oaue 2 of 2 Wwr~ U8 39faft Ave. City of Loveland Sew" Loveland, CO 410 E. Fft Stoat S 128,781.10 S 128,781.10 General 93.00% Lowland, CO 80637 Tom Knostman job no. 2511 970.962.25" fax 970.962.2808 Completed 2005 Shared Concrete rogram CRY of Greeley Oct." Greeley, CO 1000 loth St. S 118,938.00 S 130,000.00 General $0.00% Greeley, CO 80e31 job no 2513 Joe 970.339A124 tax 970.338A141 Completed Eatn-Cart Major Street Improvements Ameftin West Construction, LLC Jul-05 Lakewood, Colorado P 0 Box 12SW S 164,409.70 $ 160,404.00 Sub -Contractor 100.00% Denver, CO 802t2 0530 job no. 2503 Bryan Sehrameyer ail 720441.4W8 Completed CDOT Project STA 0931-092 Asphalt Paving Company Jul-W SH 83 Leetsdale: Colorado to MiseW 14902 W. 44th Ave. f 216,954.06 S 245,746.00 Sub -Contractor 100.00% Goklen, CO 80403 job no. 2604 Rich Hauser 303-279$811 fax 303-2794216 Completed Columbine ElsmmA@ryIPEC Tower Aug-05 Denver Public Schools 7808 Cherry Creek Dr. South Ste. 411 f 33,015.00 S 33,875.00 Sub -Contractor 100.00% Denver, CO 80231 job no. 2507 John Jack 303.743.2260 303.743.2261 Completed Countryside Condos Waterline Replace American Construction, LLC Jun-06 Nlowot, CO P O Box 125M $ 5,005.00 $ 2,086.00 Sub -Contractor 100.00% Denver, CO 90212.00N job no. 2509 Noel 303ABLOS38 fax 303AS6.8148 Completed Fairmont Ekuantery RON! Cambucdon Ju145 Denver Public Schools 7001 Colorado Blvd S 14,001.00 S 14,691.00 Sub -Contractor 100.00% Commerce City, CO $0022 Eric Sperry job no. 2510 303.2&LO$09 fax 303.266.3021 Completed 2005 Townwide Overlay and Reconstruct Schmidt Construction Co. Jun-05 Curb Ramps 1101 Topeka Way S 95,514.36 $ 41,663.00 Sab-Contractor 100.00% Parker, CO Csel1s Rock, CO 90109 Shelby Leonard job no. 2514 303.680AM fax 303AS0.9146 NORAA Projects in Process CONCRETE CONSTRUCTION CORP. fq 39 S. 4th Ave. Udr B Bnghm CO 80601 office 303-637-9233 fax 303-637-9470 mraapav g n wl.com 1-2006 2006 MW- Concrete 1777 Broadway Open eaptaet O% open contract CEa Paving Coastructlon ProJecb Borrtder, Co for 2006 for 20M CE 4 Sldewak Boulder Colorado Rod Rl I job ro. 2602 302-4414266 2005 CaVirmTA concrete of Comrade Sprkge Repak Servkmm CkywIM 20 8. Nevade Suite 201 f 6691f66A0 20% November 20M 00% CE 4 Sidewalk Colorado Springs, Colorado Colorado 8pdrga, CO BMI-1675 Ma Ctbyes Job no. 2515 7141664" k alocken Loop Let Turn Lanes Cry and Courdy W Broomdleld Broonm , Colorado One Des Cembes Ddw f 190.99o.00 90% October 2006 70% CE 4 81dawalk Job no. 2519 Omo n aK CO 00020 Kid" U lgdon tw-AMA-W Ouebee SL @ Park Meadows Dr. Douglas County PJgM Tum Larne 100 Tldrd Street f 2801170 10% November 2006 70% CE 4 Sidswlk Cude Rook. CO 901" Job no. 2626 Demb Lobbedbq 363.460.7490 Equipment Inventory for Noraa Concrete AARON KAISER 39673 East 160s' Avenue Keenesburg, Colorado 80643 Cell no. 303.994.7947 Highlights of Oualitications • 21 years of increasingly responsible experience in the construction industry with Concrete Works of Colorado, Inc. • Experience in overseeing all aspects of a construction project. • Management of job crews consisting of up to 40+ employees. • Extensive trade experience in: Concrete paving and flat work, Pipe and Sewer work, Surveying, Heavy Machinery Operation, Excavation, and other civil construction industry trades. • Force Account billing and Subcontractor management. • Understanding of surveying, blueprints, and design of municipal projects. • Familiar with construction specifications and quality control standards. • Software proficiencies include Auto Cad, Microsoft Project, Word, Excel, and Windows Professional Experience 2004 - To Present Noraa Concrete Construction Corp. President/Owner 1986 —2004 Concrete Works of Colorado, Inc. Project Superintendent Responsibilities include: scheduling and management of personnel and equipment, operating equipment, estimating, quality control, planning and permitting, obtaining subcontractors and supervising their work, material procurement and delivery, job cost tracking, maintaining job safety and efficiency standard, and all other facets of project management. Completed Proiects as Proiect Supervisor Brighton Roundabout Project 2004 ($2,550,000) Project scope of work: concrete roundabout — concrete paving, storm sewer, waterline, retaining walls, and excavation. Project Engineer, Terry Benton. I-225 and 6`' Ave 2004 ($2,600,000) Project scope of work: construction of highway interchange — concrete pavement. Project Engineer, Jorge Warda. Boulder Broadway Reconstruction 2003 ($9,200,000) Project scope of work: road and interchange construction — concrete pavement, concrete retaining walls, bridge structure, waterlines, storm sewer lines, sanitary sewer lines, curb and gutter, concrete flatwork, sidewalks, concrete box culvert and excavation. Project Engineer, Alex May. PART 2 - NOT USED PART 3 - EXECUTION 3.01 Obstructions A. The location of some utilities and obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their proposals. The removal and replacement of minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall be anticipated and accomplished, even though not shown or specifically mentioned. Major obstructions encountered that are not shown on the Contract Drawings or could not have been foreseen by visual inspection of the site prior to bidding should immediately be brought to the attention of the City Representative. The City Representative will make a determination for proceeding with the work. If the City Representative finds that the obstruction adversely affects the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with the General Conditions. 3.02 Demolition A. Any pipes or existing structures encountered during construction shall be preserved until accepted for removal by the City Representative. The Contractor shall be required to repair pipes or structures in use that are damaged during construction at no cost to the City. The removal of abandoned pipes shall be reviewed by the City Representative. 3.03 Removal and Salvage of Materials A. The Contractor shall carefully remove materials specified to be reused or salvaged so as not to damage the material. Reuse by the Contractor of salvaged material will not be permitted, except as specifically shown or specified herein. Existing materials to be removed or replaced and not specifically designated for salvage shall become the property of the Contractor. Provide and maintain dust tight temporary partitions, bulkheads, or other protective devices during the construction to permit normal operation of the existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. END OF SECTION City of Fort Collins Section 02100 —Mobilization Park Planning and Development Division Page 2 of 2 • Arapahoe and Quebec Intersection 2002 ($4,900,000) Project scope of work: intersection and signalization improvements — concrete paving, should wall construction, concrete flatwork, inlets and storm sewer, and waterline. Project Engineer, Vern Tabert. Won local APWA Intersection Project of the Year. • Wiggins Rest Area 2001 ($3,100,000) Project scope of work: new rest area construction — concrete paving, concrete flatwork, foundation, asphalt paving, storm sewer, and waterline. Project Engineer, Brad Pierce. Won local ACPA Award of Excellence. • Eagle County Regional Airport 2001($1,800,000) Project scope of work: new base material and concrete paving. Project Engineer, Tony Ori. Won local Award of Excellencefor airport concrete paving from ACPA. • I-225 and Parker Road 2000 ($1,100,000) Project scope of work: construction Highway Interchange — concrete pavement. Project Engineer, Jorge Warda. • Aspen Grove 2000 ($2,000,000) Project scope of work: foundations and curb and gutter as a subcontractor for Hoar Construction. • Santa Fe & Belleview Phase III 2000 ($5,500,000) Project scope of work: frontage road construction along with on and off ramps — concrete and asphalt pavement, excavation, storm sewer, waterline construction, concrete flatwork, sidewalk, curb and gutter. Project Engineer, Ron Buck. • Santa Fe & Belleview Phase H 1999 ($10,000,000) Project scope of work: constructed highway interchange — concrete paving, storm sewer, waterlines, concrete box culverts, concrete flatwork, excavation. Project Engineer, Ron Buck. Won local and national wards of excellence from ACPA. • Wh and Baseline 1998 ($1,000,000) Project scope of work: constructed new pedestrian underpass with extensive dirt work, along with bridge construction, traffic rerouting, and utility maintenance. Project Engineer, Alex May. Won Colorado Contractor's Award. • Tri-County Airport 1997($1,0009000) Project scope of work: removed and replaced apron with new base material and concrete paving. Project Engineer, Graham & Dietz. Won local Award of Excellence for small airport concrete paving from ACPA. • Speer Blvd. Improvements 1997 ($1,000,000) Project scope of work: reconstructed road adding sidewalks, curb and gutter, retaining wall and new asphalt overlay. Project Engineer, Larry Sward. • Julesburg Welcome Center 1995 ($2,300,000) Project scope of work: construction of new site for Welcome Center — concrete paving, new utilities, pipe, and grading. Project Engineer, Brad Pierce. Won local and national awards of excellence from ACPA. Personal References available upon request. RICK ROBERTSON 8537 Weld County Road 51 Keenesburg, Colorado 80643 Cell no. 303.961.0031 Highlights of Oualjiications V `k-k 20 years in the field of construction with 10 of those years in the capacity of Supervisor. Extensive experience in curb and gutter, walls, and overseeing State projects with aspects such as force account billing, billing pay estimates and signing pay applications. Professional Experience 2004 — Employed by Noraa Concrete Construction Corp. as Vice President. 