Loading...
HomeMy WebLinkAbout109445 CONNELL - CONTRACT - BID - 5954 TIMBERLINE ROAD WIDENING—r-wrootnc s) SPECIFICATIONS [ ) AND �,/ CONTRACT DOCUMENTS FOR Timberline Road Widening Project BID NO.5954 of Fort PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS February 14, 2006 — 3:00 P.M. (OUR CLOCK) SECTION 00020 INVITATION TO BID Date: January 11, 2006 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 February 14, 2006, for the Timberline Road Widening Project; BID NO. 5954. If delivered, they are to be delivered to 215 North Mason Street, 2°d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of the improvements for widening Timberline Road from Drake Road on the South to Prospect Road on the North then approximately 1500 feet north of the Prospect and Timberline Intersection. Also adding turn lanes on Prospect Road and upgrading medians in Prospect from the Great Western Railroad Tracks on the West to the Spring Creek Bridge on the East and widening out the entire intersection and upgrading the traffic signals. Also included with this project will be the addition of medians on Timberline Road from Drake Road to the end of Integrated Equities Property. This Project will construct the Perimeter Roads for the new Fort Collins Police Services Facility, including, water, sewer, storm sewer, curb and gutter, asphalt, and sidewalks. Spring Creek Bridge on Timberline will be widened out to the West approximately 85 feet. The Contractor will provide Traffic Control and Construction Surveying. The Contractor will be required to work with City of Fort Collins traffic control supervisor. 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. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on January 24, 2006, at 281 N. College Ave., Conference room A, Fort Collins. Contract Documents will be available January 13, 2006. 07/2001 Section 00020 Page 1 Lahm, Materials and Equipment _ _-_ 6-3-6 5 Laws and Regulations _ -, _ _ _._ 6.14 Liabilitv Insurance Article or Paragraph Number Notice of variation from Contract Documents 0.27 Patent pees and Royalties,,,,,,, __ ._ 6 1'- Perm its 6 13 Progress Schedule. Record Documents ............... .6-19 related Work performed prior to ENGINEERS approval of required submittals ...................... _ ............ _.....6.28 safe structural loading ......... ... -......... 6.18 Safety and Protection..... _....... _...6.,0, 7.2, 13.2 Safety Representative........._........................6.21 Scheduling the Work..................................6.9.2 Shop Drawings and Samples_ ............ _._...6.24 Shop Drawings and Samples Review by ENGINEER .... _ _.... _........................6.26 Site Cleanliness.......__ ... ....... ............ -_.....6.17 Submittal Procedures..._..............................0.25 Substitute Construction Methods and Procedures,._ .......... ............. .... & 7.2 Substitutes and "Or -Equal" Items........ ......6.'7.1 Superintendence., . ............... ......... _........,6.2 Supervision ............. ..... _C Survival of Obligations ............... ............ ..... 6.34 Taxes ............................._ . ............... 0.15 Tests and inspections..,..,_„_,,,_._ ........... . 135 ToReport__ . ........ _1 ..._.............................. 2.5 Use of Premises.,,,._ _............6.16-6.18, 6 K 2.4 Review Prior to Shop Drawing or Sample Submittal...._ .................................. 6.25 Right to adjustment for changes in the Wor$,.,... 10.2 right to claim.- ...... ..... , T1, 9A, 9.5, 9,11, 10,2,11 2, 11,9, 12,1, 13.9, 14.8, 15.1, 15.5, 17.3 Safety and Protection ....,...,,.,.,... 6:20,6:22. 7.2, 13.2 Safety Representative ...................... _.......... _.... 6,21 Shop Drawings andSamples Submittal;_. 6.24.6.28 Special Consultants... _..... _.......... _..... ...... -.. I 1 A4 Substitute Construction Methods and Procedures 6.7 Substitutes and "Or -Equal" Items, EXPMSe.......................................:.. 6.7.1, 6.7.2 Subcontractors, Suppliers and Others.......... 6.8-6.I 1 Supervision and Superintendence..,-.,., 6,1, 0.2, 621 Taxes, Payment by .............................. ......------- 0,15 Use of Premises, ........ _......... _................ 6,1G6-18 Warranties and guarantees ............. ...... ....... 0,5. 6.30 Warranty of Title ........................................... ..14.3 Written Notice Required -- CONTRACTOR stop Work or terminate, ....... 15-5 Reports of Differing Subsurface and Physical Conditions .......................4.23 Substantial Completion:........_ ...........,14.8 .......... At ('ONTRACTORS--olher _ _ _ . 7 Contractual Liability Insurance 5,4.10 Contractual Time Limits Article or Paragraph Number Coordination CONTRACTOR'sresponsibthty_.._ _- _ 6.9.2 Copies of' Doc:umentti Correction PCT10d Correction, Removal or -Acceptance of Defective Work-- in general...................................104.1, 13.10-13.14 Acceptance ofDejcctire Work._ . .....__. -„13.13 Correction or Removal of Defective Work_._...__.._.,,6.30, 13.11 Correction Period ................... . OWVF.RMay Correct Defective Work... ........ _ _1 114 OWNER May Stop Work ................. ................ ..13,10 Cost -- of Tests and Inspections_ ,, _ _........ _ . 13 4 Records 11.7 Cost of the Work -- Bonds and insurance, additional ...................11.4.5.9 Cash Discounts..............................................11.4.2 CONTRACTOR'sFee..............._.,,,.„,__„_-,..,,_ 11.6 Employee Expenses ._...................... .........11.4.5.1 Exclusions to, ,..-_..... # 1.5 General H.4-I1.5 Home office and overhead expenses,,,,,,,,,,,,,,,,,,,,11-5 Losses and damages ....................... .............. 11.4,5.6 Materials and equipment___...... Minor expenses .......... .... ...........11.4.5.8 Payroll costs on changes. ... ...... ............ __...... 11.4.1 performed by Subcontractors.. ....................... 1.1.43 Records 11.7 Rentals of construction equipment and machinery ........ ...... _..... ........... ...11.4.5.3 . Royalty payments, perm its and license fees,.,. ................................. .......11.4.5.5 Site office and temporary facilities ,,,,_,...,,_,,,11.4.5-2 Special Consultants, CONTRACTOR's,, ....... _ 31 A.4 Supplemental ..... _..... ...... ....... _.....................11.4.5 Taxes related to the Work_ ............... ... ........1,1,45.4 Tests and Inspectioq ......................... ....13.4 Trade Discounts .......... _)L4.2 Utilities, fuel and sanitary facilities,,.,_,,.,..„ 11.4.5.7 Wok after regular hours.. __......... ............. _.1 L4.1 Covering Work._.........................................13.6-13.7 Cumulative Remedies_.-._...__..._.._.._......_,,,17.4.17.5 Cutting, fitting and patching ............... .......... ....... _ 7.2 Data, to he furnished by OWhZER... 8.3 Day —definition of .......... _-__.............................17.22 Decisions on Disputes, ........... ___ .......... .....9.11, 9.12 defective --definition of. ......... ..._...............1.14 defective Work -- Acceptance of.....-_.............................10.4.1, 13.13 EXI)C: C EWRAL Co?�OITIQNS 1910.8 (1990 E)j-n0 t) w/ 0TY OF PORT COLLMS MOMCAVONS (RF.N 9199) Correction or Removal of _104L13.11 OW'NF,R'sReprmmativc91 Correction Period _ _-.-_ 13,12 Payments to the CON-I'RACTOR, in general .,..... ..__......13. 14.7, 14.11 Responsibility for, .,..,,.,_...... ...............__9.9, 14 Recommendation of Payment14.4, 14.1:3 Article or Paragraph Number Article or Paragraph Number Obsenvation by 6'NMNFER 9,2 OWNER May Stop Work _ _ _ _ _ _ 13.10 Prompt Notice of Delects _ ... _ 13 1 Re)cctim1g.._. _. _. _.9.6 Uncovering the Work_ _ 13.8 Definitions Delays...............................41, 6.29, 12.3-12.4 Delivery of Bonds_ Delivery of certificates of insurance........ ..... 2.7 Determinations for Unit Price;............._......,-_..._.9 10 Differing Subsurface or Physical Conditions-- No6ceof _... ...4.2.3 F,NGTN ER'sReview......................................4.2.4 Possible Contract Documents Change.,_ ... ,... _4.2.5 Possible Price and Times Adjustments. ,., . 4.26 Discrepancies -Reporting and Resolving..._ _ _... ....2-5. 3.3.2, 6.14.2 Dispute Resolution -- Agreement, ........ ............ ................... )6,1-16.6 Arbitration......... ---........_............._..... 16.1-16.5 general16 biediation....... ._..............._.............,16.6 Dispute Resolution Agreement, _... .... ........ .-.... 16.1-16.6 Disputes, Decisions by PNGfNEE"R...................9-I 1-9.12 Documents -- Copies of...... - - -. . ._ 2-2 Record 6.19 Reuseof ......................................................_._. 3.7 Drawings --definition of_ . ..... ............. _ ...... _ _. _ 1 15 Easements ....................... 4A Effective date of Agreement -- definition pf .............1.16 Emergencies... _................... 6.23 ENGINEER -- as initial interpreter on disputes,,,,,,,,,,,,,,,, 9,11-9.12 definition of ..........................._ ......1,17 Limitations on authority and responsibilitie$,.... 9,13 Replacement of, ...... ........ ....._. ......................... 8.2 Resident Project Representative ...........................9.3 ENGfNEER's Consultant -- definition of _ L 18 ENGINEERS— authority and responsibility, limitations on.....,__ 9,13 Authorized Variations in the Work....................9.5 Change Orders, responsibility for ....... 3. 10, I I, 12 Clarifications and fnterpretatiais ............. .3.6.3, 9.4 Decisions on Disputes .............................. 9.11-9.12 defective Work, notice of,,,,,.,..._.......................13.1 Evaluation of Substitute Items ..........................k-7.3 Liability...................................................032, 9.12 Notice Work is Acceptable .. ......... ...... ......... .... 14.13 Observations...........................................6.30.2 9.2 Responsibilities- -Limnations on. ,_,,., _ . 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions.. _ 4 2 4 Shop Drawings and Samples, review responsibility.._..._......_.......---_.__...- Status During Construction -- authorized variations in the Work ...... __.9.5 Clarifications and Interpretations. _ _........9.4 Decisions on Disputes , ............. ......... 9.11-9.12 Determinations on Unit Price .... ..---, _ -.. _......9.10 ENGINEER as Initial Interpreter,.,....., 9.1I-9.12 ENGINEER's Responsibilities, ............... 9.1-9,12 Limitations on ENGINFE'R's Authority and Responsibilities_..__.,.,,.,_ _„-..,,..,_9.13 OWNER's Representative ........ 9.1 Project Representative__ _ _. .... _ ................9.3 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and Payments.-_ ............ _ -...-............ 9.7-9.9 Visits to Site........,... ................. ............9.2 Unit Price determinations ........... ,_-.......-._.....,.9.10 Visits to Site_„„_..._.__...__-9.2 Written consent required ............... I .............. ?.2, 9' 1 Equipment, Labor, Materials and,,,,,,,,,,,,,,,,,,,,,,, 6.3-6.5 Equipment rental. Cast of the Work, ........... ._.._ 11-4.5.3 Equivalent Materials and Equipment._. ........ _, I..I.... _03 error or an issions...................... .. „0.33 Evidence of Financial Arrangements,., ...,, ,8.11 Explorations of physical conditions ....................... 4.2.1 Fee, CONTRACTOR's-•Costs Plus. .................. ....... I L6 Field Order — definition of .................................. -....... ........ 1:19 issued by ENGINEER ................................3.6.1, 9.5 Final Application for Payment.............................14.12 Final Inspection...... ........... ........... ..................... J14.11 Final Payment -- and Acceptance.......:... _....... _........... ....14.13-14.14 Prior to, for cash allonances „_............................1 L8 General Provisions, ................ ............... 17.3-17.4 General Requirements_ definitionof........................................... ....1.20 principal references to__ ........ _. ,6, 6A. 6.6.6.7. 6.24 Giving Notice, _ _ . ...... _ ...................-. ..... ......... 17.1 Guarantee of Work —by CONTRACTOR .... ... 0.30, 14.12 Hazard Communication Programs............ ..............0.22 Hazardous Wastc-- deflnition of.....................................................I.21 general .... .._........................ ...... ....... ..._4.5 OWNER's responsibility for ............................... 8.10 EXI)C OEN XAL CONDITIONS 1910.8 (1990 ENT10M w/ CITY OF FORT COLLIM MODIt1CATION3 PREY 9199) Indemnification 6 12, 6 16. 6.31-6 13 Insurance 5.3 Initially Acceptable Schedules 1 9 - Precedence 3 - I 33.3 Inspection— Reference to Certificates of -9 13 4, 135. 1412 Safety and Protect] on 6 21-k 132 Final 14 11 Subcontractors, Suppliers and Others 68-6,11 Article or Paragraph Article or Paragraph Number Number Special- required byl-.IN(;INF;I;R 9-6 Tests and Approval 7, 13 3-134 Insurance -- Acceptance of, by OWN 1, R Additional, required by changes in the Work Before starting the Work. 2 7 Bonds and --in general Cancellation Provisions, 5.8 Certificates of.._....___„ .. . 23, 3, 5.3, 5A.11, 5.4.13, '*"*"­........ . * 5.6.5, 51, 5. 14, 9.13.4, 14,12 completed operations..._.._. . - .. .... ­ ­ ..... .... 5A 13 CONTRACTOR'S Liabilitv. . ­ . � ........ CONTRACTORs objection to coverage,,.,,.,,,__. 5.14 Contractual Liability_.........,_ ....... �r ...... 5.4. 10 deductible amounts, CONTRACTOR's responsibility ................................................5.9 Final Application for Payment ..........................14.12 Licensed Insurers..,, , ........................ ........... _ 5.3 Notice requirements, material changes ........ 5.8, 10.5 Option to Replace..--.-. ... .... _ _ . .... ..... ''1 514 other special insurances....................................5.10 OWNER as fiduciary for insureds .............. 5.12-5,13 OWNERs Liability, ... _ _ . .. .................... 5.5 OWNERs ReVcnsibility. ....................................8.5 Partial Utilization, Property Insurance,,,,,,,,,, ..... 5.15 Property ................... ..... ..................... 56-5,10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance__, ....... ------ ... ....... 5,10 Waiver of Rights,......__ ...... ......... _ ..... 5.11 Intent of Contract Documents ... ............. 3.1-3.4 Interpretations and Clarifications ............ --- 3.6.3,9.4 Investigations of physical condition;; ...... ............. _ .... +2 Labor. Materials and Equipment.,., _................. _.0.3-6.5 Lands -- and Easements $.4 Availabaity of ....................... .......... .....4.1, 8.4 Reports and Tests,._ . ............. .................. $A Laws and Regulations --Laws or Regulations - Bonds Changes in the Work-, ....... _10,41 Contract Documents .... ....... _ ....... ..... _ 3.1 CONTRACTORs Responsibilities.... _..... . _ ...... 6,14 Correction Perioddefeefive Wort-....................13.12 Cost of the Work, taxes. .......... ................... jlA.5.4 definition of ............... _ .. .......... .... ...... .. 1,22 gencraI6.14 Indemnification .... ........... .... __k.31-6.33 x Testsand Inspections, 13 4; Use of Premises 6.16 Visits to Site 92 Liability In-urancc-- CON'l-RAC. I-OR's OWNER'S...._-_ Licensed Sureties and Insurers.,,,.,, ... ... .53 Liens -- Application for Progress PaymenT.., CONTRACf ORs Warranty of Title.......... --- _143 Final Application for Payment ..........................14.12 definition Waiver of Claims 14.15 Limitations on ENGINEER's authority and responsibilities ..... _ ..... . _ . ...... __ . ........ 9,13 Limited Reliance by ('()N,rRA(-I'OR Authorized......................................................+12 Maintenance and Operating Manuals -- Final Application for Payment,,,, .. ..... .. ..... 4. r- Manuals (of others)-- Pitecedence ....... .... . 3.3.1 Reference to in Contract Document* .................. 33.1 Materials and equipment -- furnished by CONTRACTOR 6.3 not incorporated in Work.._ ........ ......... Materials or equipment --equivalent ....... ......... __0.7 -Mediation (Optional)........ ...... .......... i 6.7 Milestones --definition of,,., ....................................1 14 Miscellaneous -- Computation of Times„_,,,,,._,__.,._...._.... ..... .... 17 2 Cumulative Remedies ......... _1 7.4 Giving Notice ................. ............. .......... 17.1 Notice of Claim Professional Fees and Court Costs Included.,,,., _ 17.5 Multi -prime contracts.- . ..... ... ....... .... .............. 7 Not Shown or Indicated ..... 4.3.2 Notice of -- Acceptability of Project......._ .......... ... _14.13 Award, definition of .......... _ ...... _ ........... _ ....... 1.25 Claim................... ............... .......... ........1.7.3 Defftu.111 Differing Subsurface or Physical Conditions,.,. - 4.23 Giving . ..... .... ......... . ...... ........... ),7.1 Tests and Inspections ­ .... 13.3 wirg­n4*...........................13.3 �� ............. . Variation, Shop Drawing a pl€.................0.27 Notice to Proceed -- definition of ... ........................ ...... _ ............ J-26 giving of ... ..... __ ...... ...2.3 EJrl)C OLNERAL CONIXTION31910-9 (1990 EDI-notl) W1 CITY OF FORT COLONS MODMCA710M (REV 9/99) Notification toSurety_. __.._. _...__ _ I0.5 Observations, by F NGINN 1 R 6,30, 9.2 Occupancy of the Work__ 1111111_.5.15, 630.2.4. 14.10 Omissions or acts by CON,rR.ACI'OR _ _6 9, 9.13 Open PeriIpolicyform .Insurance._._.. - - .15.(i.2 Option to Rep] ace ................................ . 5,14 Article or Paragraph Number "Oh Equal" Items _ ........... 6.7 Other work 7 Overtime Work --prohibition of _._ -... --- _ ._ 6.3 OWNER -- Acceptance ofdefecnveWork...........................13.13 appoint anENG1NEEIt..,. ____.-....._.._......,...8.2 as fiduciary.... _... _........ 5,12-5.13 Availability of Lands. responsibility ., ....... _,........ 4.1 definition of ... ........ .._..... ......_ 1.27 _.. data, furnish_.._ ............._.....__ ..._.. .....8.3 May Correct Defective Work............................13.14 May refuse to make payment,.. _......... ____ ...... i 47 May Stop the Work,._ May Suspend Work, Terminate........ . __.. _..... _ $.S. 13.10. 15.1-15A Payment, make prompt ..................... 3.3, 14A, 14.13 performance of other work„...............................7A permits and licenses, requirements ...................6.13 purchased insurance requirements., 5:6 5.10 OWNERS — Acceptance of the Workk ...... _....... _...... _.6.30,2.5 Change Orders, obligation to executV.__.,,,,,, 8.6, 10.4 Communications ............................................... 8.1 Coordination of the Work ..---- ..................... ...._, 7.4 Disputes request for decisiorl ............ .......... ......Q. ] I Inspections, tests and approvals...... ..... ....... $.7, 13A Liability Insurance._..... ....... ....... .............__..... 5.5 Notice of Defects........... ..... ............. ....... ..... _J3.1 Representative --During Construction, INGINEER's Status__ ................ ....... 9,1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materist,8,10 Change Orders, ................. ....... _ ... .... ..... ..8.6 Changes in the Work-- ........... __ .... communication,,.._...... 8.1 CONTRACTOWs responsibilities ..................8.9 evidence of financial a rrangementg..........._$Ai inspections, tests and approval$_..................83 insurance .................... lands and easements,...._ .............. ............... ......8.5 8.4 Prompt payment by.......................................8.3 replacement of ENGMER. .... ... _............. $.2 reports and tests......... ..8.4 stop or suspend Work, _.. . .... ....... 8.g. 13.10, 15.1 terminate CONTRACTOR's services__... ............... ......_...,......._.8.8, 15.2 separate representative at sit',,,,,,,,,,,,,,,,,,,,,,,,,, 9.3 testing, independent ___.. -_ 134 use or occupancy of the Work_ _.... _ .. 5.15. 6.3it.2 4. 14,10 written consent or approval required _.. _ _ _ _ 9 L 6 3. 11 4 EX -DC GENERAL CONDIrIOtas 1910.8 (1990 EDITIOto Wf CtTY OF FORT COLLINS MODIFICATIONS (REV 9199) Article or Paragraph Number written notice required .,....___....7.1, 9.4, 9.11, _. 112.119.147.154 Pt: Bs -- definition of 1 29 general................................ _.............._._......4,5 OWNER's responsibility for .8.10 P:mial Utilization_ definition of _ _._.._..128 general (,30_ a, 14,10 Property Insurance . . _ 5.15 Patent Fees and Royalties 6,12 Payment Bonds __..._. .._.. ........_ __...,_.5.1-5.' Payments, Recommendation of_ ,.,_...... 144-14 7, 14 13 Payments to CONTRACTOR and Completion— Appiication for ProgressPayments.... .____... ...14 2 CONTRACTOWsWarranty ofTitle ..... ....... --,.14.3 Final Application for Payment ..........................14.12 Final Inspection_._ _.............._....-... --.........14 i1 Final Payment and Acceptance__,.,,,,,,, 14 13-14.14 general ...... _.._........ _ ,, 5.3, 14 Partial Utilization_......._ 14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments_„___..,__, 14-4-14.7 prompt payment .............. $3 Schedule of Values— ....... _................. .............. )4.1 Substantial Completion Waiver of Claims ... .............. ......................._,.,14.15 when payments due... 14.4, 14.13 withholding payment_.__._._.,_-__ ,_,_ --- _... ,-_14.7 Performance Bonds __.._............... ........... 5.1-5.2 Permits _...... ...... ............ 6.13 Petroleum_ definition of .......... ................. .........................130 general..............................................................4 S OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.12 ENGINF,ER's review........................................4.2.4 existing structures ............ ............... ...... .... ......4.2.2 general4.2.1.2................_.............._........................ Notice of Differing Subsurface or,....................4.2.3 Possible Contract Documents Change..............4.2.5 Possible Price and Times Adjustments,,,,,,,,,,,,,, 4.2.6 Reports and Drawings ..................................... 4 2.1 Subsurface and ......... . _. _ _.. ......... A 2 Subsurface Conditions, ................... Technical Data, Limited Reliance by CONTRACTOR Authorized ....................... 4.2 2 Underground Facilities-- general........................................................ 4.3 Not Shawn or Indicaed _................. _ .... _ _ 4.3.2 Protection of....,,,,,,_.............................4.3, 6.20 Xa Article or Rara¢raph Number Shown or Indicated. 4 3 1 Technical Data _ 4 22 Preconstruction Conference ..... ............................. ....'_ 8 Preliminary Matters _'- Preliminary Schcdulcs.1 ,,,,,,,,_.,,.._._............_........26 Premises, Use of _ ....... _ _6.16-6.18 Price, Change ofContract __ Price, Contract --definition of 1 I l Progress Payment, Applications fa.. Progress Payment.-retainage„_ .._, .. _ _._ ..... - 14.2 Progress schedule, CONTRAC'1'OR's........... 16, 2.8, 2-9, .. _..._... 6.6.6.2R 10.4. 15.2.1 Ruject--defmitionof..... _.- ... ..._........ _,.........._.1.31 Project Representative-- ENGINEER's Status During Construction ... ......... .3 Project Representative, Resident --definition of ......... 1,33 prompt payment by OWNER.....................................8.3 Property Insurance -- Additional._.... .... ...__._ _- .._.._...5.7 general5.6-5.to Partial Utilization-._......._- .................. 5.15, 14.10.2 receipt and application of proceeds,,,,,,,,,,,, 5.12-5.13 Protection, Safety and., ........... ................ 4.20-621, 13.2 Punch list „_.... - ­111.1.....14.11 Radioactive Material-- de6ntion of ................... ............ ... ,1.32 general4.5 OWNER's responsibility for ........................ ......$.10 Recommendation of Payment.................14.4, 14.5, 14.13 Record Documents_ _............. _. ... _........... 6.19, 14.12 Records, procedures for maintaining... ....... _ ........ ..... 2.9 Reference Points .... ___ ....... ......................................4.4 Reference to Standards and Specifications of Technical Societies.........................................3.3 Regulations, Laws and(00......................................6,14 Rejecting Defective Work ........ ....... _........ ...... ....... .. 9.6 Related Work -- at Site .,. ........ ......._..................._ ..J-1.7.3 Performed prior to Shop Drawings and Samples submittals review,,,,,,,,,,,,,,,,,,,, 6.29 Remedies, cumulative ............. ........ _.......... .... 17.4,17.5 Removal or Correction ofDefective Work.,,,,,,.„ ...... 13.11 rental agreements, OWNER approval reyuire4.... 11,4.5.3 replacement of ENGINEER by OWNER.._................8.2 Reporting and Resolving Discrepancies ................................2.5, 3,3.Z 6.14.2 Reports-- andDrawings ............... ... _421 and Tests, OWNERS responsibility ............... .... 8.4 Resident and Project Representative, - definition of .. .............. ............ 1,33 provisionfor.............................................................9.3 E)CRx: OEMULAL CONDITIONS 1910-9(1M MT10t) cat CITY OF FORT COII", MODIFICATIONS (REV 91" Article or Paragraph Numtvr Article or Paragraph Number Resident Superintendent, CONTRACTOR's_. __._.. .62 Responsibilities-- submittal required _. 624.1 CONTRACTORs—mgeneral .... ....... ......................6 Submittal Procedures .... ..................... ............... .625 use to approve substitutiots _ _ 6 7.3 Shown or Indicated 4.3.1 ENGINEER'S -in general _ ? Site Access __. ._ __.... 7.2. 13.2 Limitations on _ _ _.. 9 13 Site Cleanliness _ 6 17 OtVNI'iR's-in general.. _. .... ._.. ._ .. _ - 8 Site, Visits to-- Retainage .-...... _ 14.2 byENGINE- ER _- _ _._ 9.2, 13.2 Reuse of Documents __...-... _ . ..__. 3.7 by others............_........_ Review Iry• CONTRACTOR: Shop Drawings special causes of loss" policy form, and Samples Prior to Submittal ...6.25 insurance ........ _. .._, .. _.....;.6.2 Review of Applications for definition of, _., _...-_.............. _..... -. _ ....._. _.1.36 Progress Payments ....... ........_......14.4-14.7 - -_. Specifications-- Right to an adjustment,_._............_......_..........,102 detinationof..........__........ 1.36 Rights of Way......__.....-...._..... 4.1 of Technical Societies, reference to........_.......3-3.1 Royalties, Patent Fees and ................ _.............. ,.....6.12 precedence ..-,,......_......._........,.................. ..... 3.3.3 Safe Structural Londing ....._.._..._ ...... ........ ........ 6-18 Standards and Specifications Safety-- of Technical Societies.......____... ._ _..... _,....33 and Protection. ....... ................. ,,.4.32, 6.16, 6,18, Starting Construction, Before ..,..................... ....=.5-2.8 _._._........._-....... 6.20-6.21, T2, 112 Starting the Work -_......... ._.__........ _............... _ 2.4 general ............ ................... ....... ..............6.20-6,23 Stop or Suspend Work -- Representative, CONTRA( TOR's......... ............. §21 by CONTRACTOR ......... ................. ................. 15.5 Samples-- by OWNER .............._..................., 8.8, 13.10, 15-1 definition of ........ .............. ...., ................, .. , 1,.34 Storage of materials and equipment............ . 4.1, 7.2 general ... ....... .......... ............................ .... 6.24-6.28 Structural Loading. Safety ........ _........,.,................... 6.18 Review by CONTRACTOR ........... ........ . - . -..6.25 Subcontractor -- Review by ENGINEER...............................0.26, 6.27 Concerning ........ ......... .......-...................... 6.8-6.11 related Work....................................................6.28 definition of.......................... ................ ........... 1.37 submittal of 624.2 delay's 123 submittal procedures ... ................. ..... ................ 0,25 waiver of rights .... -.............. ,.......... 0.11 Schedule of progress.............................2.6, 2.8-2.9, 6.6. Subcontractors --in general .......... ___ ..... ___ .... 6.8-6.11 .... .......... ...._................. 16.29, 10.4, 15.2.1 Subcontracts --required provisions........ 5.11, 6.11, 11A.3 Schedule of Shop Drawing and Sample Submittals_ Submittals .... ...................... .... h,6, 2.8-2-9, 6.24-6.28 Applications for Payment........ ................... ...... 14.2 Schedule of Values.... .......... ... ....... 2.6, 2.8-2.9, 14-1 Maintenance and Operation Manuals-, ............. 14.12 Schedules-- Procedures., .................... ................ .............. 6.25 Adherence to,,,_„_.........................................15.2.1 Progress ScheduleA .... ......... .......... .__......... 16,29 Adjusting_ .......... _ ................. ......................... 0,6 Samples.... .... ___ ......... ........... _............ 0.24-6.28 Change of Contract Times ........................ ......... 10.4 Schedule of Values. ........ .,,......................... 2.6, 14.1 Initially Acceptable .... ....................... ........... 2-8.2.9 Schedule of Shop Drawings and Samples Preliminary-._........................_...........,..........__2.6 Submissions..... .... ..,............ ......... ..... 2.6, 2.8-2.9 Scope of Changes, ...................................... 10.3-10A Shop Drawings.............,.......................... ....... Subsurface Conditions ........................................ 4.11.1 Substantial Completion -- Shop Drawings-- certification of .... ............... ......... §.30.2.3, 14.8-14.9 and Samples, general ................................ 6,24.6.28 definition of...,............. ............................ ........j.38 Change Orders&: Applications for Substitute Construction Methods or Procedures ........ 6.7.2 Payments, and- ....... ....----------- ._._........._:9.7-9.9 Substitutes and "Or Equal" Items -...... ..... .... ..-..._..-.6.7 definition of.,_................... ._... A.35 CONTRACTORN Expense .................. ._.........0.7.1.3 ENGMEERN approval of ................................ ........... ENG1M ER's Evaluation .................. . ..6.7-3 ENGINEERS responsibility "Or-Equal"...................................................0.7.1.I for review,__,.._ ............................. 9.7, 6.24.6.28 Substitute Construction Methods related Work.........................._..-_...._._._.......-6,28 review procedures ..... ...................... .... .8, 6.24-6.28 xiif E.I(.'W GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) ,Xrlicle or Paragraph Number or Procedures.._..........._............................6.T2 Substitute Items 6-7 12 Subsui face and Physieal Conduions-- Drawings of, in or relatng to ENGI' `7?ER's Review 42.4 general__. _ --_..._.42 Limited Reliance by CUNTRACI'OR .Authorized 42 2 Notice of Differing Subsurface or Physical Conditions.. _ _........-_......_..... 4.2.3 Physical Conditions 4.2.1.2 Possible Contract Documents Change...............4.2.5 Possible Price andTimes Adjustments.. _ . _ _.... 4.2.6 Reports and Drawings _ _ ........ _...... . _ . _.. _ ,.._4.2.1 Subsurfaceand ._................................................4.2 Subsurface Conditions at the Site 42.1.1 Technical Data _. 4.22 Supervision— CONTRACTOR's responsibility.__.....-, .._,..¢.1 OWNER shall not supervise8.9 ENGINEER shall not supervisq..............„9.2, 9.132 Superintendence ..... . .. ............................................. 6.2 Superintendent, CONTRACTOR's resident. ,......... _... 62 Supplemental costs.........._..,........__ ................... 31.4.5 Supplementary Conditions— definition of, ..... ................ .............................J.39 principal references to ................ ) A 0, L I S, 2.2, 2.7, __......... . 4.2, 43, 5.1, 5.3, 5A, 5.6-5.9, 5.11, 6.8, 6,13, 7A 8.11, 9.3, 9.10 Supplementing Contract Documents,,,..._,,,_,,..., „,., 3.6 Supplier -- definition of, principal references to ...... .....3.7, 6.5, 6,8-611, 6,20, ...._..............__..._........_..6.24, 9A3, 14.12 Waiver of Rights..,,,..___..__...._ 6.11 Surety -- consent to final payment. ............ __...... 14.12, 14,14 ENGINEER has no duty tq................................ 9,13 Notification of ......... ..... ........ _. ..... I0.1, 10,5, 15.2 qualification of ....... ... ............ ....... ................ 5A-5.3 Survival of Obligations,,..._ ....................... ... .......... 634 Susperal Work, OWNERMey.......................13.10, 15.1 Suspension of Work and Termination,_ ...... )5 CONTRACTOR May Stop Work - or Terminate.......-.._ ............... 15.5 OWNER May Suspend Work,....... _ ---.. _.. _......15A OWNER May Terminate...,.....,_................15.2-15.4 Taxes --Payment by CONTR-ACTOR........................6.1S Technical Data -- Limited Reliance by CONTRACTOR .................4.2.2 Possible Price and Times Adjustments....... _-_.1.2.6 Reports of Differing Subsurface and Physical Conditions.. ... ...__............ ...... ...4.2.3 xiv 'remporaryconstruction facilities_... _._ 4.1 Artick or Paragraph Number Termination— by (7ONTRAM-OR by OWNER ................. 8 s, I> l-Is4 of ENGINEEK's employmen[ .. Suspension of Work-in general Terms and Adjectives _. _ _ _ .34 Tests and Inspections -- Access to the Work, by others....... _ _.............132 CONTRACTOR'S responsibilities ......................13 5 cost of 114 covering Work prior to ............... _..._....13 6-13 7 Laws and Regulations(or) .... 13.5 Notice of Defects,,,,,,,,,,,_. ......................... . ,.131 OWNER tt4ay Stop Work ........ ..._.................... 13,10 OIVNER's independent testing ..........................13.4 special, required by ENGINEER .............._.,..-_.9A timely notice required._,,.,,_,_ 134 Uncovering the Work, at ENGINEER's request..__ .................___.....__.._..... 13.8-13.9 Times-- Adjusting.......................................................... 6.6 Change of Contract.,..,,,..,.. 12 Computation of ..............._.... ........ .._......,, ,.....17.2 --defi Contract Times --definition of .......................... J.12 day..--._... ........ ..-_- _ _._........... ...17.2.2 Milestones....................... ................................ J^= Requirements- appeals ............ .. 9.10, 16 clarifications, claims and disputek.................9.11, 111,12 Commencement of Contract Times,,,,,,,,,,,,,,,, 23 Preconstruction Confereneq ........................I..'.8 schedules ......................................... 2.6, 2-9, 6.6 Starting the Work ....... ..... ._ ........ ....... ..- ..... 2.4 Title, Warranty of ............ ............ ................... ........ 4.3 Uncovering Work ................................. .......... 13.8-13.9 Underground Facilities, Physical Conditions -- definition of.....................................................1.41 Not Shown cr Indicated ......................... ,.4.12 protection of,..................._....................4.3, 6.20 Shown or Indicated .... ................. ....... ............. 4.3.1 Unit Price Work - claims... ................................................. _...1.1.93 definition of ....... ....... ..................... _ _...........1.42 general11.9, 14A. 143 Unit Prices-- generall 1.3.1 Determination for ........... .......... ..._.,.,...............9A0 Use of Premises ......... ............. - ........ 6.16, 6.18, 630.2.4 Utility owners.............................6.13, 6.20, 7.1-7.3, 13,2 Utilization. Partial..._ ............. 1,28, 5.15, 6,30.2.4, 14,10 Value of the Work .................................................. 11.3 Values, Schedule of .........................--_ 16, 2.8-2.9, 14A EJCOC GENERAL CONDITIONS 1910.8 (1990 EDITION) WJ OTY OF FORT COLLMS MODIFICATIONS (REV 9t99) Variations in Work- \Minor Authorized 6.'3. 6.27. 95 Article or Paragraph Number Visits to Site --by E;NGINEER .......... 92 Waiver ol'Claims--on Final 1'svment 14 14; Waiver of Rights by insured parties....... .... 11. 6 11 Warrunty and Guarantee. Grnerul--by CONTRACTOR 630 Warranty (if Title- CONTRACTOR's 14.3 Work — Access to 13 2 by others ............ ..... .......... 7 Changes in the _- ...... -_ .. Continuing the,. .....__ _10 .. 6.29 CONTRACTOR May Star Work or Terminate..._...... Coordination of 24 Cost of the,........._ _.................._._ _......... j i A-11.5 definition of 1-43 neglected by CON tTRACTOR.. _ _. .... ... _ 1114 other Work_.. ............ ...... 7 OWNER May Stop Work...... .- ____ .......... -... 13.10 OWNER May Suspend Work ....... ___ ...... 13,10, 15A Related, Work at Site ...... ............. .......... ....... TI-7.3 Startingthe,_...............................__.._....._.._..2A Stopping by CONTRACTOR „.15.5 Stopping by OWNER..............................._15.1-15.4 Variation and deviation authorized minor 3.6 Work Change Directive -- claims pursuant to .................................... .........10.2 definition of 1.44 principal references to .............. ...._3.5.3, 10.1-10.2 Written Amendment -- definition of ....................... .--........._.._-_.....-.1,45 principal references to..............1.10, :3.5, 5.10,1.5.12 .................642, 6.8.2, 6.19, 10.1, 10.4, _-........_...............11.2, 111, 33,12.2, 14.7.2 Written Clarifications and Interpretations....,........ .......3.6.3, 9.4, 9.11 Written Notice Required -- by CONTRACTOR............................7.1, 9.10-9.1 1, .... ....... .._........................_. 10-4, 11.2, 12.1 by OWNER .... ............ ...9.10-9.11, 10.4, 11.2, 13,14 Xv EXW 0ENERAL IDONDITIONS 1910-9(IM EDI'nO?O w/ CITY OF FORT COLLINS MODIFICATIONS {REV 9/971 (This page left blank intentionally) xvi E)CDC (ENFRAL COMMONS 1910-8 (1990 EUMON) w1 AlY OF FORT COL.IINS MOT)MCAY9 NS (REV 91991 GENERAL CONDITIONS ARTICLE I—DEEINITIONS Wherever used in these General Conditions or in the other Contract Documents the followinu ternis have the meanings indicated which are applicable to both the singular and plural thereof 1.1. ldclendo--Written (x gmphic instruments issued prior to the opening of Bids which clarify. correct or change the Bidding Requirements or the Contract Documents. L2. 4evement--The written contract between OWNER and CONTRACTOR covering the Work to be performed other Contract Y)ocuments are attached to the Agreement and made a part thereof as provided therein. 1.3. Appppfor r Piownt—The form acce by HNGINF R which is to he used by CONTRACrOR in requesting protgress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration, 1.5. Bid -The offer or proposal of the bidder submitted on the prescribed forth setting forth the prices for the Work to he performed. 1.6. Bidding Docrsnena—The advertisement or invitation to Bid, insutictions to bidders, the Bid form, and Abe proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds—Perfortnance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by EN'GINEE-R, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement 1.10_ Contract Documents —The Agreement Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an eshibit to the Agreement the Notice to Proceed, the Bonds. these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the WCDC GENERAL 4Y mriom 191" o990 Eman) cat UV OF MAI COLLIM kWAMCAXIONS (REV AROae) sane are more specifically identified in the Agreement, together with all Written Amendments, Charter Orders. Work Change Directives, Field Orders and ENGINEFR's written interpretations and clarifications issued pursuant to paragraphs 3.5. 3.6.1 and 3.6.3 on or after the Effective Date of the Agreemena- Shop I)rawing submittais approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4?.2 are not Contact Documents. 1,11 Contract Pnce—The moneys payable by OWNER to CONTRACTOR fix completion of the Work in accordance with the Conimct Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contact Tintes—The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (it) to complete the Work so that it is ready for final payment as evidenced by FNGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONfltACIM-=The person, firm or corporation with whom OWNER has entered into the Agreement 1.14. dejrctive—An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does trot conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of fined payment (unless responsibility for the protection thereof has heen assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14,10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents Shop drawings are not Drawings as so defined. L16. E-8ectrve Doze of rho Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it meatus the date on which the Agreemett is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Conwkm# A firm or corporation having a c ontrad with ENGINEER to furnish services as ENGINEER's indeperidert professional associate orwnsuhant with respect to the Project and who is identified as such in the Supplementary Conditions. L19. Field Order —A written order issued by ENGINEER which orders minor charges in dw Work in accnrdaracc with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. The Contract Documents and Construction Drawings may be examined online at: 1. City of Fort Collins BuySpeed: lit t^s://secure2.fcgoe. 2. Mercury-LDO Reprographics: wwva .m, rc.irv- _.io . co ;i Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be viewed and purchased at: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO. 80204 Ph:.303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 07/2001 Section 00020 Page 2 120 General Requirements -Sections of Division I of the Specifications. 1.21. Hazardorm Waste -The term hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 i7SC Sedion 640311 as emended from time to time. 1.22.a, Laws and ReSvdalions; Lau¢ or Rz)nrlatrorrs--Any and ull applicable laws, rules, regulations, ordinances. cosies and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1 2.b. Legul floliiduvs---shall be those holidays served by the Cav of Fort Collins. 1.23. Liens -Liens, charges, security interests or rncumbrances upon real property or personal property. 1,24. ,ililestone--A principal event spccificd in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice ofAward-A written notice by OWNIsR to the apparerA successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) foxing the date on which the Contract Times will commence to non and on which CONTRACTOR shall mart a) perform CONTRACTOR'S obligations under the Contract Documwtts. 1.27. OWNER -The public body or authority, corpomtion, association, firm or person with whom CONTRACTOR has awed into the Agreement and for whom the Work is to be provided 1.28. Parbal Utllizadoo-Use by OWNER of a substantially completed part of the Work for the purpow for which it is intended (or a related purpose) prior to Substantial Comtpletim of all the Work- 1 .29. PCBs-Polychlormated biphenyls. 130. Petmlawn--Petroleum, including cute oil cc any &action thereof which is liquid at standard conditions of tem rature mid pressure (60 degrees Fahrenheit and 14.7 p.tinds per square inch absoltrte), such as oil, petroleum, filet oft, oil sludge, oil refuse, gasoline, kerosene and oil mooed with tither nort-Hazardous Wastes and oriole oils. 131. Project -The teal oDnali ictimr of which the Work to be provided under the Ctatmd Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.31s, Radio>artive Material -Source. special nuclear, or bypraltut material as defined by the Atomic Energy Act of EXI)COEHERAL CON4ntnoM 191"09'io E(litiat) wi qTY OFFtNtT COLUNS MODDICAIIONS tREy 4R(Nla) 19i4 (42 USC Section 2011 et se<l.) as amended [limo time to time. 132.b_R�1m li'or vox Hourr-R glad workit�hours are ._delved as 7_tltyam to 6(a1 n. unless ase axne_cifiecl_in the (leneral Kega tmenct I.33. Rrsideru Pevjett Rzpraseruativz--1'he authorized representative of EN GINMER who may he assigned to the site to any Puri thereof. 1.34. Samples -physical examples of materials, equipment. or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Orawings--All drawings, diagrams, illustntios, schedules and other data or information which are 'Ttcitically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate someportion of the Work. 1.36, Specication..v Those portion of the Contract Documents consisting of written technical de.�rippuiUons of materials, equipment,, amsvuction systems, starAwds and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor ---An individual, firm or corporation having a direct apwatx with CONTRACTOR or with any other Subcontractor far the performance of a part of the Work at the site. 138. Substantial Completion --The Work (err a specified part thereof) has progressed to the Pool where, in the oputio of ENGINEER as evidenced by ENGINEERS definitive cettifrcate 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 find payment as evidenced by F.NGTNEER's written recommendation of final payment in accordance with paragraph 14.13. The terns "substantially complete" and "subdantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 1.39. SupplementatY Condinoru-The part of the Contract Dacumems which amends or supplements these General Ctatditions. 1.40. Suppher--A manufacturer, fabricator, supplier, distributor. materialman or vendor having a direst contract with CONTRACTOR or with arry Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground FacdWes-All pipelines, conduits, ducts, cables, wires, manhole; vaults, tanks, turinds or other such facilities or attachments. and any encesenterts containing such facilities which have been installed underground to furnish any of the following services or materials electricity, gases, steam, liquid petroleum lroducts. telephone or other communications. cable television. sewage and drainage removal, tn<Cc of other control systems or water. 1 42 Unit Price ll'ovk-Work to he paid for on the basis of unit prices. 1.43 JVo/k-=The entire completed construction or the various selrarntely identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipmem into the construction. and performing or furnishing services and furnishing documents, all as required by the Contract Documents 1.44, Wort, Change Direrave-A written directive to CONTRACTOR. issued on or after the Effective Date of the Agreement and signed by OWNF,R and recommended by ENGINEER ordie ing an addition, deletion cx revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 43 or to emergencies under paragraph 6.23_ A Work Change Directive will not change the Contract price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2 1.45. Written AmenoWent-:A written amendment of the Contract Document?, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the noncngincering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2-PRELIA4NARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to fumish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall fianish to CONTRACTOR up to ten. copies (unless otherwise specified in the Supplementary Condlitions) of the Contract Documents as are reasonably necessary fa the execution of the Work. Additional espies will be fumrshecl, upon reyttest, at the cost of reproduction, Commencement ofConbncTimes; Notice to,Proceed 2.3. The Contract Times will commaxc to run on the thirtieth day after the Effective Date of the Agreement, or, E)MC GENERAL CONDITIONS 1910$ (1990 E6tion) w; CITY Or FORT COLLIM hMODIFICATIONS MV 4/20W) if a Notice to Proceed is given. on the day indicxttc'd in the '.notice to proceed A Noticc to proceed may be given at any time within thirty days, alter the Ellective Date of the .4greemtnt--dn-nu- i+vertt-will--the-E�as r�nntense to�tat-later Ulan-the-e;i.�ieth �} tiler-tl>e-day of Bidopeningor the thirtieth day after the lalfective Date of the -Agreement; whichever date is earlier. Starting the Work: 2 4 CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to rum but no Work shall he done at the site prior to the date cm which the Contract Times commence to run. Before Starting Construction: 25. l3efore undertaking each part of the Work, CONTRACTOR shall carefully study and ccrrhpare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements OONTRACT'OR shall promptly repot in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Wither ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements,), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) few starting and completing the various stages of the Work, including any N ilestortes specified in the Contract Documents: 26.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; Z6 L . In no case )Edl a schedule be acceumble which, allows less than 21 calettdar days for ouch review by Fneineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of Bans aggregating the Contract Price and will subdivide the Work into component parts fn sufficient detail to serve as the basis for progress payments curing construction- Such prices will incltuk an appropriate amarrtt of overhead and profit applicable to each item of Wark. 23. Bdare any Work at the site is started, CONTRACTOR and O;W atilt enah deliver to the wither to ENGTNF:ER, ccrtificatas of insurance (and other evidence of insurance av ru{rqueet u 2ed by OWN R) which t .ONTRAC7 OR-xns1�R iasflaivaly ors is recNired to purchase and maintain in accordance with paragraphs 5.4, 5:6 and A7 1Wconarruction Conference: 2.8. Within twenty days after the Contract Times clan to non, but before am Work at the site is stared, a conference attended by CONTRACTOR. EN13LNEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 16, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. laidaUy Acceptable Schedaler 2.9. Unless otherwise provided in the Contract Documems Applieetien-for-payrnerat before any work at the site begins a crnaference attended by CONTRACTOR, ENGINEER and others as tlppropriate �janakid by OWNER will be held to review for acceptability to E:NOINEER as provided below the schedules submitted in accordance with paragraph 2.6. oW. ,>?iy.isata J__Q&.mj-�atlic�tn�r�.s, CONTRACTOR shall have an additional ten days to make correctim and adjustments and to complete and resubmit the schedules No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provide{ below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the Se�gguencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONfRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3--CONTRACT DOCUMENTS INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Wwlc. The Contract Documents are complementary, what is called for by she is as binding as if called for by alL The Contract Documents will be ahnsbued in accordance with the law of the place of the Project. 3.2, It is the intent of the Contract Documents to EICDC 000%iL CONDITIONS t 910.8 (1990 EMon) sv/ CITY OF FORT COLUNS MODIFICATIONS ft-V 4I7000) describe a functionally complete Project (or pan therein) to be co rimmeted in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documen% ar from prevailing custom or trade usage as being required to produce the intended result will he fitrnislned :and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contrail Documents shall he issued by E;ti(;]Nh+R as Iwovuted in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Socdeties- Reporting and Respbing Discrepancies: 3.3.1 Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any govemmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity cc discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report A to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragnpb 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragmph3.5 or 3.6. provided however, that CONTRACTOR stall not be liable to OWNER or ENGINEER for facture to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provide] by amendment or supplement thereto issued by one of the methods indicated in paragaaph 3.5 or 3.6. the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3 33 2 the provisions of any wch Laws or RcgU1060M appli(AMe to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, co(k or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or I-NOINEEK or any, of their subcontractors, consultants, agents or employees from those set forth in the ColXmct Documents. nor shall it be effective to assign to OWNER, FNGINF.FR or any of FNGiNFF,R's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provin ns of paragraph 9.13 or any other provision of the Contract Documents. 34. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasomble% "suitable". "acceptable "proper" or "satisfactory' or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in genteral, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as %hewn or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or directd the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. AmetrAngandSuppfemmtfegContm tDorcumwtiL 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and condAwns thereof in ante or more of the following ways: 3.5.1. a formal Written Amendl,nent, 3.5.2. a Change Order (pursuant to paragraph 10.4), or F9CDC GENERAL CONDMOM 1910-8 (1990 Edlion) wi OTY OF FORT [Y1LW M 4MODIFnCATION5 0(fiy 47r000) 35.3. a Work Change Directive (pursuant to paragraph 101). 3.6. In addition, the requirements of the Contract Documents may be supplemented, aryl minor variations and deviations in the Work may he authorimd in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.62. ENGINEER's approval of a Shop (hawing or Sample (pursuant to paragraphs 6.26 and 6.27). or 3.6.3. ENGINEERS written interpretation or clarification (pursuant to paragraph 9-4), Reuse ofDocumena. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work unslx a direct or indiircci contract with OWNER (i) shall not have or acquire any tide to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or FNGTNEER's Consultant, and (ii) shall not reuse any of such Ihawit g Spccifications, other documents or copies on Lxtensnons of die project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENCIMM, ARTICLE 4-AVALLABILITY OF LANDS; "SMFACE AND PHYSICAL COMITIONS; REFERENCE POINTS Avalfabfffty of (.ands: 4.1. OWNER shall furnish as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. I-V or Paritytable-cyan- leauest: OWNER shall identify any owumbtanow or restrictions rat of geriaal apphcatton biro specifically related to use of lards so furnished with which CONTRACTOR will have to comply m performing the Work. Easements for permsrrent structures or pernimml changes in existing facilities will be obtained and paid for by OWNER, unless otherwise Mo�avnided in the Ccrmd Documents. If CONTRACTOR arai OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Prig or the Contrad Times as a resell of any delay in OWNERS furnishing these land!;, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles f 1 and 12- CONTRACTOR shall provide f<r all additional lands and access thereto that may be reNtured for temporary construction facilities or storage of materials and equipment. J.'. Subsurface and Pkysicd C'ond Lions.• 4.2.1 Reports and Drawings: Reference is made to Occ Supplementary Conditions for identification of 4.2.1.1 Subsurface Conditions: Those reports of e+anlorations and tests of subsurface conditions at or conti gmttotLs to the site that have been utihmd by ENGP.3EER in preparing the Cuntract Duuments: and 4.2.1.2. Pimsical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.22_ Limited Reliance by CDN7R,4CMR Authorized' Technical Data: CONTRACTOR may rely upon the general accuracy of the '4ectr" data" contained in such repots and drawings, but such reports and drawings are not Contract Documents. Such 'technical data' is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1. the completeness of such rcp o ms and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of comtractton to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2. other data, miterpretatio m, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data' or any such data, interprdatiom, opinions or information. 41.3. Notice of Dlffenirrg Subsurface or Physical Coraiidons. If CONTRACTOR believes that any subsurface or physical oonditnon at or contiguous to the site that is uncovered or revealed either. 4.2.3.1. is of such a nature as to establish that any 'technical data' on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially traoc urate, or 4.2.3.2. is of such a nature as to require a change in thhe Contract Documcnts, or 4.2,3.3. differs materially from that shown or FXDC GENERAL CONDMOM 1910-8 (19" Ldtian) wf CITY OF FORT COLLIM MOD1F1CAT10N5(REV 420DD) indicated in the conivact Documents, or 4.2.3.4. is of an unusual nature. and differs materially fruit conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents: then CONTRACTOR shall, promptly immediately alter becoming awaTc thereof and before further disturbing conditions affected therebx or performing any Work in connection therewith (except in an etncrgency as Permitted by pamgimph 6.23)- notify OWNER and ENGINEER in writing abort such condition. CONTRAC] OR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of uritlen order to do so. 4:2.4. ENGINEER's RMerv: ENUINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additioal exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER'S findings and conclusions. 4.2.5. Passible Contract Doctenents (change: If VNGINI EER 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 Wok Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such charge. 42.6. Possible Price and Times AAfttments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's oast of, or time required for pertortnannce of the Work; subject, however, to tlx: following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2-3.1 through 4 2.3.4, inclusive, 4.2 6.2. a change in the Cxmtract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment 4.2 6.3. with respect to Work that is paid for on a lhat Pnce Bass, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9. and 4.26.4. CONTRACTOR shall not be entitled to any adjustment in the Contract. Price or Times if; 4.2-6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract, or 416 4 ^__ the existence of such condition could reasomtbhy have been discovered or revealed as a result of any examinatiot, investigation, exploration, test or stud?' of the site and contiguous areas required by the Bidding Requirements or Contract Dmuments to be conducted b}- or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to eive the written notice within the time and ins required by paragraph 4.2 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER ENGINEER and FNGINEER's Consultants shalt not he liable to CONTRACTOR for any claims, casts, losses or damages sustained by CONTRACTOR on or in connection with any ruher project or anticipated project 4.3. Physical Condtions—Underground Facilities: 4.3.1. Shoarr or incafcate& The information and data shown or indicated in the Contract Documents with respect to existing UndetgrotwA Facilities at or contiguous to the site is based on information and data furnished to OW'NFR or F,NGTNFER by die owners of such Underground Facilities or by others Unless it is otherwise e-,presssly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.12 The oust of all of the hollowing will he included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data. (ii) locating all thxtergroamd Facilities shown or indicated in the Contract Documerts,(m) coordination of the Work with the owners of such Underground Facilities during wnstructioxt and (iv) the safety and proection of all such Underground Facilities as provided in paragraph6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shoxn or Indicated.If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, prouatttly immediately after becoming aware thereof and be cxe further disturbing conditions affftted thereby or performing any Wok in connection therewith (except in an emergency as required by paragraph 6.23� identify the owner of such Underground Facility and E)CDC OENEM OONDITIOM 1910-8 (1990 EMm) NY CITY OF FORT IX1L.LIM MOI-IIFICATION3 (ttiy 420M) give written notice to that owner and to OWNER and f2dGINEER. ENGINEER will promptly review the Underground Facility and determine the extent. if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the thoderground Facility if ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Faciliry as au in partgmph 620 CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Times, or boils, to the extent that they are attributable to the existence of any Underground Facility than was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been m p.. eected to be aware of or to have anticipated If OWNER and CONTRACTOR are unable to agree on enfidement to or the amount or length of any such addj�ustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles I I and 12. However, OWNER, ENGINEER and FNGINFF,R's Couultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Painw 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shalt protect and preserve the established reference points and stall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary charges in $rattles or locations, and shall be respuraible for rho accurate replacement or relocation of such reference points by professionally qualified personnel 4.5. Asbedog JXy&, Peb ateaite, Ilawdow Waste or Rar&atcen'e Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCEA, petroleum. Hazardous Waste or Radioactive Material'wi tarred or revealed at the site which was not shown or indicated! In DmwittV or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial clangor to persons or pr opcty exposed thereto incon connection with the Work at the site. OWNER simR not be responsible for any such mitcrials brought to the site by CONTRACTOR, Subcontractors Suppliers or anyone else for whoa CONTRACTOR is responsible. 4 53- (t) stopall l4 k at �iK fl w l#rr,"4Wrurdeusctaneli4txt+m! +rr..tkny.-+tar+ +tole+e7eJ-tla�rl�r-Ee--vt-un-emnrgrncv as Fsquire$• Hy -pure uph-H=3}--aneE-#ii�no[f1v t 11V?iEI�-errd -) Ib EER 4anJ-iheFeaftew confir,* such -"fee- in writing) OWNER shall- promptly consult with ENGINEER eoncenming the ne essity for OWNER to fetam a qualified expert to evaluate such iaa�rdcatts-iaandrttorrw-ktkr-u rrrektve-ae kort if unv-: C()NTRAC'TOR shall not berequiredto resume Work r-loran ya��lt-aRreiatF erau-unti) uftrt-E>WraF;R-its- i>btained aiw-required petmiLs related thereto and delivered to Wspeia.,_., Mat -such eendititxt-and-anv etTaotedi area iseFhns-Been Ea) speoifyitrg-unr spewittfee>txlitions aaadar watish streh i'^vNTP. c"' Ok-e9rtflEl-agreG-es-to-emidement--to GTOR to be mufflej the amoar&--ff caent of an nt, it any, in eit)te�PRAY -may -mel n-trleim Meretirr as }provided in AFtWL rM _ ('F)N'1"R�EiR-does-rtetagree-{fi-restana-at�r warat e"tion er in such al I Cent agate-as�aarniitiemeet•to or-�aamaunt-�astx�tt of ati etFher pant-max"tttakea-s{stint therefor -es preyidad as poell" -0€tlte•�Verk-perfernt WATISIis own foram R-_ 9 -pad--)told ha►'ndes5-------GQNT�6T9I�—__ Snifters; EICDCQENERM. C0NDITIOM tsto-s (I"0 EJ") w!CITY OFFORTC7OLUNS MODIFICATIONS OLEV4200D) U2Tl('Ll 5-130N1)S:INDINSCRANCE Performance. Parrnent and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds. each in an amount at least equal to the Contract Price as security for the faithful performance aril payment of all CON-1 RACTOR's obligations carder the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment hecomtes due. except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds stall be in the fw m prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as blished in Circular570 {amended) by Me Audit Stab Bureau of Goverrvnem Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5-2- If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes inxofvcnt or its night to do business is terminated in any state where any part of the Projcct is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within tat days thereafter substitute another Bond and s uey, both of which must Ix acceptable to OWNER. &3. Licensed Sureties and Insurers; Certrjaotes of Insurance. 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required Such surety and insurance oompmues shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 53.2. CONTRACTOR shall deliver to OWNER, with oopim to each addiborwl insured identified in the Supplementary Co nditiom, certificates of insuance (and other evidence of irstvanee requested by OWNER or any other additional inure w CONTRACTOR is required to purchase aM maintain in accordance with paragraph 5.4. OWNER, shall hereof. C0.ATR4CT0R's Liabilirr Insurrance; i4. CONTRACTOR stall purchase and maintain such liability and other insurance as is appropriate riate for the Wok being performed and furnished and as will provide protection from claims set forth below which may arise out of or result ficrn C0\'1`R,1C1'0R's performance and furnishing of the Work and CONTRACTOR'S other obligations a ticr the Contract Documents. whether it is to be performed or furnished by CONTRACTM any Subcontractor or Supplier, or by anyone directly or indirectly employed by any tit them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation disability benefits and other similar employee benefit acts; 5.4 _ claims for damages becausc of bodily injury, occupational sickness or disease, a &ath of C ONTRACI'OR's employees; 5A3, clauns for damages because of bodily injury, sickness or disease. or death of any person other than CONTRACT OR's employees; 54:4. elemhs_-for- danlagas. insured- Ai -'krr9lOnuwy Per9 A duty liabd other reason; reason; 5.4.5. claims for damages; other than to the Work itself: because of injury to of destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6, claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5 4 to be purchased anal maintained sha1L 5.4.7, with respect to insurance required by paragraphs 5.43 through 5.4.6 inclusive and S 4 9, include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other person or entities identified in the Supplementary Conditions. all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not teas than the limits of liability provided in the Supplementary Conditions or requited by Laws or Regulations, whichever is greater, 5.4.9. include completed operatics insurance; xxncoENEKAL CONuiTIOM 1910-8 0990Eatioaf wt C7TY OF FORT C.'OLIAM MODIFICATIONS (REV 912000) 5.410 include contractual liability insurance covering CONTR.ACTOWs indemnity obligations under paragraphs 6.12, 616 and 631 through 6.33; i.4.i1. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OW"NLR and CONTRACTOR Pax] to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONIRAC TOR pursuant to paragraph 5.3._' will so provide); 5.4.1_. remain in effect at least until firm] payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.13; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two yeah after fired payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whoa a certificate of insurance has been issued evidence satisfactory to OWNER. and any such additional insured of continuation of such insurance at final p -1- - a and one year dnereafter). OIYlyER's L&Nfiry Insurmtce.' 5.5. in addition to insurance required to be provided by CONTRACTOR under paragraph 5.4. OWNER at OWNER's option, may purchase and maintain at OWNER's expense OWNEWs own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Do:umarts. Property Inaw=cr. 5 6.---Unlaae-et WFWise-provida"-the-$UPPk naiautrY dito in the amem! Ceatditia� ---9W• •slta}i---gupaHase--exact--ntan c4'—sire--fbll--ram- dadticti �a+--�ihe o: 'ecquired -laws—and Regu�atierts)--T3tisirista'anweehall� knerst5e; theft, va"lism and mahcwus mischief, �Xf}t}i4jHHIf8,—Ekl{Ikf1�Stl;--Elet1F15--fYR74,VHl:___deffR }NHm s-and-Firgulmit>As: wmeter-tiRme •-anti st+a}r ethar-teriks-as-ntHv be s}xetficHl}y{aired #}mSu}y3leRtenttHy..FeRditiuns. 5.6.3.-- include -expertse,4 incurred in the repair a replacentmt of any-utsared prk"ty (sxkaliW two not 1+rRited- la -km --and- r#rurgNs ._.4--engineers--and tlf ehttects): - .. ail Ht die -site or at another location -chat -was agreed to in writing by videdihat-sash been included eeommee>drtt by-R iErlt F1513it urx3 3:ti.S:-ba-meintH'tned-in-effect--tuttil-frrml-fxwrRerri- is 4e>--iJt—+vftti 1+36#11 w her-trdditianal isstterl- 'S--._'EiKti`llrR-9tlalt'�-ft1HTnhnn-%rch better FoRman8e es-4ttey-be-required h5`-the',Supp)anrmtery-4'antfittwts-tor ENGINE Uie� of 5.8. (and the eertifiew" of M le be Pim"984 trratrrtaitted-ty 8 with-pmV8ra* 5,6 Primp' 'a" of mdergemeto Ihm aovemge- e�rded--will---get--be-eerteeltet►-or-trtateriaily a(-lawt-thitiy-Rays' aTitterr-_-to--t��YN&R--mxl whomra eatiPteete e€ rtsuranea-has been ..itrsued and-w4l amte3n----��esiens----eceeFdertee--�-aw�Eh t,mw"h 5.14- 5.9, OWNER shall not be responsiblee for purclmsittg and mairtt Wng any property insurance to protect the witerests of CONTRACTOR. subcontractors or others in EX*DCOENE7-AL CONDITIOM 191" (IM EMen) 10 w1CM OF FORT COLLINS MODIFICATIONS (REV 412O00) commencement of the W.xk at the site. OWNER shall to writing etlFix F-Fhb I R �( Ft)1� w)fe7htr ex n +F-sH4,+A r ireturHtlrrhas-i3een-t,rew uratl-hy-F)Lt•ti Etl»• s_f},_......_"„et of mgw 5 l H. OWNER and CONTRACTOR intaul that -all policies pumliawd in a , <xtiarxe with paragraphs 5 G and -_5.?.._will _.ptok-k4 (4W!;-F:.i�A7RaE�'E?R abumtn+utvrs PIGINJ'kR. FN(;lNREWs 4'Hrrsukant4tiralttll �.,rt� fx antitias-idam+freti ire--tl>e--,3applertrerNrrr}- C ��xlitiHm-tu-�-lixtetl-as insureds or additional insureds in such policies and damegas-caused-t>y- tht }�ertl�t�avered--FHaret�-rlll ar-the-even—a(-pavmerthof--aRy-Itxa--er-tkrarego-ilea the insiueds--�x -- iEit>�l---ursurecls--ihar+rntkr: (-)W`!r'1.32•-ar>t}_.t;(�,ti't'}ta�E"F(?ft- -waive-rrN"ngM9 (hem Ttl1-598 odispany-ot=the perikeRvemtl lw-such pot+eies.orrd-am f* )`in aneetrpltlieahk Ie lhe-lkerl�;-anck in--sdditift- waive _- aR- --melt-righu, _ag inq ..__...l:i J;N trx-e�fEzl�aLihkA Consultants and all odw-persons orentitia4 ideruifrad payable undevarry-policy so ]stared Pvu>st_-_.._-CONTRACTOR-.Suboentrauors l4iGPW-X4Vs Goraulw" and Om eSfieers�dirzworss--employees-end-egergs-of-any- of drag; -far; -:114 1, H(_USa- or-<rilrer---ant quantinl 1 rxiaxtaig beyaxi duea--#�Sisai----less--ee--�megc--tlo arising out , w1#lter air -net instxed by.43lti1+ib'R;.tatc{ eaJ�senuentisl-I0s --the-visums- will -have -no rigks�f recovery against any of CONTRACTOR, Sutx.omun+ctara F,�Y'C:>}�--litici��«{�"sR-Carau}utats-end-t}�-ofitE:er,;; der�rs:'-empk', Imovtm, Receipt and Application oflnsrraneeProcerrh 5.1?. Any insured loss under the policies of insurance required by paragraphs 56 and S7 will be adjusted with OWNER and made provable to OWNER as fiduciary for the insureds. as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. ORNIiR shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendmment. 5.13. OWNER as fiduciary shall have power to adjust and settle any lass with the insurers unless me of the patties in interest shall object in writing within fifteen days after the occurrence of loss to OWNERS exercise of this power If such objection be made, OWNER as fiduciary stall 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 inter `� 4 49R-as r -shall give--ltend--Ter-are Acceptance of Bonds and Insurance, Option to Replace: 5.14 If OWNER has any objection to the coverage afforded by or other provisions of the Bonds -or insurance required to be purchased and maintained by the CONMkCTQR in accordance with Article 5 on the basis oC nonconformance with the Contract Documents_ the in vv=� with the certificates Partial Utilization- Properly lnsurvo ce. 5.15. If OWNER fords it necessary to occupy or uses portion or portions of the Work prior to Substantial ercue GENERAL OOwanoras Islas (IM EMen) cal CITY OF FORT ()DUAM -MODIFICATIONS (RI� V Oft Wa) Completion of all the Rork, such use or occupancy ran% be accomplished in accordance with paragraph 14.10, provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledge} notice thereof and in writing effected any changes in coverage necessitated theretnl The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the propxaty insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupan:\. ARTICLF 6-CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 61 CONTRACIOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents, CONTRACTOR shall be solely responsible for the moans, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence cc procedure of construction which is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR shall be responsible to see that the completed Wok complies accurately with the Contract Document-. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circtmrstances The superintendent will be CONTRACTOR's representative at the site acid shall have authority to ad on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Maierialr and Equ4 ment: 63, CONTRACTOR shall provide competent, suitably yuaGfred peruoutel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good di line and order at the site. Except as otherwise required The safety or protection of persona or the Work or property at the site or adjacent thereto, and except as otherwise;indicated in the Contract Documents, all Wok at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Wort; on Saturday, Sunday or any legal hohday without OWNEWs written consent given aiher prior wTittm notice to ENGINEER ig EMINEER pier less than 48 hours in advance of err*' Wank tc be pxrfotmal on Sattucley Sunday Holidays or outside the Reprular Workira Hors nn Construction Document Ordering Instructions (Download a complete P1anWell 4.0 Ordering Guide from www.planwell.com) 1. 2. 0 M GO TO: www.mercury-ldo.com SELECT: Denver Links: "Plan Well" n I.wvn MKalhvn in i n. V.qm nnp n,.nvnr. Mne.0 SrN�Y Ily, lna'nli, v, nnm yevi r n.(veun�. r inA. Planwetl' ...EWO 07C^.�artrr" 1-1 SELECT: Public Planroom:."GO" eenver r,bA. i ral w..e.V c.F... � . 'per^ ■ Mercury/1-DO Colorado _ 1 - i earomadffs 1 C, I - PlanWell' Dlgital Document Management & Distribution User Name Password terxM voa xasswad? Neta mernbm yet? sign up!ww...„...... SELECT: the desired Find Pot is Praje for ekkbhg hamt No Lb* Re9Wnd Antlror td ASGiF6 0nh/I: Project Number" Todays standati in. o"ne plonruprns user gukw Onune mvtgtion-to-W ma* 'easy U10 from the list 07/2001 Section 00020 Page 3 6.4_ Unless- Oherwise specified in the general Requirements. CONTRACTOR shall furnish and assume full respunsibility for all materials. cyuip ment (abut, transportation construction equipment and machinery, tools, appliances, fitel power, light, heat, telephone. water. sanimry facilities, temorary facilities nod all other facilities and incidentsE necessan• for the furnishing, pertomtance, testing, Stan -up and completion of the Work 6.4 1 Purchasing_ Restrictions t'ONT}it�C'1-felt'_, mustcor ph_ a ith_the C ,ih s purchasirx, restrictions A etc r��_af thr rrsuluticns are availxblg�r renew tit the offices of the, Purchasing and Risk Management Division or the L itv Clerk's ce offi. 6.4.2. _ ('cment Restrictions: C�jty of Fort Collires Resolution 91-121 rccpuires that summliers and oroducers of cement Cr p_rnducts contain Ctmcat to egnih, that the ttmcat was not made in cement kilns that bum hazardous waste as a fuel. 6.5. All materials and equipment shall be of good - quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. if required by I-NGTNIEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment All materials and equipment shall he applied, installed, connected, erected, used, cleaned and conditioned in acccxdarce with instructions of the applicable Supplier; except as otherwise provided in tlta Contact Documents, Progress ScheAde- 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6,6.1. CONTRACTOR shall submit to ENGMER for acceptance (to the extent indicated in paragraph 2.9) proposed arijustmen is in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will empty with any provisions of the General Requirements applicable thereto. 6.6.2• Roposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accurdartce with the requirements of paragraph 12.1 _ Such w4ustnents may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. SubdhWasand "Or-Equai"Items.• 6.7.1. Whatever an item of material or equipment is specified or described in the Contract Documents by using the name of a propnetary stern or the name of a panuculu Supplier, the sprcifeation or dcsaiptictt is intended to establish the type, function and quality required. Unless the specification or description EXMC GE'NF]tAL CONVITIOM 191" (MOM") I2 wtt]TY OF FORT COLUM MWIF1CAMONS p2EV 4 rIWO) contains cx is followed by words rending that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material er equipment or material or equipment of csher Suppliers may be accepted by ENGINEER under the following circumstances, 611.1 Vr-Equal" if in E-\GiNl:fiR's sole discretion an item of muterial cr equipment proposed by ('ONTRA( TOR is i'tun:tioralh equal to that named and sufficientiv.similar so that no change in related Work will be required. it may be considered by 1 NGIN6'ER ns an "or -equal" item. in which ewe review and approval of the proposed item may, in ENGINHEY's sole discretion, be accomplished without compliance with some or all of the requirements for accepptance of proposed substitu c items. 6.7.1.2. Substitute Items: If in bNGINEERs sole discretion an item of matcnal or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item tinder subparagraph 63A 1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the twm of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requiramertts and as F,NGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment wit not be accepted by ENGTNFFR from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment. CONTRACTOR stall fast make written application to ENGINEER for acceptance thereof; certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOWs achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a charge in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in correction with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute lion that specified will be identified in the application and available maintenance, repair and replacement service will be indicated The application will also contain an itemized estimate of all coats or credits that will result directly pr indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting charge. all of which will be CONTRACTOR shall t7ertam not less than 21) considered by I vGl TER in evaluating the pxrceni of I}e l'cxl with its own forces (that is, proposed substitute. ENGINEER may require without subcontracting). The 20 percent requirement COIRACTOR to furnish additional data about shall be understood to refer to the Work the value of the proposed substitute. Nhich Weals not less them 7_�ercent_�C the Ccmtract Price 6.7.13. C()AM4C70R's Expense: All data to be _. provided by CONTRACTOR in support of arty 6.9.2. If the Suppleanertaury (Auditions Diddute proposed 'or-equah' or substitute item will be at Documents require the identity of certain CONTRACTOR'S e_q)cnse. Subcontractors. Supplim or other perris or organinuiors (including those who are to furnish the 6.7.2. Substitute t OlnYilrrt'hon Meih(Xls or principal items of materials or equipment) to IN Procedures: If a specific meats.. method technique, submitted to O\VN-P.R in advance of the specified sequence or prcccdurc of construction is shown or date prior to the Effective Date of the Agreement for indicated in and expressly required by the Contract acceptance by OWNER and ENGINEER,--and-4 Documents, CONTRACTOR may furnish or utilize a substitute means, method. technique, sequence to Beeerdarrae-�w4i--ilvo--�y—'CWAh 0n%,_ procedure of construction acceptable to ENGINEER, OWNEWs or ENMNEER's acceptance (either in CONTRACTOR shall submit sufficient information to writing or by failing to make written objection thereto allow FNGINEM, in ENGiNFER's sole discretion, to by the date indicated for 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. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. ivas.s af- imrestigeuet# 6.7.3. Engineer's Evabrorion: ENGTNN�'R will be submit —an acceptable--will--be allowed a reasonable time within which to evaluate th GO — each proposal or submittal made pursuam to suo}r iate-Change-k)rder paragraphs 6.7.1.2 aW 6.7.2. ENGINEER will be the Will sole judge of acceptability. No or 1" or cgrstinrte a condition_•• off he Contract rec t)—thin tpx substitute will be ordered, installed or utilized without ui; of the rowed subcotttractata strQptiers or at}ier ENGINEER's prior written acceptance which will be persons or organnizabon on the Work unless or evidenced by either a Change Order or an approved written ap=al is obtained from OWNII2 and Shop Drawing. OWNER may require ENGINEER No acceptance by OWNER or CONTRACTOR to furnish at CONTRACTOR's ENGINEER of any such Subcontractor, Supplier or expense a special performance guarantee or other other person or organization sball constitute a waiver surety with respect to any 'orcqual' or substitute. of any right of OWNER or ENGINEER to reject ENGINEER will record time required by &fecrrve Work. ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7,1 4 and 6.7.2 and in making changes in the Contract 6.9.1. CONTRACTOR shall be fully responsible to Documents (or in the provisions of any other direct OWNER and ENGINEER for all acts and omissions contract with OWNER for wort on the Roject) of the Subcontractors, Suppliers and other persons occasioned thereby. Whether or not ENGINEER and organizations performing or furnishing arty of the accepts a substitute item so proposed or submitted by Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall reirnburse CONTRACTOR just as CONTRACTOR is OWNER for the charges of ENGMER and , responsible for CONTRACCTOR's awn acts and ENGINEER'S Consultants for evaluating each such emissions. Nothing in the Contract Decumerds shall proposed substitute item create for the benefit of any such Subcontractor, Supplier or other person or organization any �& Concening Subconracrors, _*Wfiers and contractual relationship between OWNER or 7lrfiers: ENGINEER and any such Subcontractor; Supplier or other person or organization, era' shall it ate any 6.8.1. CONTRACTOR 6.8.1. CONTRACTOR shah not ern not employ obligation on the pert of OWNER or ENGINEER to S lieu a other or npp person organization pay or to see to the payment of any moneys due any (mcluding those acceptable to OWNER. aril such SubcaMractor, Supplier or other person or ENGINEER as indicated in paragraph 6.8.21 whether agmrizatiar omcpt as may otherwise be required by initially a as a substitute, against whom OWNER or Laws andRegulatiass, Q T� may ENGINEER may have reasonable objection. furnish to am srnc�ontractor sutnolier oersmn CONTRACTOR shall not be required to employ any or, gpgptian evidatea of amoutms amid to Subcontractor, Supplier or other person or mpr ization CONTRACTOR in accordance wide to firnish or perform any of the Work against wham CONTRACTOR'S "Apphg ices for Payment". CONTRACTOR has reasonable objection. EXDC GENERAL COMM710M 191" (1990 Edtico) 13 wl CITY Of FORT COLLINS MCCIFICATIONS MIN A20M 692_ CONTRACTOR shall be solely reslxnsible for scheduling and coordinating tha Work of Subcontractors. Suppliers and other persons and oganzations performing or furnishing any of the Work under a direct or indirect contract with CON TRACTOR. CONTRACTOR shall require. all Subcontractors, Suppliers and such other persons and organizations performing of furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR. 6.10. The divisions and sectiots of the Specifications and the identifications of an Drawings shall not control CONTRACTOR in dividing the !'York amoiV Subcontractors or Suppliers or delineating the Work to he performed by any specific trade. &11. Al) Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRAC"TOR and the Subcontractor or. Supplier which specifically bands the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the befit of OWNER and ENGINEER. Wheneverenywahegeeraent is Milli A &ARIVI&FReIRF Of SUPPfieF Who is-1i�ed-e firm additienel-xrvurad on the Property irvnuanee provided --in betaveen--mo T�GRA4 T�aib erg -the Twbaandaetix fir Supplier -will otterfir--.riuPPliar ' s-arms--ell-etlmeF from amp UmePerilsvered by tine- 7-tl+e-mstuers-omt airy-su¢h-Pelieies�rcquiry Parent Fees and RnyaMes: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Wort: or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others, if a particular invention, design. process, product or device is sp edfied in the Contract Documents for use a the palbrimi nce of the Work and if to the actual knowledge of OWNER of ENGMER its use is subject to patent rights or copyrights codling for the payment of arty license fee or royalty to others, the existence of such rights shall be disclosed by OWNER. in mho Contract 1kx:unents. To the fullest ex at permitted by Laws and Regulations, CONTRACTOR shalt itrdemmfy arum hold harmless OWNER, ENG114EER, ENGINEER's Conwhar" and the ol5ous, directors, employees, agems anti other consultants of each and any of them from and against all claims, costs. losses aml damages arising out of or resulting from any infiingetnem of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Weak of any invention, design, s grocers or device not specified in the Contract eras, F,K,T 06NEMALCONIMOM 1410430MMon) 14 W1 OTY OFFORT OOLLIM MOt?IFICATIONS t$tN4,20M) Penn its: 6.13. Unless otherwise provided in the Supplementary Conditions, COI :TRACTOR stall obtain aril pay for all construction permits and licenses. OWNER shall assist COv'PRAC'fOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall rev all governmental charges and inspection fees necessary for the prosecution of the Work. which are applicable at the time of opening of Bin& o. if there are no Bids, on the Effective Date of the .Agreement CONTRACTOR shall pay all charges of utility owners fur connections to the Wok, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations. 6.14.L CONTRACTOR shall give all notim and comply with all Law-, and Regulations applicable to furrus& g and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER rux Is"NGINEl R shall be responsible for monitoring CONI'RACTOR's compliance with any laws or Regulations. 6.14.2. If CONTRACTOR pertbrms any Work knowing or having reason to know that it is contrary to Laws or Regulation, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therellronm: however, it shall not be CONTRACTOR'-. primary responsibility to make certain that the Specifications and Drawings are in accordance with i,aws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOWs obligations under paragraph 3.3.2. Taxes., 6.15. CONTRACTOR shall pay all sales consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the project which are applicable during the performance of the Work. 6.15A. OWNER is eremtx from Colorado 'Qua' sates and use-wes..;on matesdals to be p?er?I?�Y ied into the imroiect. Said tames shall not be inch 1l�itdtlmc'G3ittact price. Address: Colorado Department of Revew State Capdtal Amex 137> Sherman Street Denver; Colorado, g,02 it Sales, and U.,x Taxes for the State of Collect Regina) Trattspoation Dis Gt . 2Tand certain Colorado counties are collected bjw.the State of Colorado and are, included in the CertiGcatiom of ExSr n tni _Ml applicable Sales and Use Taxes (inc:ludina State collected taxes), on anv items other than construction undl buiklina materials plivsicall -NWrpureled NIU the project_ ire to._he..pnid hy_CON7 R 1( I'_Oit and are to baincludc in ppr tc bid items. Grse of Premises: 6-16. ('ON'fRaCTOlt shall confine construction equipment. the wage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Conuact Documents and other land and areas permitted by laws and Regulations, rigbtq-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipanent or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any m4accnt land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occuppaant because of die performance of the Wcuk, CONTRAS40R, shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dt'�wto resolution proceeding or at law. CONTRACTOR shall to the fullest extent permitted by Laws and Regulations, indemnify and Feld harmless ORRNER, ENGINEER. ENGINEEKs Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting train any claim oraction, legal orequitable, brought by arty such Owner or occupant against OWNER. ENGINEER or any other panty indemnified hereunder to the extent caused by or based upon COYFRACTOR's performance of the Work. 6.17. During the progress of the Wale CONTRACTOR shall keep the premises free Flom accumulations of waste materials, rubbish and Miser debris resulting from the Wok At the completion of the Wok CONTRACTOR shall remove all waste materials, rubbish and debris from and about the promises as well as all toots. 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 Wok. CONTRACTOR shall restore to anginal ccmditim all property not designated for apteratimt by the Contract Documents. 6.18. CONTRACTOR shall not loaf nor permit any pan of any structure to be loaded in anarryy mama that will endanger the structure, nor shall CONTRACTOR subject any part of the Wok or adjacent property to dresses or pressures that will cndenger it. Record Docameots.- WDCOEMMaCONIAMO swhoaOv90Mom) wi C77Y OF FORT CY)LLI M MODINCATIONS (REV 42000) 6-19. COM'RA(."TOR small maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written iUnendments. Change Orders. Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph94) in good order and annotated to show nil changes made during construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work. stral rtior_to_ releax_n(- final pa_vment these record documents. Samples and Shop Drawings will Ix - delivered to ENGIN BRR for OW N F R- Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in correction with the Work. CONTRACTOR Mall take all necessary precautions for the safety o$ and shall provide the necessary protection to prevent damage, injury or loss to: 6 20.1. all persons on the Work site or who may be affected by the Work; 6203. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site: and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roasdways nictur s, utilities and Underground Facilities not designated for removal. relocation or replacement in the course of construction, CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property orto protect them from damage, injury or loss, and shall eruct and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affiat them, and shall cooperate with them in the protectio m, removal, relocation and replacement of their prq". All dansa in''mmry a loss to any property referred to in paragraphs 4.2Q.2 or 6.20.3 caused, directly a indirectly, in whole o in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization diractiy or itduvaly anployed by ar>y of them to perfoxtn or umish any of the Work or anyone for whole acts any of them may be liable, shall be remedied by CONTRACTOR ( damage o loss andbui able to the faun of Drawings=thine or to the acts or omissions of OWNER or ENGINEER or ENG72tWR's Con sultan or anyone employed by amof than a anyone for whose acts any of them may ix liable, and not attributable, directly or ir�, in whole or in part, to the fault or ticlopnce of CONTRACTOR or any Subcontractor. Supplier or other person or organization directC ITRACTOWor s dudes mid responsibilities abilities f the safetyof ) and protection of the Work shay l� too tine until such time as all the Wok is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14 13 that the Wort: is acceptable (cscept as otherwise expressly provided in cunnection with Substantial Completion). 6.21. Sajeo, Represeirra&e: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. HawrdComrrrunication Programs: 6.22, CONTRACTOR shall he responsible for coordinating any exchangc of malarial safety data sheets or Other hazard communication information required to he made available to or exchanged between or among employers at the site in accordance with Laws or Reguletiom F.mergencie: 6.23, in emergencies affecting the safety or protection of persons or the Work or pr"ty at the site Or ldjaCc" thereto, CONTRACTOR, without special instruction or authorization from OWNER Or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant dosages in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action 6.24, Strop Drawings and Samples. 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantifies, dimenstons, 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 paragteph6.26. 6.24.2, CONTRACTOR shall also submit Samples to ENGINEER for review and approval in acccirdan x: with said accepted schedule of Sloop Drawings and Sainppl1e submittals. Each Sample will be identified clew. y 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 EJCOC GENERAL CONDI not4518t" o99tr Emon) 16 wJ(TY OF FORT COLIANS MODIFICATIONS (REV 4-2000) Imposes required by paragmph6. 6. The numbers of each Sample to be submitted will be- as specified in the Specifications. 6.25. Submittal Procedures. 6.25.1, Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determint4i and verified, 624;'1.1 all field measurements, quantities, dimensions. specified perfomance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipppping, handling, sto C, assembly and installation pertaining to tic performance of the Work and 625.13, all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contact Documents. 6.25.2. Each submittal will bear a stamp or specific corium indication that CONTRACTOR has satisfied CONTRACTOR's Obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 625.1 At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have Gan the requirements of the Contract Documents, such notice to be in a written communication separate Gem the submittal; and, in addition, shall cause a spe6fic notation to be made on each Slop Drawing and Sample submitted to ENGINEER for review and approval of each such variation 6.26. ENGINEER will review and approve Shop Druwip and Samples in accordance with the schedule of Shop Drawings and Sample submitals accepted by ENGINEER as required by paragraph 2.9. ENGINQEER's review and approval will be only to daiermirie if the items covered by the submittals will, after installation or incorporatio t in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the compided Project as a functioning whole as indicated by the Contact Documents. ENGINEER's review arxi approval will not exierd to means, methods, wfticplic% sequences or procedures of construction (except where a particular means, method, teelmique. sequence or procedure of constructtau is sfeci[ically and e..xpressly called for by the Contract [kxxnments) or Ra safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make tx?rrections required by IiNt?INRER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by f tiGT\L^ERtnpreviowssubmittals 6 27. KNGINEFIR's review and approval of S1tnp Drawings or Samples shall not relieve CONTRACTOR from reTansibilay for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called hNGINEER's attention to each stash variation at the time of submission as required by paragraph 6.25.3 and ENG[NNEER has given written approval of each such variation by a specific written notation thereof incorporated in or accomparrying the Shop i>rawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6 28 Where a Shop Dmwing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGTNEER as required by paragraph 2.9, any related Work performed prior to ENGiNEER's review and approval of the pe sulvnittal will be at the sole expense and responsibility of CONTRACTOR Continuing the Work: 6-29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.3& CONTR ICTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER,1?NGINEER and ENGINEER'S Camtlhat4s that all Work will be in accordance with the Contract Documents and will not be drjectrvv, CONTRACTOR's watramly and guarantee hereunder excludes defects or damage caused by: 630.1.1, abuse, modification or improper maintenance or operation by persons other than CONTRACTOR. Subcontractors or Suppliers; or 630.