1991 — 2004 Employed by Concrete Works of Colorado, Inc. Started as a form setter and equipment operator. In 1996 became a Supervisor on projects for the City of Denver, Westminster, Arvada, Englewood, Thornton, Arapahoe County, and several state projects that range from $200,000 up to $2,000,000. Job duties included overseeing operations in the field and coordinating with Inspectors and City planners, and generating pay estimates. Management of job crews consisting of up to 35 employees. 1989 —1991 Employed by Concrete Contractors Interstate in San Diego, CA Mainly form setting on various curb and gutter projects. 1983 —1989 Employed by Robertson Construction Company Doing curb and gutter work for various cities. Starting as a labor setting forms and finishing concrete. Also operating different types of equipment and truck driving. 1980 —1982 Employed by Robertson Construction Company Building compressor stations for various natural gas companies. Completed Proiects as Project Supervisor • City of Denver Alley Project 2004 ($1,000,000) Project scope of work: removal and replacement of alleys. Project Engineer, Bob Stuart. • City of Englewood — Colorado Dept. of Transportation 2004 ($300,000) Project scope of work: construction of retaining walls and sidewalk along Old Hampden Ave. • City of Thornton — 88`" and Colorado Blvd. 2003 ($250,000) Project scope of work: construction of new turn lanes. • City of Westminster 2003 ($900,000) Project scope of work: curb and gutter and removal and replacement throughout the City of Westminster. Project Engineer, Ron Brown. • City of Denver — City Wide Curb and Gutter Project 2003 ($1,400,000) Project scope of work: curb and gutter and removal and replacement throughout the City of Denver. Project Engineer, Jenny Miller. • Life Style Centers — Colorado Springs 2002 ($2,000,000) — Subcontractor for Hoar Construction Project scope of work: foundations, curb, gutters, and sidewalks. • City of Thornton 2002 ($700,000) Project scope of work: curb and gutter and removal and replacement throughout the City of Thornton. Installing turn lanes on Colorado Blvd., Washington Street and throughout the City of Thornton. • Douglass County 2002 ($200,000) Project scope of work: curb and gutter and removal and replacement. • City of Arvada 2002 ($400,000) Project scope of work: curb and gutter and removal and replacement. Project Engineer, Keith Urine. • Civic Center Plaza in Englewood 2001 ($2,000,000) Project scope of work: Decorative walls and sidewalk. Project Engineer, Dave Kaufman. • Aspen Grove 2000 ($2,000,000) Project scope of work: foundations and curb and gutter as a subcontractor for Hoar Construction. • South Broadway Reconstruction Project 1999 ($4,000,000) Project scope of work: new curb and gutter and islands through Downtown Englewood. Project Engineer, Dave Henderson. • Highline Construction Project 1999 ($400,000) Project scope of work: remove and replace for Douglas County on C470. • Santa Fe and Belleview Phase III 1998 ($400,000) Project scope of work: building retaining walls. Personal References available upon request. Jorge A. Sanchez 9171 Russell Way Thornton, CO 80229 303.227.3632 SS#: 508-19-7646 Alien#: A090313307 Qualifications Ability to supervise construction crews, operate construction equipment, organize concrete schedules and testing schedules. Able to maintain a good working relationships with inspectors and have a good understanding of construction specifications and quality control standards. Professional Experience 2004 — Current Noraa Concrete Construction Corp. Owner/Project Manager 303.637.9233 1993 —2004 Concrete Works of Colorado, Inc. 303.665.2933 1992 —1993 Jalisco International Highway Construction Bridge Carpenter 303.237.3321 1985 —1992 Raiman Corp. Highway Construction Bridge Carpenter Completed Projects • Brighton Roundabout Project 2004 ($2,550,000) Scope of work: concrete roundabout — concrete paving, storm sewer, waterline, retaining walls, and excavation. Project Engineer, Terry Benton. • 1-225 and 6P Ave 2004 ($2,600,000) Scope of work: construction of highway interchange — concrete pavement. Project Engineer, Jorge Warda. • Boulder Broadway Reconstruction 2003 ($9,200,000) Scope of work: road and interchange construction — concrete pavement, concrete retaining walls, bridge structure, waterlines, storm sewer lines, sanitary sewer lines, curb and gutter, concrete flatwork, sidewalks, concrete box culvert and excavation. Project Engineer, Alex May. • Arapahoe and Quebec Intersection 2002 ($4,900,000) Scope of work: intersection and signalization improvements — concrete paving, should wall construction, concrete flatwork, inlets and storm sewer, and waterline. Project Engineer, Vem Tabert. Won local APWA Intersection Project of the Year. • Wiggins Rest Area 2001 ($3,100,000) Scope of work: new rest area construction — concrete paving, concrete flatwork, foundation, asphalt paving, storm sewer, and waterline. Project Engineer, Brad Pierce. Won local ACPA Award of Excellence. • 1-225 and Parker Road 2000 ($1,100,000) Scope of work: construction Highway Interchange — concrete pavement. Project Engineer, Jorge Warda. • Aspen Grove 2000 ($2,000,000) Scope of work: foundations and curb and gutter as a subcontractor for Hoar Construction. • Santa Fe & Belleview Phase 1112000 ($5,500,000) Scope of work: frontage road construction along with on and off ramps — concrete and asphalt pavement, excavation, storm sewer, waterline construction, concrete flatwork, sidewalk, curb and gutter. Project Engineer, Ron Buck. • Santa Fe & Belleview Phase 111999 ($10,000,000) Scope of work: constructed highway interchange — concrete paving, storm sewer, waterlines, concrete box culverts, concrete flatwork, excavation. Project Engineer, Ron Buck. Won local and national wards of excellence from ACPA. • 36t' and Baseline 1998 ($1,000,000) Scope of work: constructed new pedestrian underpass with extensive dirt work, along with bridge construction, traffic rerouting, and utility maintenance. Project Engineer, Alex May. Won Colorado Contractor's Award. • Tri-County Airport 1997($1,000,000) Scope of work: removed and replaced apron with new base material and concrete paving. Project Engineer, Graham & Dietz. Won local Award of Excellence for small airport concrete paving from ACPA. • Speer Blvd. Improvements 1997 ($1,000,000) Scope of work: reconstructed road adding sidewalks, curb and gutter, retaining wall and new asphalt overlay. Project Engineer, Larry Sward. • Julesburg Welcome Center 1995 ($2,300,000) Scope of work: construction of new site for Welcome Center — concrete paving, new utilities, pipe, and grading. Project Engineer, Brad Pierce. Won local and national awards of excellence from ACPA. References available upon request. SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: December 14, 2005 TO: Noraa Concrete Construction Corporation PROJECT: 5940 Fossil Creek Trail Underpass @ Hwy. 287 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated November 2, 2005 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287. The Price of your Agreement is Four Hundred Eight Two Thousand Three Hundred Ninety Nine Dollars ($482,399). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by December 29, 2005. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2• You must deliver with the executed Security (Bonds) as specified in the Instructio Instructions to mBidderse GeneralContract (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 Documents attached. with the Contract City of 'Fort Collins OWNER 9/12/01 By. � JCmejB�orNeil9LII, �CPOP, FNIGPDourchasing & Risk Management Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as. of the 14th day of December in the year of 2006 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Noraa Concrete Construction Corporation (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the Fossil Creek Trail Underpass at U.S. HWY. 287 which includes construction of new 10' wide colored concrete trail, concrete retaining walls, pedestrian ramps, installation of a sump pump system, a tunnel lighting system, metal trail gates removal and replacement of curb & gutter, earthwork, riprap, seeding, and restoration for any areas disturbed during construction and is generally described in Section 01010. The project is funded exclusively with CITY of FORT COLLINS funding. However, a portion of the Work will occur in CDOT R.O.W., therefore the format for the drawings, specifications and all construction will need to conform to CDOT regulations. It is the Contractors responsibility to be informed and familiar with these regulations. This project IS NOT federally funded. ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Park Planning Division, 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 within One Hundred Ten (110) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within One Hundred Twenty (120) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Five Hundred Dollars ($500) for each calendar day or fraction thereof that expires after the One Hundred Ten (110) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Fifty Dollars ($150) for each calendar day or fraction thereof that expires after .the One. Hundred Twenty (120) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Four Hundred Eight Two Thousand Three Hundred Ninety Nine Dollars ($482,399), 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 1000 of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance 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 DIVISION 2 SECTION 02200 - EARTHWORK AND GRADING PART 1 — GENERAL 1.01 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. B. The Contractor shall perform all excavation regardless of the type, nature, or condition of material encountered, as specified or required in order to accomplish the construction. 1.02 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.03 Site Conditions A. A geotechnical investigation may have been performed for the City in order to obtain relative data concerning the character of material in and upon which the project is to be built. If an investigation has been performed, the information will be available to the Contractor for information purposes only, and is not to be considered a part of the Contract Documents. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the project. B. The locations of existing utilities are shown in an approximate way only and not all utilities may be shown. The Contractor shall determine the exact location of all existing utilities prior to commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the Contractor shall advise the City within thirty (30) minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respective services and facilities in operation to the satisfaction of the respective owners. The City reserves the right to perform any and all work required should the Contractor fail to cooperate with the respective companies, and back charge the Contractor for any and all expenses. D. The Contractor shall provide barricades and signs in accordance with the Uniform Manual of Traffic Control Devices where applicable. The Contractor shall maintain all devices in a working manner. 1.04 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 1 of 5 Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors 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 the Work and related actions in carrying out the terms eofothis g 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 7.2.2Certificate 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 numbered as follows: sheets SHEETSHEET 1 TITLE 2 TITLE SHEET 3 STANDARD PLANS LIST 4 - 5 GENERAL NOTES 6 PROJECT CONROL DIAGRAM 7 - 13 TYPICAL SECTIONS 14 - 17 TRAIL PLAN 18 TRAIL CONTROL LINE PROFILE 19 - 20 WALL LAYOUT PLAN 21 - 24 WALL PROFILES & ELEVATIONS 25 WALL DETAILS 26 ART WALL ELEVATIONS 27 VIEWPORT FRAME DETAILS 28 SITE PLAN MECHANICAL DETAILS 29 ELECTRICAL PLAN 30 ELECTRICAL DETAILS 31 EROSION CONTROL PLAN 32 STORMWATER MANAGEMENT PLAN DETAILS The Contract Drawings shall be stamped "Final for Construction" dated. and dated. Any revisions made shall be clearly identified and 7.4. Addenda Numbers 1 to 2, 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. OWNER: CITY OF FORT COLLINS By: A- �nk" )L JAMES &P1 NEILL II, CPPO, FNIGP I CTOR OF PURCHASING D RISK MANAGEMENT Date:_ Attest: Address P. 0. Box 580 Fort Collins, CO 80522 Approved as to Form , f J41 - Assistant ty Attorney CONTRACTOR: Noraa Concrete Construction Corporation By c� '•— (l r Title:-S� Date: LZ-t`�-Q. (CORPORATE ,99) A es Address f r giviinngg nbtic2S: LICENSE NO.: Description of Work: Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287 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 20_ 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 7 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No.GRC03403 KNOW ALL MEN BY THESE PRESENTS: that Noraa Concrete Construction Corporation (Firm) 39. S. 4thon, Ave CO 8b6Unit B (Address) g (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and Granite Re, Inc. (Firm) 14001 Quailbrook Drive (Address) Oklahoma City, Oklahoma 73134 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 the14 day of December 2005, a copy of which is hereto attached and made a part hereof for the performance. of The City of Fort Collins project, Bid 5940 Fossil Creek Trail Underpass Hwy. 287. 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.sliall 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. **Four Hundred Eighty Two Thousand Three Hundred Ninety Nine Dollars & 00/100 ($482,399.00) 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) counterparts, each one of which shall be deemed an -original, this2l day of December 2005. ==^IN P tu`ENCE OF: Principal Noraa Concrete Construction Corporation ATTE,e4,e„ BY (Title) 39 S. 4th Ave., Unit B Brighton, CO 80601 (Address) ( q a{,*;teal) IN P1'9B QE OF: Other Partners By: IN PRESENCE OF: WITNES � BY: Ti f n nigle (Name) (Surety Seal) By: Surety Granit Re, Inc. Susan J. Lhtt;arulo By: Attorney-in�fect 1 001 Qua brook Drive )MW:Oklahoma City, Oklahoma 73134 (Address) 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.GRC03403 KNOW ALL MEN BY THESE PRESENTS: that $rsa �tncxvetee�C$nitrgction Corporation (Firm) Brighton, CO 80601 (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Granite Re, Inc. 14001 Quailbrook Drive (Address) Oklahoma City, Oklahoma 73134 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 Four Hundred Eighty Two Thousand Three Hundred * in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 14 day of December 2�, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, Bid 5940 Fossil Creek Trail Underpass Hwy. 2B7. 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. *Ninety Nine dollars & 00/100 ($482,399.00) 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 21 day of December 2005 IN PRESENCE OF:. Principal Noraa Concrete Construction Corporation ATTEST By ` r�i L Y-r}�, (Mme and ,Title) (Title) _ 39 S. 4th Ave., Unit B Brighton, CO 80601 (Address) IN PRESENCE OF: Other Partners IN PRESENCE OF: Surety Granite a X.k WITNESS Susan J. Lattarulo BY. By:Attorney-in-Fact 140 1 Quaioroo-k Drive Tiffa Mc on g e Oklahoma City, Oklahoma 73134 (Name) (Address) (Surety Seal) f 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 GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: DAMES S. ROSULEK; JANICE R. RICHARDS; DOUGLAS J. DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. A POLE Y; KR STEN L. M CORMIIC�KC FLORIETTA ACOSTA, its ter e and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: JAMES S. ROSULEK; JANICE R. RICHARDS; DOUGLAS J. ROTHEY; SUSAN J. LATTARULO; CYNTHIA M. BURNETT; FRANK C. PENN; DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY; KRISTEN L. MCCORMICK; FLORIETTA ACOSTA, may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice President and Secretary/Treasurer, this 22nd day of April, 2005. 6EAL QQ-->> STATE OF OKLAHOMA ) R. Darryl Fishe , icece Press COUNTY OF OKLAHOMA) SS: Rodman A. Frates, Secretary/Treasurer On this 22' day of April, 2005, before me personally came R. Darryl Fisher, Vice President of the GRANITE RE, INC. Company and Rodman A. Frates, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said R. Darryl Fisher and Rodman A. Frates were respectively the Vice President and the Secretary/Treasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as Vice President and Secretary/Treasurer, respectively, of the Company. My Commission Expires:_� May 9, 2008 Commission #: 00005708 Notary Pu is GRANITE RE, INC. THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer urer of Granite Re, Inc., an Oklahoma Corporation, H CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. p HEREBY "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREC P IIIeund 21 day of Decemberny� ed has subscribed this Certificate and affixed the corporate seal of the Corporation this . ,?005:, yT6 t( i 4. . man A. Frates, Secretary/Treasurer ' I B, Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. 