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to pesfotm and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EX'Mo)Sta:•RAL CON TIOM 1910-8 41990&item) w7 CITY OF FORT CYILI.IM MOUIF'IC'ATIONS 0iFY 4/2000) accordance with the Contract Documents or a release of COl TRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.3p.'_'.1 observations by ENGINEER: 6.30.2.2. recommendation of any progress or final payment by L'vGINTER; 6303.3. the issuance of a cent irate of Substantial Completion a any payment t-y OWNER to CONTRACTOR under the Contract Iocuments. 630<A. use or occupy of the Work or any part thereof by OWNER; 6.30.25. any acceptance by OWNER or any failure to do so. 6.30.2.6. jury review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGfNEER pursuam to paragraph 14.13; 6.302.7, any inspection, test or approval by others; or 6.30.2.& any correction of ckjecrive Work by OWNER. rndmnifim on: 631, To the fullest extent pamilted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER. ENGINEER's Consultants and the officers, directors, employees agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and an court or arbitration or other dispute resolution costs) caused by, arg out of or resulting from the performance of the Work, provided that any such claim, coat, eas or damage: (i) is attributable to bodily injury• sickness. disease or death, or to itrmry to or destruction of tangible property (other than the Wcrk itself). including the loss of use resulting tFtetefrtm, and (n is caused in whole or in part by any negligent act cr emission of CONTRACTOR any Sabrntxrao tar. any Supplier. arty person or organization directly or indirectly employed by any of them to perform or finush any of the Work or anyone for whose ads any of them may be liable, regardless of whether or not caused rn ppeaattt tbryy arty negligence or omission of a person or entity intfemnilied hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity- 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or I rspreserutative of such employee) of CONTRAC�aty Subtorttractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or furnish am.of the Work or anyone for whose acts any of them may he liable. the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitauon on the amount or type or damages. compensation or benefits payable by or for CONTRACTOR or any such Subcommetor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts 6.33. The indemnification obl g atiuns of CONTRACTOR under paragraph 631 shall not extend to the liability of ENGINEER and FNGINEF .,, Consultants. officers, directors, employees or agents caused by the professional negligence, errors or out issioru of any of them. SWn-ivmt ojObtigariens 6.34. All represaniations, indemnifications, warranties and guarantees made in required by or given in accordance with the Cotmot Documents, as well as all cominuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTHER WORK ReJared Work at.We: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Doewncrts, then: (i) written notice thereof will be given to CONTRACTOR prior to slayting any such other work. and tii)CONTRACTOR may make a claim therefor as provided in Articles 1 l and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR cc requires additional time and the parties are unable to agree as to the amount or extent thereof 7.2. CONTRACTOR shall afford each other contractor who is a patty to such a direct contract and each utility owner (and OWNER,, if OWNER is perfuming the additional work with OWNER's employees) props end safe access to the site and a reasonable opporninity for the introduction and storage of materials and equipment and the execution of such Wait work and shall pruperlyo and comkiate the Wok with theirs ilntem provided in the Contract Doctwems, CONTRACTOR shall do all cuttitg, fitting and patching of the Wait flat may be required to make its several parts cone together properly and nntagrato with such other work. CONTRACTOR shall not endanger any work of others by cutting, oxcavatitg a oUrcwiac altering toxin work grid win Doty cut ex alter their work with the written cot9avnt of ENGINEER and the others whose wank w$1 be of%ctaL The duties and responsibilities of CONTRACTOR tender this paragraph are for Uu benefit of such utility owners and other omurictars to the extent that there are comparable EXIM Oba4EtM CONtJ1MOM n9t(ia (11"D EMM) 1s cut CITY OF FORTC)LLIM MOOISCAMNS(RFV4,'20001 provisions for the benefit of CONTRACTOR in said direct contracts between OWNNER and such utility owners and other contractors. 7.3, If the proper execution or results of any part of CONT'RACTOR's Work depend% upon work performed by others under this Article 7, CONTRACTOR shell inspect such other wok and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constaute an neceptance of such other wok as fit and proper for integration with CONTRACTOR'S Work except for latent or nompparent defects and deficiencies in such other work Coorrdnadon: 7A If OWNER contracts with others for the performance of other work on the Project at the site, the following wil I be set forth in Supplementary Conditions: 7 4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified 7A.1 die specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided, Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8--ONVNFWSRESPONSM TTIES 8.1. Exccpt as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR throtghENGINEER. 8.2. In case of termination of the employment of ENGMEER, OWNER shall appoint an engineer agamtst wkiom•-04)AI'FR+�C-�'4R••anaores-no•-totasor>eble-c+bjeet+at whose status under the Contract Documents shall be that of the former ENGINEER 8.3. OWNER shall furnish the data repaired of OWNER wider the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are die as provided in paragraphs 14.A and 14.13. 8.4. OWNERs duties in respect of providing lands and easements and providing agmarung sure to establish reference points are set forth in paragrappis4.1 and 4.4. Nragraph4.2 refers to OWNEWs 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 hive been utilized in G\til'cT:GR in preparing the Contract Documents g �__....__y1l-NER's reapcxlsihilities in ran7teeA tif-fwretFax;}ng a td-nxsinttsinis--liability ecxl propet�yti+asarancr-ore set forth in peraffaphs S.t through's its. 8 G OWNER is cbltgated to execute Change Orders as indicated in paragraph 10.4. 87 OWNER's responsibility in respect of certain inspections. tests and approvals is set forth in paragraph 1 3.4 8.8- In connection with OWNER's right to stop Work or suspend Work_ see parapraphs 13.10 and 15.1. Paragraph 15.2 deals with OIVNER's right to terminate services of CC )NTRACTOR under *main circumstances. 89_ The OWNER shalt not supervise, direct cx have osnuvl or authority over. nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and irosgrams incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not he respxxisiblc for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Wade OF R>tdiextecive-P tatter revue arrangements- have- .-beam--made--to—satrf}e__O" VE s respc»tsibi}ity-irt iaspeeathereofjvilF-ba as set -froth. in -tire Sitpplemmtary-'"�enditiorr, ARTICLE 9—UNGL'V ER'S STATUS DITRING CONSTRUC71ON OWNER's Representatfvc: 9.1 ENGINEER will be OWNER's representative curing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth m the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER ►'!sits to Site: 9.2. ENGINEER will make visits to the site at intervals ap�mpnate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress EJC DC OENERAL COM710M 1910E t199a E(Itim) ao QTY OF FORT (--OLLIN5.MOI)iMCAT10N9 ftV aroma) that has been made and the quality of the various aspects of CONTRACTOR's executed Work Based cm information obtained during such visits and d>se"atiou. LNGINEfiR will endeavor for the benefit of OWNER to determine, in general, if the Work is prmTedmg at accordance with the Contract Documents. ENG1NEhR will not be required to male exlmustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will confomn generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against &fective Work. ENGINEER's visits and on -site observations arc subject to all the limitations on ENGINEER's authority and responsibility set forth in patagraph 9.13, and particularly, but without limitation, =1 I or as a result of ENGINELWs on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct. control or have authority over or be responsible for C,ONTRACTOWs means: methods, techniques, sequences or procedures of mrissttnrction, or the safety precautions and programs incident theeto, or for any failure of CONTRACTOR to camel}} with Laws and Regulations applicable to the f trritshing or performance of the Work Project ReEres+rnadve: 93. If OWNER and ENGINEER agree, ENGINEER will firnish a Resident. Project Representative to assist ENGINEER in providing more continuous observation of tine Work. The respotmbilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in p%mgrsphs 9,3 and 9.13 Gendmotu of these General Conditions. If OWNER leg another representative or agent to represent O at the site who is not ENGINEER's Consultant, agent or a iployee, the responsibilities and authority and limitations thereat of such other person will be as 9.31 Tuts Retxesata¢yeldeaIt in matters patainine to the to -site wtxk will yr ¢ateraL be with MOMMae . KM IM UWNhkL -rumly advised about ,such mattets The Retr„cMta 've's with subcontractors will only be or and _XVffal o the MITRACTOL 93.'2.1-Schedules - Review the progre s 19 scheciule_arni _ogler scheciulc>_ nreLmrui bathe CONTRM'TOR aral ctmullt with the ENGINI'-R conwcrnina accrinabiliu 9.3.2, C onfererlces , id 1ert ng .____Auend mentin_u'ith__the__t'O*i"rR;1C rOR such its preconstructign conferences, progress mectings N?d.._ othgt__loh., c�unlrc»ces__ and �+rgpnrr _and circulate topics of minutes of meetings. 93.23 l.iaiwn 93._ 3 1 Serve as . _.,____.,...__._,______.__.._ with CONNTRACTOR orkirtR_sxincipally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understandina the Contract llar:umtnts. 9.3.2.3.2. ist in o6tammg,fom OWNER acidi(anal , derails ,_or_infarmatinn . when required for promr exxutiion of the Work. 9 3.2 33 Advise the FNGINEER and CONTRAC'r(.)R of the commencement of any -War!_._regum _a Jh ,_lAawing_rx Sample Sub gion if the sinktmissionllAs npt been approved bt the F iGiNEER. 2.vita±! �' �Y�'k._$s.Itcit�iol �f@giv._t work, ens�nectcros and Tests - 93 2 4 1 Conduct on -site abseMugns of e in daterininiWthat tine Work is �ng_in actor nx:e wrth the �rmttavK Tktcwnerns 9a..L4.3_.....Accomppny Ynsit}i _„3nsgec{,ors rewesentina public or other aee»eigs ltavana j rrisdcticn overthe_ TMegLfVcord t}ie results to the ENGWEERL 93:25Irterpimtation of Can ag Daaantras Re axt to ENR when e Icatians and ij t Mtations of the Contract ikxumerlRs are,_ rr W and transmit w O� the Cantract Documents Igd as issu by the ENt?WWAL 9.3.2A Modif3catians. Consider and evaluate CONTRACTOR'S amaestions fir &CPC OENERN, CONIXnoNS 19103 (1990 Edna) 20 wt CITY OF FORT COLLIM h1ODIFICATIONS(REy4 c000) moa.iific.ation in Drawi s or S5eciticatit s and relx)rl thins: recommenclatiorn to ENGINMER., Acxuratch- transmit to CONTRACTOR decisions issued b3� the LivGllv'EBR. 9.3.2.7, Records. 93 2.7.1. Maintain at the Representative's Qr3:�1 .18— ,Rep"4 repw,is,�_as requirerl,_,o! the ess of tale Work and of the the es CTOR'S .ith i�e�[Atai�_�_ul�.� schedule_ of,,. s}wp,_fhawing. _aod satngle su4rllitt4l sLxctions or stair of immiorit n Of the Wwk, 9.3.2 aka W-,a%EC,_.f7irevtive Changag,_ ob(ainu�. *kiwi el from the CC1N"f RACTOR and recommence to ENGINEER C7na M Orders. Wwk DreWve C}mnaes and field -q,dm 93.19.4. Reprrt immediately to ENGINEER and OWNERthe occurrence 0t env amide t. 93.2.2. E ment�uReview andicatians fa pay'nitent with CONTRACTOR far catnpliarmo with the established ter xe-ch a for their submission and forward with recommendation to LtG INM noiing_Lasticu4uly the relatac+utuu of the Minent_requested to the schedule of values, work co oleted and materials and cyuimment delivered at the site but -_not _incorvari od in the \Val:. 9.3.2.10, completion, 93.2.1Q.1. Before ENGNEER issues a Certificate of Sulntantial Cdxnnlcuon. submit to CONTTRACfOR a list of observed items _.---._._-__...___� .__.__._...__ requumc correction or c®n letion 9.3 2.10.2. Condtut frail mspectiett in the company of the ENGINEER, OWNER and CONTRACTOR and_pR)aTc_a_fi_nal_Iiat of items to be c:orected or corm Iy dcJ. 9.3.2.10.3. Observe gAt all items at the final list have been cmected or colleted and make recommcndai]i to ENGINEER concorninpackntance. 93.3. f.imimtion of Authority: The Representative shall not: 93.3.1. Audtoriz�carmor, deviations from _ the Convect Documents tar accept any what a Ill.;l1e 4I._�66tJplll5�x1=.+_?l1fFg,£ �ut�4:Ct7&�._b�',� H�VGINEER, 9332 Exceed limitations of ENGINEER'S 9Y3;3.3. Undertake anv c! the rgpon3eibilities Of � the CONTRACTOR Subcontractors. or �4_l?II3A�.QB_�..�tP.�Iaf�as��ts. 93,�4 Q�xise 4t�.or issue directi�atfs.re(�tly� Un,.� ortme control over an ._aspect of}t g meam metho& ted nigaea sequences ar 1d14&OS$d[# !� riot _unle� �Gh._e1� vNif„ x-alix,,called —for_in the CQnirsct Daum. 9.3�3S r'ldvist on o issue directions re8a3'�illg.s�f..._ l,m t?Y.eL.....�&ff17t pmautions art •MMMs A—CMV ections w th Lhe Work 9 3 63.6 A Shm Drilmo_ yr_„_ pje sytl from anyone other than the CONTRACTOR 9.3.3.7. Audtorize OWNER to occupy the Wok in whole a in q, 93 3 $ participate in spgi;j# izecJ _ligjd_qr laboratory tests or instnactions conducted by others CZarificationa and Isterpremtlons. 9A. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the MIX OEMMAL OONUMONS 1910-tt 0990 Man) w/ Cln OF FORT C.OLLIN4 MWIFWATIONS ptEV 4f1000) requirements of the Contract Documents (in the form of Drawings or othen6w) as E.NGIN17F.R may determine necessarv, which shall be consistent with the Intent of and reasonably inferable from the Comract Documents Such written clarifications and interpretations will be binding on MNPR and CON'I-RACTOR- If OWNER or CON -TRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof d anv. OWNER a CONTRACTOR may make a written claim therelix as provided in Article i I or .article 12. Authorized Iariadons in Nark: 9.5. ENGINEER may atnhon7c minor variations in the Work from the requirements of the Contract Documents which do not involve an adustment in the Contract Rice or the Contract Times inure c:ompouble with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, -These may be accomplished by a Field Order and will he binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Orderjustities an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article I I or 12 Rejecdag Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to !w defective, or that ENGINEER believes will not produce a completed Project that conforms to the Conrad Documents or that will prejudice the integrity of the design concept of the completed Project as a functions whole as indicated by the Contract Documens. ENG�fNEER will also have authority to require special inspection or testing of the Wuxi: as provided in paragraph 13.% whether or not the Work is fabricated, installed or completed. ,%ap Drawings; Change Orders and Payment; 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 91 In connection with ENGINEERs authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In cxumection with ENGINEMs authority as to Applications for Paymentsee Article 14. D eternihm Hons for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR ENGINEER will review with CONTRACTOR the FNGMEER's preliminary determinations on such matters before ra doing a written decision thereon (by recommendation of an Application 21 5. CLICK: "Most Current Set" to View the list of documents available for the pro' Drder items by clicking the Wcart icon: Start My Order i RIM �T� c urrr.rl lwt Path: uffrt 14 44 0010ouritain QjIssue Se Issue tit ve 0afiki -fA;"4 QjRevision 2 EL]e Set 7129,12002 Architectural 24X30 LOW —21-2 14 �:sue Set 7/2912002 Architectural 24X36 LBW Uh A- V4 Re of inn 2 z/11012004 ArchteCtUral 24X36 LOW Da L4 Architectural I-suw Get 7/29/2002 24X36 LOW F Revision 1 W12}2003 Architectural 24Y.35 LOW 6. CLICK: Sheet No. to view 7. CLICK: 0 to add a specific document t your "Shopping Cart" 8. CLICK: I startmyE�rdqr to place the order for printing 9. REGISTER -or- LOGIN 10. SELECT: Process -Media, Output Size and Binding options 11. ENTER: Job Number and PO information then click Next. 12. REVIEW: Recipient information. 13. ENTER: Quantities 14. CLICK: the down arrow to populate order. 15. SELECT: Delivery options and Due time. 16. ENTER: Your phone number in the special instructions box. 17. CLICK: Next. 18. REVIEW order 19. CLICK: SUBMIT Planwell contacts: Sam Ordway 970-691-2201, - sordway@mercury-ldo.com David Bacon-720-220-7683, dbacon@mercury-ldo.com 07/2001 Section 00020 Page 4 for Payment or c4henvise) ENGINEER's written decision thereon will be final and binding upon OW\1:iR and CONTRACTOR, unless, within ten days after the Jute of arty such decision. either OILNER or CONTRACTOR delivers to the other and to ENGINEER Arinen notice of intention to appeal from ENGINFERs decision and' ail an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set Garth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER anti CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of cimpetent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWN14R and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 911, Decisions on Disputes: 9.11. ENGINEER wit( be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Ioicumentspertaining to the performance and furnishing of the Work and claims wider Articles 1 i and 12 in respect of changes in the Contract Price or Contract Times will be refeeed initiath, to ENGINEER in writing with a request for a formal ision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty bays) after the start of the occurrence or event giving rise thereto. and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data m support of such claim, dispute or Miner matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after reoeipt of the claimarit's last submittal (unless ENGINEER allows additoma) time). ENGINEER will render a formal decision in writing within thirty days alter receipt of the opposing party's submittal, if any. in scoordarre with this paragraph ENGINEER's written decision on such claim, dispute or other m slier will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decisiort is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreemere. entered into between OWNER and CON RACTOR to Article 16, or (it) if no such Dispte Resolution Agrectthett has been enterod onto, a written notice of intention to appeal from ENGINEERA written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days aloe the date of such d ecisim and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing patty may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such �� EJCDCO ORALCOND1110M 1910-8 t19 oMfim) wI d1TY OF FORT COLLINS MODIFICATIONS pt -V 41200D) decision. unless otherwise agreed m N%Titt% by OtL?`ER and CONTRACTOR 9,12, \i'hen functioning as intcrpreter and judge under paragraphs 9, 10 and 9.11. ENGINEER will not show partiality to O1V NF.R or CONTRACTOR and will not be liable in connection oviih any interpretation or decision rendered in good faith in such capacity The rendering of a decision by F_\'GT vi :R pursuant to paragraphs 9,10 or 911 with respect to any such claim, dispute or other matter (except any whichhave been waived by the making or acceptance of rmal payment as provided in pamemph 14 15) will he a condition precedent to any exercise by OXNT ER or CONTRACTOR of such rights or remedies as either maV otherwise have under the Contract Documents or by Laws or Regulations in respect of arty such claim, dispute or other matter -prewar }tc*tleticle 1H. 9.13. Limitations on EV'G1A2XR's Authority and Re."ntibtlitier.- 9.13.1. Neither hNGiNEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGiN'EI:R in good faith tither to exercise or not exercise such authority or responsibility or the undertakint , exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or orgammuon, or to any surety for or employee or agent of any of them. 9.132. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of coistruction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the fitrriishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9,13.3, ENGINEER will rat be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other persat or organization pedormmg or furnishing any of the Work, 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, scredules, guarantees. Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of oer ifiicates of inspections, tests and approvals that the results certified indicate compliance with, the Contract I)OMMent-S, 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINCER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CWANCFSIN'IU WORK 10,1. Without invalidating the .agreement mid without notice to any surety. OWNER. may, at any time or from time to time. order additions, deletions or revisions in the plonk Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR Mall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as othenvise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an r4ustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 1 i or .Article 12. 103. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplarnented as provided in paragraphs 3.5 and 3.6, except m the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13..9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering- 10A L changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (n)required because of acceptance of defective Work under paragraph 13.13 or correcting drfectiw Work under paragraph 13.14. or (iii) agreed to by the parties; 10.4.2. charges in the Contract Rice or Contract Times which are agreed to by the parties, and 10.4.3. changes in the Contract Rice 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 Charge Crider, an appeal may be taken from any such decision in ae:ardanoe with the provisions of the Contract Doc teens and applicable Laws and Regulations but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the gerheral scope of the Work or the provisions of the Contract Documents E)CDC OENERAL COND111ONS 191" (1990 EMm) WICITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (including, but not hmded to. Contract F4ice or Contract Times) is required by the provisions of anv Bond to be given to a surety, the giviryg of uny such notice will be CONTR.ACTOR's respxosibhhty. and the amount of each applicable Bond will be adjusted accurdingly. ARTICLE I I—CHANG E OF CONTRACT PRICE 11.1. The Contract price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obfigatiorns assigned to or undertaken by CONTRACTOR shall be at CONTR.ACTOWs expense without change in the Contract price. 11.2. The Contract price may only be changed by a Change Order or by a Written Amendment Any claim for an adjustment in the Coma Rice shall be based on written notice delivered by the party making the claim to the otter party and to ENGINEER promptly (but in no event later tan thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless FNGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be socmipanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjustment in the Contract price shall be determined by ENGINEER in acc rds = with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on 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 arty Work covered by a Change Order or of any claim for an adjustment in the Cortraa Rica will be determined as fellows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11 9 1 thnxigh 1193. inclusive), 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment busis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 1 L6 2): 11.3.3. where the Work involved is nut covered by unit prises contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11 .3 2, on the basis of the C.xt of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Coat of the Wart 114. The tern Cost of the Wort: means the sum of all costs necessarily incurred taxi paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER such costs shall be in amounts. on higher than those prevailing in the locality of the k'roiect shall include only the following items and shall not include any of the costs itemized in paragraph 11.5 1 L4.1. Pa�Toll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall melude;-but-net be limited for salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment excise and payroll taxes, workers' compensation, health and -retirement benefits, bomtses, applicable thereto. The expenses of performing Work after regular working hours, on Saturday. Sunday or legal holidays, shall be included in Ibe above to the extent authorized by OWNER. 11.4.2. Coat of all materials and equippmcueat furnished and mootpontted in the Work rrtcludtng costs of transportation and storage thereof, and Suppliers' field services reqquired in connection therewith All cash discounts almll accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which one the cash discounts shell accrue to OWNER. All trade discamts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that thev may be obtained 11.4.3. payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. ff required by OWNER, 24 l;JCtx'OENER'v' COMMONS 1910-8 (1990M iau) w/ t7TY OF FORT COLLINS MO1NFICAMNS (REV 41200D) CONTRACCOR shall obtain competitive- bids from Suhcontracutrs acceptable to OW\BR and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of LNG MI ER. which bids if any. will be accepted. If any, subcontract provides that the Subcontractor is to be past on the basis of Cost of the Work plus a fee, the Subcontractor's Cast of the Work, and fee shall be determined in the same manner as CON7RACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11 5, I L6 and 11 7 All subcontracts shall he subject to the other provisions of the Contract Documents insofar as applicable 1IAA Casts of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, anorneys and accountants) emp loyed for services specifically related to the 11.4.5. Supplemental casts including the following: 11A.5,1, The proportion of necessary transportation, travel and subsistence e-xTg es of CONTRACTOR's employees inured in discharge of dirties connected with the Work. 11.4.5.2. Cast, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approver! by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unload installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessM for the Work. I I A-5.4. Sales, consumer, use or similar taxes related to the Wo& and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than 1nueggl1 of CONTRACTOR, airy SuGa ctor or anyone directly or indirectly employed may be of t, andhem or whose acts any fees for y royalty payments and permits and hearses. 11A.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by iusuranoe or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of die Work (except loasns and damages within the deductible amounts Of property insurance established by OWNER in accordanrce with paragraph 5.91 provided they have resulted from causes other than dic neoigence of CONTRACTOR, any Subcomractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such hisses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. It however, any such loss or damage requires reconstruction and CONTRA('"fOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.53. 'The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.13. N&or 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 A.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 115, The term Cost of the Work shall not include any of the following: 11.5.1. payroll casts and other compensation of CONTRACTOWs officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accoun to ns, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general adminwiation of the Work and not specifically included in the agreed upon schedule of job classificatims referred to in paragraph I IAl or specifi ally covered by paragraph 11.4.4—all of which are to be considered admittistrative costs covered by the CONTRACrOR's foe. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 1153. Any part of OONTRACTOR's capital expanses, Including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cora of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the some (ear for the cost of premiums covered by subparagraph 11.4.5.9 above). E)MC OENERAL COND1770M 1910s (1 "0 ;dt;m) out CITY OF FORT CUt.LtM MODIFICATIONS (1(fiV 4120M) I I ? Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of tkfective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4 11.6. The CONTRAC"fOR's fee allowed to CONTRACTOR for overhead and profit shall be - determined as follows: 11.6.1. a mutually acceptable fixed fee or 11.6.2. if a fixed fee is not agreed upon, then a fee based on die following percentages of the various portions of the Cost of the Work: 11.6.2.1. for casts incurred under paragraphs 1141 and 11.4.2, the CONTRACTOR's fee shall he fifteen percent; 11.6.22 for casts incurred under paragraph 11 A3, the CONTRACTOR'-, fee shall be five percent: 11.6.2.3. where one or more tiers of subcontracts arc 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 Subcontmator who actually performs cc furnishes the Work, at whatever tier, will be paid a few: of fifteen percent of the costs incurred by such Subcontractor under paragraphs I I A I and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a foe o€-frvapetvtE-d€-tlta�taeu paid to the naa-lower tier-Subcordnaehx to be rngotieted 1rIp,9n(i,faTifsp>z_4 Nk ,b am414_VS12M five r nt of the nmiwtltyraid t� the next Uwij — t�'..�u>�slillt�s�dv 11.6.2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11-4.5 and 1 I.S; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any which results in a net decrease in cog will amount of the atonal net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6 when bah additions and credits are involved in an yy are change, the adjinAmern in CONTRACTOR'-, fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 111. Whenever the cast of any Work is to be 25 determined pursuant to paragraphs 11.4 and i IS, CONTRACTOR will establish and maintain reards thereof in accordance with generally accepted accounting practices and submit in form acceptable to FINGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8, It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents aril shall cause the t6'ork sot covered to be furnished and performed for such sums as may be acceptable to Ok1'NFR and HNGINEER CONTRACTOR agrees that: ! 1.8.1. the allowances include the cast to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead profit and other expenses contemplated for the allowances have been included in the Contract Nice and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid Priorto final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts titre CONTRACTOR on account of Work covered by allowances, and the Conawct Price shall be correspondingly adjusted. 11.9. Unit Price Work.- 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Una Price Work, initially the Contract Price will be deemed to include fir all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deterni m moms of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accardattce with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTORS overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I I if, 11,9.3.1. the quartity of any item of Unit Price Work perfumed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; 6JCDCOENFAAL CONDITIONS 1910-9 (1990 Edition) 2b wl(In OF FORT CDLLI NS MODIFICATIONS(REV 4l200D) and 119.3.2. there is no corresponding adjustment ,with respect to any other item of Work: and 119,33- if ('OVI'RACfOR believes that CONTRACTOR is entitled to an increase in Contract price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Comma Nice and the parties are unable to agree as to the amount of any such increase or decrease. 11.93.4CONTRACT OR acknowledges that the OWNER Itas the right to add or delete items in the Bid or change cca�ntities at OWNERS sole discretion without ufl'eding tFe Contras Prig of airy remaining item so long as the deletion or addition does not exceed twenty-five crcent of the original toxal Contract Price, ARTICLE 12-43UNGE OF CONTRACT TiMES 12 L The Contract Times (or Milcstoras) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milesmntes) shall be based on written notice delivered by the party making the claim to the otter party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for aoijtutmment in the Contras Times (or Milestones) stall be determined by FNGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted inaceordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3_ Where CONTRACTOR is prevented from completing any pert of the Work within the Contract Times (or Molest n s) dote to delay beyond the control, of CONTRACTOR, the Contract Times (or h0esttxes) will be extended in an arnourt equal to time lost due to such delay if a claim is made therefor as provided in par 121. Delays beyonl the control of CO CTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing otter work as contemplated by Article 7, fires, floods, cpidanics, abnormal weather conditions or acts of Gad. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR 12A Where CONTRACTOR is prevented frorn completing any parr of the Work within the Contract Times (or Milestones) due to delay bevond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time Just due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OW'NFR I - 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. far damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR. or (nil delays beyond the control of both parties including but not limited to.. fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other wort: as contemplated by Article 7. ARTICLE 13--TENS AND INS'PF.CTIONS; CORRECTION, RFMOVAL OR ACCEPTANCE OF Dl kF'CTJ67'WORK 13.1. Notice ofDefedx Prompt notice of all defec&e Work of which OWNER or tNGINFER have actual knowledge will be given to CONTRACTOR AD defechw Work may be rejected, corrected or accepted as provided in this Article 13. Access to Worst: 13 2. OWNER, ENGINEER, ENGINEE-R's Consultants, other representatives and personnel of OWNER, independent testing laboratories and goverimenaal agencies with jurisdictional interests will have access to the Wok at reasoable- Ernes for their observation. inspecurrg and testing. CONTRACTOR shall provide them proper and safe conditions for such aceess and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable, Tests and [nspedions: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing persotmel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing W)"cry to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4,1 that costs incurred in connection with term or inspection conducted pursuant to paragraph 13.9 sx.'DCOM tALCOMMOM191os(19oEdtion) wt 0TY OF FORT COLLIM MODIFICASION9 (REV 412ar1a) below shall be paid as provided in said paragraph 13.9, and BA1 as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thercot) specifically to be impelled. tested or approved by an employee or other representative of such public body. CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals. pay all casts in connection therewith, and furnish FNGINFF,R the required certificates of inspection. or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections. tests or approvals required for OWNER's and FNGINEER's acceptance of materials or equipment to be incorporated in the Work or of materials, mix designs or equipment submitted for approval prior to CONT CTOR's purchase thereof for incorporation in the Wait. 13.6. If arry Work (or the work of others) that is to be inspected tcstcd or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINIiFR, be uncovered for observation 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and FNGMEER has no acted with reasonable promptness in response to such notice. Uncovering Work: 13.8. If any Work is covered contrary to the written request of ENGINEER, A must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. if ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's request shall uncover, expose or otiterwise make available for observation, inspection or as ENGINEER may require, that an of the W in questim furnishing all necessary labor. material and equipment If it is found that such Work is defecrrt'e. CONTRACTOR shall pay all claims, casts, losses and damages caused by, arising out of or resulting diem such uncovering. a waire, observation, inspection and testing and of satisfactory replacement or reconst{uction, (including but not limited to all casts of repair or replacement of work of others); and OWNER shell 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. I£ however, such Work is not found to be dofrcdw, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or rtilesannes), or both, directly attributable to such 27 uncovering expcnure, observation, inspection, testing, replacement and reconstniction, and, if the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles i 1 and I. OR ER blar Stop the Work: 13,1U. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials ur equipment, or fails to fumish orperform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work. or any pcxtion thereof. until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to excmise this right for the benefit of CONTRACT OR or any surety or other party. Correction or Removal of Defective Work- 13.11. if required by ENl41NEER, CONTRACTOR shall promptly, as directed either correct all defective Work, whether or not fabricated, installed or completed, or, if the Wort: has been rejected by I N(A IsIHER. remove it from the site and replace a with Work that is not defective. CONTRACTOR shall pay all claim-, costa losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period 13.12.1.1f within core -year twq_years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective. CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Wok that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does no promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal era] replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 1:3,12 In special circumstances where a particular item of equipment is placed in continuous service before Substamial 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 13,123_ Where defective Work (anal damage to other 28 EJCM'Ob'NERAI. CON 1710M 1910-8(1990EMm) w•t CITY OF FORT COLLINS MO0111CA710NS (RLV 4R000) Work resulting therefrom) has Nvii conected, removed or replaced under this pamgraph 13 12, the correction period hereunder with respect to such Work will be extended for an additional period of arts year two years after such correction or removal and replacement has been satisfactorily completed, fecepmnce of Defective Work: 13.13. It, instead of requiring correction or removal and replacement of defective Work, Olt=NMR (an(L prior to ENGINEER's recunmerdation of final payment. also ENGINEER) preters to accept it, OWNER may do so CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNEWs evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). I f any such acceptance occurs prior to HNGINEER'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 ertitled to an appropriate decrease in the Contract Price, and, if the pies are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation an appropriate amount will be paid by CONTRACTOR to OWNER. O* ERMayCornedDefective Bork: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required kry• ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Weak in accordance with the Contract Documents, cc if CONTRACTOR fails to comply with any other prevision of the Contract Documents, OWNER may, after seven dayswritten notice to CONTRACTOR, correct and remedy any such deficit, In exercising the rights and remedies under this paragraph OWNER -,hall proceed expeditiously. In com=bcn with such corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the sititi take possession of all or part of the Work, and suspend CONTRACTORS services related thereto, take possession of CONTRACTORs tools, appliancM cor%truc6on ecpitpment and machinery at the site and incorporate in the Work all materials and equipmtem stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's represendatires, agents and employees, OWNER's other contractors and ENGINEER and ENGINEERS Consultants access to the site to enable OWNER to exercise the rights acid remedies unites this paragraph All claims, coats, lasses and damages incurred or sustained by OWNER in exerts ng an such rights d remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respell to the Work, and OWNER shalt be entitled to an appropriate decrease in the Contract Price, and, if the pies arc unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, casts, lasses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an edemion of the Contract Times (or Milestones) because of mw delay in performance of the Work attributable to the exercise by OWNER of OA NIER's rights anti remedies hereunder. ARTICLE 14--PAIVWENTS TO COINTRACTOR AND COMPLETION Schedule of I'ahresr 14.1. The schcdule of values established as provided in paragraph 1.9 will serve as the basis for progress payments and will he incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for ProgrenPayment: 14.2 At least twenty days before the date established for each progress payment (butt not more often than once a mach). CONTRACTOR shelf submit to ENGINEER for review an Apppplication for Parent filled out and sighed by CONTRACTOR covering Work completed as of the date of the Application and accompanied by such supportug docunictitation as is required by the Contract Documents If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that. OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in tine et soil. CONMR4CTOR'sWw7urry ofTid 14.3_ CONTRACTOR warrants and guacautlees that title to all Work, materials and equipment covered by any Application for Payment, whether moczporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of aI1 Liens. Review of Appliea6our forPrngresr payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EJCDCOEN6RALCONiM71OM19lo-8(199a Ed m) wt OTY OF FORT ODLLtt.S MOM ICATION9 (REV 412aaD) recommendation of payment and present the Application to OWNER, or return the Appliation to (= NTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case. CONTRACTOR may make the necessary corrections and resubmit the Application fen days after presentation of the Application for Payment to OWNER with L-NGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of pan igaph 14.7) become due and when due will be )xrid In OWNER to CO\7R_ACT0R. 145, kN(:INEER's recommendation of any IxmrTncnt requested in an Application for Payment will cortstrtule a representation by ENGINEER to OWNER, Msed on ENGiNE :R's on -site observations of the executed Work us an experienced and qualified design professional and on HNGINEER's review of the ,application for Payment and the accompanying data grad schedules, that to the best of ENGINEIiR's knowledge, information and belief 14,5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work- as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quanuties and classifications for Unit Price Work under Paragraph 9,10, and to any other qualification stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEF,R's recommendation of any payment, including final payment, shall not mean that ENGINEER is resporstble for CONTRACTOR's means, methods, tec}uttgUM sequences or procedures of construction. or tine safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordant with the Contract Documents. 141. ENGINEER may refuse to recommend the whole or any part of any payment if. in ENGINEER's opb iono it would be incorrect to make the representation to 29 OWNER referred to m paragraph 14S ENGINEER may Aso refuse to recommend any such payment, or. because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent us may be neommgry in ENGINEF.R's opinion to protect OWNER from loss because: 143.1, the Work is clef'criys, or completed Work has lien damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by t%ritten Amendment or Change Order, 14.7.3 OWNER has been required to enact ckfecrive Work or complete Work in accordance with paragraph 13.14. or 14.7.4. ENGINEER has actual knowledge of the occurrence of arw of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because 14 73. claims have been made against OWNER on account of CONTRACfOR's Performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7_ there are other items entitling OWNER to a sd- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7:3 or paragraphs 15.2.1 through 1514 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reason for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustmert thereto agreed to by OWNER and CONTRACTOR when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action Shbstandal Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in wni that the entire Work is substantially complete (except items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does no consider the Wok substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. if ENGINEER 30 EXI)CO P16RALCANDMONS 1910-9 (1990EdGan) wl CITY OF FORT OOLLINS MODIFICATIONS (REV 412000) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion Tyre shall be attached to the certificate a tentative list of items to be completed or corrected before finnl pay mint 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 considerittb such objections. ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notifi. CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONI'RACIOR a definitive certificate of Substantial Completion (with a revised tenative List of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with regret to security, operation, safety, maintenance, beat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in w and so inform ENGINEER in writing prior to ENGl�'s issuing the definitive certificate of Substantial Completion, ENGINEEWs aforesaid recommendation will be binding on OWNER. and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access; to complete or correct items on the tentative list Partial Ufifiwdon: 14.10. Use by OWNER at OWNER's option of any substantially conplead part of the Wont, which: W has specificallyat beidentified to the Contrad Documents, or (u) WNER, ENGINEER and CONTRACTOR agree constitutes a separately frmdio ing and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with NTRACTOR's performance of the remainder of the Work, may be prior to Substaniad Completion of all the Work subject to the following: 14,10.1.OWNER at any time may request CONTRACTOR in wtting to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially cooper If CONTRACTOR agrees that such pad of the Work is substantially complete, CONTRACTOR will catify to OWNER and ENGINEER that sw h part of the Work is substantially complete and request ENGINEER to isim a certificate of Substantial Completion for that part of the Wok. ('()v CRe\C`CUR at any time may notify OW_NL:R and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready fur its intended use and substantially complete and request IiNGTN'EER to issue a certificate of Substantial Completion for that part of the Work. Within it reasonable time after either such request. OWNER, CONTRACTOR and ENGINTE,UR shall make an inspection of that pan of the Work to determine its status of completion If ENGINEER does not consider that pan of the. Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If HNG(NEF,R considers that pan of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.7_ No occupancy or separate Operation of pan of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final t' ion with OWNER and CONTRACTOR and will sanity CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR fhall immediately take such measures as are necessary to complete such work or remedy such deficiencies Final �V#ication jor Payineav 14.12. After CONTRACTOR has carapleted all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bolds, certificates or other evidence of insurance required by paragraph 5.4. certificates of inspection, marked -up record documents (as provided in paragmph 6.19) and Other doctuna ts, CONTRACTOR may make app =atom fee fintiI payment following the pxocedure for prograsa payments, The final Application for payment shall be accompanied (except as previously delivered) by: (i)all documentation called for in the Contract Documents, including but not limited to the evidence of insurarnct required by subparagraph 5.4.13, �u) consent of the suns if any, to r=1 paymem, and iin) complete and k. effective releases or waivers (strtis actcry to OWN of all Liens arising out of or filed in oontiectncn with the Work. In lieu of such releases or waterers of Liera and as approved by OWNER, CONTRACTOR may fitmish receipts or releases in full and attiidavit of CONTRACTOR that. 01 the releases and receipts include all labor, services, material and equipm&A fix which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtaiuess 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 ErCOCGM4M A,L C4NDtn0M 191" (1990 Eatim) wfa Y or FORT 00LUMMOMFICAnoNS MEw412Wa) to flutmsh such a release or receipt in lull, CONTRACTOR mac furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien �Releases or waivers of liens and the consent of the surctv_w fmalve_k�ay_nient ere to _be silxniti_ec) on forms conforming to-tlufpmtntofthe.O% hF'.R'Sstandard fonts bound in the Projed manual. Final Pgr»rent and.-1 cceptance: 14 13. if. on the lwnsis of i \GT.AT,.ER's observation of the Work during construction and final inspection, and EN(3iNP+.Ws review of the final Application for Payment and accompanying documentation as required by the Contract Dmumenas, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other Obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for N)Tnenl. in1cate in writing ENOINE'E'R's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirry days after presentation to OWNER of the Application and accompanying documentation. in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will he paid by OWNER to CONTRACTOR subject to paragraph 17.62 of these QWALC.411Li114tks 14.14. If; through no fault of CONTRACTOR final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shell, upon receipt of CONTRACTOR's final Application for payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accdmpted. If the remaining balance to be held by OWNER for Work not filly completed or corrected is less than the retairage stipulated in the Agreement, and if Bonds have been ftanished as required in paragraph 5.1, the written consent of the surety to the ymem of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing firal paym=4 except that it shall not constitute a waiver of elands. Waver ofClamr 14.15. The making and aceeptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising firm unsettled Liens, from *fective Work appearing after kil 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 50 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 James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director 07/2001 Section 00020 Page 5 final inspection pursuant to paragraph 14.1 I, from Nlure to comply with the Contract Documents or the tens of anv special guarantees specified therein, or from C'ONfRACTOR's continuing obligations under die Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR agaisst ONNNEM other than those previously made ini+ruing and still unsettled. ARTICLE I5-•SUSPENSiON OF WORK AND 'I' MM 1 NATION OW ER May Suspend Work: 15.1. At any time and without cause. OWNER may su p,end the Work or a portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Wok will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an ��tcnsion or the Contract Times, or both directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I 1 and 12. OWM.R May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but riot limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragmph2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulation of any public body having jurisdiction; 15,2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in raw substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the nutty. if any) seven daye written notice and to the a stent permitted by Laws and Regulation, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all C.,ONTRACTOR's tools, appliances, eotstruetion equipment and machinery at the site and use the same to the full anent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion). inwrporatc in the Work all materials and equipment stored at the site or for which OWNER has paid EXTiC GENERAL CONgTIOM 1910-8 (1990 FA%on) 32 wt CITY OF FORT CCILLiN3 MODIr1CA1101,13 (REV 42000) CO\TRNCTOR but which are stored elsewhere, and finish the Work as ONN'NER may dean expedient. In such rase CONTRACTOR shall not be entitled to receive arty further payment until the Work is finished If the unpaid balance of the Contract Price esceeds all claims, casts, lasses and damages sustained by OWNER arising an of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claans, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims. costs, loses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by KNGIN EER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CON'TRACrOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER, will not release CONTRACTOR from liability. 15.4. Upon seven days written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15A E for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Wok; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and fiirmshing labor. materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fsir and reasonable sums for overhead and profit on such expenses; 15.4.1 for all claims, costs, lasses and damalp incurred in settlement of temrinatat contracts with Subcontractors, Suppliers and others; and 15A.4. for reasonable expenses directly aGn'butable to terminstion. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic lass arising out of or resulting from such termsretion. CONTRACTOR May S V Bark orTermfnnte: 15.5. no ad orfault of CONTRACTOR, the Won: is suspended for a period of more don ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due. then CONTRACTOR may, upon seven (lays' written notice Rr (AVi ER and ENGINEER and provided OW'NNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in raragaph 15 A_ In lieu of terminating the Agreement and without prejudice to any other right or remedy. if );NGCNFSER has failed to act on an Application for Payment within thirty days after it is submitted. or OWNER has tailed Ibr thirty days to pay - CONTRACTOR any sum finally determined to he duc, CONTRACTOR may upon seven days written notice to OWNER and EN(i1NFiER stop the Work until payment of all such amounts due CONTRACTOR. including interest thereon. The provisions of this paingmph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRAC'OR's stopping Work as Permitted by this paragraph ARTICLE 16—Dlta'F JTE RMLITfION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agrecmem, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Agreement% to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs9.10, 9.11 and 9.12, OWNER. and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contact Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Gliving Notice: 17.1. Whenever any provision of the C'.ontrad Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the intlividual or to a member of the firm, or to an officer of the couporation 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, Computadion of Time. 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period It the last day of any such period falls an a Saturday or Sunday or an a day made a legal holiday by the law of the applicable jurisdiction, such clay will be omitted from the computation. EM)C OENERAL COM110M 1910-8 (1990 EMm) wl t:(TY OF FORT CDLW M MOUTFICATIONS (REN A,7000) 17_' 2 A calendar clay of twenty -tour hats measured from midnight to the next midnight will constitute a day. A''afire of Claim: 17.3- Should OW iER or C:OIyiTRACTOR suffer injury or damage to person or property because of any error, oerussion or act of the other party or of any of the other party's employees or agents or others for whose acts the usher party is legally liable, claim will be matte in writing to the other pain within a reasonable time of the first observarxe of such injury or damage. The provisions of this paragraph 17.3 shalt not he construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Carmuladre Remedies: 17.4. The duties and obligations imposed by these Gcncml Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR 14 paragraphs 6.12, 6.16. 6.30, 6.31, 632, 13.1, 13.12, 13. 14.3 and 152 and all of the rights and remedies available to OWIv'ER and ENGINEER thereunder, are in addition to, and are not to he co nsnued in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract UDccuments, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Cosa: Induded: 17.5. Whenever reference is made to "claims, costs, losses and dlmtages% it shall include in each case, but not be limited to. all tees and charges of engineers, architects, attorneys and other professionals and all taut or arbitration or other dispute resolution costs. Z.C.___1'hMe_lr.+Y�..sl>;_T11i31�> of Cehxado amuhr to �s 1 mend Reference to tw�� Io,,r�do�sla[utes are as follows: 17.62. If a claim law fCRS 38-26-1O71 to wi d firm all paymem to CONTRACTOR Wit ftuds to inure the a my�tent of all claims for law, materials team hire sustenemce provisions Provenderor other supplies used or consumed by CONTRACTOR or his 33 34 EXDCOENER& CONiMTIONM 1910.8 (1990E(kim) wl OTY OF FORT (OWM MOOIFICAT1ONS (REV V2000) (This page leftbknk intelltialally.) F)CDC GENERAL C0M710M 19103 (19" EMm) 34 w/ CITY OF FORT C0L ANS MODIFICATIONS (REV U2DOO) 36 EXIX (WENERAL CONDITIONS 1910-8 (1990 Ed") wJ CITY OF FORT COLLINS MODIFICATIONS OtEV 4,,I(M) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPLITE RESOLpTION AGREnIENf OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1 All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of r relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry• Arbitration Rules of the American Arbitration Association then obtaininig, 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 wtili be specifically enforceable under the prevailing law of any court havingjurisdictidn 16,2 No demand for arbitration of any claim, dispute or other matter that is rewired to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date an which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9,11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision has acceptable to due parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragiraph 9.10 will be made later Chart ten days after the party making such demand has delivered written notice of intention to appeal as providers in pattgraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all either cases within a reasonable time after the claim, dispute or other matter in question has arise[, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EXDC OhleRAL COND1170M 1910-8 (1990 E6tiai) w/ CITY OF FORT COLUNS MODIFICATIONS tREV 9N9) 164 Lxcept as provided in paragraph 165 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation. joinder or in any other manner any other person or entity (including E 1GINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4. I. the inclusion of such other person or entity is necessary if complete relief is to be alluded among thine who arc already parties to the arbitration, and 16.42 such other person or entity is substantially invoked in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16,4.1 the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph,. but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not spceifically identified in such consent. 16.5 Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration betvie 1 OWNER and CONTRACTOR hereunder, CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR mvoivutg the Work of such Subcontractor. Nothing in this paragraph 16_5 nor in the provision of such subcotrect consenting to joinder shall create any claim, fight or cause of action in favor of Subcontractor and against OtW14ER, ENGINEER or ENGINEER'S Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"). to mediation by the American Arbitration Association under the Construction Indusby Meditation Rules of the American Arbitration Associahm 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 judice one of the parties. The respective thaty and rem c}r 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 dilute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediator. The metfiator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. OC-Al FJCDC GF.1 TRAL CONDITIONS 1910.8 (1990 E"m) w! CITY OF FORT COLLINS MODIFICATIONS (REV 9184) GC -AI SE SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Investigation Timberline Road Widening Timberline Road Between Drake Road And Prospect Road Fort Collins, Colorado December 1, 2004 CTL Thompson, Inc. 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. 5.4.6 The 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). 7/96 Section 00800 Page 2 SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960Application for Payment UFA 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 o OF THIS CHANGE ORDER TOTAL C.O.o OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST (Assuming all change orders approved ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing $ .00 0.00 0.00 0.00 $ 0.00 DATE: DATE: DATE: DATE: DATE: 9/99 Section 00950 Page 1 Section 00960 NUMBER 1 2 3 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract DATE Net Change by Change Order AMOUNT $0.00 The present status of the account for this Contract is as follows: Original Contract Amount: Net Change by Change Order: Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION: CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: 9/997/96 Section 00960 Page 1 $0.00 $0.00 $0.00 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 2 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount 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 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 4 Timberline Road Widening Project Date: December 12, 2005 TIMBERLINE ROAD WIDENING PROJECT The Engineers Joint Contract Documents Committee General Conditions govern the construction of this contract. The following General Requirements supplement these General Conditions. PROJECT GENERAL REQUIREMENTS TABLE OF CONTENTS SECTION PAGE 01010 SUMMARY OF WORK............................................................................................ General Reqs. 2-3 01040 COORDINATION..................................................................................................... General Reqs. 4-5 01310 CONSTRUCTION SCHEDULES............................................................................. General Reqs. 6 -.7 01330 SURVEY DATA — (Contractor Supplied)... .............................................................. General Reqs. 8 01340 SHOP DRAWINGS................................................................................................... General Reqs. 9 -11 01410 TESTING................................................................................................................... General Reqs. 12 - 13 01510 TEMPORARY UTILIITIES...................................................................................... General Reqs. 14 01560 TEMPORARY CONTROL....................................................................................... General Reqs. 15 -16 01570 TREE PROTECTION............................................................................................... General Reqs. 17- 18 01580 TRAFFIC REGULATION — (Contractor Supplied) ................................................. General Reqs. 19 -20 01700 CONTRACT CLOSEOUT........................................................................................ General Reqs. 21 01711 SITE CLEANUP....................................................................................................... General Reqs. 22 01720 PROJECT RECORD DOCUMENTS....................................................................... General Reqs. 23 U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 1 Timberline Road Widening Project SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. The Work shall consist of the construction of the outlined improvements: BID NO. Date: December 12, 2005 Timberline Road: Improvements for widening and realigning Timberline Road from Drake Road to Prospect Road and then approximately 1500 feet north of Prospect Road. (Total length approximately 7050 feet). The construction of this project includes the widening and realignment of Timberline Road from the Drake Road Intersection, north to the Prospect Intersection and then 1500 north of Prospect Road. The improvements will include the reconstruction and realignment of Timberline Road, an addition to the existing Spring Creek Bridge, (approximately 85 feet to the west) Cast in Place, new trail connections for the Spring Creek Trail, Upgrade to the Prospect and Timberline Intersection to Service Level D, new Signal lights, vertical curb and gutter, detached 6-foot sidewalk on both the east and west sides of Timberline, Hardscaped and Landscaped medians, new storm sewer lines and inlets. 2. Prospect Road: Improvements to Prospect Road include removal of existing curb and gutter on the south side from Great Western Railroad Tracks east to the Spring Creek Bridge, add an acceleration lane east of Timberline Road and a Right Turn lane from the RR Tracks to Prospect. There will also be a right turn lane added at the northeast comer of Prospect and Timberline. Rotomilling of existing asphalt and new asphalt overlay, removal of existing medians and construction of new medians with hardscaping. 3. Timberline Road and Prospect Road Irrigation and Landscaping: The landscaping project includes: Installing irrigation, trees, shrubs and mulch in the median and parkways from Drake Road north to the Spring Creek Bridge on the East Side and in the parkways on the Westside up to the start of the Timberline Star Property. Also included with this project will be the installation of irrigation, trees, shrubs and mulch in the median and parkways on Prospect Road from the Great Western Railroad Tracks on the West to the Spring Creek Bridge on the East, and seeding all disturbed areas on the project. Sprint! Creek Farms North: The construction of these improvements to Spring Creek Farms North will include Stripping, Utility installation, vertical curb and gutter, roadway sections, sidewalk, asphalt pavement, to get the perimeter roads constructed prior to start of the new Police Facilities Building. B: Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. 2. Restore all areas disturbed to match surrounding surface conditions. 3. The Owners Field Representative must approve the condition of all replaced and/or restored areas prior to final payment UACFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 2 Timberline Road Widening Project Date: December 12, 2005 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES The following items shall be coordinated between the Contractor and the Owners Field Representative. A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items, which would affect their daily operation. E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. UTILITIES Water: City of Fort Collins 221-6700 Storm Sewer: City of Fort Collins, Colorado 2216700 Sanitary Sewer: City of Fort Collins 221-6700 Electric: City of Fort Collins 221-6700 Gas/Electric: Xcel Energies 225-7847 Telephone: Qwest Communications 377-6411 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: Comcast Cable 484-7166 Railroad Crossings Omni Tracks -Great Western Railroad 1-303-3984505 PRPA PRPA 229-5222 Imgation Cargill Specialty Ganola Oils 219-2462 *Utility Locates Under A One -call @ system 1-800-922-1987 AGENCIES Occupational Safety & Health Administration (OSHA): 844-3061 Poudre Fire Authority Non -Emergency: 221-6581 Emergency: 911 City of Fort Collins Police Department Non -Emergency: 221-6550 Emergency: 911 Latimer County Sheriffs Department Non -Emergency: 221-7177 Emergency: 911 Postmaster: US Postal Service Bill Adams: 225-4111 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 Transportation: Transfort: 221-6620 Traffic Engineering: 221-6630 END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 3 Timberline Road Widening Project SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES Date: December 12, 2005 A. Coordinate operations under contract in a manner, which will facilitate progress of the Work. The Contractor shall also coordinate with the Utility Companies and City Traffic Department whose Work is separate from the General Contractor's contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. E. Keep traffic areas and temporary residential accesses free of excavated material, construction equipment, pipe and other material and equipment. F. Keep fire hydrants and utility control valves free from obstruction and available for use at all times. G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. H. Provide and maintain temporary approaches or crossings at streets and residences. 1.2 SCHEDULE AND MILESTONES The Contractor shall submit a detailed project schedule showing milestones and the critical path for Timberline Road Widening Project. This schedule shall be agreed to by both the Owner and Contractor. It shall be made in writing and signed by both parties. The progress schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. If the milestones are not met, the Owner may utilize the remedies provided in paragraph 15.6 of the Supplementary Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The Owner may also assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. 1.3 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. I . Contractor shall participate in the conference accompanied by all major Subcontractors. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project. UACFarvcr\Craig\Timberline Road Widening\General Requirements General Reqs. - 4 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. Timberline Road Widening Project Date: December 12, 2005 3. Contractor shall submit in writing proposed daily construction hours to Engineer for approval. 4. Contractor shall designate all access roads and parking areas in writing to the Engineer for approval. 5. The Engineer shall invite all utility and irrigation companies involved. 6. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. 7. The Engineer shall introduce the Project Representatives. B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. The Engineer may hold coordination conferences, to be attended by all parties involved, when the Contractor's operations affect, or are affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. 1.4 PROGRESS MEETINGS A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Engineer or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Engineer and Project Manager. 4. Others as may be requested by Contractor, Engineer or Owner. C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. 5. Review Milestone Schedule. 6. Discuss the work scheduled for the next two weeks. 7. Discuss the surveying needed for the next week. D. The Engineer or a Project Representative shall preside at meetings and record and distribute minutes to the participants. E. The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION UACFarver\Craig\Timberline Road Widening\Gcncral Requirements General Reqs. - 5 Timberline Road Widening Project SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL Date: December 12, 2005 A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, water line, concrete and paving work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones. B. Equipment, Materials and Submittals schedule. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Engineer, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 6 Timberline Road Widening Project Date: December 12, 2005 Anticipated problems, recommended actions, and their effects on the schedule. The effect of changes on schedules of others. 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting the Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General Conditions. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 7 Timberline Road Widening Project SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS Date: December 12, 2005 A. The Owner will not provide the construction surveying for the Project. The Contractor will be responsible to provide the surveying required on this project. B. The Owner will make the projects CAD drawings available to the Contractor upon request. C. The Contractor must submit a survey request to the Surveyors a minimum of 48 hours prior to needing surveying work done. D. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the contractor with the date on which the requested work will be completed. E. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. F. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. G. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures and items in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION UACFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 8 Timberline Road Widening Project SECTION 01340 SHOP DRAWINGS 1.1 GENERAL Date: December 12, 2005 A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. The Engineer will not accept Shop Drawings or other submittals from anyone but the Contractor. B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by the Engineer prior to the time set forth in the approved schedule will be reviewed at any time convenient to the Engineer before the time required by the schedule. C. Any need for more than one resubmission, or any other delay in obtaining the Engineer's review of submittals, will not entitle the Contractor to an extension of the Contract Time, unless delay of the Work is directly caused by failure of the Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents the Engineer's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle the Contractor to an extension of Contract Time or an increase in Contract Price. D. Resubmit a corrected submittal if errors are discovered during manufacture or fabrication. E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped by the Contractor and properly marked by the Engineer, are at the site and available to workmen. F. Only use Shop Drawings which bear Engineer's mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Engineer's submittal review stamp are defined as follows: 1. NO EXCEPTION TAKEN Signifies material or equipment represented by the submittal conforms to the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted for final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms to the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with the Work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED Signifies material or equipment represented by the submittal does not conform to the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. UACFarvcr\Craig\Timberline Road Widening\General Requiremcnts General Reqs. - 9 Timberline Road Widening Project Date: December 12, 2005 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance. But these submittals do not constitute a basis for determining that items represented thereby conform to the design concept or comply with the information given in the Contract Document. The Engineer reviews such submittals for general information, but not for substance. 1.2 SUBMITTAL REGISTER A. The Contractor shall complete the Submittal Register and submit with the Final Construction Schedule submittal. The Contractor must resubmit an updated Submittal Register with each application for progress payment. A format of the Submittal Register is provided below, Contractor should reproduce this format, (or an approved alternate) for this register. B. Instructions for Completing the Submittal Register: Column 1: References, specification section, and paragraph in which submittal is requested. This will be done for each item of equipment or material. Column 2: Describe types of submittal required, i.e., shop drawing, certificate, etc. Column 3: List the material or item for which submittal is required. Column 4: Contractor shall provide the date that he intends to make each submittal. Column 5: Contractor shall provide that date by which each submittal must be approved to accomplish timely incorporation into the project. Column 6: Contractor shall provide the mailing date of the initial submittal made to the Owner. Column 7: Contractor shall record the review action of the Owner to the last submittal for the item, equipment, or material. Column 8: Contractor shall record the mailing date of subsequent submittal for each item, equipment, and material until submittal is accepted by Owner. Column 9: Contractor may record remarks as necessary to coordinate with other submittal or provide necessary information. 1.3 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Engineer to determine that the materials and equipment conform to the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer will review for general information but not for substance. c. For Engineer to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Engineer to review the information effectively. lJACFarver\CraigMmberline Road Widening\General Requirements General Reqs. - 10 Timberline Road Widening Project Date: December 12, 2005 B. Manufacturer's standard drawings, schematics and diagrams: 1. Delete information not applicable to the Work. 2. Supplement standard information to provide information specifically applicable to the Work. C. Format. l . Present in a clear and thorough manner. 2. Minimum sheet size: 8 1/2" x I V. 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings, which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. d. Specification section number, specification article number for which items apply, intended use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. g. Revisions on resubmittals. h. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and the Contract Documents. 1.4 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. 1.5 RESUBMISSION REQUIREMENTS A. Make corrections or changes required by Engineer and resubmit until accepted. B. In writing, call Engineer's attention to deviations that the submittal may have from the Contract Documents, C. In writing, call specific attention to revisions other than those called for by Engineer on previous submissions. D. Shop Drawings 1. Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. -11 Timberline Road Widening Project Date: December 12, 2005 SECTION 01410 TESTING 1.1 GENERAL A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product, which becomes unfit for use after approval hereof, shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: 1. Soil tests, except those called for under Submittals thereof. 2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 3. Concrete tests, except those called for under Submittals thereof. 4. Asphalt tests, except those called for under Submittals thereof. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, the Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under section 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require testing. U:\CFar er\Craig\Timberline Road Widening\General Requirements General Reqs. -12 Timberline Road Widening Project Date: December 12, 2005 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractor's control system shall specifically include all testing required by the various sections of these Specifications. B. Superintendence: The Contractor SHALL employ a full time Superintendent to monitor and coordinate all facets of the Work. Superintendent shall be on site when work is in progress (i.e. weekend work). The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Quality Control: Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to the Engineer weekly. END OF SECTION UACFarver\Craig\Timberlinc Road Widening\General Requirements General Reqs. -13 Timberline Road Widening Project SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. Date: December 12, 2005 B. The Contractor will be responsible for furnishine water in reasonable amounts for execution of the work. The Contractor shall coordinate and schedule with the Owners' Field Representative for the Elco Water District to select the appropriate fire hydrant and set the hydrant meter. C. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system. 2. Unnecessary waste of water will not be tolerated. D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1. - Only Owner shall operate existing valves and hydrants. 1.2 SANITARY FACILITIES A. Contractor shall furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. Furnish a minimum of two portable toilets at the trailers (if office trailers are required) and a minimum of one at each project work site or as required to accommodate the number of personnel working on site. B. Contractor shall properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Contractor to enforce the use of such sanitary facilities by all personnel at the site. D. Place facilities out of public view using the greatest practical extent. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. -14 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 Timberline Road Widening Project SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL Date: December 12, 2005 A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. Chemical dust suppressant shall not be injurious to existing or future vegetation. C. Dust control within the lime deposit area shall conform to the project's health and safety plan. At a minimum, the lime area shall be covered as soon as possible after compaction has been obtained to minimize surface drying and dust. Dust control for this area may involve multiple watering and/or continuous watering to maintain a moist surface. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in General will include: 1. Control of runoff 2. Trapping of sediment 3. Minimizing area and duration of soil exposure 4. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual and Plan. U:\CFarvcr\Craig\Timberline Road Widening\General Requircments General Reqs. - 15 Timberline Road Widening Project 1.5 SECURITY Date: December 12, 2005 A. Contractor is responsible for protection of the site and all Work, materials, equipment and existing facilities thereon, against vandalism. B. No claim will be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage resulting from his failure to provide security measures as specified. C. Security measures will be instituted to protect owners of existing facilities during normal operation, but will also include such additional security fencing, barricades, lighting, watchman services or other measures as Contractor feels is required to protect the site. END OF SECTION U:\CFarvcr\Craig\Timberline Road Widening\General Requirements General Reqs. -16 Timberline Road Widening Project SECTION 01570 TREE PROTECTION Date: December 12, 2005 A. Tree Barriers: All trees which will be preserved, but are within the limits of construction, must be protected from all damage associated with construction. A sturdy, physical barrier (fluorescent orange in color) must be fixed in place around each tree for the duration of construction. This barrier will be placed no closer than six (6) feet from the trunk, or one-half of the drip line, whichever is greater. The barrier itself must be fixed so it cannot be moved easily, but the material can be flexible, such as orange safety fence attached to metal T- posts driven into the ground, but must act as an effective deterrent to deliberate or accidental damage of each tree. The Project Engineer or Manager must approve actual materials and location of barrier. The movement or storage of equipment, material, debris, or fill within these required protective barriers is completely prohibited. In situations where the construction will come closer to a tree than six (6) feet, the orange barrier must still be erected. However, additional padding must be placed around the trunk of each tree starting at ground level and proceeding up the trunk to a height of six or seven feet. Padding should be a minimum eight (8) inches thick, and made of a material strong enough to protect the bark from accidental impacts with hand tools or power equipment. B. Accidental Poisoning: During the construction, the Contractor shall not cause, or permit the cleaning of equipment or material within the root zone of any tree. The Contractor shall not store or dispose of waste material including, but not limited to; paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life of a tree, within the root zone of each tree, or group of trees. C. Root Prunine Specifications: When the cutting of tree roots is necessary, each final cut must be made as cleanly as possible for all roots over three (3) inches in diameter using the following method: 1. The line of excavation will be drawn out and appropriate excavation equipment used to clear the area at least six inches in front of the actual finished excavation line. Roots can then be cut using tools such as axes, stump grinders, or trenchers. 2. Each root over three (3) inches in diameter will then be cut cleanly back to the excavation line using stump grinder operated by an experienced licensed arborist. A sharp hand or bow saw is acceptable for roots under three (3) inches in diameter. Axes and trenchers do not cut roots cleanly and will not be used for final root cuts. D. Contractor shall coordinate with the Owners' Field Representative prior to and during the tree protection erection and root pruning activities. Owners' Field Representative, at his/her opinion, will contact the City Forester and/or City Arborist for advice and approval of the tree protection measures taken by the Contractor and also the City's advice and approval during the root pruning activities. E. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to any tree preserved on this project. U:\CFarvcr\Craig\Timberline Road Widening\General Requirements General Reqs. - 17 Timberline Road Widening Project Date: December 12, 2005 Violation of Specifications and Penalties for Damaein2 Trees: Any violation of these specifications will lead to penalties based on the type of violation and/or the resulting damages, and may be grounds for the termination of this contract. The penalties will be assessed based on the amount of damage done and the total value of that tree, or group of trees, prior to the damage. The minimum penalty will be $100.00. Penalties for any damage will be based on the total value of the tree as determined by the City Forestry Division staff and the severity of the damage as a proportion of the total value of that tree. This could include up to the full value of the tree. As an example, there are two American Elm trees to be preserved on another project. They are valued at $7,960 and $6,667 for the south and north trees respectively. The south tree is approximately 100 inches in circumference; therefore each inch is worth one -hundredth of the value, or $79.60 per inch. Similarly, the north tree is 91 inches in circumference, making each inch worth $73.26. To extend this to penalties paid, if one inch of the bark on the south tree is scuffed, the penalty would be $100 (the minimum allowed); if two inches are damaged, the penalty would be $159.20 and so on up to 50% of the circumference of the trunk. If 50% or more is damaged, the full value of the tree will be assessed as a penalty. (This example serves to illustrate how damages will be assessed). This method of assessing penalties will be applicable to all trees not marked for removal on the project, accidental poisoning and improper pruning. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 18 Timberline Road Widening Project SECTION 01580 TRAFFIC REGULATION 1.1 TRAFFIC CONTROL Date: December 12, 2005 A. The traffic control for this project shall be the responsibility of the Contractor. Traffic control is defined as those devices necessary to channelize vehicular and pedestrian traffic through the project. B. The Contractor and/or Traffic Control Contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. The traffic access/control plan limitations for handling traffic for these projects are described below. Timberline Road: Bi-Directional Closures will be allowed for both Southbound and Northbound Traffic and will need to be approved by the City of Fort Collins Traffic Control Coordinator. Prospect Road: Single lane closures will be allowed for construction of the new lane additions. These will be for both Eastbound and West Bound. Local Residential Access: Local access must be maintained at all times. City of Fort Collins will coordinate with the developers so access can be kept open. Railroad Crossing Upgrades: A full closure (1 Week) from Great Western Railroad Tracks to Timberline Road Spring Creek Bridge Work: A full closure on a Sunday will be allowed in order for the Contractor to remove the existing Parapet Wall and Railing on the West side of the bridge and then place the temporary Jersey barriers along the old sidewalk alignment. Any modifications to the traffic control plan must be approved by the City's Traffic Control Coordinator and the Engineer. E. Vehicle, bike and pedestrian access to all side streets and private drives shall be maintained at all times. The Contractor will develop an access control plan in coordination with adjacent property owners, and submit it in conjunction with the traffic control plan to the Engineer for approval prior to the start of any Work. Pedestrian traffic shall be maintained at all times, utilizing temporary sidewalks when necessary. F. The Contractor must work with the adjacent residents to provide and maintain sufficient access for them during the duration of the project. It will be the Contractors responsibility to coordinate and communicate with the residents during construction. G. The Contractor must maintain, at their cost, access to all businesses during their business hours. It will be the Contractors responsibility to coordinate and communicate with the businesses during construction. U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 19 Timberline Road Widening Project Date: December 12, 2005 H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. 1. The Contractor shall keep fire hydrants and utility control valves free from obstruction and available for use at all times. J. The Contractor shall provide and maintain, at their cost, temporary driveway approaches on driveways open to traffic at all times to insure that the approaches are smooth, compacted, and will not prohibit or inhibit the use of the driveway. The driveway approaches must be maintained seven days a week. In the case of bad weather the Contractor must repair the driveways immediately following the storm and must work to maintain access during the storm. 1.2 WORK AREA SAFETY A. The Contractor shall maintain a safe work area and protect area residents, motorists, bicyclists, pedestrians, and children from work area hazards. B. The Contractor shall provide all work area safety control devices, such as barricades and safety fence around all excavations and drop-offs. C. Work area safety control devices will not be paid for separately. Cost for this equipment should be included in the lump sum cost for the work items which will require work area safety control devices. 1.3 PARKING A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with public traffic, Owner's operations, or construction activities. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 20 Timberline Road Widening Project SECTION 01700 CONTRACT CLOSEOUT 1.1 SUBSTANTIAL COMPLETION Date: December 12, 2005 A. Substantial Completion for the Timberline Road Widening Project shall be defined as the completion of all earthwork, pavement, concrete work, striping, signage, landscaping, and any other pertinent items as required for this project. The roadway must be open to traffic. B. Substantial Completion dates or times are outlined in Section 00520 - Agreement. 1.2 FINAL COMPLETION A. Final Completion shall be defined as the completion of all Work including cleanup, Project Record Documents shall be turned over to the Owner, all punch list items completed, and all processing of all change orders. The Work must be ready for final payment and acceptance. B. Final Completion will be subject to the terms outlined in Section 00520 - Agreement. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 21 Timberline Road Widening Project SECTION 01711 SITE CLEANUP 1.1 GENERAL Date: December 12, 2005 A. Execute cleanup, during progress of the Work, and at completion of the Work. B. Adequate cleanup will be a condition for recommendation of progress payments. 1.2 DESCRIPTION A. Store volatile wastes in covered metal containers and dispose off site. B. Provide on -site covered containers for the collection of waste materials, debris and rubbish. C. Neatly store construction materials, such as concrete forms, when not in use. D. Broom clean adjacent paved surfaces and rake other adjacent surfaces. E. The streets adjacent to the construction area shall be cleaned of debris generated by the project by the Contractor at the earliest opportunity, but in no case shall the street be left uncleaned after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary equipment and materials to satisfactorily clean the roadway at no additional cost to the project. The City's Street Department will sweep the street at an approximate hourly rate of $70.00 for a minimum of 2 hours. The Contractor must sign a Contract with the City Street Department prior to requesting street sweeping. If the streets are not cleaned by the Contractor within 24 hours after having been given notice from the Project Engineer, the Project Engineer will have the Streets Department sweep the streets at the rates listed above and will back charge the Contractor for expenses incurred. 1.3 DISPOSAL A. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. B. Remove waste materials, clearing materials, demolition materials, unsuitable excavated materials, debris and rubbish from the site at least weekly and dispose of at disposal areas furnished by Contractor away from the site. END OF SECTION 1JACFarver\Craig\Timber1ine Road Widening\General Requirements General Reqs. - 22 Timberline Road Widening Project SECTION 01720 PROJECT RECORD DOCUMENTS 1.1 GENERAL A. Maintain at the site one record copy of: 1. Documents and samples called for in General Conditions 6.19. 2. Field Test Records. 3. Certificates of compliance. 1.2 MAINTENANCE OF DOCUMENTS AND SAMPLES Date: December 12, 2005 A. File documents and samples in accordance with the specifications section numbers. B. Maintain documents and samples in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. 1.3 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. 