1.06 Testing and Inspections Coordinate and schedule testing with City Representative. PART 2 - MATERIALS 2.01 Soil Materials A. Coarse -grained soils free from debris, roots, organic material, and non -mineral matter containing no particles larger than 4-inch size and classified as either: 1. Sands with fines (SM, SC) and less than 25 percent of the soil particles passing the No. 200 sieve, or 2. Clean sands (SW, SP) 3. Native soils as determined acceptable by the Engineer. 2.02 Filter Fabric A. Filter Fabric shall be Typar 3451 W, Mirafi 70OX or approved equal. PART 3 - EXECUTION 3.01 Preparation A. Field measurements: Before commencing work, locate all baselines and coordinates required for control of the work; establish required grade staking for control of excavation, fill and embankment construction. Filed verify by excavation the location all utility crossings, service connections, and connections to existing lines before proceeding with earthwork. B. Layout Lines and Levels: 1. The drawings indicate existing elevations and proposed elevations. The existing elevations and proposed are given for the convenience of the Contractor to assist him in arriving at the quantities of excavation, grading, backfilling etc. 2. Before earthwork operations are started, all construction items shall be completely staked out for the Owner's approval. For any area with a two- percent slope or flatter, the Contractor shall lay out a 50-foot on -center grid and calculate the exact elevation at every intersection of the grid lines. These calculations will be approved by the Owner's Representative. C. Removal of TopSoil: Strip existing earthen material (topsoil) to a depth of 4 inches over the entire site. Stockpile on site in area approved by Owner's Representative. Keep topsoil segregated. Place, grade, and shape stockpile for proper drainage. 3.02 Excavation A. Prior to beginning excavation operations, accomplish all site preparation in accordance with these specifications. Perform excavation of every description to the lines and grades indicated on the drawings. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 2 of 5 01/05/2006 05:49 3036379470 NORRA CONCRETE PAGE 01 A CERTIFICATE OF LIABILITY INSURANCE ; �""'m""'r" HRH ofCalaratlo T20 S. Colorado Blvd Ste 800-N P.O. flox 469020 PwWar. CD 402454 8 CER7iFfl.ATEB ASAffA TICK ONLY AND UCid6imUPmNTw comFICATE FIOLDE1t.7N13 Ot R1nFlCItTE OOl !S NOT AttEt>fO.l77fiEND OR ALTERiIO§ tiOT/FKA6E AFi�1PJF t#YY'FTIO � 9E'LA1M11. USUREWAFFOR MW COVER M NAIL 0 ® 39 S. 41lh Am, #5 t3dgbban4 co m m pmpmk. Mounldn own 01ulud 9900 WMAM M raRmik Fr®IFFaTee 'TFLFrOLiCaIa Of IN8URANCBL>Sit� aELA�rYHAYE BEWI 70 TtlEOiflUFtEO NPfIt:O A90VEFORTTEiP000Y F'97rOCl MWC.47ED. NO7YARtBT'MlW11G ANY MB=RgM 37i. TSW ORCOWrIONOPANYOOMPAUTCR OTTffL=RXMM VM Fmwm6-r70 YNIICH'O= CBMF KL4kM mAYBEEMM OR MAY FOrrAKTHE MOLRANXAF BYTHE FOLIM 098CFAED a 0 3UMWTO ALLTME7ERM& M=U510MAMCOMMOMCWSt= POLMM&/GQFWMKMU rMOMMIIIMAYWOVESWREMJMSYPAIDOLAW 7YraaPrNFNimm P=VNumm LMr>t A 40014M.FFMM amwam Laea4R�u--�,Mmy AMMAOB L�OCCNR AWUMD2470= CPP010sm Om0m 0S103l08 GROOMAMMO LE f 1L mHu- s10 00 u®oa aft 0 rvwmL&mr4wmfFY slaGAM M PD DEd T6 qm Ts:usTmvLmpm rAO=Flue PAOOLICI's-o0NP/0PA0a A F mxw AWMrFa ALLOWSMAUM SCHMUMAUMS NN®ALn*s -. NM&OVMMAVF09 SAP0105404 _ . 91TiI0'm 0t;/08108 W.Mm4mmemELELEFR f1 ,000' X ��T wX mW BCMYNULW s a�A�voANYtgrL s - �- 9AFFAF:ENANIRY AFFYAM AUMegV-rAACCM9R S ' anva NAN G AvIOFTNLr me A NFNNrAIYN®LALMEL Y ompt QcLAENNAM NOTMA kwmw $10000 umal T05404 05I03105 08i0m mm AOCREQKTE IMMA00_ s A m o-mmuCaswal- M m om 10010v WWABurr r rrFah. WtAf0105404 05103ID5 05103108 Al rr. ACONHNT OOD FFLdr�i - 00 DIBEA9B-Pd.FC7LETFT CTWK 011scor MafoParRrFNFSTFdGG7haslrlOFCUFlgINAOOEDaYNIOOFN�RfaTBCTM lrFdrFN0F1! THE CERTIFICATE ISSlItsD ON 114M I8 NULL AND VMV AND 18 REPLACED BY THIS CERTIFICATE Project Descrfpdon: Fossil Chok Trait Underpass ® Hwy. 287 (Se Aftched pesorlptlaw) - CRY of Fort CoMns Pun;hashv DwMan 215 worth MFyhon sumt, 2nd noor Fort Cabins, CQ a = POMI r9j 1 of 3 FlaCPNa nwPAMTQ'6@(11mm FFMW.VHENfLIINo*WJwRMLLFr wmlowA -M om"NTi9t TOTeCEKMMATENCLOMNAN®TOTFeFLRM WrRmLUM=0000zmLL. BLT M NTNEOISU IMFOAGNMar 01/05/2006 05:49 3036379470 NORRA CONCRETE PAGE 02 IMPORTANT if the om licab holder Is an ADDITIONAL INSURED, the policy(ias) nruet be endorsed. A stetmwk Dn this omfficats does not w tar rights to the cm holler In Gau of m,ch andnrsomart(s). If SUBROGATION 18 WAIVED, wbjeot Sri the %arms snd condMf m of the p(ky, omtm policies may ragidre an ordwownwt A ddmY rd on this CWWOW does MX annfer Aphtg m the coWlIcala holier In Ilm of a mb omknement(e). DISCLAIMER The Cerltflo W of MstArarice on the mwoe We of 26 form does riot oorrs9lute a cosh t bdmm the iasi" tiairrer(s), a-Owtaed mprommladve or pmdixw, and the aordlicam holder, nor does R aMm 0v* or negahuetlr amend, em Ind or alter th coverage mlorded by the polder Add thoreon. 2 et's Ofts".aewhofte" 01/05/2006 05:49 3036379470 NORRA CONCRETE PAGE 03 I I DESCRIP7M$ (Continued from Page 1) 1 The folkrddnp are Add Novel lamods as respects awwal LkWilly and urrdhmlla LtaM ty (Foilowlno Form) only if raquksd by urdtten Contract and wvsfape applies "s romwets on*a" operallsns parformed by tiro Insured for the Additional Insrueds. All uuvw pa terms, enndWons and excluslons of the policy apply. The followtnp are Additional ineorods an dw Automcbfle Uabft only to the s4 - , Ow meet the definition of sn tnsurad to the policy, which provides In pertinent prat that on Irrsured Irmludas asyons liable for the conduct of another insured but only to the wetsat aftlnt Ilakillly. All coveralls ftMI% ca ndlffow and saoluaions of am policy apply COMM the pocky to delo mhre the exterht of coveralls, if arhy. Additional Inaurads: City of Fat Collins Stab of Colorado Ths AddHionsl kwured wKwunenad wMak Is roft ei above under qMw of Inmaransr.Gsnwai UabIW Is atEaeirod. •'rho fellawb n droncslistlon condrdohs always apply. -10 days for ft=-P* nrent of premium -If pollee abown, ttl dqs for Wotwrs' ConVormilw for fraud; atetadsl misrepr aos<allon: nompaymeet of predllum; ether masons approved by the ('.oerntsalmnr of 11MIRMeo 3 of 3 01/05/2006 05:49 3036379470 NORRA CONCRETE PAGE 04 *Addd"anal Tn urei 7. All Inhemat on Me full amoral of arty judgment Thal a=ues after entry of the judgment and before we have pall, otfet to pay, or deposited In court ttm part of the judgment that to wAhn the apploabte Malt of inarrenom. These payments wIR not reduce the ftb of Insurance. * SEt:MM ll -WHOlS AN INSUPJM I. Hyou are dealgrrated In fro Ue is flan as: A. An in dlydial, you and your apples are kwxo*. Jut only W& rw4xa to the conduct of a business of wdhiolt you are the sole owner. b. A pester" or jppt ve =-% you are an hum -ad. Your members, your penttera, end Ih* spouses am. aisa Insureds, but only with reaped to the oon0uct of your bumlrwes . a A Iimhad pabdtAl company, your ate an !neared. Your rrranbara a q also Irwida, but only with respect bD the =Iced of your burin as. Your managers are kwarads, but only vrhh nmpad tolmdr du ben as your. managers. d. An *Won otrar than a palnaetlp, jdnt vwftm ar tlmftud k b ft company, you4m on insured. Yaw '9ttn3t%Itive afters' and dhaotons ore M ure ft but only Wl h m5peat to thdr duties sa your oHiravra ar d6eo- tore. Your stodd a dw am also Ittsrrhde, but a* wkh resperxi0 their Bablilly as doddv*lw e. e. A trust, you are an Insured. Your lnuslees se also krauneds, but only *0 respect to their duties has true. ten. Z Eschof the Mooftkalso act!nursed I. a - a. Your Ndrahleer worfu w any whge perforrdrng duties, ateted to Bra carnduct of yawn bum, or yaw em- ployees, a1w than wl her your'emtemtive offmW (f you am an orgattafSorr other titan a pmtmmhlp. )dr t v mar So scope by � Mndm'mB Sid in a r agency, Ho�ire , none d ttrese employees or Noharl w waf<eW are Insureds for: (1) '� f+t)urty' ar "personal and edttartleYhg injury+': tor) To yr7u, m your parInas a manbaa ( H you are a I-am-veratlp ar)drdvwdum ), io yotr members H you are a limited lablBl► company), it cowntplayes wtdo In the course of hls or her employment enbilong dtdts related to fro conduct of yarn bolus . or to your 01tw vurtunteer wodo w duties fretted lathe taurtdrtcE of your huekruss; (b) To the spouse, alft psmnt broMw or uitrber of that oo•emptoyes as a Consequence of Paragraph (1)(8) (a) For whldv d� damages wBh err repay someaM else who must PW ' Paragraph (1)(a) or (b) above. (� 't'nopectyr damage' io p,Cperty_ (a) Ownect occupled or used Cry, (b) ft tad to. in l* rwtre. memdy a oontrd of, or over wtdch pt"cal =ibnl Is being emardead far any purpose byYou, ary Of Yar employees, lrohudeer tiuorlorrrt", any p ar member (if you we a patrh&%* orlcint venhse), or any member(HMad are a ad Aabft compsry). b- Any hereon (Oarfhsa your• employee or Noluateat workw% at any Caga tom vutde sating as your next u manager. c- Any prson ororp0bzOon having proper tanporm Y ausbody of yo r property if You rile; but oW. (1) VYBh nampact fe Bab* resufty from the maintenance or use of oxen p•C wW, and • - M Unfil your legal repleeenlailve has been appointed. it. Your lq* repwariSM f you die, but only whh rasped to duns as such. That repnE>$enMM win have an your rights and duties render this Coverage part. 3. nsrith respect W'mulole ecpiprnenf r atoned in your name under any motor vshkb regteballm law, any per- son to an Thawed while driving such egr*meta along a pubes h9may we your permisefon. Any otter person or wprdratton rssponalble fbr fta corrdlret of such person is also an insured, but only mM mepact to ftablAty moutdfrg from to operaft of the equhiprnart, end only if no utter insurance of spy MW is evs W* to that per- son or argarrizthftm for this Bab ft. However, no person or crVmtmtton is an insured wkh rospoo to: a. Tadly lryury to a oo-employee of the parson d►Mrig the eq*werrt or UNq 247 04 02 Page a of 7s 01/05/2006 05:49 3036379470 NORRA CONCRETE PAGE 05 b. 'Property damage- to property awned by, rented flo, fi fie d o, of or aomVed by you or the employer of any Person who is an fngted under fMfs pmYtolon. 4. Any orumftaft You MWy aoqute orfbn. ottwtlan at partnership ar joint venture, and marwhiah you mahr fain ownerstip or rnajoty Intereat, will gtWW as a Named Iruetaed N fiere Is no after similar Ir a mane avail- able to that organlaslion. tiov aw. . .- a. or a y u the 18M day oler you ac*ft arform the orpokawn Is sa b. C dgeA�. to "bodily inW or *properly dame", that co m'ed before you eagtfired or etion; and M 0average B dose rat apply to'jrersamal end Wmrfiing intttry'resuEng from on abases aomMbbd bd= you ecgtfirad orfomfedtttaorgamon * S Arty person ar nrgertbadGart b whom or fQ vvtdtit you ors obrrt,Iatad by vitlaa of a wrlttaru oorntract, agreement or - permit to pmmft such Insurance us afronded by fdi6 policy Is an 6tsun4 but only vAM respect 10 dabiity rawk- ing turn: . a. 'YaurwoW far 8tat kWrnad by yotc b. Permits issued by state or pogiCal suividons for operaikm petibfined by yotr; or a. Premises you own, rank ocojpy arum. This provision doaa rot apply cruses fie Written aenntrsc# a egreeraent has been efreotAad, ar true partnttt has been Issued, pdor to the RwdMY.friurY. , Waperly den►? . ar'permnal and advertising IrW, , T* provlaiont does not apply to WW povan or organization far'your prorhW. The ADDITIONAL INSURED - VE.NWRS endorsement must be rttaiC wd tD file policy b pMVMa coverage for -yam pfuftw. NO persodnr 019OWZ tion lo an insured wffi mapect to the candtrrtaf arty current or pad porbnand9p, joird Vol. tare ar irnded Oahlllfy company that is not tthammh as a Named I OMW In to Declarabone. sEcTioN Ill - Uhm of jmeuRANaE ti The i.InUs of Insmwm shown in the Deda Bins and the rules below fk the moot wo Wlll pay regarcueae oft o number of: - b. Clafrna MOO or ws" brought; or a Parsons or atgar kwane making ciellra er bringing �suma'. d. Persons or "nhmthns lydtldad by VM or WOM acrtbac4t aWemvwd or pamit 11m* U m9ta of 1mr ance shab be rho thdr required by fiat wrMm agreement or pefmft or the Llndls of Insurance of If popca). Whichever is lv, and d afi not ba in add8fan to fie Limits or Insurance sham in the Dedafa- 2. The Gerferal Aggragds I3mU is fife most we will peyr for the sum of a. Medical eau miss under Coverage q b. Damages render Coverage A, MW deraWas because of'bo* kW or'pmWty deanaW f oxied in tue'P�Mpleted aperadona hasad` and a. Damages trader Coverage EL 3. The Prodrrds-00rr0d8d OPWWOrts Agp BOON Unit Is the most we WE pay trader COf! w&A far denages because of'bo ft IrtW atd'propeny damage' Included in the'produc ccmplsled aperatinns hasard". 4. Subject th 2. above, the Personal and Adve hWW IrM UA lo to mast twe WIN pay under Coverage a for the BUM of du damages because of all'pereonal and adve oft NY ausminad by any ante peisau or organiza- ron. 5. subject lo 2. Or 3, above, Whtchtiver apple?, die Eadu 0ca9MM Uf tti ie file most we vn'A pay for Ufa am at a. Damages render Coverega A; and b. Med®f erg under Coverage C beaaugs of all "bodily injwlr and "property damage" moulflng from any ale 4=cumance". S. Subject W 5. above, the Damage To P=W"* Rgnbd To You UW4 % the most we Will Prty under Coverage A for damages because Of'propa3y dranOW to any ate premiere, wilds rented to you, or in the On of damega UND 24T 04 02 i'figs to of ns SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: Citv of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and.the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: , 20 You are hereby notified that on the _ day of 20_1 the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287. 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: Citv of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287 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 7/96 Section 00650 Page 1 project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of 20 CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20_, by Witness my hand and official seal. My Commission Expires: Notary Public day of 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: Bid 5940 Fossil Creek Trail Underpass @ Hwy. 287 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. 7/96 Section 00660 Page 1 B. Complete excavation work to the grade elevations shown on the drawings for all areas to be paved. 3.03 Clearing the Site A. All areas underlying new structures, paved areas, site fills and embankments shall be cleared of stumps, shrubs, brush, and other vegetative growth. B. Any material containing roots, grasses and other deleterious or organic matter generally found in the top six inches of undisturbed natural terrain shall be stripped from all areas requiring excavation, grading, trenching, subgrade preparation for foundations and embankment work. The City will require stripped top soil deemed suitable for spreading over the finished grades to be stockpiled and preserved until the finished grading operation, at which time it shall be spread uniformly over areas to be seeded or sodded. C. Upon completion of the project, completion of a particular phase of the project or termination of the use of any particular area, site, storage yard right-of-way or easement, the Contractor shall promptly and neatly clean up the area and re-establish the ground to the contours required by the project or conditions prior to project commencement. 3.04 Earth Fill Construction A. The Contractor shall perform all grading to the lines and grades specified and/or established by the Engineer, with an appropriate allowance for topsoil. All slopes shall be free of all exposed roots and stones exceeding 3-inch diameter, which are loose and liable to fall. Tops of banks shall be rounded to circular curves not less than 6-feet in radius. B. Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of 4-inches in areas to be revegetated. C. The Contractor shall protect the fill against freezing when atmospheric temperature is less than 35 degrees F (1 degree Q. 3.05 Compaction A. The Contractor shall meet minimum percentage density specified for each area classification as follows. Percentage of Maximum Density Requirements: Compact soil to not less than the indicated percentages of maximum density relationship determined in accordance with ASTM D 698. Foundations, Paved Areas, Utilities and Sidewalks - 95 percent 2. Unpaved Areas - 90 percent B. Control moisture content within 2% of optimum moisture content as determined by ASTM D 698. Where subgrade or layer of soil material is too dry to permit compaction to the specified density, uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material. Mix soil and applied water by blading, disking, or other methods to achieve uniform moisture content throughout the soil mass to be compacted. C. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 3 of 5 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE OR 0172 (12198) COLORADO DEPARTMENT OF REVENUE (ENe•ERcosoza, CONTRACTOR APPLICATION DEN ERR 16 FOR EXEMPTION CERTIFICATE Pursuantto Statute Section 39 26.114(1)(a)(X" wo„ u TM o The exemption certificate for which you are applying trust reused onlyforthe purpose of purchasing construction and building materials for theexempt project described below. This exemption does not include or apply tothe purchase or rental of equip ment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become parr of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use oft he 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 (Seereverseside). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. 