1. Do not cover Work until required information is recorded. C. Marking of Project Records. 1. Legible and with a dark pen or pencil. 2. Ink shall not be water based or subject to easy smearing. D. Mark Drawings to record actual construction. 1. Field dimensions, elevations, and details. 2. Changes made by a Modification. 3. Details not on original Drawings. 4. Horizontal and vertical locations of underground utilities and appurtenances referenced to a minimum of three permanent surface improvements. 5. Depths of various elements in relation to project datum. 6. Location of utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 1.4 SUBMISSION A. Accompany submittal with transmittal letter in duplicate containing: 1. Date. 2. Project title and number. 3. Contractor's names, address, and telephone number. 4. Index containing title and number of each Record Document. 5. Signature of Contractor or his authorized representative. END OF SECTION U:\CFarver\Craig\Timberline Road Widening\General Requirements General Reqs. - 23 Timberline Road Widening Project Data: December 14, 2005 TIMBERLINE ROAD WIDENING PROJECT 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 purchase and familiarize themselves with all of the City Department Specifications. These project specifications, City Department specifications, and CDOT standard specifications are considered minimum standards for compliance on this project. In those instances where the CDOT Standard Specifications conflict with the City specifications listed above, the City specifications shall govern. In those instances where the CDOT Standard Specifications conflict with any of the provisions of the preceding Sections 00001 through 01750, General Requirements, the preceding sections shall govern. PROJECT CONSTRUCTION SPECIFICATIONS INDEX OF REVISIONS SECTION PAGE 202 REMOVALS..............................................................................................................Technical Specs 3-5 203 EXCAVATION AND EMBANKMENT................................................................... Technical Specs 6-8 206 EXCAVATION AND BACKFILL FOR STRUCTURES.................................Technical Specs 9-10 208 EROSION CONTROL............................................................................................... Technical Specs 11 210 RESET STRUCTURES............................................................................................. Technical Specs 12-14 304 AGGREGATE BASE COURSE..............................................................Technical Specs 15 306 SIDEWALK PREPERATION................................................................................... Technical Specs 16 307 FLYASH SUBGRADE STABILIZATION ................................................Technical Specs 17-20 401 PLANT MIXES PAVEMENTS - GENERAL........................................................... Technical Specs 20-28 403 HOT BITUMINOUS PAVEMENT........................................................................... Technical Specs 29-31 412 CONCRETE PAVEMENT.....................................................................Technical Specs 32-33 502 PILING............................................................................................Technical Specs 34-39 506 RIPRAP...................................................................................................................... Technical Specs 40-41 515 WATERPROOFING MEMBRANE..........................................................Technical Specs 42-44 601 STRUCTURAL CONCRETE..................................................................Technical Specs 45 603 CULVERTS AND SEWERS.................................................................................... Technical Specs 46-47 604 MANHOLES, INLETS AND METER VAULTS ...................................................... Technical Specs 48-49 UACFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 1 without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to 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 Timberline Road Widening Project Data: December 14, 2005 606 GAURDRAIL....................................................................................Technical Specs 50-54 607 FENCES..................................................................................................................... Technical Specs 55 608 SIDEWALKS AND DECORATIVE CROSSWALKS ............................................. Technical Specs 56 609 CURB AND GUTTER............................................................................................... Technical Specs 57 619 WATER LINES......................................................................................................... Technical Specs 58 630 TRAFFIC CONTROL DEVICES (Contractor Supplied) ........................................ Technical Specs 59-62 2810 IRRIGATION....................................................................................Technical Specs 63-70 2900 LANDSCAPE PLANTINGS..................................................................Technical Specs 70-80 UXFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 2 Timberline Road Widening Project REVISION OF SECTION 202 REMOVALS Data: December 14, 2005 Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 is revised to include the following: The Contractor shall remove and dispose of all concrete driveways, irrigation structures, pipe, structures, asphalt, fence, trees and any other obstructions that are designated for removal by the Engineer. All such removals will be measured in the field, and quantities agreed to by the Contractor and the Engineer. Subsection 202.02 is revised to include the following: Disposal Site - Materials designated for removal shall become property of the Contractor, unless noted in the specifications or specified by the Engineer to be salvaged or stockpiled. It shall be the Contractor's responsibility to obtain disposal sites for all unusable material, which is removed. Subsection 202.03 is revised to include the following: Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and straight vertical line. Pieces of concrete which, due to the Contractor's operations, crack or break beyond the limits of construction shall be saw cut, or removed to the nearest joint, and removed and replaced at the Contractor's expense. The limit of the repair will be determined by the Engineer. The initial saw cutting to remove existing concrete and/or asphalt shall be considered incidental to the Work and shall not be paid for separately under this item. Removal of concrete, asphalt and/or obstructions as described in section 202.01 beyond the limits designated by the Engineer will be the responsibility of the Contractor and will not be paid for under this section. Subsection 202.04 is revised to include the following: Rotomill Asphalt Pavement (Profile 0" — 3" Avg. Depth) — This work requires profile milling of existing asphalt pavement on Prospect Road from the Great Western Railroad Tracks on the west to the Spring Creek bridge on the East. This work shall include hauling this material by truck from the milling operation. Material from this operation shall become the property of the Contractor unless noted in the specifications or specified by the Engineer to be salvaged or stockpiled. Subsection 202.05 is revised to include the following: Rotomill Asphalt Pavement (4 '/2" — 5 %" Depth) — This work requires full depth milling of the existing asphalt on Timberline Road from Drake Road on the south end to the Spring Creek Bridge on the north end. This work shall include hauling this material by truck from the milling operation. Materials from this operation shall become the property of the Contractor unless noted in the specifications or specified by the Engineer to be salvaged or stockpiled. Subsection 202.08 is revised to include the following: Remove Parapet Wall and Railing. This work shall consist of the removal of the existing parapet wall and railing on the west side of the Spring Creek Bridge on Timberline Road. The Contractor will be given a full closure at the bridge on a Sunday in order to remove said structure in a timely and orderly fashion. Upon completion of the removals, the Contractor will place concrete jersey barricades back along the alignment of the old sidewalk which will allow traffic to resume normal flows across the bridge. U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 3 Timberline Road Widening Project Data: December 14, 2005 Subsection 202.10 is revised to include the following: The Contractor and the Engineer shall field measure and agree upon the quantity to be removed before the work commences. Should the Contractor fail to request the Engineer to measure any work, the Contractor shall not be compensated for materials that were not measured by the Engineer. The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul, disposal, and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for each bid item in Section 202. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 202-01 Remove Pipe (RCP, CMP, PVC) — (LF) 202-02 Remove Curb and Gutter — (LF) 202-03 Remove Sidewalk, Cross pan, Driveway — (SY) 202-04 Rotomill Asphalt Pavement (Profile 0"-3" Avg. Depth) — (SY) 202-05 Remove Asphalt Pavement (4 %" — 5 ''/z" Depth) — (SY) 202-06 Remove Asphalt Bike Path Pavement — (SY) 202-07 Remove Concrete Median and 18" Outfall Curb — (SF) 202-08 Remove Parapet Wall and Railing— (LF) 202-09 Remove Irrigation Structures — (EA) 202-10 Remove Fence (Various Types) — (LF) 202-11 Remove Existing Area Inlet — (EA) 202-12 Remove Bollards (Various Locations) — (EA) 202-13 Remove Sprinklers @ Gas Meter Station — (LS) 202-14 Remove Existing Sidewalk Chase — (LS) 202-15 Remove Light Pole Base (Top 3' and Haul Off -Site) — (EA) 202-16 Remove Temporary Roadway for Traffic Switch— (SY) 202-17 Remove Landscape Timbers — (LS) 202-18 Remove Water Service/Abandon at Main — (EA) 202-19 Remove Rip Rap Areas — (SY) U:\CFarvcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 4 Timberline Road Widening Project Data: December 14, 2005 202-20 Remove FES — (EA) 202-21 Remove Gravel Driveways — (SY) 202-22 Remove Landscaping in the North Median @ the Drake and Timberline Intersection — (LS) 202-23 Remove Existing Concrete Curb -Cut and Channel — (LS) 202-24 Abandon Existing Area Inlet, Cap Existing 4" Pipe at Each End — (EA) 202-25 Remove Existing COFC Fire Hydrant — (EA) 202-26 Abandon Existing Curb -Stop and Water Meter @ Main — (EA) 202-27 Remove Existing 15' Type R Inlet — (LS) 202-28 Remove Existing 5' Type R Inlet — (EA) 202-29 Remove Existing 5' Type R Inlet Top — (EA) 202-30 Remove Tree Stumps (Avg. Width = 48") — (EA) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in removals and rotomilling, including excavation, backfill, haul and disposal, as specified in these specifications, and as directed by the Engineer. All saw cutting involved in removing the necessary items in order to complete the Work shall be considered incidental to the Work and will not be paid for separately. END OF SECTION U:\CFarvcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 5 Timberline Road Widening Project REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised as follows: Subsection 203.01 is revised to include the following: Data: December 14, 2005 Unclassified Excavation - This shall consist of excavation of all materials on the site to final grades, excluding the bid items listed in Section 202. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its original state. This item shall be measured from the plans and cross sections, and will be paid for by the cubic yard. This item shall be paid according to plan quantity. Embankment (Complete in Place) - All excavated material, except the material being hauled and disposed, shall be placed as embankment and compacted, to final grades, as specified in Section 203.07. The embankment quantity was not adjusted to allow for shrinkage during compaction. This item will be paid according to plan quantity by the cubic yard. Topsoil - (stripping, stockpiling, placing) - All areas that have suitable topsoil material shall be stripped to a depth of 6 inches. This material shall be stockpiled and placed after the final grades have been established. This item shall include stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil material for back of walk and curb areas, parkway areas, and other designated areas. This item shall be paid according to plan quantity. Borrow Suitable Fill Material - This shall include supplying, placing, and compacting of a suitable fill material as directed by the Engineer. This item will be measured in the field and paid for by the ton. This item will not be paid for as Embankment. Borrow material will only be used for fill if there is a shortage of suitable material onsite and/or as directed by the Engineer. Muck Excavation (Complete in Place) —This shall include excavation of unsuitable material, supplying and placing Class 1 or 2 Structural Backfill, Pit Run or an approved fill, re -compacting material to finish grade, and haul and disposal of unsuitable material. Muck Excavation of material from rain or weather damage will not be paid for and is entirely the Contractor's responsibility. This item shall be measured in the field, and will be paid for by the cubic yard. Borrow ABC (Class 5 or 6) — This work shall consist of placing aggregate base course material behind all asphalt driveways to transition from new asphalt to existing grade. Potholing — The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic signal conduit and other existing utility lines and shall be performed every 100 lineal feet or as deemed necessary by the contractor. All related work, including excavation, backfilling, shoring, labor and number of hours will not be measured and paid for separately, but shall be included in the work. Repair of damaged existing utility lines caused by the Contractor will be at the Contractor's expense. Potholing will be paid as a lump sum item. Embankment and subgrade material shall be compacted to 95% of maximum density at +/- 2% optimum moisture. Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk, and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum moisture. Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the Engineer. Minor cuts and fills shall be considered incidental to the work, and shall not be paid separately under this section. If unsuitable subgrade is encountered and the Engineer directs the Contractor to over excavate the material, the Contractor shall use Aggregate Base Courses (Class 5 or 6), Class 1 or 2 Structural Backfill, Pit Run or an approved fill to backfill the over excavated area if there is not any acceptable material onsite. This Work will not be paid for separately but will be paid under the Muck Excavation item. The proposed material shall meet the following minimum requirements: LL Maximum: 30 PI Maximum: 6 "R" Value Minimum: 78 U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 6 Timberline Road Widening Project Data: December 14, 2005 The minimum strength coefficient of the Aggregate Base Coarse shall be 0.1 1. After specified compaction has been obtained, the subgrade under the curb, gutter, sidewalk, and pavement shall be proof -rolled with a heavily loaded rubber tired roller, fully loaded water truck, or approved equal. Those areas which produce a rut depth of over one-half (1/2) inch or which crack the subgrade after pumping and rebounding shall be ripped, scarified, wetted or dried if necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. Where unsuitable material is encountered, the Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade with approved material. The completed subgrade shall be proof -rolled again after placement of approved material. This will be paid for at the contract unit price for Muck Excavation. The Contractor shall refer to the plans for regrading information. This work shall include all excavation, embankment, and grading required to prepare these sites for landscaping. Subsection 203.04 is revised to include the following: The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 feet. Subsection 203.13 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 203-01 Unclassified Excavation — (CY) 203-02 Embankment -CIP — (CY) 203-03 Borrow Suitable Fill Material — (CY) 203-04 Topsoil (Stripping, Stockpiling, Placing) — (Top 6") — (CY) 203-05 Muck Excavation — (CIP) — (CY) 203-06 Borrow ABC (CL 5 or 6) — (TON) 203-07 Median Splash block Shaping (CIP) — (SF) 203-08 Flow fill Shallow Utilities — (LF 203-09 Median Fill — (CY) 203-10 Import Topsoil (Screened) — (3" Depth) — (CY) 203-11 Swale Grading/Shaping/Blue Tops — (LF) 203-12 Re -grade Irrigation Ditch — (LF) 203-13 Potholing —(LS) 203-14 Temporary Roadway for Traffic Switch — (LS) 203-15 Flow fill Under Exposed Aggregate for Glue Down Median — (CY) UACFarver\Craig\Timberline Road widening Project\Technical Specs Technical Specs - 7 Timberline Road Widening Project Data: December 14, 2005 203-16 Flow fill Under Exposed Aggregate on the Prospect Median — CY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Unclassified Excavation, Embankment, Haul & Dispose, Topsoil (stripping, stockpiling, placing), Muck Excavation, Borrow ABC and Median Hardscape Shaping, including without limitation, haul, stockpiling, placing of material, watering or drying soil, compaction, proof rolling, finish grading, and disposal of unusable materials, as shown on the plans and as specified in these specifications, and as directed by the Engineer. END OF SECTION REVISION OF SECTION 206 lJACFarver\Craig\Timberljne Road Widening Project\Technical Specs Technical Specs - 8 Timberline Road Widening Project Data: December 14, 2005 EXCAVATION AND BACKFILL FOR STRUCTURES Section 206 of the Standard Specifications is hereby revised as follows Subsection 206.03 is revised to include the following Structure Excavation — It is anticipated that unsuitable soils will be encountered for the abutment walls for the addition to the Spring Creek Bridge. The excavation of the unsuitable material has already been accounted for and will be paid for under Structure Muck Excavation. The Contractor is cautioned that construction equipment may cause the natural soils to pump or deform while performing excavation work inside and on footings, structural floor slabs, or other structure foundation areas. Foundation materials which are: a) saturated by either surface or dewatering work by the Contractor; b) frozen for any reason; or, c) that are disturbed by the Contractor's work or caused to become unacceptable for foundation material purposes by means of the Contractor's equipment, manpower, or method of work shall be removed and replaced by the Contractor at his expense. Care should be taken when excavating the foundations to avoid disturbing the supporting materials. Excavation by either hand or careful backhoe operation may be required to achieve the subgrade depth of the last few inches of any item of the concrete work. Any over -excavated subgrades that are due to the Contractor's actions shall be brought back to subgrade elevations by the Contractor and at his expense in the following manner: For over -excavations of 2 inches or less, either: Backfill and compact with an approved granular materials; backfill with'h inch washed crushed rock; or fill within concrete at the time of the appurtenant structure concrete pour. 2. For over -excavations greater than 2 inches, backfill and compact with 1 '/2 inch washed crushed rock. Structure Backfill (On -site Fill) — Backfill, and fill within 2 feet of and adjacent to all structures and for full height of the wall, shall be selected non -swelling material. It shall be granular, well graded, and free from stones larger than 3 inches. Material maybe job excavated, but selectivity will be required as determined by the Engineer. Refer to the Plans for job specific requirements. Stockpiled material, other than topsoil from the excavation shall be used for backfilling unless an impervious structural backfill is specified. The backfill material shall consist of either clean on -site granular materials free from stones larger than 3 inches in diameter with no more than 20% passing the No. 200 sieve, or equivalent imported materials. All backfill around the structures shall be consolidated by mechanical tamping. The material shall be placed in 8-inch loose lifts within range of 2% above to 2% below the optimum moisture content and compacted to 95% of Maximum Standard Proctor Density (ASTM D698) for cohesive soils, or to 70% relative density for pervious material as determined by the relative density of cohesion less soils, ASTM D4253. Structure Backfill Flow Fill — Backfill flow fill will be required around the foundation and up to a height of 2' above the foundation. This item will be paid for by the Cubic Yard. Dewatering— This item shall include pumps, labor, equipment and any associated costs to insure a dry work area. Also, a discharge pipe is to be installed and removed to provide access for construction equipment. These combined items will be paid for as a Lump Sum price. Haul and Dispose — This shall consist of hauling and disposing of any excess material or unsuitable fill material on site. This item will be measured from the plans and cross sections and will be paid for by the Cubic Yard. This item shall be paid according to plan quantity. Structure Muck Excavation — Unsuitable material encountered within the area of excavation for the structure shall be removed to a depth directed by the Engineer. All unsuitable material shall be disposed of as directed. Muck -excavation U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 9 Timberline Road Widening Project Data: December 14, 2005 of material from rain or weather damage will not be paid for and in entirely the Contractor's responsibility. This item shall be measured in the field, and will be paid for by the Cubic Yard. Subsection 206.07 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. 206-01 Structure Excavation — (CY) 206-02 Structure Backfill (On -Site Fill) — (CY) 206-03 Structure Backfill Flow Fill — (CY) 206-04 Dewatering — (LS) 206-05 Haul and Dispose — (CY) 206-06 Structure Muck Excavation — (CY) END OF SECTION U:\CFarvcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 10 Timberline Road Widening Project REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: Subsection 208.05 is revised to include the following: Data: December 14, 2005 All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price. No measurement for payment shall be made for maintenance of Erosion Control devices. This item will be paid for as a lump sum price to the Contractor. Working in or Crossing Watercourses and Wetlands — Construction vehicles should be kept out of watercourses to the extent possible. Where in channel- work is necessary, precautions must be taken to stabilize the work area during construction to minimize erosion control. The channel (including bed and banks) must always be re -stabilized immediately after in -channel work is completed. Where a live (wet) watercourse must be crossed by construction vehicles during construction, a Temporary Stream Crossing must be provided for this purpose. Subsection 208.07 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: PU Item and Pay Unit The pay unit is denoted by O. 208-01 Erosion Control — (LS) 208-02 Straw Bales (Sets of 4) — (EA) 208-03 Soil Retention Blanket (Photo Dissolve) — (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 11 chance receiving the award may be retained by OWNER until the earlier of the the Agreement or Opening, whereupon will be returned. competitive will be Bid opening. 7.0 CONTRACT TIME. seventh day after the effective date of the thirty-first day after the Bid Bid Security furnished by such Bidders Bid Security with Bids which are not returned within seven days after the The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, Timberline Road Widening Project REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: Subsection 210.06 is revised to include the following: Data: December 14, 2005 Work contained in this Subsection shall meet the requirements of the current City of Fort Collins Specifications or other applicable water utility agency standard construction specifications. The Contractor shall cooperate and coordinate with the City of Fort Collins or other applicable water utility when shutting off water to minimize downtime to customers. The Contractor shall also coordinate work involving the relocation of fire hydrants, water meters, curb stops, and water valves, and lowering water and sewer service lines, and water lines. The Contractor shall supply all materials required to complete the work that is not supplied by the City or other applicable water utility, and these materials shall be included in the costs of each item. This shall include, but not be limited to; new copper line and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper fittings, stop boxes, and meter pits will be required at each location. All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving operations. All structures located within a concrete pavement shall be adjusted prior to opening the roadway. The Contractor shall perform all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. The adjustments shall be made as noted below. All structures shall be adjusted to be +/- 1/8" below the pavement surface. The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into manholes, valve boxes, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low) or the structure was covered and not adjusted after the paving operation, written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within 5 working days. In the event that the structure is not adjusted within said time frame; the Engineer shall have the right to engage a third party to complete the work, and to withhold the cost of such work from payments due the Contractor. If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid for under the bid item for Asphalt Patching. Adjust Valve Box (COFC Water Dept.) — Valve boxes located within asphalt pavement shall be adjusted by removing the existing pavement around the valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the top section of the valve box is in poor condition, the Contractor shall excavate around the top section of the valve box and remove and replace the top section with a longer section supplied by the Contractor. The excavation shall then be back filled with Non -Shrink backfill to the top of subgrade, and then, material of the same grade and quality as the adjacent pavement shall be placed. The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in the opinion of the Engineer, the Contractor is negligent and breaks the valve box, the valve box shall be replaced at the Contractor's expense. This item will be paid under Adjust Valve Box — (EA). 11:\CFarver\Craig\Timber1ine Road Widening Projeeffechnical Specs Technical Specs - 12 Timberline Road Widening Project Data: December 14, 2005 Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by removing an area of pavement with a minimum diameter one foot (1') larger than the structure (centered on the structure). This shall be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy under traffic shall be replaced. This item will be paid under Adjust Manhole Ring/Cover — (EA). Relocate Mailboxes — This item will consist of relocating existing mailboxes to locations on the plans. The mailboxes must be relocated at the beginning of the construction and must be accessible to the owner and the U.S. Postal Service at all times. All relocation work must be governed by the U.S. Postal Service. This item will be paid per each mailbox relocated. Traffic Signs - Prior to commencement of any construction that will affect traffic signs of any type, the Contractor shall contact the City of Fort Collins Streets Division and the City Project Inspector for removal of the signs. The COFC Streets Division will remove these signs and reset all traffic signs upon project completion. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by ( ). 210-01 Adjust Manhole Frame —(EA) 210-02 Modify Manhole — (EA) 210-03 Adjust Valve Box — (EA) 210-04 Relocate Mailboxes — (EA) 210-05 Relocate COFC Water Meter, Manhole and Sprinkler Valve (112 LF) — (EA) 210-06 Relocate COFC Fire Hydrant — (EA) 210-07 Relocate COFC CP Test Station — (EA) 210-08 Relocate 3-Rail Dowel Fence — (LF) 210-09 Irrigation Service 1" — (EA) 210-10 Raise Existing Fire Hydrant (Approximately 12") — (EA) 210-11 Relocate COFC Vent Pipe — (EA) 210-12 Adjust Existing Gas Valve with Nut Extension — (EA) 210-13 Relocate Existing Water Manhole (34 LF of DIP) — (EA) U:\CFmcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 13 Timberline Road Widening Project Data: December 14, 2005 The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the Work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, metal shims, bituminous materials, haul and disposal, excavation, bedding material, backfill, and compaction as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 14 Timberline Road Widening Project REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is revised as follows: Subsection 304.01 is revised to include the following: Data: December 14, 2005 This work shall consist of placing Aggregate Base Course (Class 5 or 6) over previously prepared pavement subgrade approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and shall meet the requirements of Subsection 703.03. Shouldering ABC (Class 5 or 6) (4" Depth) — (CIP) — This work shall consist of placing 4" Thick Aggregate Base Course material along the edge of pavement the entire length of the project. This work shall be completed with the use of a shouldering machine. The proposed material shall meet the following minimum requirements: LL Maximum: 30 PI Maximum: 6 "R" Value Minimum: 78 The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.11 Subsection 304.06 is revised to include the following: Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as determined by ASTM D698. Subsection 304.07 is revised to include the following: Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly if the moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured or paid for separately, but shall be included in the price for Aggregate Base Course. Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work Sterilization shall not be paid for separately under this item. Subsection 304.08 is revised to include the following: The accepted quantities of Aggregate Base Course will be paid for at the contract unit price per ton. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 304-01 Aggregate Base Course (Class 5 or 6) — (9" Depth) — (TON) 304-02 ABC - (Class 5 or 6) - (9" Depth) — (CIP) — (TON) 304-03 Shouldering — (Class 5 or 6) — (4" Depth) — TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in Aggregate Base Course including haul, sterilization, and water. The work will be complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs -15 Timberline Road Widening Project REVISION OF SECTION 306 SIDEWALK PREPERATION Section 306 of the Standard Specifications is hereby revised for this project as follows: Subsection 306.02 is revised to include the following: Data: December 14, 2005 The top 6" of the fill areas shall be reconditioned by scarifying and recompacting. The subgrade shall be thoroughly mixed and dried or moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall be corrected as directed by the Engineer. The surface shall be protected and maintained until base course or pavement has been placed. If the Contractor chooses to use roadbase as a fine grading material or a material to mitigate over excavated or rain damaged areas this shall be entirely the Contractor's cost and shall be considered incidental to the Work. The Contractor shall be paid for reconditioning, if reconditioning has been attempted, and muck excavation in the event that unsuitable material is encountered and removed at the direction of the Engineer. It shall be at the Engineer's discretion to determine if the Contractor has made a sufficient effort to control the moisture in the subgrade material and made a reasonable effort to recondition the subgrade. Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work. Sterilization shall not be paid for separately under this item. Subsection 306.04 is revised to include the following: The accepted quantities of Sidewalk Preparation will be paid for at the contract unit price per square yard. Payment will be made under: Pay Item and Pay it The pay unit is denoted by (). 306-01 Sidewalk Preparation - (6") - (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Reconditioning, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\CFarver\Craig\Timberline Road widening Projee Technical Specs Technical Specs - 16 Timberline Road Widening Project REVISION OF SECTION 307 FLVASH SUBGRADE STABILIZATION Section 307 of the Standard Specifications is revised as follows: Data: December 14, 2005 This item shall consist of treating the sub -grade, adding Class "C" fly ash, mixing and compacting of the mixed material to the required depth and density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS A. Fly Ash - The fly ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance with Sections 4, 6, and 8 unless otherwise shown on the plans. Fly ash shall be Class C designation containing a minimum of 25 percent CaO. B. Water - The water used in the stabilized mixture shall be clean, clear, and free of sewage, vegetable matter, oil, acid, and alkali. Water known to be potable may be used without testing. All other sources shall be tested in accordance with AASHTO T-26 and approved by the Materials Engineer. EQUIPMENT A. The machinery, tools and equipment necessary for proper prosecution of the Work shall be on the project site and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Fly ash shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used, they shall be completely enclosed. C. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the Engineer. CONSTRUCTION METHODS A. General It is the primary purpose of this specification to secure a completed course of treated material that contains the following: 1. Uniform fly ash/soil mixture with no loose or segregated areas; 2. Uniform density and moisture content 3. Is well bound for its full depth 4. A smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to achieve full depth as shown on plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements at no additional cost. Before other construction operations are initiated, the sub -grade shall be graded and shaped to enable the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans. Unsuitable soil or materials shall be removed and replaced with acceptable material. The sub --grade shall be firm and able to support, without displacement, the construction equipment and the compaction hereinafter specified. Soft or yielding sub -grade shall be corrected and made stable by scarifying, U:\CFarver\Craig\Timberline Road Widening Project\Tecbnical Specs Technical Specs - 17 Timberline Road Widening Project Data: December 14, 2005 adding fly ash, and compacting until it is of uniform stability. If the Contractor elects to use a trimming machine that will remove the sub -grade material accurately to the secondary grade, he will not be required to expose the secondary grade or windrow the material. However, the Contractor shall be required to roll the sub -grade, as directed by the Engineer, before using the trimming machine and correcting any soft areas that this rolling may reveal. This method will be permitted only where a machine is provided which will ensure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such design that visible indication is given at all times that the machine is cutting to the proper depth. B. Application The fly ash shall be spread by an approved spreader at the rate of 12% dry weight of soil as shown on the plans and as directed by the Engineer. A motor grader shall not be used to spread the fly ash. The fly ash shall be distributed at a uniform rate and in such manner as to reduce the scattering of fly ash by wind to a minimum. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. During final mixing, water shall be added to the materials as directed by the Engineer, until the proper moisture content has been secured. Water shall be added through the pulverizing machine or method acceptable to the Engineer to develop a uniform, controlled rate addition of the needed moisture. Initial mixing after the addition of fly ash will be accomplished dry or with a minimum of water to prevent fly ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than two percent nor by less than the optimum by more than four percent. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash. C. Mixing The soil and fly ash shall be thoroughly mixed by approved rotary mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and fly ash is obtained, free from all clods or lumps. Water required to achieve the specified moisture content for the mixture should be added after initial mixing. If the soil fly ash mixture contains clods, they shall be reduced in size by raking, blading, disking, harrowing, scarifying or the use of other approved pulverization methods so that when all non -slaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested at the field moisture condition or dry by laboratory sieves: Minimum Passing 1: inch sieve 100 percent Minimum Passing No. 4 sieve 60 percent D. Compaction Compaction of the mixture shall begin immediately after mixing of the fly ash and be completed within one hour following addition of fly ash and water. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to a specified density. All non -uniform (too wet, too dry or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required and reshaping the recompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. U:\CFarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 18 Timberline Road Widening Project Data: December 14, 2005 The stabilized section shall be compacted to the extent necessary to provide the density specified below: Description For fly ash treated sub -grade, existing sub -base or existing base that will receive subsequent sub -base or base courses For fly ash treated sub -base or base that will receive surface course Not less than 95 percent maximum dry density (ASTM D-698) Not less than 95 percent maximum dry density (ASTM D-698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, the Engineer will make tests as necessary. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation, the shape of the course shall be maintained with a blade, and the surface, upon completion, shall be smooth and in conformity with the typical section shown"on the plans and to the established lines and grades. Grading should be terminated within two hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required stability, density and finish before the next course is placed or the work is accepted, it shall be reprocessed, re -compacted and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. E. Finishing, Curing and Preparation for Surfacing After the final course of the treated sub -grade, sub -base or base has been compacted; it shall be brought the required lines and grades in accordance with the typical sections. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth of approximately 3 inch, removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the fat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction plans, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing operations. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans. 2. After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period of not less than three days or until the surface or subsequent courses are placed: (a) Maintain a thorough and continuously moist condition by sprinkling. (b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition. Technical Specs -19 Timberline Road Widening Project Date: December 12, 2005 (c) Apply an asphalt membrane to the treated course, immediately after same is completed. The quantity and type of asphalt approved for use by the Engineer shall be sufficient to completely cover and seal the total surface of the base between crown lines and all voids. If the Contractor elects to use this method, it shall be the responsibility of the Contractor to protect the asphalt membrane from being picked up by traffic by either sanding or dusting the surface of same. The asphalt membrane may remain in place when the proposed surface or other base courses are placed. Asphaltic emulsions are not acceptable for the asphaltic membrane. METHOD OF MEASUREMENT Fly Ash Sub -grade Stabilization will be measured by the square yard to the limits as constructed in the field and be paid for at the contract unit price per square yard. NOTE: The square yards of Fly Ash Sub -grade Stabilization is an estimate only based on the soils report and general knowledge of the soil conditions in this area. The sub -grade areas to be stabilized with fly ash will be determined by the Engineer based upon results after proof rolling and effects resulting from inclement weather conditions. Sub -grade areas not requiring fly ash stabilization will be Reconditioned (Revision of Section 306), measured by the square yard as constructed in the feld and paid for at the Reconditioning contract unit price Der square yard. BASIS OF PAYMENT Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 307-01 Fly Ash Sub -grade Stabilization - 12% - (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Fly ash stabilization, complete -in -place, including compaction, and wetting or drying as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfa er\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 20 Timberline Road Widening Project Date: December 12, 2005 REVISION OF SECTION 401 & 703 PLANT MIX PAVEMENTS— GENERAL & AGGREGATES Section 401 and 703 of the Standard Specifications is hereby revised as follows: Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. A job mix formula shall be determined by the Contractor and submitted to the Engineer for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide the Engineer with an asphalt mix design report from an independent testing laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil content, job mix formula and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of a Nuclear Asphalt Oven. For Superpave Mixes, delete Table 401-2 and replace with the following: TABLE 401-2 Grading Test Procedure Minimum Test Sampling Frequency Result All Gradings CP L-5109 Method B 80 One per 10, 000 metric tons (10,000 tons) or fraction thereof minimum In subsection 401.02, delete the second, third, and fourth paragraphs and replace with the following: 1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure 52(CP52-99), including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly within the Master Range Table, Tables 703-3A, B, and C, before the tolerances shown in Table 401-1 are applied. The weight of lime shall be included in the total weight of the material passing the 75 nun (No. 200) sieve. The restricted zone boundaries shown for all gradings in Tables 703-3A, 703-313, and 703-3C are to be used as guidelines in mix design development. However, the job -mix gradation is not required to pass above or below the restricted zone boundaries. 2. The name of the refinery supplying the asphalt cement and the source of the anti -stripping additive. 3. A sufficient quantity of each aggregate for the Department to perform the tests specified in section 2.2.1 of CP52. In subsection 401.02 delete Table 401-1, including the footnotes, and replace with the following: Content t0.3% Asphaltecycling Agent t0.2% ure of Mixture When Dischar ed from Mixer t10°C FE4401-1Bitumen minous Pavement - Item 403 he 9.5 mm (3/s2) and larger sieves f6% he the 4.75 mm (No. 4) and 2.36 mm (No. 8) sieves f5% he 600 mm (#30) sieve f4% he 75 mm #200 sieve t2% 'When 100% passing is designated, there shall be no tolerance. When 90-100% passing is designated, 90shall be the minimum; no tolerance shall be used. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 21 ir:3raaatal�#t:a#g�=�° !�<rstc�€� t s'sP. 'M P6'k4. Ea 5954 Timberline Road Widening Project ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 5954 Timberline Road Widening Project OPENING DATE: February 14, 2006, 3:00 p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. The following changes have been made to the Bid Schedule: 202-03 Remove Sidewalk, Crosspan, Driveway 14,757 SF Therefore, the following changes have been made: • On Page 39 of the Timberline Road Widening Project plans done by Interwest Consulting it shows a detail for a Sanitary Sewer bore across Timberline Road that doesn't exist anymore. It is the 222.88 LF bore that is just South of Blackbird Drive, and goes from the Sidehill Filing Two over to Integrated Equities property. 2. The digital AutoCAD Site Plan and Grading Plan are available upon request from Interwest Consulting. Please contact John Lofton at 970-674-3300 x103 to request a copy. Digital copies will be provided on a CD, and will be made available within 24 hours of the request. Only this copy will be distributed and contractor accepts full responsibility for any changes made by following addendums. This is for bidding purposes only. If you have any questions please contact John Stephen, CPPO, CPPB, Senior Buyer, at 970- 221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT RECEIVED. THIS ADDENDUM HAS BEEN 215 North Mason Street • 2ed Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 (970) 221-6775 •Fax (970) 221-6707 www.rceov com other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 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 Timberline Road Widening Project Date: December 12, 2005 Delete Subsection 401.07 and replace with the following: Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the temperatures specified in Table 401-3 and the Engineer determines that the weather conditions permit the pavement to be properly placed and compacted. Table 401-3 Placement Temperature Limitations in °C Compacted Layer Minimum Surface and Air Thickness in Temperature °C (°F) mm (inches) Top Layers Below Layer Top Layer <38 (1%) 15 (60) 10 (50) 38 (1%) - <75 (3) 10 (50) 5 (40) 75 3 or more 1 7 45 2 35 Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the new pavement is to be placed. If the temperature falls below the minimum air or surface temperatures, paving shall stop. The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing for more than 10 calendar days during the period specified in Table 401-3A, below. The Contractor shall immediately place a temporary hot bituminous pavement layer on any surface that has been planed or recycled and can not be resurfaced in accordance with the above temperature requirements within 10 calendar days after being planed or recycled. The minimum thickness of the temporary hot bituminous pavement layer shall be 50 mm (2 inches). The Contractor shall perform the quality control required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All applicable pavement markings shall be applied to the temporary layer surface. The Contractor shall maintain the temporary layer for the entire period that it is open to traffic. Distress which affects the ride, safety, or serviceability of the temporary layer shall be immediately corrected to the satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be removed when work resumes. Table No. 401-3A Perinds Reauirinv Overlav of Treated Surfaces Location by Elevation Period During Which Planed or Recycled Surfaces Must be Overlaid within Ten Days All areas below and including 2100 in October 1 to March 1 7000 feet All areas above 2100 m (7000 feet) up to September 5 to April 1 and including 2600 m 8500 feet All areas above 2600 m (8500 feet) August 20 to May 15 In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: U:\Cfarver\Craig\Timberline Road Widening Projeet\Technical Specs Technical Specs - 22 Timberline Road Widening Project Date: December 12. 