89istrataNAccoup o. to be assigned by ead 0170.750 (999) $0.00 CONTRACTOR INFORMATION.. Trade name/A'. net, partner, a corporate name Mailing address (City, State. Zip)-. Contact Person -Mail address FederalEmployer's Identification Number: amount foryour contract ax um er ( ) Business telephone mmber ( ) ora o vn o ug taa amount number EXEMPTION INFORMATION Coptes,ot,contraarorsgrsomsntpagges;(t)Inentytngtu�acahtraotR+gpar�ttts, aid(3)contakfngslgnatuie8ufcaritraettngpatttesmUsttieattSchad y'�'"*„ xempl Name of exempt organization has shown on contract) organza on s number 98 - Address of exempt organization(City, Slate,Zip): Principal contact at exempt organization Principal conacls telephone number: Physical location of project site (give actual address when applicable and Cities and/or County ties) where project Is oca e ) Scheduled Moan Jay ear Estimated 7Fm7F ay ear consimoion start dale: completion date: If dedare 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 officerTile o corporateof cer Date: Vv MVI WKi1t OLLVW IHIZ, 11-11t: Section 00670 Page 1 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac- tors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89- 12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed- ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. Section 00670 Page 2 y SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERU COiNDMONS have been developed by using the STANDARD GE'vF,RAL CONDITIONS OF TILE CONSTRUCTION CONTRACT prepared 1iy the Engineers Joint Contract Documents ('mimince, }iJCX_ No. 1910-8 (1 ") Edition), as a baiL_ Changesto that document are shown b;, underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL. CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9199) TABLE(TCON TI-NTS OF GENE CONDITIONS Article Or Paragraph Pace Article or Paragraph Number Number Number &Titic DEFINIT[O'NS I I Addenda, 1 -1 Agreement...._............................... L3 Application tor Paym ent I 1 4 Ashestos I 1.S Bid 1 6 Bidding Documents 1 7 Bidding Requirements I I's Bonds.. . ........... ....... ...... ........ ....... _1 I 19 Change order I I Io Contract Documents I 1.11 Contract Price 1,12 Contract Times_... 1,13 CONTIMC " I'OR. .. .. .. .... ... . 1 1-1 defi?cnve .............................................1 1 15 I)ravrings . .. .... . 1.16 Effective Date of the Agreement 1 IA7 ENGINEER 1 1.18 ENGINEE Rs Consultant ..... . I 1 19 Field Order, . ... ....... .. I I it) General Requirements ... .... I 'I hazardous Waste 1.22'a Laws and RegulatiOnS; 1.2W$ 01 Regulations.....__.._...,._.. ... .. ..... 1,21b Legal llofiday% ... ..... ... ...... ...... I , 113 Liens." - ................ 1,24 'Milestone ....... ..... 1.25 Notice of Award 2 1.26 Notice to Proceed 1.27 OWNER 1,28 Partial Utilization 1.29 130 Petroleum ... 1.31 Prqjcct . ......... .. 2 132.a Radioactive Matenat I 32.b Regular Working Hours-,­.- 1 33 Resident Project Representative,. .2 134 Samples.._........_... 1.35 Shop Drawings._.._. 2 136 Spmfications ........... ....... 137 Subcontractor ............. ............ ........... 1.38 SubstantinI Completion ............. .. ..... 2 1.39 Supplementary Conditions 1.41) .... I .... ....... Supplier_.._........_...._..... ...... 1. r ......... ­2 1 1.41 Underground FaCilitIts .... 11 ... .... 2-3 1,42 Unit Price Work 3 1.43 Work 1 44 Work Change I rective...... ... .. ...... 3 1.45 Written Amendment Page Numhcr PIZLIAM[NARY MATTERS. . . ...... .. 3 1 Delivery of Bonds Copies of r)oeUrn en Is... Commencement ofContract Timcs; Notice to Proceed 3 2-4 Starting tirowork ... ... 2.5 Before Starting Construction: CONTRACTORs Responsibility to Report;Preliminary SchAles, Delivery Of Certificates Of Insurance 3-4 1.8 - Preconstructiuri Conference..... 2,9 Initially Acceptable Schedulest.- 4 CaNTRACT DOCUMENTS. JIFETN'T AME.M.)ING, Rl-USF-1-1 ... .4 3.1-3.2 Intent . - . . 4 3.3 Reference, D Si andu'dt" and Speci- fications of Technical Societies: Reporting and Resolving Dis- crepmicie5................................. 4.5 3.4 Intent of Certain Terms a A4jectives ..................................... 5 3.3 Arnendin2 Contract Docuncnts, 5 36 Supplementing Contract Documents .......................... ........ 5 37 Reuse of Documents.._....._...._..... 5 AVAILABILITY OF LANDS; SUBSURFACF AND PHYSICAL CONDITIONS RFFERENCE PO MIS 5 4.1 Availability of Lands.... ........... .. . 5-6 4.2 Subsurface and Physical Conditions 4.2.1 i...............6 Report% mid lr"Ings ..................... 4.2.2 Limited Reliance by CONTRAC- TOR Authorized: Technical Data 6 4.2.3 Notice of Differing Subsurface or Physical Conditicin4 ................. . 0 42.4 ENCYINTER's Review, ............ 42.5 Possible Contract Documents Change, ............. _......_..._.......6 4.2.6 Possible Price and Times Adjustments .......... .... .......... ... §-7 43 Physical Conditions --Underground FoQilitics....................................... 7 43.1 Shown or Indicated.- .......... ' 7 4.12 Not Shown or Indicated ....... 4.4 Reference Points 7 EJC.*[)C GTt,&:RAL ccmirioNs i9io.s o990 EmrioNi W! CITY OF FORT COLLINS MODIFICATIOINS, OTV 9199) Article or Paragraph page Article or paragraph pace Number &: Title Num her Numher &: Title Numlx:r 4.5 Ashestes, PCIX Petroleum, Ilazardous Waste or Radioactive Material ............. ....... 7-8 5. BONDS AND INSURANCE ................................. S 5.1.5.2 performance, Payment and Other Bonds....._....__ ...... ............._......._. r 5.3 Licensed Sureties and Insurers; Certificates of Insurance.,_................8 5.4 cONTRAM-OR'sLiability Insurance.........................................9 5.5 OWNER'sLiability Insurance, ,_._....... 5.6 Property Insurance.._ ......... .......... ..9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance. . ...._., .,..,10 5.8 . Notice of Cancellation Provision .......10 5.9 CONTRACTOR'sR,esponsibility for Deductible Amounts,_.._.,.._.,.,,, 10 5.10 Other Special Insurance ............. ..__'10 5.11 Waiver of Rights ................ ...... ....... ..l l 5,12-5.13 Receipt and Application of Insurance Proceeds ....................10.11 5A 4 Acceptance of Bonds and Insu- ance Option to Replace .................. 11 5.15 Partial Utilization --Property Insurance............ _..........................11 6. CaNTRAC'f OR'S RESIX)N31BILITIES ...............11 6.1.6.2 Supervision and Superintendence..,,,,,11 6.3-6.5 Labor, Materials and Equipment,,, 11-12 6.6 Progress Schedule, ........ ,.................... 12 6.7 Substitutes and'Or-Equal"Items; CONTRACTOR'S Expense; Suhstitute Construction Methods or Procedures; ENGINF,ER's Evaluation12-13 6.8.6.11 Concerning Subcontractors. Suppliers and Others; Waiver of Rights ....................._.13-14 6.12 Patent Fees and Royalties ............... _ 14 C,.13 Permits__._.... .............. I ............ ._ .... 14 6.14 Laws and Regulations ....... .............. _J4 6.15 Taxes ......... __.............. ................ 14-15 6.16 Use of Premises ................................ 15 6,17 Site Cleanhiress .........................._.15 6,18 Safe Structural Loading ..... ......... _..,15 6.19 Record Documents ... .... __... ..............15 4.20 Safety and Protection....................15-16 6.21 Safety Representative .........................16 6.22 HamrdCommunicationPrograms --- ,„16 6.23 Emergencies, 16 6.24 Shop Drawings and Sample* ..............16 Ml 6.25 Submittal Proceedures; CON- TRACTOR's Review Prior to Shop Drawing or Sample Submittal __._....._....__..16 6.26 Shop hawing &' Sample Submit- tals Review by ENGIN E'ER _.... 6.27 Responsibility for Variations Fran Contract Documents.,........17 6.29 Related Work Performed Prior to IiNGiNEER's Review and Approval of Required Submittals... ........... I' _. _............ 17 6.29 Continuing the Work..., ..... - ...... 6.30 CONTRACTOR's General Warranty and Guarantee ... _......... 7 6.31-633 Indemnification.,.......__..__,_ . 77-18 6.34 Survival of Obligation .................... 18 T OTIMRWORT._..._....................._.....-__...,...18 7.1-7.3 Related Mork at Site......................18 7.4 Comdinatiott............... ......._ ......18 8_ 0WNER5RESPONSIPTUTIES .........................)8 8.1 Communications to CON- TRACTOR ..................... _......._ IS 8.2 Replacement of ENGINEER ............ IS 8.3 Furnish Data andPay Promptly When Dye..................................18 8.4 Lands and Easements; Reports and Tests._ .............. ............ J8-19 8.5 Insuranca...---..... _....................... _.19 8.6 Change Orders ................................ 19 8.7 Inspecliows, Tests and Approvals ...................................19 8.8 Stop or Suspend Work; 'terminate CONTRACTOR's Services .............................. ........19 8.9 Limitations on GAINERS Resporisibilities- .......................19 8.10 A31"s oos, PCBs. Petroleum, Flazardous Waste or Radioactive Material, ........ __ .... _J9 8.11 Evidence of Financal Arrangements ...........................19 9. ENGINEERS STATUS DURING CONSTRUCTION ............................................. 19 9.1 OWNERs Representative . _.......... ,19 9.2 Visits to Site : ....... ...... ...... ........... ,19 9.3 Project Representative ..... .......... .19-21 9.4 Clarifications and Interpre- tations. .......................................: t 1 9.5 Authorized Variations in V6,k........21 L.tC1 C GFINT72AL CONOMON; 1910•a 11990 ED1110M wi CITY tN FORT COLLINS MODIFICATIONS (REV 91991 Article or Paragraph Pace Article or Paragraph Nse Number & Title Nuill ber Number & Tall Number 96 RejeclingDefectiveWork 1-1 SL 13,9 tTricovering ikork at ENC.A_ 9,7-9.9 Shop Drawings, Chant, c Orders NF,ER`.s Rcqucst and Payments._ ...................... .......... 21 13.10 OWNER N-Iny Stop the Work 'S 910 Octerminatims for Unit Prices 11-11 Correction or Removal of ....... 9.11-9,12 Decisions on Disputes, HNGl- Defeeth e Wot k NEER as Initial Interpreter 13,12 Correction Period ....... 9.13 Limitations on ENG NNEER's 13.13 Acceptance ol-L)qfeclive Work_ 1 28 Authority and Responsibflifics_..2i-23 111,14 01VINMR May Correct Defecttre Work CHANGES IN THE" WORK I 23 _ ... ­ ­ . I I I ­.. 10.1 OWNFR's Ordered Change ................ �3 14 11A1•MEMS 10 CONTRACTOR AND 10.2 Claim for Adjustment.-, ........ ...... .23 CON411LETION 19 10.3 Work Not Required by Contract 14.1 SChedlUic Of Values 21) Documents .............. ......... _23 14. 2 Application for Progress ...... .. 10.4 Change Orders . .. ........ .. ...... 23 PINin tilt 29 JO'S Notification of 9uretv 2-, 143 CON-rFACTOR'sMirratityof . Title_...__. 2o CKANGF OF ('01MACTPRICE . ...... . 14.4-14 7 ..... ........ ......... Review of Applications for _., .... Contract Price; Claim for Progress Payments 29-30 Adjustment; Value of 14.8-14.9 ..... ...... . Substantial Completion .......... .. 30 the Work _ ..... ... ........... ...... 23-24 14.10 Partial Utilization 11.4 Cost of the Work .... ................ .... ;4-25, 14.11 Final Inspection„.„........................ .30-311 31 11.5 Exclusions to Cost of the liVork ....... ... 2.j 14,12 Final Application for Payinent 31 11.6 CONTRACTORs Fee ........... .... _25 14 13-14.14 ........ Final Payment and Acceptance., 11.7 Cost Records..........._ 25-26 14.15 Waiver of Claims. .... ,31 11-31 11.8 Cash Allowances ... ....... 11.9 Unit Price Work_ 16 15 SUSPLNSI(Yiq OF WORK AND TERMINATION ... I ...... 32 CHANGE OF CONTRACT IDES ............................ I �6 15.1 ­ I ................. OWNER May Suspend Work .... 32 12.1 Claim foTAdjustiment .. .... .. . ­ ­­ - 116 15.2-15A .......... OWNFR Niav Terminate 112 P., 2 Time of the Essence_...-....... _......... h 15.5 CONTRA(IbR.Mav Sto12.3 p Delays Beyond CONMk-CTORs Work or Terminate., 32-33 Control 2(,--17 .............. . P_ 4 Delays Flaryond OWNFR's and 16 DISPUTE RESOLUTION.....­111.1 33 CONTRX-TOR's Control., . ............. 17 ..................... 17 N41SC,'j-.l,LANrOUS TESTS AND INSPECTION& CORRECTION, 17.1 Giving 'Notice 33 REMOVAL OR ACCEPTANCE OF 17.2 .... Computation of Times ....... 33 DE17EC77PE WORK ......................... .... _ ....... ...... _ 27 17.3 ... .......... Notice of Claim 33 13.1 Notice of DcAwts; ...............................I I74 Cumulative Remedies 33 13.2 ACeM to the Work._.......____..._.._.. -7 -4 17.5 - .......... _ Professional Fees and Court ........ 13.3 Tests and lnspections; Costs Included 33 CONTRACTORs Couperation, ...... _327 17.6 .... ........ Applicable State Laws„_.... ..... 33-34 13.4 OWNER!s Responsibilitie% .__, Intentionally left blank 35 Independent Testing Laboratory .... _27 ............ 13.5 CONTRACTORs r_%'HIBlTGC.-A: (Optional) Responsibilities_ ....... Dispute RCSOILITion Agreement-__......._,.._ -AI 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration _QC GC -AI tion. Testing or Approval .... .......... 27 16.7 Mediation _ PC -At E.C.13C CEINFRAL C0jj)f170N5 I 91o,it (1,)9(1 Fiji rj()jqj %w (i jy or r(,)Rr COLLINS MODIFICATI ON, (REV 9/0) INDFY TO GENERAL CONDHIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this indCN Article or Paragraph Number Acceptance or -- Bonds and Tnsuiancc .... ........ ...... ................... i 14 tie fecfive Work .10.4.1, 13.5, 13,13 final payment 14.15 insurance- ,, , .. ... - ............ ......................15.14 other Work. by CONTRACTOR ...... ... . .... 73 Substitutes and"Or-Equal" Items .................. _j5 7 1 Work by OWINFR ...... ......... ........... .11.3, 6.30, 6.34 Access to the -- Lands, OW10Y and C0-,N'TRAC,roR rnptmsibilitics ... ..... ...... ... .............. site, related Work.._...__....... I..__...._.........— .....7.2 Work, __.. ........... ............. 13 2. 13.14, 14.9 Acts or Omissions--. Acts and Omissions-. CONTRAM'OR . ..... .... ...... ....... 6-9.1, 9. 13.3 1, �N (,, I �\t Fat._ 6.20, 9.13 3 OWNER -0 .......... .... ............ ............... .8.9 Addenda --definition of (also see definition of Specifications),_., (16, 1. 14), 6.19), 1.1 Additional Property Insurances .... .......................... Adjustments -- Contract Price or Contract 'I'imcs 1.5,15, 4A, 4.3.2, 4.5.2, --4,5.3, 9. 4, 9.5. 101- 10A, . ........... 1.11, 12, 14.8, 15.1 progress schedule .. ......... _ ...... ............ ... 6.6 Agreement -- definition of ........ ............................... .......... 3.2 ",All -Risk" Insurance, policy form............_..............�.6.2 Allowances, Cash, , - __ ......... -..,_...__.....I.... 13 8 Amending Contract Documents.." 3.5 Amendment. Written -- in general ......... _ .... J . 10, 1-45, 3.5, 5- 10, 3. UZ 6.62 ............. 6.19,10.1, 10.4, 11.2 Appal, oi O'T'CONTRACTOR`I 12.1, 13,112, 14.7.2 intent to ..........................Q.10, 9.11, 10A, 16.2, 16.5 Application for Payment ­ definition a( ................................. .................... J-3 FINGMFIVs Responsibility ...............................9.9 final payment_,.,,.. ..... 9.114, 9.13.5, 14 12-14.15 in general ....... ­­ ............. 18, 2.9, 5.6.4. 9.10. 15.5 progress payment..........._ ........... ......... 14.1-14.7 review of .......... ..... ......... ............ _____14_4.I4.7 Arbitration .....................................................16.1.16.6 Asbestos -- claims pursuant thereto ... ­­­­ ......... . 4.5r2, 4,5.3 CONTRACTOR authorized to stop Work ........... *5.2 definition of......._ .. ....................................... 11A.4 Article or Paragraph \.UMLVT 0XVNER responsibility for ............ ­­­ 1 .11 .14 iL S.10 possible price and times change,,.,, . _. - 4S 2 Authorized Variations in Work ........ —3.6. 6_25, 6.27. 9.5 Availability of Lands _ ................ 4.1. 8.4 Award, Notice of--def-inect ., . ...... ..I.25 Before Starting Construction 25_1$ Bid —definition of, ...................... 15 (1 - 1, 1 10, 2. 3, 3-3, 4,16.4, 6.13, 11 _43, 11.9 1) Bidding Documents —definition of ..... I ............ ......... ....... ).6 (6.&2) Bidding Requirements --definition of ........ I ..................... 1 J (1.1, 4 2.62) Bonds -- acceptance of ...... 5,14 additional bonds... _........... _........... J0.5. 11.4.5.9 Cost of the Work ,__ ............ ....... 11-5.4 definition of........_.......,....__ 8 delivery of..._ . .............. ...... � -.2, 1, 3. 1 final Application r aymen]; .... --- - --- 1412-14.14 _ general ............................... 1,10. 5_1-5.3v 5.13, ............... 9.13. 10.5, 14.7.6 Performance, Payment and Other .... . .......... _5 1-5-2 Bands and Insurance --in general.-,- ..... 1—, ­­­­.1..5 Builder's risk 'all-risk" policy form, _, ..... ..... _ _5.6.2 Cancellation Provisions, Insurance. ...... 5 4 11, 5A 3.15 Cash Allowances ................. - ... 1. ­ I ... .......... .. .... 11.8 Certificate of Substantial Completion,. 1.38, 6,30.2.3, 14.8, 1410 Certificates of Inspection Q.13.4, 115, 14.12 Certificates of Lisurance.............2.7, 5.3, 5.4.11, 5.4.13. 5.6.3, 5,8, 5.14, 9.13.4. 14,12 Change in Contract Price -- Clash Allowances..............................................11.8 claim for price adjustment,_,,,,-,... A. 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 CONTRACTORs fee .........................................11.6 Cost of the Work general ...................... 11.4-11.7 Exclusions to ......................... 1.5 Cast Records; ........ I 1.7 in general ............. J. 19, 1.44, 9 11, 10.4.2, 10,43, 11 Lump Surn Pricing ..........................................11.3.2 Notification of Surety..........._ .... ........... .... 105 Scope of .............. __ ................ ...... ........ JO.3-10.4 Toting and Inspection, Uncovering the Work. 139 LJCDC'. GrNFRAL CONDITIONS 1410-80990 EDMOM w/ CITY Or MILT C011IMS MODITICA710M, (REV 9199) tolt Price Work, 1, 9 Art iCl C OT RYTiiZraph Number Volue ofWork ............ . Chang in Contract I imes- ,[arm for times adjustment.... __4 1, 4 16, 45, 5, 1 i, 65.2. 9.4, 9.5. 9 11. lo!:. lq5. 12 1. .1.13.9, 13,11 1314, 147. 15.1. 15.5 Contractual time limits. - 112 Delays beyond CONTRACTOR:, control 12.3 Delays beyond OWNER's and CON'T RACTOR's control ... . ..... 12-4 NoLificationof,"-ety.. Ail- 5 Scope of change...... ...... .... .10. 3-10.4 Change Orders - Acceptance of0efective Work. 13,13 Amending Contract TN)cuments ......................... 3.5 Cash Allowances Change ofContmel Price ... . ....... 11 Change of Contract Times 12 Changes in the Work ............. .... .10 CONTRACTOR's fee 1.6 Cost Of the Work„--,.,,,-,,, .... ..................... 11.4-11.7 Cost Records 7 definition of ... .......... 1.9 emergencies.. ................. 