2005 Asphalt Grade Minimum Mix Discharge Temperature, °C (°F)* Minimum Delivered Mix Temperature, °C (OF)** PG 58-28 135 (275) 113 (235) PG 58-22 138 (280) l 13 (235) PG 64-22 143 (290) 113 (235) AC-20 Rubberized 160 (320) 138 (280) PG 76-28 160 (320) 138 (280) PG 70-28 149 (300) 138 (280) PG 64-28 149 (300) 138 (280) PG 58-34 149 (300) 138 (280) * The maximum mix discharge temperature shall not exceed the minimum discharge temperature by more than 17°C (30 (°F) . ** Delivered mix temperature shall be measured behind the paver screed. Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with AASHTO T 195), and that allows the required compaction to be achieved. Subsection 401.16 is hereby revised to include the following: The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer. In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following: When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 85°C (185 °F), no further compaction effort will be permitted unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28) and the surface temperature falls below 110°C (230 °F), no further compaction effort will be permitted unless approved. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rubbers shall be equipped with rubber skirts. In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows: The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 23 Timberline Road Widening Project Date: December 12, 2005 Asphalt Grade Minimum Mix Discharge Temperature, °C (°F)* Minimum Delivered Mix Temperature, °C (°F)** PG 58-28 135 (275) 113 (235) PG 58-22 138 (280) 113 (235) PG 64-22 143 (290) 113 (235) AC-20 Rubberized 160 (320) 138 (280) PG 76-28 160 (320) 138 (280) PG 70-28 149 (300) 138 (280) PG 64-28 149 (300) 138 (280) PG 58-34 149 (300) 138 (280) * The maximum mix discharge temperature shall not exceed the minimum discharge temperature by more than 17°C (30 (°F) . ** Delivered mix temperature shall be measured behind the paver screed. Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with AASHTO T 195), and that allows the required compaction to be achieved. Subsection 401.16 is hereby revised to include the following: The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer. In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following: When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 85°C (185 °F), no further compaction effort will be permitted unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28) and the surface temperature falls below 110°C (230 °F), no further compaction effort will be permitted unless approved. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rubbers shall be equipped with rubber skirts. In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows: U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 24 Timberline Road Widening Project Date: December 12, 2005 The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: Asphalt Grade Minimum Mix Discharge Temperature, °C (°F)* Minimum Delivered Mix Temperature, °C (°F)** PG 58-28 135 (275) 113 (235) PG 58-22 138 (280) 113 (235) PG 64-22 143 (290) 113 (235) AC-20 Rubberized 160 (320) 138 (280) PG 76-28 160 (320) 138 (280) PG 70-28 149 (300) 138 (280) PG 64-28 149 (300) 138 (280) PG 58-34 149 (300) 138 (280) * The maximum mix discharge temperature shall not exceed the minimum discharge temperature by more than 17°C (30 (°F) . ** Delivered mix temperature shall be measured behind the paver screed. Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with AASHTO T 195), and that allows the required compaction to be achieved. Subsection 401.16 is hereby revised to include the following: The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer. In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following: When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 85*C (185 °F), no further compaction effort will be permitted unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28) and the surface temperature falls below 110°C (230 °F), no further compaction effort will be permitted unless approved. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rubbers shall be equipped with rubber skirts. In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows: U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 25 Timberline Road Widening Project Date: December 12, 2005 TABLE 703-3A Master Range Table for Hot Bituminous Pavement (Grading S) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/2") 25.0 mm (1") 100 19.0 mm ('/4") 90 - 100 12.5 mm ('/2") # 9.5 mm (/8„) # 4.75 mm (#4) 2.36 mm (#8) 23 - 49 34.6 34.6 1.18 mm (#16) 22.3 28.3 600 mm (#30) * 16.7 20.7 300 mm (#50) 13.7 13.7 150 mm (#100) 75 mm (#200) 2-8 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 26 Timberline Road Widening Project Date: December 12, 2005 TABLE 703-3B Master Range Table for Hot Bituminous Pavement (Grading SX) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1 %2") 25.0 mm (I") 19.0 mm ('/a") 100 12.5 mm ('/2") 90 - 100 9.5 mm (/8„) 4.75 mm (#4) 2.36 mm (#8) 28 - 58 39.1 39.1 1.18 mm (#16) 25.6 31.6 600 nun (#30) * 19.1 23.1 300 mm (#50) 15.5 15.5 150 mm (#100) 75 mm (#200) 2 - 10 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. TABLE 703-3C U:\Cfarvcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 27 Timberline Road Widening Project Date: December 12, 2005 Master Range Table for Hot Bituminous Pavement (Grading SG) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/z") 100 25.0 mm (1 ") 90 - 100 19.0 mm ('/4") 12.5 mm ('/2") 9.5 mm ('/8• ) 4.75 mm (#4) * 39.5 39.5 2.36 nun (#8) 19.45 26.8 30.8 1.18 mm (#16) 18.1 24.1 600 mm (#30) * 13.6 17.6 300 mm (#50) 11.4 11.4 150 nun (#100) 75 mm (#200) 1 - 7 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 28 Timberline Road Widening Project REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT Section 403 of the Standard Specifications is hereby revised as follows: Subsection 403.01 is revised to include the following: Date: December 12, 2005 Asphalt Patching— HBP Grading S & SG shall be used in locations as directed by the Engineer. These quantities will be restricted to small areas which require hand placement methods and conventional paving equipment cannot be utilized. Hot Bituminous Pavement— This shall consist of constructing one or more courses of HBP Grading S & SG over existing pavement or subgrade surfaces previously prepared by the contractor or City of Fort Collins Crews. Subsection 403.02 is revised to include the following: Laboratory Mix Design — Grading S & SG - The mix designs shall be prepared by an independent laboratory acceptable to the Engineer and shall be submitted by the Contractor to the Engineer for approval a minimum on one (1) month prior to the beginning of paving for this project. The criteria for the mix design is as follows: HBP Grading S & SG ESAL's = County Road 54 = 365,000 Binder: Grading S - PG 64-28 / Grading SG — PG 64-22 Designed according to the most recent set of SUPERPAVE Specifications available. SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRETERIA A request made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 20% reclaimed material will be allowed for HBP Grading SG. The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. PAVEMENT SECTION: Grading S Grading SG Timberline Road Prospect Road 3" 3" RM The design mix for Grading S, SX, and SG shall conform to the following: TABLE 403-1 U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs 3" Technical Specs - 29 Timberline Road Widening Project Date: December 12, 2005 Property Test Grading S Grading SG Grading Sx Method N/A this Project Air Voids, percent at: CPL 5115 N (initial) > 11.0 > 11.0 > 11.0 N (design) 3.0 - 5.0 3.0 - 5.0 3.0 - 5.0 N (maximum) > 2.0 > 2.0 > 2.0 Lab Compaction (Revolutions): CPL 5115 N (initial) (a) 8 8 (a) N (design)(b) 109 109 (b) N (maximum) (a) 174 174 (a Stability, minimum (a) CPL 5106 42 42 (a) for information Aggregate Retained on the 4.75 mm CP 45 60 60 60 (No. 4) Sieve with at least two Mechanically Induced Fractured Faces, % minimum Accelerated Moisture Susceptibility CPL 5109 80 80 80 Tensile Strength Ratio (Lottman), Method B minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement PG 64-28 PG 64-22 PG 64-22 Top Layer Grade of Asphalt Cement Layers PG 64-28 PG 64-22 PG 64-22 Below To Voids in the Mineral Aggregate CP 48 14.0 12.0 (a) VMA -/0 minimum a Voids Filled with Asphalt (VFA) % Al MS-2 65 - 75 65 - 75 (a) a (a) Current CDOT Design Criteria (b) Residential 50, Collector 75, Arterial 100 Note: AIMS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Subsection 403.03 is revised to include the following: Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower than 225degree F. Emulsified Asphalt for tack coat shall be Grade CSS-Ih. The tack coat shall consist of a 1:I dilution (one (1) part emulsified asphalt to one (1) part water. The application rate for tack coat shall be approximately 0.1 gallons per square yard. The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 30 Timberline Road Widening Project edges on all sides of the area to be patched. Date. December 12, 2005 Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The minimum lift thickness for Grading SX shall be one (1) inch and Grading S shall be (1 ''/2) inch. HBP Grading SG shall be placed in equal lifts not exceeding four (4) inches and the minimum lift thickness shall be three (3) inches. Overlaying layers of Hot Bituminous Pavement shall not be placed until the lower layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in any manner. Tack coat shall be placed between all lifts. Subsection 403.04 shall include the following: Hot Bituminous Pavement Grading SG, and S, will be measured by the ton and paid for at the Contract Unit Price for Asphalt Patching and Hot Bituminous Pavement. Pavement cutting, excavation, subgrade preparation, haul and disposal, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot bituminous pavement item will not be paid for separately but shall be included in the unit price bid. Load slips shall be consecutively numbered for each day and shall include batch time. Subsection 403.05 is revised to include the following: Payment will be made under: Pay Item and Pam The pay unit is denoted by O. 403-01 Hot Bituminous Pavement — Grading S — (3" Depth) - (PG 64-28) — (TON) 403-02 Hot Bituminous Pavement — Grading SG - (3" Depth) - (PG 64-22) — (TON) 403-03 Hot Bituminous Pavement — Grading S — (3" Depth) — (Temporary) - (PG 64-28) — (TON) 403-04 HBP Paver Patch — Grading S — (3" Depth) - (PG 64-28) — (TON) 403-05 HBP Paver Patch - Grading SG — (3" Depth) - (PG 64-22) — (TON) 403-06 HBP Hand Patch — Grading S — (3" Depth) — (PG 64-28) — (TON) 403-07 HBP Hand Patch — Grading SG — (4" Depth) — (PG 64-22) — (TON) 403-08 HBP Hand Patch — Grading SG — (6" Depth) — (PG 64-22) — Temporary Patch — (TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Hot Bituminous Pavement and Asphalt Patching, including pavement cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling, surface preparation, and bituminous materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION UACfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 31 the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 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 Timberline Road Widening Project REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised as follows: Subsection 412.03 is revised to include the following: Date: December 12, 2005 Concrete pavement shall conform to Class "P" concrete as specified in Subsections 601.02 and 601.03. Class "P" concrete shall have a minimum 28-day field compressive strength of 4200 psi. The Contractor shall submit a concrete mix design for Class "P" showing and establishing the proportions of all the ingredients. The Contractor shall be responsible for all subsequent adjustments necessary to produce the specified concrete mix. The Contractor shall submit a new mix design based on the Class "P" requirements when a change occurs in the type of cement, or sources of fly ash, or aggregate. The contractor may delete Class F fly ash and also substitute Size 67 aggregate in lieu of the larger aggregate blend for the Class "P" concrete only upon the approval of the mix design submitted to the Engineer. The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24-hour field compressive strength of 3000 psi and a minimum 28-day field compressive strength of 4200 psi. This item shall be paid for by the cubic yard of concrete used. It shall include supplying, placing, curing and texturing the high early concrete. Payment for the cost of using high early concrete will be paid for by the cubic yard for the incremental increase in cost and will be paid only when the Engineer requires use of high early concrete. No concrete shall be placed until the applicable mix design and maturity relationship has been submitted, reviewed and approved by the Engineer. Review and approval of the mix designs by the Engineer will not constitute acceptance of the concrete. Acceptance shall be based solely on the work conforming to the specifications and on satisfactory test results of the concrete placed on this project. Subsection 412.12 is revised to include the following: Immediately following the burlap drag finish, the surface shall be given an "Astroturf' drag finish. Materials used for final finish shall be of such texture and weight to produce a uniform texture similar to a broom type finish. Drags shall be full width of the new pavement and maintained in acceptable condition as specified for "Astroturf' drag finish. Subsection 412.13 is revised to include the following: The Contractor shall saw joints early enough to control or limit random cracking but not too early as to create chipping along the sawed joint. Saw cutting will not be allowed between the hours of 9:00 p.m. and 6:00 a.m. unless approved by the Engineer. Saw cutting joints shall be included in this work and will not be paid for separately. If the Contractor proposes variations from CDOT M Standards, it is requested that the Contractor shall prepare a pavement joint and doweling layout for approval by the Engineer. Subsection 412.17 is revised to include the following: The concrete pavement smoothness shall meet the requirements of Category 4, Class 1, as shown in Table 412-1 for the Profilograph test. Subsection 412.18 is revised to include the following: Silicone joint sealant material: Concrete joints shall be sealed with an approved silicone joint sealant material. A U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 32 Timberline Road Widening Project Date. December 12, 2005 copy of the manufacturer's recommendations pertaining to the application of the sealant shall be submitted to the Engineer for approval prior to the beginning of work, and these recommendations shall be adhered to by the Contractor, with such exceptions as this specification may require. The sealant material shall be applied into the joint using equipment and techniques recommended by the joint sealant manufacturer. The Engineer may elect to check for bonding or adherence to the sides of the joint. If the sealant does not bond to the joint, the Contractor shall remove the joint sealant material and clean and reseal these joints in accordance with the criteria outlined. Backer rod: Shall be a round, heat resistant material meeting the requirements set forth by the joint sealant manufacturer. The Contractor shall submit the proposed material to the Engineer for review and approval prior to use. The backer rod shall be placed in such a manner that the grade for the proper depth of the sealant material is maintained. The depth of the sealant shall be a maximum of 'A inch. The Contractor shall thoroughly clean the joint and adjacent pavement surface for a width of not less than one inch (1 ") on each side of the joint of all scale, dirt, dust, residue, or any foreign material that will prevent bonding of the joint sealant. This operation is to be accomplished by immediately flushing the joints with water after sawing. The joints shall be sandblasted after they have dried, just prior to sealing. After sandblasting, the joint shall be cleaned using compressed air with a minimum pressure of 100 psi. The sandblasting and air cleaning shall be performed on the same day as the backer rod placement and joint sealant application. Sealant shall not commence for a minimum of 24 hours after sawing or a weather event without approval of the Engineer. Subsection 412.24 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. 412-01 Concrete Pavement (10") — (SY) The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing concrete pavement, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting the joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 33 Timberline Road Widening Project Date: December 12, 2005 REVISIONS OF SECTION 502 PILING DESCRIPTION 502.01 This work consists of furnishing and driving all types of piling shown in the Contract, other than sheet piling, in accordance with these specifications. Each pile shall be installed at the location and to the elevation, penetration, and bearing shown on the plans or established. MATERIALS 502.02 Steel Piling. Structural steel shapes used as piling shall conform to the requirements of AASHTO M 270 Grade 36. Steel pipe shall conform to the requirements of ASTM A 252, Grade 2. Closure ends shall conform to the requirements of AASHTO M 270 Grade 36. Steel shell piles shall conform to the requirements of AISI C 1010 or C 1015 steel. Closure plates, driving points and their connecting welds shall not project beyond the perimeter of the pile tip for steel pipe and steel shell piles. Commercial driving points may be used for end bearing piles. All steel pipe piles and steel shell piles shall be filled with Class B concrete conforming to subsection 601.02. Steel piling may be ordered in plan lengths or in 30 to 60 foot lengths. CONSTRUCTION REQUIREMENTS 502.03 Pile Driving Equipment. (a) Pile Hammers. Steam, air, diesel, or hydraulic impact hammers may be used to drive all types of piles. Vibratory or gravity hammers shall not be used to drive bearing piles. 1. For steam, air, and diesel hammers, a minimum manufacturer's rated energy as shown in Table 502-1 shall be used. Tahle 502-1 Pile Size Area (Square Inches) Minimum Energy (Foot -Pounds) HP 1Ox42 12.4 26,000 HP 10x57 16.8 26,000 HP 12x53 15.5 26,000 HP 1204 21.8 42,000 HP 14x89 26.1 52,000 HP 14x117 34.4 68,000 The rated energy of the hammer shall not be greater than 2500 foot-pounds Per square inch of unit area. If more than one size of piling is designated in the Contract, the Contractor shall provide the necessary hammer or hammers to meet these U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 34 Timberline Road Widening Project requirements for all sizes of piles used. 2. Hydraulic hammers may be substituted for steam, air, and diesel hammers. The minimum energy requirement for hydraulic hammers shall be 40 percent of the value specified in Table 502-1. The maximum impact energy of hydraulic hammers shall be adjusted to not exceed 1000 foot-pounds per square inch of pile unit area. 3. When designated in the Contract, a hammer with a rated energy determined by the Wave Equation Analysis Program (WEAP) shall be used. When the WEAP is used in the design phase of a project, a range of acceptable hammer energies will be included in the Contract. (b) Hammer Cushion. All impact pile driving equipment except hydraulic hammers shall be equipped with a suitable hammer cushion to prevent damage to the hammer or piles and to insure uniform driving behavior. Wood, wire rope, and asbestos cushion material shall not be used. A striker plate as recommended by the hammer manufacturer shall be used. The hammer cushion may be inspected by the Engineer at anytime during progress of the work. Any hammer cushion whose thickness is reduced by 10 percent or more of the original thickness shall be replaced at the Contractor's expense before driving is permitted to continue. (c) Pile Driving Head. Appropriate driving heads, mandrels, or other devices shall be provided in accordance with the manufacturer's recommendations. (d) Leads. Pile driving leads shall be constructed in a manner that affords the pile hammer freedom of movement while maintaining alignment of the pile hammer and the pile to insure concentric impact for each blow. Leads may be either fixed or swinging. Swinging leads shall be fitted with a pile gate at the bottom of the leads. (e) Followers. Followers shall be used only when specified on the plans or approved in writing by the Engineer. 502.04 Approval of Pile Driving Equipment. All pile driving equipment discussed in subsection 502.03 shall be approved by the Engineer prior to delivery to the site. Approval will be based upon pile driving equipment data, such as rated energy, impact energy, or striking ram weight, which the Contractor shall submit. When the equipment is of questionable adequacy, the WEAP will be used to determine approval. If the Contract includes hammers determined by subsection 502.03(a)3., the Contractor will be notified of the acceptance or rejection of the driving system within ten calendar days of the Engineer's receipt of the pile and driving equipment data. The approval criteria for wave equation analysis will consist of (1) the pile stress at the required ultimate pile capacity and (2) pile drivability. The driving stresses in the pile indicated by the Wave Equation Analysis shall not exceed 90 percent of the yield stress of the steel. Once approved, changes in the pile driving equipment shall not be made without additional approval, and will be considered only after the Contractor has submitted the necessary information for a revised Wave Equation Analysis. The approval process outlined above shall be applied to the revised driving equipment. Date: December 12, 2005 All pile hammers delivered to the job site which the Engineer determines, either by observation or by pile driving analyzer, are not in good working condition will be rejected. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 35 Timberline Road Widening Project Date: December 12. 2005 502.05 Driving Piles. Foundation piles shall not be driven until the excavation is complete unless authorized by the Engineer. After driving is complete, all loose and displaced material shall be removed from around the piling before pouring any concrete. Piles shall be driven with a variation of not more than '/4 inch per foot from the vertical or from the batter shown in the Contract. Foundation piles shall not be out of the position shown in the Contract more than 6 inches after driving. A minimum pile penetration of 10 feet in natural ground is required for all piles. This requirement may be waived by the Engineer if the subsurface material at the pile tip location is bedrock or other acceptable bearing material provided that the bearing elevation is below scour depth. If a minimum pile tip elevation is specified in the Contract, all piles shall be driven to or below this elevation unless otherwise approved in writing. If the pile cannot be driven to the minimum tip elevation, the Engineer will determine if predrilling is required. Any predrilling not required by the Contract and ordered by the Engineer will be paid for in accordance with subsection 109.04. The depth of the predrilling will be determined by the Engineer. Piles shall be driven to virtual refusal in natural ground at or below the estimated tip elevations specified on the plans. Virtual refusal is defined as a penetration of 1 inch or less for the final ten blows unless modified by the Engineer based on the pile driving analyzer results as described below. If virtual refusal has been reached in natural ground and piles have not been driven to the estimated tip elevation but have been driven below minimum tip elevation, the Engineer may order the driving to be continued for 40 additional blows. Water jets may be used in conjunction with the hammer to obtain the specified penetration only with approval. The last 3 feet of penetration shall be obtained by driving without the use of water jets. Test blows to determine average penetration shall be applied after the jets have been removed. The use of water jets will not modify any of the requirements of this section. The Engineer may monitor the pile driving by using a Pile Driving Analyzer (PDA) to determine the condition of the pile, the efficiency of the hammer and the static bearing capacity of the piles, and to verify or modify the pile driving criteria specified in this Section. Modifications may include relaxing or stiffening the refusal criteria. The monitoring will be conducted by the Engineer. It is estimated that the Engineer will need approximately one hour per pile to install the PDA measurement equipment. Not more than two piles per project will be monitored unless specified in the Contract. All necessary work performed by the Contractor associated with the dynamic monitoring will not be paid for separately but shall be included in the work. If the Engineer requests additional piles to be monitored, or requests the Contractor to monitor the pile or piles, all necessary time required and work performed by the Contractor will be paid for in accordance with subsection 109.04. 502.06 Drilling Holes to Facilitate Pile Driving. Holes to facilitate pile driving shall be drilled at all locations shown on the plans and to elevations shown. When test piles are shown on the plans they shall be used to determine if drilling holes to facilitate pile driving is required. If the test pile or piles do not reach the estimated tip elevation as specified in U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 36 Timberline Road Widening Project Date: December 12, 2005 subsection 502.05, holes shall be drilled to facilitate pile driving. If the test pile or piles reach the estimated tip elevation shown on the plans and develop the required bearing capacity as determined in subsection 502.05, drilling holes will not be required and the remainder of the piles shall be driven in the normal manner. The drilling of holes shall be done in such manner that the piling will stand accurately positioned as shown on the plans. The diameter of the drilled holes and the material used to fill oversize holes shall be as stipulated herein unless otherwise designated on the plans. The minimum diameter of the drilled holes shall be 1 inch larger than the outside diameter of steel pipe piles. The minimum diameter of the drilled holes shall be 2 inches larger than the web depth for H piles. The maximum diameter of the drilled holes shall be 2 inches larger than the minimum diameter specified above. If the maximum diameter of the drilled hole is exceeded due to sloughing, drifting, over -drilling, or other causes, the void area between the driven pile and the edge of the hole shall be filled with sand or pea gravel at the Contractor's expense. The Engineer will determine if shooting holes with explosives or redesign is necessary when piles cannot be driven or holes drilled. 502.07 Capping Piles. Steel pipe or shell piles will be inspected after all adjacent piles within a 5 foot radius have been driven. The Contractor shall supply suitable lights for the inspection of the insides of these piles. Water or other foreign material shall be removed and the pipe or shell shall be filled with concrete. The tops of all steel piles shall be cut off square and embedded in the concrete as shown on the plans. 502.08 Extensions and Splices. There will not be a limit placed on the number of splices allowed for steel piles; however, payment will be limited to two splices per pile. Steel piling shall be spliced with a square -groove butt joint weld using a Ja inch root opening. Weld deposition on pipe piles shall be made in two separate passes around the outside perimeter of the pile. Weld deposition on steel "H" piles shall be made in two passes. The first pass shall be made from one side of the part being welded and shall penetrate one-half the thickness of the member. The second pass shall be made on the side opposite from the first. For both types of piles, the slag left by the first pass shall be completely removed before making the second pass. All cuts at splices are to be made normal to the longitudinal axis of the pile. The cut-off portion may be driven to start the next pile or it may be welded to previously driven piles to provide the necessary extension length. Splices must be authorized. Welding shall conform to the applicable requirements of ANSI/AWS DI.1. Welders shall be prequalified in accordance with the standard qualification procedure of the American Welding Society. The Engineer may consider a welder qualified when the Welders' Certificate states that the welder has been doing satisfactory welding of the required type within a one year period previous to the subject work. A certification shall be submitted for each welder and for each project, stating the name of the welder, the name and title of the person who conducted the examination, the kind of U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 37 Timberline Road Widening Project Date: December 12, 2005 specimens, the positions of welds, the results of the tests and the date of the examination. Such certification of pre -qualification may also be accepted as proof that a welder on field welding is qualified, if the Contractor who submits it is properly staffed and equipped to conduct such an examination or if the examining and testing is done by a recognized agency which is staffed and equipped for such purpose. Approved commercial splices may be used as an alternate for welded splices. 502.09 Defective Piling. Piles damaged in driving by reasons of internal defects or improper driving; driven out of their proper location; or driven below the elevation specified on the plans without approval shall be corrected at the Contractor's expense by one of the following approved methods: (1) The pile shall be withdrawn and replaced by a new, and if necessary, longer pile. (2) A second pile shall be driven adjacent to the defective pile. (3) The pile shall be spliced or built up. (4) A sufficient portion of the footing shall be extended to properly embed the pile. All piles pushed up by the driving of adjacent piles shall be driven down again. 502.10 Pile Tips. Pile tips shall be placed on piles when shown on the plans. Pile tips and details for fastening tips to piles shall be in accordance with the plans or approved. If difficult driving conditions are encountered, the Engineer may order the Contractor to furnish and attach pile tips even though tips are not required by the plans. In that event, the tips will be paid for in accordance with subsection 109.04. 502.11 Painting Steel Piles. The exposed portion of steel piles not embedded in concrete, including 2 feet below the stream bed or ground line, shall be painted as described in Section 509. METHOD OF MEASUREMENT 502.12 Piling will be measured by the linear foot in place. Measurement shall be from the tip to the cut-off elevation. The length of pile cut-off to be measured will be those random lengths of piling which result from cutting off the tops of driven piles and which are not used in the work. Where piling is driven to within 1 foot of the elevation of cut-off, butt ends will be included in the length measured for piling actually driven. Measurement of splices will be limited to two per steel pile, except when extra splices are ordered. Splices for piles will be measured as additional length of pile. The additional length for each splice will be as follows: steel "H" piles, 3 linear feet; steel pipe piles, 3 linear feet. Pile tips and end closure plates for steel pipe piles will be measured by the actual number used. Drilled holes to facilitate pile driving will be measured by the linear foot, to the nearest foot. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 38 Timberline Road Widening Project Date. December 12, 2005 BASIS OF PAYMENT 502.13 The accepted quantities will be paid for at the contract unit price per unit of measurement for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit The Pay Unit is Denoted by ( ) 502-01 Pile Driving (HP 12 X 53) — (LF) 502-02 End Plates and Tips — (EA) END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 39 Timberline Road Widening Project REVISION OF SECTION 506 RIPRAP Date: December 12, 2005 Section 506 of the Standard Specifications is hereby revised as follows: Subsection 506.01 is revised to include the following: This work consists of the construction of riprap sections with riprap, Type II bedding and covered with topsoil in accordance with these specifications and in conformity with the lines and grades shown on the plans or established grades. Subsection 506.02 is revised to include the following: Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be gray to blue gray in color or as approved by the Engineer. Rock used for riprap shall be hard, durable, angular in shape and free from cracks, over -burden, shale and organic matter. Thin, slab type stones, rounded stones and flaking rock shall not be used. Removed concrete shall not be used for riprap without specific written approval by the Engineer. Service records of the proposed material will be considered by the Engineer in determining the acceptability of the rock. Neither breadth nor thickness of a single stone shall be less than one-third (1/3) its length. Bedding material shall conform to the specification for Type II Filter material as per the City of Fort Collins Storm Drainage Design Criteria and Construction Standards (Table 12-3) or CDOT Class A filter material (Section 703.09). Subsection 506.03 is revised to include the following: Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where this is not possible, the underlying materials shall be compacted to 95% of maximum density as determined by ASTM D 698. The bottom of the excavation shall have a uniform slope, be reasonably smooth, free from mounds and windrows and free of debris prior to placing the filter material. Bedding material shall be placed on top of the subgrade material prior to riprap installation at all locations of riprap sections shown on the plans. The layer shall be shaped to provide the minimum thickness of bedding material as shown on the details of the plans. Riprap material shall be placed immediately after the bedding material is placed and in a manner to provide a well - graded mass of stone with minimum voids. Riprap may be machine -placed with sufficient handwork to minimize disturbance of the bedding material layer. This material shall be placed to the required thickness and grade shown on the details of the plans. Topsoil material shall be used to backfill and bury the entire riprap bed area and compacted to insure thorough settling of the topsoil within the rock voids. The top three inches (Y) of the topsoil shall be loosely placed. This material shall be placed to the required thickness as shown on the details of the plans. The contractor shall utilize, when appropriate, existing topsoil on site. Subsection 506.04 is revised to include the following: Riprap sections specified in the plans will be paid for at the contract unit price per TON. The unit price bid shall include all costs associated with installation of the bedding material, riprap and topsoil including excavating for the placement of these materials, all materials, delivery, stockpiling and handling of the riprap. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 40 Timberline Road Widening Project Subsection 506.05 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 506-01 Rip Rap 150' X 50' X 3' — (LS) 506-02 6"X6"X18" Type L Rip Rap with 6" Topsoil Cover— (EA) 506-03 8"X8"X24" Type M Rip Rap— (EA) 506-04 24" Hand Placed Type M Rip Rap per Spring Creek Trail Detail — (LF) Date: December 12. 2005 The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and topsoil, complete -in - place, including haul and stockpile of materials, handling of the riprap and finish grading of the surface as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION UACfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 41 designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. Timberline Road Widening Project REVISION OF SECTION 515 WATERPROOFING MEMBRANE Section 514 of the Standard Specifications is hereby revised as follows: Subsection 515.01 is revised to include the following: Date: December 12, 2005 This work consists of the furnishing and placing an approved waterproofing membrane and protective covering over a prepared concrete bridge deck surface or furnishing and placing an approved chemical concrete sealer (sealer) on the surface of a concrete bridge deck, approach slabs, and all adjacent sidewalks and curb, and other applications designated on the plans. Subsection 515.02 is revised to include the following: The waterproofing membrane shall consist of one of the following: (1) A prefabricated reinforced membrane and primer or, (2) A single component, hot applied, clastomeric membrane and primer if required. Materials for the waterproofing membrane shall meet the requirements specified in the following subsections. Protective Covering 705.07 Prefabricated, Reinforced Membrane and Primer 705.08 Single Component, Hot Applied, Elastomeric Membrane 705.09 Subsection 515.03 is revised to include the following: Concrete sealer shall consist of an alkyl-alkoxy silane and shall be a penetrating type with 40 percent solids in water or a high flash organic solvent. The sealer shall be compatible with the curing compound used on the concrete and shall be one that is included on the approved products list of the Department. A certificate of compliance shall be provided with each shipment of sealer. Subsection 515.04 is revised to include the following: (a) Condition of Concrete Deck for Application of Waterproofing Membrane. The entire deck and the sides of the curbs for a height of 2 inches above the plan thickness of the hot mix asphalt shall be free of all foreign material such as dirt, grease, old pavement and primer. All decks shall be sand blasted or shot blasted. Immediately prior to the application of primer or any type of membrane, all dust and loose material shall be removed. The deck condition will be approved before application of the membrane. (b) Weather and Moisture Limitations for Application of Waterproofing membrane. Application of primer or membrane shall not be done during inclement weather conditions, or when deck and ambient air temperatures are below 50 degrees F. The deck surface shall be dry at the time of application of primer or membrane. (c) Applications, Prefabricated, Reinforced Membrane. Primer shall be applied to the prepared concrete surface at the rate and according to the procedure recommended by the membrane manufacturer. Placement of the membrane shall not begin until the volatile material in the primer has dissipated. The membrane shall be placed in such a manner that a shingling effect will be achieved and any accumulation of water will be directed toward curbs and drains. Primer and membrane shall be placed on the curb faces for a height of 2 inches above the plan thickness of the hot mix asphalt. The entire membrane shall be essentially free of wrinkles, air bubbles and other placement defects. Blisters or bubbles larger than 2 inches in diameter, which develop after placement of the membrane and before placement of protective covering, shall be punctured, the air expelled and membrane patched in a manner satisfactory to the Engineer. At all expansion joints, and other joints, membrane shall be flashed up to the top of the joint and secured with primer. At drain pipes, membrane shall be placed in such a manner that it extends down inside the drain and is secured with primer. U:\Cfarvcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 42 Timberline Road Widening Project Dale: December 12, 2005 (d) Application, Single Component, Hot Applied, Elastomeric Membrane. Hot applied membrane shall be applied to the prepared deck surface at a uniform minimum rate of/z gallon per square yard thickness of 90 to 110 mils, 1 mil = 0.001 inch. During application the thickness may be measured by the Engineer. Lack of uniform application shall be cause for termination of the work until remedial measures are taken. Primer, if required and membrane shall be placed up the curb faces for a height of 2 inches above the plan thickness of hot mix asphalt. (e) Application of Protective Covering. As soon as practical, but in all cases the same day as membrane application, protective covering shall be placed from gutter line to gutter line. Protective covering shall be laid parallel to the centerline of the bridge. The protective covering shall be butted together at longitudinal and transverse joints. Overlapping will not be permitted. The maximum allowable space between adjoining sections of protective covering shall be 1 inch. Following placement of protective covering, a bead of compatible mastic or hot applied membrane shall be applied where the protective covering contacts the curbs, and in cracks between adjoining sections that are apart by more than 3/8 inch. The bead shall fill the void preventing water from entering at this point. (f) Inspection. Upon completion of the membrane and protective covering the Engineer will inspect the membrane system. Approval in writing from the Engineer shall be obtained before application of hot mix asphalt. The Contractor shall be responsible for maintaining the condition of the membrane system on the bridge deck until covered with hot mix asphalt t the thickness required by the Contract. (g) Overlay. Hot mix asphalt shall be placed, spread and compacted, in accordance with the specifications or as approved. Subsection 515.05 is revised to include the following: Concrete Sealer: (a) Condition of Surface for Application of Sealer. The surface of bridge deck, approach slabs, sidewalk, and curbs and the interior concrete surface of drains shall be free of all residue and other surface contaminants. Within 48 hours prior to the application of the sealer these surfaces shall be cleaned with dustless abrasive shot blasting. Other methods of blasting, power washing, or cleaning may be used if approved. The amount of shot blasting or cleaning shall be sufficient to remove all visual evidence of curing compound residue, dirt, grease, and surface contaminants. When wet methods are used the surface shall be dried in accordance with subsection 515.04. (b) Weather and Moisture Limitations for Application of Sealer. Sealer shall not be applied when the deck or ambient air temperature is below 40 degrees F, above 90 degrees F, or outside the manufacturer's recommended temperature range. The concrete shall have aged a minimum of 28 days and the surface shall be dry at the time of application of the sealer. When the surface is wet because of inclement weather, power washing, or other moisture is shall be permitted to dry at least 24 hours before the sealer is applied. © Application of Sealer. Sealer shall be applied uniformly at a minimum rate of I gallon per 100 square feet of surface area. The sealer shall be applied to the surface of the concrete bridge deck, approach slabs, curbs including the face of interior concrete bridge rail for 6 inches above the bridge deck, sidewalks, and the interior concrete surface of drains. Two copies of the manufacturer's literature for the sealer including the recommended application procedure shall be provided to the Engineer prior to application. The literature shall include a product material safety data sheet. All solvents, coatings, or other chemical products, or solutions, shall be mixed, handled, applied, stored and disposed of in such a manner that spills, splashes, and drips shall be contained without contamination of soil, vegetation, streams, or other water bodies. The Contractor shall provide two approved respirators for use by Department personnel. Traffic shall not be allowed on the treated surface until the sealer has penetrated the concrete and the liquid sealer is no longer visible on the surface. The Contractor shall follow all the manufacturer's recommendations, including U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 43 Timberline Road Widening Project Date: December 12, 2005 penetration time, prior to opening traffic. Subsection 515.06 is revised to include the following: Waterproofing membrane including protective covering, complete in place, will be measured by the number of square yards of bridge deck covered. Material placed on curb faces will not be measured. Concrete sealer will be measured by the number of square yards of concrete surface covered, except material placed on drains will not be measured. Subsection 515.07 is revised to include the following: The accepted quantities of waterproofing membrane including protective covering will be paid for at the contract unit price per square yard. The accepted quantities of concrete sealer, including surface preparation, will be paid for at the contract unit price per square yard of concrete surface covered. Preparation and sealing of drains will not be paid for separately but shall be included in the work. Payment will be made under: Pay Item and Pay Unit The Pay Unit is denoted by ( ) 515-01 Waterproofing Membrane — (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work listed above: complete in place, as specified in the specifications, and as directed by the Engineer. END OF SECTION 1JACfarver\Craig\Timber1ine Road Widening Project\Technical Specs Technical Specs - 44 Timberline Road Widening Project REVISION OF SECTION 601 STRUCTURAL CONCRETE Section 601 of the Standard Specifications is hereby revised as follows: Subsection 601.01 is revised to include the following: Date: December 12, 2005 This work shall consist of the addition to the Spring Creek Bridge on Timberline Road. The construction will consist of Pilings, Bridge abutments, Bridge Deck, Parapet Walls, Railing and necessary conduits in accordance with the plans, specifications, and the Larimer County Urban Area Street Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor is responsible for providing all materials and equipment necessary to meet the requirements of the Colorado Department of Transportation Standards and Larimer County Urban Area Street Standards. Mix Design: 1. Compressive Strength: 4000 psi at 28 days a. Minimum number of cylinders passing above requirements shall be 90%. b. Minimum strength of cylinder acceptable, 3800 psi 2. Cement Content: 6 bags per cubic yard minimum 3. Maximum Permissible Water— Cement Ratio a. For 4000 psi strength, non air -entrained, absolute ratio by weight 0.49. b. For 4000 psi strength, air -entrained, absolute ratio by weight 0.45 4. Slump: Four inch maximum. 5. Air Content: 6% +/- 1 '/2 % for concrete with exposed surfaces or subject to freezing and thawing; not required for other concrete. All Shop Drawings must be approved by the Design Engineer (Loris and Associates, Inc). The accepted quantities will be paid for at the contract price. Payment will be made under: PAY Item and Pay Unit The pay unit is denoted by (). 601-01 Bridge Extension for Spring Creek — (LS) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all Work involved in a cast in place bridge, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 45 Timberline Road Widening Project REVISION OF SECTION 603 CULVERTS AND SEWER Section 603 of the Standard Specifications is hereby revised as follows: Subsection 603.01 is revised to include the following: Date: December 12, 2005 This work shall consist of the construction of Reinforced Concrete Pipe, Corrigated Metal Pipe, pipe connections, and joint encasement in accordance with the plans, specifications, and the Latimer County Urban Design Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include in the Work all the necessary items to complete the Work including but not limited to excavation, bedding, backfill, and compaction. The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. 603-01 15" Class III RCP — (LF) 603-02 18" Class III RCP — (LF) 603-03 24" Class III RCP — (LF) 603-04 30" Class III RCP — (LF) 603-05 36" Class III RCP — (LF) 603-06 14" X 23" Class III HERCP — (LF) 603-07 19" X 30" Class Ill HERCP — (LF) 603-08 15" Class III RCP — FES — (EA) 603-09 18" Class III RCP — FES — (EA) 603-10 18" Class III RCP — FES with 14" orifice plate — (EA) 603-11 24" Class III RCP — FES — (EA) 603-12 14" X 23" Class III HERCP — FES — (EA) 603-13 4" PVC Schedule 40 Irrigation Sleeving — (LF) 603-14 4" Median Under Drain Pipe System (Perforated Pipe wrapped in weed barrier) — (LF) 603-15 4" Median Under Drain Pipe System (Solid Pipe) — (LF) 603-16 Tie 30" RCP to existing area inlet — (EA) 603-17 Bore (@22' Deep) 12" PVC Sanitary Sewer across Timberline Road — (LF) U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 46 Timberline Road Widening Project Date: December 12, 2005 603-18 4" Under Drain Connection — (EA) 603-19 3" Perforated Pipe wrapped in weed barrier— (LF) The above prices and payments shall include full compensation for fumishing all labor, materials, tools, equipment, and incidentals and for doing all Work involved in installing pipe and encasing joints, complete in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. Concrete and/or Asphalt patching will be paid for separately under the appropriate item. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 47 Timberline Road Widening Project REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised as follows: Subsection 604.01 is revised to include the following: Date: December 12, 2005 This work shall consist of the construction of COFC Area Inlets, CDOT Type R inlets and providing and maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill, compaction, and installation and maintenance of erosion control into each item listed in this section. The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of the cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes with water. All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price. No measuremept for payment shall be made for maintenance of Erosion Control devices. Subsection 604.02 is revised to include the following: Proportioning shall conform to the requirements for Class B concrete as described in Section 601. Subsection 604.08 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 604-01 5' Type R Inlet— (EA) 604-02 15' Type R Inlet — (EA) 604-03 Modified 15' Type R Inlet — (EA) 604-04 4' Diameter Manhole — (EA) 604-05 5' Diameter Manhole — (EA) 604-06 Irrigation Ditch Box Connection — (EA) 604-07 Area Inlet Lids (grated top) — (EA) 604-08 Concrete Sidewalk Culvert (10') — on existing curb — (EA) 604-09 Concrete Sidewalk Culvert (5') — (EA) 604-10 10' Type R Inlet — (EA) 604-11 Concrete Cap (per detail) — (SF) 604-12 Concrete Headwall (per detail) — (LS) ]JACfarver\Craig\Timberline Road Widening ProjecATechnical Specs Technical Specs - 48 Timberline Road Widening Project Date: December 12, 2005 The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing inlets, constructing manholes, and installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 49 Timberline Road Widening Project SECTION 606 GUARDRAIL DESCRIPTION 606.01 This work consists of the construction of guardrail in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. The construction of the various types of guardrail shall include the assembly and erection of all component parts and materials complete at the locations shown on the plans or as directed. The types of guardrail are designated as follows: Type 3 Guardrail - W Beam Type 6 Guardrail - Thrie Beam Type 7 Guardrail - F-Shape Concrete Barrier Use of Type 4 Precast Concrete Barrier is not permitted. MATERIALS 606.02 Materials shall meet the requirements specified in the following subsections: "W" Beam Rail and Thrie Beam Rail 710.05 Guardrail Hardware 710.09 Guardrail Posts 710.08 Paint for field painting of guardrail shall conform to subsection 708.03, Structural Steel Bridge Paint Date: December 12, 2005 Concrete for precast or cast -in -place barrier shall conform to the requirements of Section 601. Reinforcing steel, unless otherwise noted, shall conform to the requirements of Section 602. During production of slip formed barrier and subsequent to mix design approval the Contractor may adjust the mix proportion requirements as follows: The range for air content may be adjusted to be 5 percent to 9 percent The weights of coarse and fine aggregates may each be adjusted up to 10 percent. These adjustments may be made at the Contractor's discretion and do not require approval of a revised mix design before use. The Contractor shall inform the Engineer in writing of each adjustment of aggregate proportions before concrete with the adjusted mix design is placed. The Contractor may furnish either wood or steel posts and wood or FHWA approved synthetic material blocks for guardrail as shown on the plans. Except as designated on the plans, only one type of posts and blocks shall be furnished for the project. Components on which the spelter coating has been burned by welding or otherwise damaged shall be either regalvanized, recoated in accordance with AASHTO M 36, or painted with one full brush coat of zinc rich paint meeting Military Specification DOD-P-21035A. U:\Cfar cr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 50 Timberline Road Widening Project CONSTRUCTION REQUIREMENTS 606.03 Post and Rail Elements. (a) Posts. Posts shall be set firm and aligned with a tolerance of plus or minus '/4 inch from plumb, grades and lines as staked. All fittings and metal plates shall be placed securely in position to conform to designated dimensions and requirements. Posts shall be set by one of the following methods: (1) Driven in place. (2) Set in dug holes. (3) Set in concrete base. (4) Posts on bridges shall be as shown on the plans. Date: December 12, 2005 Driving of posts shall be accomplished by methods and equipment that will leave the posts in their final position free from any distortion, burring or any other damage. Excavated post holes shall have a firm bottom and be backfilled with acceptable material placed in layers and thoroughly compacted. Dissimilar metal -to -metal or aluminum -to -concrete post or rail installations shall have contact surfaces separated by an approved protective coating. Wood posts cut in the field shall have the cut surfaces protected with two coats of an approved preservative. When the cut surface is above ground, the treating solution to be used shall be the same type as was used in the original treatment. (b) Rail. Rail elements shall be erected in a manner resulting in a smooth, continuous installation. All bolts in the finished rail shall be drawn tight. Bolts shall be of sufficient length to extend beyond the nuts. Rail shall be shop bent for installations on horizontal curves having a radius of 150 feet or less. (c) Temporary End Treatment. In construction zones not closed to traffic, installation of rail element shall closely follow the setting of posts to keep the number of posts without rail at a minimum. When necessary to minimize potential hazards, the Engineer will specify the direction in which the rail installation is to advance and the number of posts installed ahead of rail installation. At the end of the Contractor's work day, the Contractor shall treat the ends of installed guardrail as follows: (1) If the end is at the location of a planned end section, install the end section. (2) If the end is not at the location of a planned end section, the last rail section shall be installed with one end attached to the rail already in place and the free end resting on the ground. The free end on the ground shall be restrained by tying the rail to the posts by ropes or cables. Guardrail shall not be left in this configuration more than 24 hours unless protected by an approved attenuating device. 606.04 Concrete. Where paving is removed or damaged due to the Contractor's operations, the Contractor shall furnish an acceptable mix and shall repair the paving as required, at the Contractor's expense. In construction zones not closed to traffic, the Contractor shall treat the ends of installed concrete guardrail at the end of the work day as follows: (1) If the end is at the location of a planned end section, install the end section. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 51 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. Timberline Road Widening Project Date: December 12, 2005 (2) If the end is not at the location of a planned end section, install a temporary impact attenuator or provide treatment as shown in the Contract. (a) Permanent Concrete Barrier. Permanent concrete barrier may be constructed by precast Type 7, cast -in -place or slip form methods. The trench for the base of the cast in - place reinforced barrier end anchorages shall be excavated to the lines and grades shown on the plans or established. The bottom of the trench shall be compacted to the density specified in subsection 203.07 when tested according to AASHTO T 99. The compacted trench bottom shall be watered and approved before placing concrete. The 1 inch minimum deep keyway cut or formed in the pavement surface for the barrier base shall be cleaned and approved before placing concrete. Concrete finish for all precast Type 7 barriers used as permanent installations, and all cast -in -place barriers shall be Class 1 in accordance with subsection 601.14. Slip form barriers shall not receive additional finishing unless permitted by the Engineer. Exposed vertical surfaces of slip formed barrier shall receive a vertical broom finish. The Engineer may determine that the exposed surfaces of the guardrail shall be tested with a 10 foot straightedge laid along the exposed surface in a longitudinal direction. The Contractor shall furnish an approved 10 foot straightedge and provide an operator to aid the Engineer in testing the exposed surfaces. All surface tolerances shall be measured in a longitudinal direction. Deviation of any exposed surface in excess of the tolerance specified shall be corrected at the Contractor's expense. Longitudinal surface tolerances for the top of the barrier and the sides of the barrier from the top to a line 7 inches below the top of the barrier are: (1) On tangent roadway alignments and curves with radius greater than 1000 feet: 0.25 inch from the edge of the straightedge. (2) On sharp vertical curves and horizontal curves with radius of 1000 feet or less: 0.25 inch from the edge of the straightedge with allowance made for curve deflection. Longitudinal surface tolerances for the remaining surfaces of the barrier are: (1) On tangent roadway alignments and curves with radius greater than 1000 feet: 0.75 inch from the edge of the straightedge. (2) On sharp vertical curves and horizontal curves with radius of 1000 feet or less: 0.75 inch from the edge of the straightedge with allowance made for curve deflection. The Contractor will be allowed a maximum of three days of slip form production if barrier being placed does not meet the specified tolerances. After the third day of placement of out of tolerance slip form barrier the Contractor shall stop production. The Contractor shall submit a corrective action plan to the Engineer for review. The plan shall address corrective actions to the equipment and materials and a time frame for completion of the corrective actions. The plan shall address methods and materials to be used to correct out of tolerance barrier. Patching will not be allowed to correct out of tolerance barrier. Further placement of barrier will not be allowed until all previously placed barrier which failed to meet tolerances is corrected or removed. Each occurrence of out of tolerance slip form barrier shall be subject to the same corrective cycle. (b) Precast Type 7 Concrete Barrier. Precast Type 7 Concrete Barrier (conforming to Standard Plan M-606-14) may be formed upside down to minimize air pockets and U:\Cfarver\Craig\Timberline Road Widening Projeeffechnical Specs Technical Specs - 52 Timberline Road Widening Project Date: December 12, 2005 improve surface finish. Concrete finish for precast barriers shall be Class 1 in accordance with subsection 601.14. Each segment of the precast barrier shall not have spalls, corner breaks, and bottom spalls totaling more than 5 square feet of surface area which includes the base. Connecting loops shall not be frayed, stretched, or deformed. Gaps between units shall not exceed the dimensions shown in the plans. Precast barrier units shall not be lifted or stressed in any way before they have developed the strength of the concrete specified. Units shall be supported at designated pickup points. Connecting loops shall not be used as pickup points. Care shall be taken during fabrication, storage, handling and transporting to prevent cracking, twisting, or other damage. Minor chips on edges may be patched with the approval of the Engineer. Breakage and chipping may be cause for rejection. Units damaged in such a way as to impair their appearance or suitability, in the opinion of the Engineer, shall be replaced at the Contractor's expense. Units rejected by the Engineer shall be marked on both sides with an orange painted "R" approximately 12 inches high and 6 inches wide. The base for placing precast barrier shall be prepared to the lines and grades shown on the plans or established. When it becomes necessary to connect cast -in -place barrier sections to precast barrier installations during construction, the cast -in -place sections shall be constructed complete with connecting hardware in accordance with Standard Plan M-606-14 to join the cast -in -place sections to the abutting precast sections. A ten foot transition section shall be provided when attaching barriers of differing shapes. METHOD OF MEASUREMENT 606.05 Guardrail will be measured by the linear foot along the centerline of the rail from end to end of completed and accepted rail as shown on the plans, excluding end anchorages, median terminals, and transitions. End anchorages, median terminals and transitions will be measured by the actual number placed and accepted. Each end anchorage, median terminal, or transition shall include all concrete, reinforcing steel, anchor bolts, cable, rods, tumbuckles, backing rail, plates, bolts, nuts, washers and all other work and material necessary to complete the item. Posts will be included in the quantities of guardrail of the specified type and not measured separately. Additional posts required for guardrail adjacent to bridges and obstructions, as shown on the plans, will not be measured and paid for separately but shall be included in the work. UACfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 53 Timberline Road Widening Project Dale: December 12. 2005 BASIS OF PAYMENT 606.06 The accepted quantities of guardrail will be paid for at the contract unit price for the type specified. Payment will be made under: Pay Item Pay Unit The pay unit is denoted by ( ) 606-01 Guardrail — (LF) 606-02 End Anchorage — (EA) END SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 54 Timberline Road Widening Project REVISION OF SECTION 607 FENCES Section 607 of the Standard Specifications is hereby revised as follows: Subsection 607.01 is revised to include the following: Date: December 12, 2005 3 Rail Dowel Rail Fence with "no climb" Fabric —This item consists of installing anew fence with no climb fabric and will be paid for by the linear foot. Install Temporary Orange Safety Fence (Jewett Property) - This work shall consist of installing orange safety fence to create a barrier between the road and project limits. This fence will remain in place until the construction is complete. It shall be the responsibility of the Contractor to maintain this fence during the entire length of the project. Subsection 607.03 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. 607-01 3 Rail Dowel Fence with "No Climb" fabric — (LF) 607-02 Orange Safety Fence — (LF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work listed above: complete in place, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 55 Timberline Road Widening Project REVISION OF SECTION 608 SIDEWALKS AND DECORATIVE CROSSWALKS Date: December 12, 2005 Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 is revised to include the following: This work shall consist of the construction of concrete driveways, in accordance with the plans and specifications. Required saw cutting will be incidental to the work and will not be measured or paid for separately. The use of aggregate base material for fine grading or over excavated areas will not be paid for separately. Subsection 608.02 is revised to include the following: Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the exception the minimum 28 day compressive strength shall be 3500 psi. Subsection 608.05 is revised to include the following: The Concrete Driveways (6") item will be measured by the square foot of finished flatwork. Subsection 608.09 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. 608-01 7' Detached Concrete Sidewalk (6") — (SF) 608-02 Attached Concrete Sidewalk (6") — Widths Vary — (SF) 608-03 Concrete Access Ramps (8") with truncated dome warning panels — (SF) 608-04 Concrete Drive Approach and Concrete Driveway (6") — (SF) 608-05 Pedestrian Refuge Islands — (6") — (SF) 608-06 Hi -Early Concrete (24hr.) — (CY) 608-07 Flow Fill Concrete — (CY) 608-08 Colored Concrete Bike Path (5" Fiber mesh) — (SF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous flatwork, access ramps, drive approaches, and driveways, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 56 Timberline Road Widening Project REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised as follows: Subsection 609.01 is revised to include the following: Date: December 12, 2005 This work shall consist of the construction of cast in place vertical 6" curb and gutter, in accordance with the details and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes construction of new curb and gutter sections, complete and in place, measured along the flow line. Removal of curb and gutter is not included in this section, but will be measured and paid separately as described in Section 202. It is the Contractor's responsibility to adequately protect their Work from damage by weather, vandalism, or other causes until such time as it is accepted by the City. If traffic control devices are used to protect the work, they shall not be paid for separately, but shall be included in the work. Subsection 609.02 is revised to include the following: Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the exception the minimum 28 day compressive strength shall be 3500 psi. Subsection 609.07 is revised to include the following: The accepted quantity of curb and gutter will be paid for at the contract unit price per linear foot. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 609-01 Vertical Curb & Gutter (30") - (LF) 609-02 Outfall Curb and Gutter (18") — (LF) 609-03 Rollover Curb and Gutter (18") — (LF) 609-04 Driveway Curb Cuts (30' Wide) — (EA) 609-05 Concrete Median Curb (Epoxied) — (LF) 609-06 Exposed Aggregate Concrete Median Splash block for Glue Down Median — (SF) 609-07 Exposed Aggregate Concrete Median Splash block (4") — (SF) 609-08 R&R Vertical Curb and Gutter — (LF) 609-09 R&R Concrete Sidewalk — (SF) 609-10 R&R Splash block — (SF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing vertical curb and gutter, variable height curb and gutter, concrete median curb, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION 1JACfarver\Craig\Timber1ine Road Widening Project\Technical Specs Technical Specs - 57 Timberline Road Widening Project REVISION OF SECTION 619 WATER LINES Section 619 of the Standard Specifications is hereby revised as follows: Subsection 619.01 is revised to include the following: COFC WATER LINE ITEM Date: December 12, 2005 This work shall include installing DIP Pipe, gate valves, tees, tapping saddles, plugs, reaction blocks, fire hydrants and joining to existing lines and other items as shown on the plans and as designated by the Engineer. This work shall meet the requirements of the current City of Fort Collins Standard Construction Specifications. It shall be the Contractors responsibility to purchase and familiarize themselves with these specifications. All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and backfilling, valve boxes, plugs, thrust blocks, bedding. materials, poly -wrap, chlorinating, pressure testing and all materials incidental to completing the installation and connections to existing water lines. Subsection 619.05 is revised as follows: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 619-01 8" DIP CL — 52 Water Main — (LF) 619-02 24" X 8" Tapping Saddle — (EA) 619-03 8" X 2" Blow -Off w/thrust block — (EA) 619-04 8" Gate Valve and Box — (EA) 619-05 1" Copper Irrigation Service — (LF) 619-06 1" Curb Stop — (EA) 619-07 1" Meter Pit w/1" Yoke — (EA) 619-08 1" Corp Stop — (EA) 619-09 6" DIP CL — 52 Water Main — (LF) 619-10 Fire Hydrant Assembly (per detail) — (EA) The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing PVC water pipe and valves, connecting to existing water lines according to Elco Water District Standards, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 58 Timberline Road Widening Project REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised as follows: Subsection 630.01 shall be revised as follows: Date: December 12, 2005 This work shall consist of furnishing, installing, moving, maintaining and removing temporary traffic signs, advance warning arrows panels, barricades, channeling devices, and delineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of Fort Collins' "Work Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the City of Fort Collins' "Design Criteria and Standards for Streets, Subsection 1.4, "Barricades, Warning Signs, Signal Lights", July, 1986. This work includes use of the above devices to channelize or direct traffic away from the work zone, but does not include work zone protection. It is the Contractor's responsibility to protect his work zone and to protect Pedestrians and Bicyclists from potential hazards arising from his work until such time as the work has been completed and can be opened to traffic. Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will be subject to the Engineer's discretion. Traffic control devices shall be removed from the site immediately upon completion of the Work, but not before the concrete has cured sufficiently to allow vehicular traffic to use it. Subsection 630.02 shall include the following: All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style, etc.) Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents affected by any information the sign may present. Subsection 630.05, the second paragraph shall include the following: The reflective material shall be AP1000 Polyester (Reflexite Corporation), 3M Type III or Transparent (Reflexite Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than the types named as approved by the Engineer. Subsection 630.08 shall be revised as follows: Tra a control on this ro'ect is the res onsibili o the Contractor. U:\Cfarver\Craig\Timberline Road Widening Projeeffechnical Specs Technical Specs - 59 Timberline Road Widening Project Date: December 12, 2005 For this project, a Traffic Control Plan shall be prepared. The Traffic Control Plan shall be submitted for approval to the Traffic Division by 12:00 noon, two working days prior to the commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved), fines doubled for speeding signs and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panel; vertical panel with light; Type 1, Type II, and Type III barricades; cones; drum channeling devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate minimum devices needed to control traffic. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract. Parking Restrictions shall be clearly shown on the Traffic Control Plan, including the location and quantity of "NO PARKING" signs, the date to be placed, and the date to be removed. Failure to have an approved Traffic Control Plan, including the Parking Restriction information listed above shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. Subsection 630.09 shall be revised as follows: Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a valid Driver's License, a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City representative, for each TCS utilized on this project.) One TCS shall be designated as the Lead TCS. The Lead TCS shall have a minimum of one-year experience as a certified TCS. The Lead TCS shall be on site at all times during the construction. Qualifications shall be submitted to the Engineer for approval a minimum of one week prior to commencement of the work. The Lead TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the work. The Lead TCS cellular phone number will be made available to the Engineer, Inspector, and the General Contractor It is the intent of the specifications that the Lead TCS be the same person throughout the project. If the Lead TCS is to be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice and oualifications shall be submitted for approval of the Lead TCS replacement. Payment for the TCS shall be included in the lump sum pay item. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 60 Timberline Road Widening Project Date: December 12, 2005 The TCS's duties shall include, but not be limited to: (1) Preparing, revising and submitting Traffic Control Plans as required. (2) Direct supervision of project flaggers. (3) Coordinating all traffic control related operations, including those of the Subcontractors, City Streets Department, and suppliers. (4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. (5) Maintaining a project traffic control diary which shall become part of the City's project records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications, which contribute to the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up and maintaining traffic control devices. (11) Attending weekly progress meetings as requested by the Engineer and/or Contractor. Traffic control management shall be maintained on a 24-hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times and available upon the Engineer's request at other than normal working hours. All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available at all times. Subsection 630.13 shall be revised as follows: The Contractor shall supply and pay all costs associated with the traffic control for this project. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below: Payment will be made under: Pav Item and Pay Unit The pay unit is denoted by (). 630 Traffic Control - (LS) Flaggers and all incidental equipment will not be measured and paid for separately, but shall be included in the Work. The flaggers shall be provided with electronic communication devices when required. These devices will not be U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 61 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self-addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION Timberline Road Widening Project Date: December 12, 2005 measured and paid for separately, but shall be included in the Work. The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and paid for separately, but shall be included in the Work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, no additional payment will be made for the larger signs. The City shall not be responsible for any losses or damage due to theft or vandalism. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing. NOTE: Full closures on arterials and collectors, including those listed above, will NOT be allowed except under extreme circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be approved a minimum of one week prior to the commencement of work and/or the time required to adequately notify the public through the media. END OF SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 62 Timberline Road Widening Project REVISION OF SECTION 2810 IRRIGATION GENERAL 1.01 RELATED DOCUMENTS Date: December 12, 2005 Fumish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees including payment of all development, plant investment, or any other fees and permits associated with the purchase and installation of the tap. B. Coordination of Utility Locates ("Call Before You Dig"). C. Excavation, installation, and backfill of tap into municipal water line. D. Excavation, installation, and backfill of water meter and vault. E. Verification of existing static pressure. F. Maintenance period. G. Sleeving for irrigation pipe. 1.02 WORK NOT INCLUDED Items of work specifically excluded or covered under other sections are: A. Provision and connection of electrical power supply to the irrigation control system. 1.03 RELATED WORK 1.04 SUBMITTALS A. Deliver four (4) copies of all required submittals to the Owner's Representative within 15 days from the date of Notice to Proceed. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. B. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. C. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. D. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.11 for specific requirements). 1.05 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of U:\Cfar er\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 63 Timberline Road Widening Project Date: December 12, 2005 all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.06 TESTING A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: Subject mainline pipe to a hydrostatic pressure of 150 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. Cement or caulking to seal leaks is prohibited. Operational Test: 1. Activate each remote control valve in sequence from controller. The Owner's Representative will visually observe operation, water application patterns, and leakage. 2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5. Repeat test(s) until each lateral passes all tests. 1.07 CONSTRUCTION REVIEW The purpose of on -site reviews by the Owner's Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owner's Representative as required by these specifications. B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As -Built) Drawing submittal. 1.08 GUARANTEE / WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of one year from commencement of the formal maintenance period, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 64 Timberline Road Widening Project Date: December 12, 2005 landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owner's Representative. B. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. END OF GENERAL MATERIALS 2.01 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.02 SUBSTITUTIONS Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. 2.03 IRRIGATION TAP AND WATER METER A. Provide materials required by local codes for installation of the municipal water tap and associated piping. B. Provide materials required by local code for installation of the water meter and vault and associated piping. 2.04 SLEEVING A. Sleeveing beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. B. Sleeveing diameter: equal to twice that of the pipe or wiring bundle. 2.05 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. 2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. 3. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Lateral Pipe and Fittings: U:\Cfmcr\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 65 Timberline Road Widening Project Date: December 12, 2005 For drip irrigation laterals downstream of zone control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 1/4 inch pipe. Use PVC/compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above- ground pipe in place. C. Specialized Pipe and Fittings: 1. Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. 2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron - based metal (iron, galvanized steel, stainless steel). 3. Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall berated at 315 psi, and use 0-ring and street elbow construction. 4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 80 threaded fittings. 5. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.06 MAINLLINE COMPONENTS A. Main System Shutoff Valve: As per local practice and in compliance with local code. B. Winterization Assembly: As per local practice and in compliance with local code. C. Backflow Prevention Assembly: As presented in the installation details. D. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.07 DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box over a 3-inch depth of/4-inch gravel for each assembly. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 1/4-inch gravel for each assembly. 2.08 CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. Rain Bird UNIK Battery -operated controller with one (1) Feld transmitter for the project, and one (1) control module for each remote control valve on the project. NOTE: This controller should only be used if there is no power source available. 2.09 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare 1JACfmcr\Craig\Timber1ine Road Widening Project\Technical Specs Technical Specs - 66 Timberline Road Widening Project Date: December 12, 2005 parts indicated in the General Notes of the drawings. END OF MATERIALS EXECUTION 3.01 INSPECTIONS AND REVIEWS A. Site Inspections: 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. 3. Contractor will be held responsible for coordination between landscape and irrigation system installation. 4. Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to relocate the irrigation equipment, as necessary, at Contractor's expense. B. Utility Locates ("Call Before You Dig"): Arrange for and coordinate with local authorities the location of all underground utilities. Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owner's Representative two days in advance of review. Modifications will be identified by the Owner's Representative at this review. 3.02 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: pipe, control valves, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.03 EXCAVATION, TRENCHING AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from top of pipe or control wire to finish grade): 1. 18-inch over mainline pipe. 2. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system zone control valves. 3. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface. C. Backfill only after lines have been reviewed and tested. D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches of backfill E. Backfill unsleeved pipe in either of the following manners: U:\Cfarver\Craig\Timberline Road Widening Projeeffechnical Specs Technical Specs - 67 Timberline Road Widening Project Date: December 12, 2005 1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Enclose pipe beneath roadways, walks, curbs, etc. in sleeves. Minimum compaction of backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Conduct one compaction test for each sleeved crossing less than 50 feet long. Conduct two.compaction tests for each sleeved crossing greater than 50 feet long. Costs for such testing and any necessary retesting shall be borne by the Contractor. Use of water for compaction around sleeves, "puddling", will not be permitted. G. Dress backfilled areas to original grade. Dispose of excess backfill off site. H. Where utilities conflict with irrigation trenching and pipe work, contact the Owner's Representative for trench depth adjustments. 3.04 IRRIGATION TAP AND WATER METER A. Install the municipal water tap and associated piping materials in conformance with local regulations. B. Install the water meter and vault and associated piping in conformance with local regulations. 3.05 SLEEVING AND BORING A. Install sleeveing at a depth which permits the encased pipe to remain at the specified burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Mark concrete with a chiseled "x" at sleeve end locations. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.06 ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings is not permitted. 4. UV Radiation Resistant Polyethylene Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Snake pipe from side to side within the trench, on the soil surface, and hold in place with tubing stakes spaced every five feet. 5. Fittings: The use of cross type fittings is not permitted. C. Specialized Pipe and Fittings: Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 68 Timberline Road Widening Project Date: December 12, 2005 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron- based metal (iron, galvanized steel, stainless steel) are joined. 3. Pre -fabricated double swing joints: Install per manufacturer's recommendations. 4. Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5. PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape. c. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 6. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.07 INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. B. Winterization Assembly: Install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.08 INSTALLATION OF DRIP IRRIGAITON COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1. Flush mainline pipe before installing RCV assembly. 2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3. Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or edges of paved areas. B. Drip Emitter Assembly: 1. Locate as shown on the drawings and installation details. 2. Flush lateral pipe before installing emitter assembly. 3. Cut emitter outlet distribution tubing square. 4. Use tools and techniques recommended by the manufacturer. C. Flush Cap Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. 3.09 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. Install battery -operated controller on underside of each remote control valve box cover with Velcro strapping. 2. Make wiring connection per manufacturer's recommendation. 3.10 INSTALLATION OF OTHER COMPONENTS A. Tools and Spare Parts: 1. Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, test equipment, and any other items indicated on the drawings. 2. Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 69 Timberline Road Widening Project Date: December 12, 2005 B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.11 PROJECT RECORD (AS -BUILT) DRAWINGS A. Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as - built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each sleeve end, and other irrigation components enclosed within a valve box. C. Prior to Final Review, purchase from the Owner's Representative a reproducible mylar copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.12 MAINTENANCE A. Upon completion of Final Review, maintain irrigation system for duration of 2 years. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage during the landscape maintenance operation. 3.13 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF EXECUTION The Contractor shall supply and pay all costs associated with the irrigation for this project The accepted quantities will be paid for at the contract unit price for each of the pay items listed below: Payment will be made under: Pay Item and Pay Unit The Pay unit is denoted by ( ) 2810-01 Irrigation — (LS) END OF IRRIGATION SECTION U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 70 Timberline Road Widening Project SECTION 2900 LANDSCAPE PLANTING GENERAL 1.01 RELATED DOCUMENTS Date: December 12, 2005 The general provisions of the contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.02 DESCRIPTION OF WORK A. Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to complete installation of the planting and guarantee as shown on the drawings and as specified herein. The work shall include, but not be limited to the following: 1. Procurement of all applicable licenses, permits, and fees. 2. Determination of utility locations prior to construction. 3. Site inspection. 4. Planting of trees, shrubs, perennials, and turf installation. 5. Soil Preparation and Fine Grading. 6. Staking and guying of trees. 7. Mulching of all trees and shrubs. 8. Cleanup, inspection, and approval. 9. Guarantee of all plantings. 10. Maintenance. 11. All work of every description mentioned in the Drawings and Specifications and/or Addenda thereto. B. Related Work Specified Under Other Sections: Consult all other Sections, determine the extent and character of related work, and properly coordinate work specified herein with that specified elsewhere to produce a finished, workmanlike installation. 1.03 PROTECTION OF EXISTING FEATURES A. Protect all existing site development including, but not limited to, existing buildings, equipment, underground utilities, walls, walks, roads, materials, trees, etc. Any existing site development damaged by willful or negligent acts of the Contractor, Sub -Contractor or any of the employees shall be replaced or repaired at no cost to the Owner and in a manner satisfactory to the Owner's Representative before project acceptance is given. B. The above provision applies to on -site damage as well as to that which may occur to adjacent properties. C. Until the project has been accepted, erect and maintain shoring, barricades, guards, warning lights and lights as necessary or required for the protection of the public, the work and the workers. 1.04 SUBMITTALS Submit duplicate samples and manufacturer's guaranteed analysis of the following items and such other materials as may be required by the Owner's Representative and obtain written approval there of before beginning fabrication or delivery of material to the project site. Finished work shall match approved samples. 1. Soil amendments and mulch materials. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 71 SECTION 00300 BID FORM Timberline Road Widening Project Date: December 12, 2005 2. Tree ties and guying materials. 3. Fertilizers 1.05 ANALYTICAL TESTS Submit 2 copies of an analytical test, performed by certified soil laboratory, demonstrating compliance with these specifications for the composted manure and peat moss. 1.06 INSPECTIONS A. Pre -Planting Inspection: All plant materials must be inspected at the place of growth and/or on the project site before planting commences. Plants shall be inspected for size, variety, condition, defects or injury. The Owner's Representative reserves the right to reject unsatisfactory plant material at any time during the work. Notify the Owner's Representative of the source of material no later than 30 days after award of the contract. All fertilizers, pre -mixed backfill mixes, mulches and soil amendments will be inspected at the site by the Owner's Representative before they are used in planting operations. B. Planting Inspections: 1. Owner's Representative shall inspect the staked location of all trees prior to the planting of those trees. 2. Owner's Representative shall inspect container stock with said plants set on the ground at the proposed locations before digging commences. C. Pre -Maintenance Inspection: 1. As soon as all planting is completed, the Owner's Representative upon request of the Contractor will hold a planting review and preliminary inspection to determine the condition of the plantings. 2. The Contractor shall have all planting areas free of weeds and neatly cultivated. Irrigation systems shall be fully operational with all heads properly adjusted. All debris and litter shall be cleaned up and walkways, curbs and roads shall be cleared of all soil and debris. The inspection shall not occur until these conditions are met. 3. If, after the inspection, the Owner's Representative is of the opinion that all work has been performed as per the contract documents, and that all plant materials are in satisfactory growing condition, he will give the Contractor written notice of acceptance. 4. Work requiring corrective action in the judgment of the Owner's Representative shall be performed within ten (10) days. Corrective work and materials replacement shall be in accordance with the contract documents, and shall be made by the Contractor at no cost to the Owner. D. Final Inspection: I. At the completion of the two growing season maintenance period, the final inspection shall be performed. 2. If, after the inspection, the Owner's Representative is of the opinion that all work has been performed as per the contract documents, and that all plant materials are in satisfactory growing condition, he will give the Contractor written notice of acceptance and completion of the formal maintenance period. 3. Final approval will not be given until all deficiencies are corrected. 1.07 GUARANTEE U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 72 Timberline Road Widening Project Date: December 12, 2005 A. Guarantee trees, shrubs, ground covers and other plant material to root, thrive and be free from defects from any cause for two years, from pre -maintenance inspection to finial approval by the owner. B. Any trees or other plant materials that die back and lose the form and size originally specified shall be replaced, even though they have taken root and are growing after the dieback. C. Within 15 days of written notification by the Owner, remove and replace all guaranteed plant materials which, for any reason, fail to meet requirement of guarantee. Replacement planting for trees shall be done in the spring planting season only, except as approved otherwise. Replacements shall be made to same specifications required for original materials and shall carry the same guaranty from the time they are replaced. D. Plants shall be planted only when weather and soil conditions permit and in accordance with locally accepted practices, and as approved by the owner's representative. E. Trees shall be planted in same growing season as they were dug. END OF GENERAL PRODUCTS 2.01 TREES, SHRUBS, AND GROUND COVERS A. Quantities: Plant material shall be furnished in quantities required to complete work as indicated on the Drawings and shall be of species, kinds, sizes, etc., specified. B. Nomenclatures: Plant names listed on Drawings conform to standardized plant names established by the American Joint Committee on Horticulture Nomenclature, except that for names not covered therein, the established custom of the nursery trade is followed. C. Quality: Plants shall be symmetrical and typical for species and variety. Plants shall be sound, healthy, vigorous, and free from disease and insect pests or their eggs. All plant material shall conform to the requirements of the Colorado Nursery Act of 1965, Title 35, Article 26, and CRS 1973. D. Digging, wrapping, and handling: Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape and future development after planting. E. Balled and burlapped plants: Shall be nursery grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the Colorado Nursery Act as cited above. Balls shall be firmly wrapped with non -treated burlap, secured with wire or jute. Broken balls will not be accepted. Ponderosa Pine may be collected with root ball sizes in conformance with the Colorado Nursery Act as cited above. F. Container grown plants: Shall have been nursery grown in containers and shall have sufficient roots to hold the entire soil mass together after container removal without being root -bound. G. Options as to method: If all other requirements are met, a balled and burlapped plant may be s substituted for a container grown plant. H. Plant protection: Plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. Cover balls of balled plants, which cannot be planted within 24 hours from delivery, with mulch or other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planning. I. Pruning: Trees shall not be pruned, except by City Forestry staff. Dead and broken shoots should be U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 73 Timberline Road Widening Project pruned out of woody shrub material. Date: December 12, 2005 J. Substitutions: Will be allowed only when specified material is proved unavailable and only with approval of the Owner's Representative. Proposals will be considered for use of nearest equivalent size or species and variety with the equitable adjustment to the Contract price. K. Trees dug and held over from a previous growing season will not be accepted for use. 2.02 SOIL AMENDMENTS/FERTILIZERS/MULCHES A. Topsoil: imported and on site topsoil (located in stockpile on site) for use in backfill mix. Topsoil to be a mix of 75% topsoil and 25% composted manure mixed well prior to being placed in median and in parkway tree pits. Topsoil shall be free of all foreign material and screened and ground to eliminate clumps larger than I" in diameter. Submit sample for approval to the City Forestry . B. Composted Manure: Composted dairy cow: Free from lumps, stones, or other foreign matter. Free from mineral matter or chemical composition harmful to plant life. Compost shall meet the following requirements. nsteO Mow. Minimum Stability Indicator (Respirometrvl Maturity Indicator Expressed as Ammonia N / Nitrate N Ratio Maturity Indicator Expressed as Carbon to Nitrogen Ratio Maturity Indicator Expressed as Percentaye of Germination / Vigor AR Index- Acceptable Range PH- Acceptable Range Soluble Salts- Acceptable Range Testing and Test Report Submittal Requirements Chemical Contaminants Bulk Density, % Inorganic: % Moisture; Particle Size Distribution; Secondary Nutrients; Trace Elements; Organic Matter Expressed in Percentaee and Pounds Per CY Pathogens U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Stable <6 <18 N/A >10 6.0-8.2 5-10 mmhos/cm STA/TMECC Meet or exceed US EPA Class A standard, 40 CFR 503. 