6.23 ENGINE-ERs responsibility_ 9.8, 10A, 112 I2A execution oC ................. ....................... ...... )0.4 Indcainifictiorl ........ - ..... -­­0 12, 6 16, 6.31-6,33 Insurance, Bonds and.,.,.,. 10,5 OA`NER May terminate,_„___,,,,__..,_... ...... 15.2-15.4 OWNIERs Responsibility ..... ...... .......$.6. 10.4 Physical Conditions - Subsurface and 4. 2 . Underground Facilities-- ........ ................... +12 Record Documents,..._,,,..,,- .... _ , Scope of Change ....... ..... . L ...... I—, . j(j'3-l(JA Substitutes........ _ .............. . 6.7.3, 6. 8, 2 Unit Price Work t 1.9 value of Work. covered Iry v ......... ....................... 113 Changes in the Work__......_.-...._.._ ...... 10 Notification OfSurety,-­---- OWNEWs and CONTRACTOWs responsibilities,- ... - ... ........ .............. 10.4 Right to an adjustment ............. .. . 10-2 Scope ofchange...................... .......... 10.3-10A Claims -- against cONTRACC OR -----6 16 against ENOMFER .... ---- -11. ...... ..... _6.32 against OWNER- r I ....... - ... ­ I—- L ...... 6,32 Change of Contract Rice,.,,...._ ...... _ 9 4, 11.2 Change of Contract Times ........................... 9.4, 111 CONTR-ACT0R!s-,-- .... .. !4, 7.1, 9A, 9,5, 9.11, 10 2, ........... I ............. 11 z 11.9, 12.1, 13.Q 14.8. ...... 1.15.1. 15.5. 173 VI CON IIZAC I 01"s 1'ec 16 Article or Paragraph Number CONMACTOR:s liability... _ 5.4, 6 I'll 0 16. 6,31 C'Ost of tile Work -11.4, 11,5 Decisions on Disputes._.. .... .. ..... ... ...... 9.11,9,12 Dispute Resolution 16.1 Dispute Resoluti(m •l-Lrcemelu 1-16 6 ENGN,EER as initial injerpretor 911 Lump Sum Pricing ..... . 11132 Notice of 373 OWNER'S., ........ 4, 9, - S, 9,11, 10,2 11.2 ' 11 9 12.1. 13.9. 13.13, 13.14, 17.3 OWNT-R's liability 5,5 OWNER may refuse to make payment,.. _ ....... 14,7 Professional Fees and Court Costs Included request for formal decision on .......... ............ 9.11 Substitute Items 6.7.1 2 Time Extension. _111 Time requirements... ...... 12-1 Unit Price XNrorl, 1193 Value of J. 1.3 Waiver or -on Final T-tYlilent .................34.14, 14,15 Work Change Directive ... ... . ... 0 .... ­ ­' 12 written notice require(],_,..,. _ - .... 9.1L 11.2, 12.1 Clarifications and Interpretations........._ .3.6.3, 9.4, 9.11 Clean Site 6.17 Codes of Technical Society, Organization or Association ............................................a.33 ..... "t ... Commencement dContract nTimes 2 Communications -- general ... ....... .. . .... ..... 6 2. 6.9,2. 8.1 Hazard Communicatim Programs ... ........... 1-- (,,22 Completion- Final Application for Nyluent.-, ........ I ............ 14.12 Final Inspection 14.11 Final Payment and Acceptance ........ j 4.13-14.14 Partial Utilization 14.10 Substantial Completion„_ ..... . ..... 1-38, 14.8-14.9 Waiver Of Claims..... _--- ............................... 34 U Computation of Thnes ...... ........ ... ..... 17.2. 1. 17.2.1 Concerning Subcontractors, Suppliers and Others . .. .............. ........ 6 MAJ Conferences -- initially 'acceptable schedule.4..... ...... .................. 2.9 preconstruction ...... - .......................... Conflict, Error, Ambiguity. Discrepancy.. CONIRACIORto Report. 15, 3.3.2 Construction, before starting by CMTRAC,TOR - 5-2.7 Construction Machinery,Equipmont" etc" .... :64 Continuing the Work ....... ....... ............... -16.29, 10.4 ContiaLt Documents - Amending ............. ............... '13 5 Bonds �5.1 F,JCDC GENERAL COMA rIONS 1910-8 411)90 ta>tnout W/ (TrY OF FORT COLLN', MODIFICATI ONS (REV W99i Cash Allowances ... ..... ..... . , . ­ ... .. .. In K Article UT 1hragT4ph N 1 -urn he -T Change of Contract Price.._ ....... .................. Change of Contract Times Changes in the Work ...... ... .... ... I o 4-10.5 check and verify .............. ....... 1.5 Clarifications and Interpretations,,,,,,,,,,,,,,,,_..-..-. - 12. 3,6, 9A. 9.11 definition of......._ ..... 10 ENGHNI,ER as initial interpreter of..,. 9 11 ENGINEFR as OWNER'.i representative ..............9.1 gencraD Insurance .. . ....... . ............. ..... ...... ... 3 Intent....... ­ ...... ................................. ..... 3.1-3.4 minor variations in the Work ............... ...... ........ 3.6 OWNER'S responsibility to furnish data,....._...... 8-3 OXVNFR's responsibility to make prompt payment ......... ........... .... $3, 14.4. 1413 precedence, ... ....... .................... ........ ..... 3- 1, 3, 33 Record Documents ...................... .................. .. 0,19 Reference to Standards and Specifications of Technical Societies ...................................3.3 Related Work ....... ................... ...................... 7.2 Reporting and Resolving Discrepancies,,.,,,-, 2.5, 3.3 Reuseof . ....................... * ................. ­ ............33 Supplem eating .................. .... ­.­ ......... ......... ­3.6 Termination of ENGINEERs Employment ..... ... 82 Unit Price Work ...............................................11.9 variations ........ ........... 3.6, 6.223. 6,27 Visits.to Site, ENGINEEMs ... 1­1­1 ....... Contract Price -- adjustment of., ...............3.5, 4A, 9.4, 10.3. 1 L2-I 1.3 Changeof .... ­ ......................... .........................11 Decision on Disputes ........................................9.11 definition of .....................................................1I1 Contract Times— adjustment of ..........................3.5, 4.1, 9.4, 10.3, 12 Change of .................... ...................... .... J2.1-12.4 Commencement of..........._ ......... - .......... 2.3 definition of ..................................... ............ 1.12 CONTRACTOR— Acceptance of Insurance .............. 14 Communications ......................................6.2, 6.9.2 Continue Work ......... ................ ........ ­.k.29, 10.4 coordination and scheduling ... ........ ............... 6,U definition o......................................................1.13 Lim tied Reliance on Technical Data Authorized_._..........._.........-__.._,. 4.2.2 May Stop Work or Terminate, ­ ......... ....... ...... js.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,.. 7.2, 13.2 Safety and Protection ............. ­­. 4.3.1.2, 6.16, 6. 18, 6,21-6.23,7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal. .......... I .... I ....... ........... ti.25 Stop Work rccluircments., .4 S CON YRAC FOR's- - Article or Ritagraph Number Compensation , _ 11, 1-1 L2 Continuing Obligation ..................................... 14.15 Def"five Work JA 13.1(-13.14 Duty to correct ckyecjnv Work ... ......................13.11 Duty to Report -- Changes m the Work* caused by limcrgency__.... 6.23 I)efecLs in work ()I'Others ............................. 73 Differing conditiom ........ . ... . ...... 1. ....... 14.13 Discrepancy in Documents . ..... 11 5, 3.3,2, 6 14.2 Underground Facilities not Emergencies... ..... ... ..... .. 6-2 23 Equipment and Machinery Rental, Cost of the Work ...........................................11 .4-3.3 Fee --Cost Plus...__..,...........11A.5.6,......11.5.1, 11 6 General Warranty and G unrantee; ... _ ­ ­­ ­ ..... 630 Hazard Communication Programs .................... � � 0.2 2 Indemnification... ... ...... ... f;,. 12, 6,16, 6,31-6.33 inspection of the Work ...............................7.3, 13.4 Labor, Materials and Equipment ................... 1-6. 5 Laws and Regulations, Compliance by . ........ 614.1 Liability Insurance.._........._..........._.._.......... A Notice of Intent to Appeal ............. . 9.10, 10.4 obligation to perform and complete theWork ........................... ................ ....... 0.30 Patent Fees and Royalties, Paid for by ...... ­ ­ . .... ¢ 12 Performance and Other Bonds...__ .. .............. .... 5 1 Permits, obtained and paid for by ... ......... ..... 0,13 Progress Schedule ...........................2.6, 2.8. 2.9. 6.6. ­­­­ ...... ­ ­ ...... .....629, 104, 15.2.1 Request for formal decisionon disputes ........... Responsibilities— Changes in the Work ....... ...... . Concerning Subcontractors. Suppliers and Others-„ ................... _ _........... 6.8-6.11 Continuing the 'Work... ..... ...... ­ ... ... 0.29,10.4 CONTRACTOR's c---,pcnsc ........................... (3,71 CONTRACTORS General Warranty and Guarantee .. .......... & 30 CONTRACTOR s review prior to Shop I)TgWing CC Sample submittal ..... -- Coordination orWoTk ........... ­­ ................. 69.2 Emergencies .............................................. 6,23 ENGINEERS evaluation. Substitutes or "Or -Equal" items .. ..... .. ­ .. ............�. 7.3 For Acts and Omissions of Others... .. .... ................ l5-9.1-6.9.2, 9.13 for deductible amounts insurance .................. 5.9 general ................................. ...... ti, 7.2, 7.3, 8.9 Hazardous Contalunication, Programs.......... 6.22 Indemnification ...................... ­11 .... '...6.31-6.33 oii EJMC. GENE-RAL CONDrriom 1910-3 (1990 EDITION wi CITY Or, FORT COLLINS MODIFICATIONS W.V 9!99)