13, Tables 1 & 3 levels. Must Report Meet or exceed US EPA Class A standard, 40 CFR 503.32 (a) levels. Technical Specs - 74 Timberline Road Widening Project Date: December 12, 2005 C. Peat Moss for annuals and perennials: Free from lumps, stones or other foreign matter. Free from mineral matter or chemical composition harmful to plant life. Acid reaction of 3 to 5 pH. Shall contain no less than 60% organic matter by weight on an oven -dry basis. Submit analysis as required by 1.04, D. Fertilizers: 1. Tablets for tree and shrub planting - "The Pill" by Agriform with 20-10-5 analysis, 21 gram size, Osmocote Sierrablend, 9 month slow release or industry equivalent. 2. Fertilizers for grass, shrub and tree planting shall be commercial type of uniform composition, free flowing, and conforming to the applicable State and Federal laws. Submit manufacturers guaranteed analysis as required in 1.03. Guaranteed analysis shall be designed to conform to amendment requirements given in Part 3, "Execution." E. Mulch: 1. Bark Mulch: Cedar mulch must be approved by City Parks Division prior to installation. 2.03 SEEDING MATERIALS A. Grass Seed: 1. Seed shall be and have been tested for purity, germination and freedom from weeds with in 6 months of the date of contract. All seed shall be free of Poa annua, noxious weeds and shall not exceed 0.1 % crop seed. Unless other wise directed by the Owner/ Representative, seed germination shall equal or exceed 90% and a purity of 85%. B. Grass Seed Mixtures. 1. 50% Kentucky Bluegrass Varieties will be decided and finalized Poa pratensis 80-85-0.0.50 based on soil testing results. 30% Chewings Red Fescue Festuca rubra var. 85 98 0.50 10% Perennial Ryegrass Lolium perenne 90 98 0.50 10% Redtop Agrostis alba 85 92 1.00 C. Mulch 1. Seed Mulch: Wood cellulose fiber mulch, dyed green, Conwed "Hydro -Mulch 2000 Fiber" with tacifier, straws, or approved equal. 2. Hay or Straw: Grass hay or cereal grain straw should be uniformly spread at 2 tons per acre and mechanically crimped into the soil. 3. Erosion Control Fabric: 100% agricultural straw blanket with nonphotodegradable netting both sides similar to North American Green, 5150 or as otherwise specified. 2.04 MATERIALS FOR STAKING AND GUYING A. Stakes: Metal T-posts painted dark green or black. B. Ties: Fabric: Nylon canvas or rubberized cloth straps, 2" x length required. END OF PRODUCTS U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 75 Timberline Road Widening Project EXECUTION 3.01 GENERAL Date: December 12, 2005 A. Inspection: Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactory conditions have been corrected. B. Dimensions: All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and quantities and immediately inform the Owner's Representative of any discrepancy between the drawings and/or specifications and actual conditions. C. Coordination: Coordinate work with other trades to insure proper sequencing of construction. 3.02 SOIL PREPARATION A. Grades have been established under work of another Section to within I ", plus or minus, of required finished grades. Verify that grades are within V plus or minus, of required finished grades. Notify the Owner's Representative prior to commencing soil preparation work if existing grades are not satisfactory, or assume responsibility for conditions as they exist. Weed and debris removal: All ground areas to be planted shall be cleaned of all weeds and debris prior to any soil preparation or grading work. Weeds and debris shall be disposed of off the site. C. Contaminated soil: Do not perform any soil preparation work in areas where soil is contaminated with cement, plaster, paint or other construction debris. Bring such areas to the attention of the Owner's Representative and do not proceed until the contaminated soil is removed and replaced. Soil contaminated by chemical herbicides in any planting areas shall be removed to a depth of 12" and replaced with clean herbicide -free topsoil. D. Moisture Content: Soil shall not be worked when moisture content is so great that excessive compaction will occur, nor when it is so dry that excessive dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. 3.03 SOIL CONDITIONING MEDIANS & PARKWAYS A. Median areas shall be excavated below the base of the splash block 24" and then filled with the specified mix (2.02a). The subgrade will be scarified to a 6" depth parallel to the way the median runs, to allow for drainage and root movement. The specified topsoil and compost mix shall be thoroughly mixed prior to placement and filled to within 1 1/2" of the top edge of the splash block. The soil in the medians shall be graded to a level surface B. Parkways shall be toughly cultivated 8" deep breaking up all clods to 1" largest dimension or less. Compost shall be applied at 3cubic yards per 1000 square feet and toughly mixed in to the top 8" of the parkway soil. 3.04 FINE GRADING When weeding, soil preparation, and soil conditioning have been completed and soil has been thoroughly water settled, all planting areas should be smooth -graded, ready for placement of plant materials. A. Grades: Finish grades shall conform to site grading plans and produce a smooth even surface without abrupt changes. Minor adjustments of finish grades shall be made at the direction of the Owner's Representative, if required. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 76 Timberline Road Widening Project Date. December 12, 2005 Drainage: All grades shall provide for natural runoff of water without low spots or pockets. Flow -line grades shall be accurately set and shall not be less than 2% gradient wherever possible. C. Shrub Areas: Finished grades shall be 1-1/2" below top of adjacent pavement, edging, curbs, or wall, unless otherwise indicated on the Drawings. D. Slopes: Tops and toes of all slopes shall be rounded to produce a gradual and natural -appearing transition between relatively level areas and slopes. 3.05 GROUND COVER, ANNUAL AND PERENNIAL BEDS Excavate areas to be planted with material smaller than 1-gallon size to a depth of six (8") inches and backfill with the following mix. 1. 80% on -site topsoil by volume (from Owner's stockpile). 2. 20% peat moss by volume. 3. Five (5) pounds bone meal per cubic yard of backfill. The specified backfill materials shall be pre- mixed, then turned several times with a front end loader to a uniform, evenly blended consistency, free of all pockets of unblended materiaL and any clods or stones greater than one (1 ") inch in diameter. Pre -mixed back -fill mix shall be inspected per 1.06A, "Pre - Planting Inspections." 3.06 SHRUB AND TREE PLANTING A. Planting Pits: 1. Locate planting holes per planting plans bringing any conflict with underground utility lines to the attention of the Owner's Representative. Locations for holes shall be according to 1.06B, "Planting Inspections." 2. Excavate holes to be the same depth as the root ball and two times the diameter of the root ball wide. 3. The sides of the holes shall be roughened to remove any compacting or "glazing" caused by the digging operation. The bottom of the hole shall be loosened to a minimum depth of six (6") inches. Mix loosened soil with specified backfill to blend soil types. 4. Fill a random sample of holes with water as directed the City Forester and allow to drain completely. Contractor should notify City Forester if a pit does not drain in a satisfactory time, then contractor should correct drainage problem by using a PVC drain or a gravel sump shall be installed. 5. Dispose of excavated soil off the site at no cost to the Owner. B. Backfrlling - Tree and shrub planting pits shall be backfilled with the following mix: 1. 75% on -site topsoil by volume (from Owner's stockpile) thoroughly mixed with 25% compost (2.02 A + B). C. Planting 1. General - Do not install plant materials until all construction work has been completed and sprinkler systems have been installed and tested. Planting areas shall have been graded and prepared as herein specified and shall have been approved by the Landscape Architect. 2. Carefully remove stock from containers to avoid breaking the root ball. Do not lift or handle container plants by tops, stems, or trunks at any time. 3. Fertilize trees and shrubs by placing 21 gram fertilizer tablets three (3") inches laterally and three (3") inches top of root ball as follows: 1 for 1-gallon containers, 3 for 5-gallon containers and 5 for balled and burlapped material. 4. Remove wire baskets from root balls. Untie and lay back burlap from root ball on balled and burlapped material. 5. Backfill entire hole with backfill mixture to grade and water thoroughly to eliminate all air U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 77 Timberline Road Widening Project Date: December 12, 2OU5 pockets without packing the soil. Allow soil to settle from watering. Add backfill mixture as required. 6. Flatgrown plant material - Install plants at spacing indicated on the drawings. Plant in staggered rows, evenly spaced. Dig holes large enough to allow for spreading of roots. Place plants to root system lies free without doubling. Firm soil around roots to eliminate air pockets. Broadcast controlled release fertilizer over the entire planting area at the rate of 20 pounds per 1000 square feet of area. 3.07 MULCHING A. All planting beds, medians and parkway tree with 4' diameter grass free tree ring shall be mulched with a four (4") inch layer of cedar mulch. 3.08 TREE STAKING AND GUYING A. Double stake all trees. Set stakes in line with median or parkway. Leave straps loose enough to allow a minimum of 3" lateral movement. 3.09 SEEDING NEW LANDSCAPE A. Submit in accordance with the Federal Seed Act, seed vendor's certified statement for each grass seed mixture required, stating botanical and common name, percentage by weight, and percentage of purity, germination and weed seed for each grass seed species. B. Prior to turf construction assure irrigation system is fully operational and properly adjusted. C. Perform seeding work only at seasonal times, which will provide optimum growing conditions. Do not seed after September 15 nor before all frost is out of the ground. D. Seeding New Lawns 1. Seed shall be spread evenly at the rate of (specify rate/5-7 lbs for Blue, P. Rye, Fine Fescue- 7-9 lbs for tall Fescue.), when winds are calm, using a Brillion seeder or approve equal. If hydro mulch is specified, seed shall be applied separately, not mixed in the mulch. 2. Seed mulch shall consist of and applied at the rate of (To Be Determined At Time Of Seedin per 1000 ft. sq. Mulch shall be irrigated to settle and reduce blowing on the same day as it was applied. 3. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. 4. Sow lawn grass seed using mechanical drill type (Brillion) seeding machine for slopes 4:1 and flatter and for slopes steeper than 4:1 sow seed with hydroseeder. Distribute seed evenly over entire area by sowing equal quantity in two directions at right angles to each other. 5. If hydro mulch is required, apply seeds separately, mulch. Do not mix seed with mulch. 6. Sow native grass seed areas using hydraulic seeding equipment suited to conditions and capable of uniform sowing of seed and coverage of mulch. 7. For areas inaccessible to seeding machine or if its use is not required, rake seed lightly into top 0.125" of soil, roll lightly, and water with a fine spray. Cover with approximately 0.5" layer of peat mulch. 8. Protect against erosion by spreading specified lawn mulch hydraulically at rate of not less than 46 lbs. per 100 sq. ft. Apply within 24 hours of seeding. 9. Protect seeded slopes (greater than 2:1 vertical) against erosion with erosion control fabric or other methods acceptable to the Owner's/Representative. Secure netting with staples. 10. Install erosion control fabric around rotary pop-up heads in seeded areas in a 4'x4' square centered on each head. Pin or staple securely at comers. 11. Drill seeding (Brillion) is recommended if accessible. Slopes can be hydroseeded. Hydromulch: Wood cellulose fiber, dyed green, should be applied at 1500-2500#/Acre with organic tackifier U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 78 Timberline Road Widening Project Date: December 12, 2005 (Alpha Plantago) at 150-200#/Acre or Conwed "Hydro -Mulch 2000 Fiber" at same rate. Material rates should be adjusted according to slope and erosion conditions. Hose work may be required in narrow areas, where there is a lot of landscape or seeding is adjacent to building. 3.10 TWO GROWING SEASON MAINTENANCE PERIOD A. Continuously maintain all plantings in areas included in the Contract from the beginning of Contract work, during the progress of work, and for two (2) full growing seasons after pre maintenance inspection until final approval of all Contract work by the Owner. B. Scope: 1. New plantings. 2. Existing plantings within the construction area. 3. Continuous operations of watering, weeding, cultivating, mowing, trimming, edging, rolling, fertilizing, spraying, insect, pest, fungus, and rodent control, and any other operations to assure good normal health, and attractive well maintained appearance. Weed Control: a. Apply appropriate herbicide(s) in accordance with manufacturer's suggested retail rate(s) to control weeds. Herbicide application must comply with all requirements herbicide/pesticide applicators license, including suitable warning/signing following application. Herbicide applications and chemicals to be used will be approved by the City Forester. Extreme caution must be used when applying herbicides near any tree, shrub or groundcover. b. Disease and Insect Control: Apply fungicides and insecticides as required to control diseases and insects. A licensed applicator must perform this work in accordance with state law requirements. c. Watering: Contractor shall be responsible for watering of landscape areas to insure performance under this Section. Apply the amount of water necessary to maintain plants in a healthy condition until the end of the two year warranty period. d. Protection: i) Provide sufficient barriers and signage notifying the public to keep off newly planted areas. ii) Work under this Section shall include complete responsibility for maintaining adequate protection for all areas. Any damaged areas shall be repaired at no additional expense to the Owner. 4. Mow grass in sodded areas to maintain 2-to 3-inch height until final acceptance of project and turnover to City. Mow at a frequency that removes less than 1/3 the length of grass blade at any one mowing. 5. Apply custom blend of fertilizer in split applications in early fall and late spring. Two-thirds of the nitrogen should be applied in the fall and one-third in the spring. 6. Planting Bed and Mulch Surface Maintenance Requirements a. Mulch all tree plantings four inches deep with cedar mulch, unless otherwise indicated on the Drawings. Adding mulch during maintenance period as directed by the city Forester. b. Remove all weed growth on a monthly basis, including those growing in cracks and curbs. 7. Maintenance for Trees and Shrubs a. Water all trees and shrubs to insure optimal growth and establishment during the two growing season maintenance period as required by this Section. New trees should receive two inches per week of irrigation during the first growing season applied over the root system. Normal turf irrigation is generally adequate (one inch per week) for the second growing season. Irrigation rates should be adequate for new trees' establishment even when that is greater than water demand for turf. It is the contractor's duty to determine and supply the water needs of trees and shrubs. b. Inspect new plantings on a regular basis. c. Remove tree wrap the next spring season after planting. d. Re -mulch trees on an annual basis to maintain a four -inch deep mulch cover. Maintain tree rings in turf zones as weed and grass free. U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 79 Timberline Road Widening Project Date: December 12, 2005 e. Insect and disease levels shall be monitored and control measured implemented when necessary following IPM practices. Check with Assistant City Forester prior to implementing any control measures. f. Remove all tree stakes and guy wires from trees after the first full year of maintenance. g. Fertilizing: In addition to fertilizing of trees, shrubs, ground covers, and lawns herein specified, furnish and apply any additional fertilizers necessary to maintain plantings in a healthy, green, vigorous growing condition during the maintenance period. Do not over apply fertilizer. 8. Inspection: a. The Contractor shall notify the Owner's Representative prior to fertilizing, and spraying operations. b. The Owner's Representative shall perform periodic inspections during the growing season of the site with the Contractor to determine that maintenance is sufficient to insure a healthy condition of the landscape work. A final inspection will be held at the end of the two growing season maintenance period. c. The Landscape Contractor shall be available to meet on site with the Owner's Representative at any time within 24 hours notice during the construction, establishment, or maintenance period. d. Replacements: Immediately replace any plant materials that die or are damaged. Lawns that do not grow shall be resodded. Replacements shall be made to the Specifications as required for original plantings. 3.11 CLEAN UP A. Remove all cans, surplus materials, and other debris from site. Neatly dress and finish all planting areas. Flush walks, paved areas, and the like, clean to the satisfaction of the Owner's Representative. If needed storm drain inlets will be cleaned from debris flushed into the system from cleaning of the constructed area. B. Rinse foliage of all plant materials within the construction area as often as necessary to keep the foliage free from dust generated by the work of this contract. END OF EXECUTION The Contractor shall supply and pay all costs associated with the landscaping for this project The accepted quantities will be paid for at the contract unit price for each of the pay items listed below: Payment will be made under: Pay Item and Pam The pay unit is denoted by ( ) 2900-01 Patmore Ash — (EA) 2900-02 Marshall Ash — (EA) 2900-03 Western Catalpa — (EA) 2900-04 Curlleaf Mountain Mahogany — (EA) 2900-05 Pawnee Buttes Western Sand Cherry — (EA) 2900-06 Bright Red Shrub Rose — (EA) 2900-07 Morden Sun Rise Rose — (EA) 2900-08 Hughes Juniper — (EA) 2900-09 Buffalo Juniper — (EA) 2900-10 Broadmoor Juniper — (EA) 2900-11 Landscape Cobbles (CIP 6" — 9" Size) — (TON) 2900-12 MSE 8"-18" Block Wall — (LF) 2900-13 Topsoil — 60/40 Compost Mix for Medians — (CY) 2900-14 Wood Mulch — (SF) END OF PLANTING U:\Cfarver\Craig\Timberline Road Widening Project\Technical Specs Technical Specs - 80 GEOTECHNICAL INVESTIGATION TIMBERLINE ROAD WIDENING TIMBERLINE ROAD BETWEEN DRAKE ROAD AND PROSPECT ROAD FORT COLLINS, COLORADO Prepared for: CITY OF FORT COLLINS STREET OVERSIZING DEPARTMENT 281 North College Avenue P. O. Box 580 Fort Collins, Colorado 80521 Attention: Ms. Eileen Bayens Project No. FC03289 December 1, 2004 375 E. Horsetooth Road I The Shores Office Park I Building 3, Suite 100 1 Ft. Collins, Colorado 80525 Telephone:970-206-9455 Fax:970-206-9441 SECTION 00300 BID FORM PROJECT: 5954 Timberline Road Widening Project Place February 14, 2006 Date 1. In compliance with your Invitation to Bid dated January 11 f 20 06 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of total bid ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: Travelers Casualty & Insurance 5 1.1 7. All the various phases of Work enumerated in the their individual jobs and overhead, whether included by implication or appurtenant thereto, the CONTRACTOR under one of the items listed irrespective of whether it is named in said list. Contract Documents with specifically mentioned, are to be performed by in the Bid Schedule, Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 2 7/96 Section 00300 Page 1 TABLE OF CONTENTS SCOPE...........................................................................................................................1 SUMMARY OF CONCLUSIONS....................................................................................1 RetainingWalls..................................................................................................1 Bridge................................................................................................................. 2 Pavement...........................................................................................................2 PROPOSED CONSTRUCTION AND SITE CONDITIONS..............................................3 INVESTIGATION............................................................................................................4 POLICEFACILITY..........................................................................................................5 RETAININGWALL.........................................................................................................5 Subsurface Conditions.....................................................................................6 Foundations........................................................................................................ 6 Lateral Earth Pressure......................................................................................7 Drain................................................................................................................... 8 Bac kf i l l............................................................................................................... 8 SILOBORING................................................................................................................ 8 BRIDGEWIDENING.......................................................................................................9 SubsurfaceConditions.....................................................................................9 Foundations.....................................................................................................10 Abutments and Wingwalls..............................................................................13 Excavations.....................................................................................................13 BridgeApproaches........................................................................................14 PAVEMENTS................................................................................................................15 SubsurfaceConditions...................................................................................15 Fill.....................................................................................................................16 Clays.................................................................................................................16 Sands...............................................................................................................17 SwellPotential.................................................................................................18 SubgradeSupport...........................................................................................18 SUBGRADEPREPARATION.......................................................................................20 SOLUBLESULFATES.................................................................................................21 PAVEMENTDESIGN...................................................................................................21 PAVEMENTMATERIALS............................................................................................23 Asphaltic Concrete (AC).................................................................................23 Aggregate Base Course (ABC).......................................................................24 PreparedSubgrade.........................................................................................25 CONSTRUCTIONDETAILS.........................................................................................26 MAINTENANCE...........................................................................................................26 LIMITATIONS............................................................................................................... 26 CITY OF FORT COLLINS j TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 FIGURES 1 THROUGH 7 - LOCATIONS OF EXPLORATORY BORINGS APPENDIX A - SUMMARY LOGS OF EXPLORATORY BORINGS APPENDIX B - LABORATORY TEST RESULTS - TEST HOLES Table B-1— Summary of Laboratory Test Results APPENDIX C - LABORATORY TEST RESULTS — SUBGRADE BORINGS Table C-1— Summary of Laboratory Test Results APPENDIX D - HVEEM STABILOMETER TEST RESULTS APPENDIX E - COMPACTION TEST RESULTS APPENDIX F - PAVEMENT DESIGN CALCULATIONS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 SCOPE This report presents the results of our Geotechnical Investigation for the Timberline Road Widening in Fort Collins, Colorado. The purpose of our investigation was to determine the type of subgrade soils present at the site, provide foundation recommendations for widening of an existing bridge over Spring Creek and a new retaining wall, evaluate pavement support characteristics, and provide design pavement alternatives for roadway widening. We believe our report is in general conformance with Chapters 5 and 10 of the Larimer County Urban Areas Street Standards dated January 2, 2001, as adopted by the City of Fort Collins. The scope was described in our proposal (04-201(F)) dated August 4, 2004. Our report includes a description of the subgrade soils encountered in our exploratory borings, laboratory test results, geotechnical criteria for design and construction of bridge abutments and approaches, piers, wingwalls, geotechnical criteria for retaining wall design and construction, alternative pavement sections, and construction and materials guidelines. Our recommendations are based upon laboratory test results, discussions and preferences of the City of Fort Collins and the project design team, City of Fort Collins design criteria, the American Association of State Highway Transportation Officials (AASHTO) 1993 "Guide for Design of Pavement Structures", and our experience. SUMMARY OF CONCLUSIONS Retaining Wall 1. Subsoils found in our borings consisted of sandy clay fill, natural sandy clay and clayey sand underlain by poorly graded sand to the maximum depth drilled of 20 feet. Ground water was encountered at 14 feet and 20 feet at the time of drilling and at 14 feet in one boring when the ground water levels were checked several days after drilling. We do not anticipate ground water will affect the proposed retaining wall construction. 2. Mechanically stabilized earth (MSE) retaining walls may be constructed on the natural sandy clay soils. Detailed design and construction criteria are presented in the report. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 1 on Bridne 1. Subsoils found our three bridge borings consisted of natural sandy clay, clayey sand, and poorly graded sand with gravel all underlain by claystone bedrock at depths of 18 feet and 19 feet. 2. Ground water was encountered at 6 feet to 10 feet at the time of drilling. After drilling ground water was measured at 5 feet to 14 feet. Shallow ground water in the vicinity of Spring Creek will affect the proposed bridge widening construction. Recommendations for dewatering during construction are presented in the report. 3. The new bridge widening members can be founded with end bearing piling driven to practical refusal in the underlying claystone bedrock. Detailed design and construction criteria are presented in the report. Pavement 1. Borings drilled in paved areas penetrated 6 to 12 inches of asphalt underlain by up to 16 inches of base course sand and gravel. Soils encountered below the pavement section and in borings drilled in unpaved areas consisted of varying thicknesses of man -placed fill (aggregate base course, sandy clay fill and clayey sand fill), natural sandy clay, clayey sand and poorly graded sand with varying amounts of gravel. We did not encounter ground water in the near surface subgrade soils. 2. Soft to medium stiff clays with relatively low density were encountered in three subgrade borings (S-14, S-22 and S-23) at depths likely to influence subgrade preparation. Removal and/or stabilization may be required in these areas if soft or unstable soils are encountered during subgrade preparation. 3. Limited areas with high swell potential were encountered. Recommendations for mitigation or additional investigation are provided in the report. 4. Recommended pavement sections including full depth asphaltic concrete on subgrade, asphaltic concrete on aggregate base course, asphaltic concrete and fly ash stabilized subgrade, asphaltic concrete on aggregate base course on fly ash stabilized subgrade, and portland cement concrete are presented in the report. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 2 PROPOSED CONSTRUCTION AND SITE CONDITIONS The Timberline Road project includes widening and reconstruction of a mile of Timberline Road from Drake Road to Prospect Road in Fort Collins, Colorado. The project also includes reconstruction of the Prospect/Timberline intersection and transitions from existing Timberline Road 1100 feet north of Prospect, and portions of Prospect Road from approximately 700 feet west of the intersection with Timberline Road to approximately 400 feet east of the intersection (see Figure 1). Conceptual project plans include widening the road to a four -lane arterial with a raised median, bike lanes, and curb and gutter. The City of Fort Collins provided a copy of a preliminary plan and profile for the Timberline Widening Project prepared by Interwest Consulting Group and dated June 30, 2004. The existing Timberline Road is a two-lane asphalt -paved arterial street with gravel shoulders and no curb. A bridge is present over Spring Creek located south of the intersection of Timberline and Prospect Roads. The City also provided a copy of the original bridge design plans by Centennial Engineering, Inc. The plans indicate the existing bridge is a two span structure with abutments, piers and wingwalls founded with driven piles. We understand the design concept is a similar -sized bridge or bridge addition that will be constructed adjacent or adjoining the existing structure. An at -grade crossing of the Great Western Railroad is present approximately 800 feet south of the intersection of Timberline and Prospect Roads. We assumed the new crossing would be an at -grade crossing similar to the existing crossing. The existing roadway alignment is relatively flat from Drake Road north for approximately 3,600 feet to near Station 47+00. The alignment then slopes downward to the north descending approximately 28 vertical feet over about 400 lineal feet. Concrete retaining walls are anticipated in this area. The roadway alignment continues at this lower elevation range over the remaining 3,000 lineal feet of roadway. The existing pavement will be reconstructed. Plans envision the vertical alignment will remain near the current elevations except where the road crosses the existing hill, where cuts and fills on the order of 5 to 8 feet are CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 3 anticipated. We understand Timberline Road will ultimately be widened to a six - lane arterial street. Properties on the west side of the Timberline Widening Project include vacant undeveloped land (Mansion Park Development, City of Fort Collins Police facility site, General Steel Industries, Tecumseh Redevelopment, Inc., Integrated Equities, Terry J. Keating and Cache La Poudre Industrial Park), light industry and storage (Timberline Star), a City of Fort Collins gas metering station, a farmstead including grain silos (Calvin & Lois Johnson) and a nursery (Bath Landscape). Properties adjacent east of the Timberline project include a residential subdivision (Sidehill), farming land, a farmstead, commercial property (Centerpoint Plaza and Spring Creek Center) and a lumberyard (BMC West). INVESTIGATION Subsurface conditions were investigated by drilling a total of 32 borings to depths of 10 to 30 feet on the alignment of the proposed widening on August 9 and August 11, 2004. The approximate locations of our borings are illustrated on Figures 1 through 7. Twenty-four of the borings (S-1 to S-24) were drilled ten feet deep to evaluate subgrade soils for the roadway improvements. The borings are plotted to current ground elevation and proposed grade is also shown at each boring location. Two borings (TH-1 and TH-2) were drilled 25 feet deep on City of Fort Collins property northwest of Drake and Timberline Roads where a City Police Administration building is planned. Boring logs for these holes are included for informational purposes. Two borings (TH-3 and TH-4) were drilled at the approximate location of the proposed retaining wall near the gas metering station (STA 51+00). One boring (TH-5) was drilled near the southern most grain silo adjacent to the Johnson property (see Figure 4). Three borings (TH-6, TH-7 and TH-76) were drilled 30 feet deep near the proposed north and south bridge abutments. Bulk samples were obtained from the upper ten feet of the pavement borings and relatively undisturbed California drive and Shelby tube samples were obtained from selected depths within all of the borings. Summary logs of the borings are presented in Appendix A. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTLITPROJECT NO.FC03289 4 Laboratory testing was performed on selected samples taken from the borings in accordance with ASTM and AASHTO standards. The results of the laboratory testing are contained in Appendix B and Appendix C and summarized in Table B-1 and Table C-I. POLICE FACILITY The City of Fort Collins requested we drill two borings on the City's property located northwest of Drake and Timberline Roads to aid in the City's evaluation of the property for a Police Administration facility. Subsoils found in the borings generally consisted of 22 feet of stiff to very stiff, natural sandy clays underlain by poorly graded sands to the maximum depth drilled of 25 feet. Ground water was encountered at 22 and 23 feet in both borings at the time of drilling and at 22 feet in one boring (TH-1) when the ground water levels were checked several days after drilling. Boring locations (Fig. 2), summary logs (Fig. A-1), and results of laboratory tests (Appendix B) are presented with this report for informational purposes. CTL I Thompson is currently working with the Operations Services Department and consultant teams on that project. RETAINING WALL We understand the proposed vertical alignment for the Timberline Road widening will include fills up to 8 feet deep near the gas metering station located on the west side of the existing roadway near the base of the hill (STA 51+00). Current plans are to design and construct a mechanically stabilized earth (MSE) retaining wall along the west side of the road in the area of the gas metering station. Geotechnical properties of native and imported backfill, frequency, length, and type of reinforcement are critical elements of MSE wall performance. CTL I Thompson is available to perform MSE wall design, if needed. MSE wall foundations, lateral earth pressures, drains, placement, and compaction of the backfill are discussed below. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 5 Subsurface Conditions We drilled two exploratory borings (TH-3 and TH-4) to a depth of 20 feet at the approximate locations shown on Figure 4. Subsoils found in boring TH-3 (drilled in the roadway adjacent south of the gas metering station) consisted of 6 feet of medium stiff sandy clay fill and 13 feet of medium stiff, natural sandy clay underlain by poorly graded sand to the maximum depth drilled of 20 feet. Subsoils found in boring TH-4 (drilled approximately 270 feet north of the gas metering station) consisted of 7 feet of medium stiff, natural sandy clay and 4 feet of loose clayey sand underlain by very dense poorly graded sand. Ground water was encountered at 20 feet in TH-3 and at 14 feet in TH-4 at the time of drilling. When the ground water levels were checked several days after drilling water was encountered at 14 feet in TH-4. We do not anticipate ground water will affect the proposed retaining wall construction. Samples of sandy clay fill and natural sandy clay were tested for swell consolidation and exhibited low swell and compression (0.0 percent and -1.0 percent, respectively) after wetting under an applied pressure of 1,000 psf. A sample of clay contained 61 percent silt and clay -size particles (passing the No. 200 sieve). A sample of the clay tested had low plasticity with a liquid limit of 39 percent and a plasticity index of 23 percent. Samples of the clayey sand and poorly graded sand contained 47 percent and 8 percent silt and clay -size particles, respectively. We judge the sands to be non -swelling. Results of laboratory tests are presented in Appendix B and summarized in Table B-1. Foundations MSE retaining walls may be constructed on the natural sandy clay soils. The footings should not bear on the fill encountered south of the gas metering station because its properties are unknown and may be variable. If fill is encountered in the wall excavations it should be removed and replaced with well - compacted, moisture treated on -site soils or imported fill. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 6 MSE wall foundations bearing on the natural soils can be designed for a maximum soil bearing pressure of 2,000 pounds per square foot (psf). Soils loosened during excavation or in the construction process should be removed and replaced with compacted fill. Completed foundation excavations should be observed by a representative of our firm to confirm subsurface conditions are similar to those anticipated from our borings. We recommend MSE walls be designed and constructed using granular material such as CDOT Class 5 or Class 6 aggregate base course as backfill between reinforcing layers. Lateral Earth Pressure The lateral load on a wall depends upon the height of the wall, the type of backfill behind the wall, the slope of the surface of the backfill behind the wall, surcharges on the backfill, and the movement of the wall. Walls must move at the top, with the resulting cracking and settlement of the ground surface behind the wall, to mobilize the internal strength of the wall backfill. If such movement is acceptable, which is usually the case for free standing retaining walls not connected to another structure and for MSE walls, the "active" equivalent fluid density for the backfill can be used to design the wall. Walls that cannot move sufficiently to mobilize the internal strength of the backfill such as foundation walls and grade beams, the "at rest" equivalent fluid density should be used for the backfill to design the walls. We have assumed the MSE wall will be backfilled with imported CDOT Class 5, Class 6, or similar material. We recommend the following design criteria for design of MSE walls: • Total unit weight (Y+) =130 pcf • Angle of internal friction (0) = 36' • Cohesion (C) =0 For passive pressure due to on -site soils we recommend an equivalent fluid pressure of 270 pcf for design. These values do not include an allowance for CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 7 traffic surcharge or hydrostatic pressure. Unbalanced hydrostatic pressure behind a wall caused by differential water levels across the wall can be relieved by providing weep holes through the walls or drains behind the walls. Weep holes will cause staining on the visible surface of the retaining wall. If staining is not desirable, we suggest using drains as discussed below. Drain A drain can be provided behind the retaining wall to remove water that could accumulate behind the wall. We recommend using a gravel mix consisting of 50 percent fine and 50 percent course concrete aggregate (by weight) in the drain. The drain gravel mix should be placed in at least a 12-inch layer against the wall of the retaining wall to within 2 feet of the top of the structure. Compacted clays should be placed from the top of the drain to the ground surface. We recommend a 3-inch diameter perforated pipe be placed at the bottom of the drain gravel along the retaining wall. The invert of the pipe should be at least 6 inches below the elevation of the retaining wall foundation and sloped slightly to drain. The pipe should extend the full length of the retaining wall and drain by gravity to an outfall. Backfill Backfill can be constructed using granular soils that are free of debris, organic material and have a gradation similar to a CDOT Class 5 or 6 base course. Backfill below pavement areas and behind and in front of the retaining wall should be placed in thin lifts, moisture conditioned to within 2 percent of optimum moisture content, and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). SILO BORING We were requested to drill borings adjacent east of the southern most grain silo located south of Spring Creek and west of Timberline Road to CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 8 S. BID SCHEDULE (Base Bid) Project: Timberline Road Widening Project Date: 01/11/2006 SpeGitem Number Description Estimated Quantity Unit Unit Cost Item Cost Timberline Road Widening Quantities 202-01 Remove Pipe (RCP, CMP, PVC) 1,361 LF ' VV 91, 351> ' �V 202-02 Remove Curb and Gutter 2,456 LF 3 202-03 Remove Sidewalk, Crosspan, Driveway 14,757 X 5F ? 0 171 -:�U 8 ' 202-04 Rotomill Asphalt Pavement (Profile 0" .3" Avg. Depth 13,206 SY LO _3_ �o 3-4, o° 202-05 Rotomilll Asphalt Pavement (4 10- 5 112" Depth) 36,190 SY3,4q 202-06 Remove Asphalt Bike Path Pavement 1.068 SY 2 Zy ` 2�,Ti q 60 [ L 202-07 Remove Concrete Median and 18" Outfall Curb 3,929 SF 202-08 Remove Parapet Wall and Railing 120 LF _41r. 9? 202.09 Remove irrigation Structure 6 EA [o 202-10 Remove Fence - (Various Types) 1,215 LF s� [% 692 • ss 1400 M 1200 12 202-11 Remove Existing Area Inlet 3 EA 3•� - / 0 202.12 Remove Bollards (Various Locations) 18 EA ;zT �Q' j eta ' OD 20243 Remove Sprinklers 4D Gas Metering Station 1 LS y,3o. Q9 °`30 • 00 202-14 Remove Existing Sidewalk Chase 2 LS 202-15 Remove Light Pole Base (Top 3' and Haul Off -She) 4 EA 3 15--,70 Ez �57U0 O0 202-16 Remove Temporary Roadway for Traffic Switch 2,000 SY 415 0 /G Clip 202-17 Remove Landscape Timbers 1 LS -?l Eg oP s V 202-18 Remove Water Service/Abandon at Main 1 EA J7�' 7 36. I 202-19 Remove Rip Rap Areas 10 SY 202-20 Remove FES 2 EA R )360 �l� yy UZ Zv 202-21 Remove Gravel Driveways 694 SY ! 202-22 Remove Landscaping in the North Median at Drake and Timberline Intersections 1 LS ZJ � � Z$V 202-23 Remove Existing Concrete Curb -Cut and Channel 1 EA 00 �oy�Jy _ '-70 4 a G 114) 202-24 Abandon Existing Area Inlet, Cap Existing 4" Pipe at Each End 1 EA O /U 202-25 Remove Existing COFC Fire Hydrant 1 EA JO /O� "Z0Z=26 - ..Abandon-Ezlsiing CurbSFdp an-d WaterTdeleh afMain _ _ - 1.. _. EA 00 202-27 Remove Existing 15' Type R Inlet 1 LS 66 p _00 OD ao -- 202-28 Remove Existing 5' Type R Inlet 3 EA 1570. 5d PO ) 5'60. — .00 1-160 o° 202.29 Remove Existing 6 Type R Inlet Top 1 EA 7 202-30 Remove Tree Stumps (Avg. Width = 48") 5 EA �Viy 2 p eO , 00 / t1199 Section 00300 Page 2 investigate the horizontal extent of the silo foundation. Our boring (TH-5) was drilled approximately 2 feet east of the southern most silo as shown on Figure 4. The boring was drilled to a depth of 15 feet and did not encounter a concrete foundation. Soils encountered in this boring consisted of 13 feet of sandy clay underlain by poorly graded sand to the maximum depth drilled of 15 feet. We did not obtain soil samples from this boring. BRIDGE WIDENING An existing two span bridge crosses Spring Creek just south of the intersection with Prospect Road. The existing bridge is approximately 80 feet in length, 55 feet wide and is supported by concrete abutments at either end, with a center pier located in Spring Creek. Wingwalls are attached to the sides of each abutment. The original bridge design plans by Centennial Engineering indicate the existing bridge is founded with driven piles. A row of seven piles was used to found the concrete abutments at the north and south ends of the bridge. Fourteen battered piles arranged in two rows of seven were used to found the center bridge pier. The plans indicate the existing piles are bottomed at an estimated elevation of 4885 feet. Plans also indicate the wingwalls are cantilevered from the ends of the abutments with no separate foundation system. Our observations suggest the existing structure has performed as designed over the life of the structure to date. As -built construction details for the bridge construction were not provided to us. Conceptual project plans are to widen the existing bridge to accommodate the planned four lanes and two turn lanes of Timberline Road. The widening will require new foundations for the bridge structure and associated wingwalls. Subsurface Conditions Three borings were drilled in the vicinity of proposed bridge abutments. TH-6 was drilled on the south bank of Spring Creek and borings TH-7 and TH-7B were drilled on the north bank. The locations of the bridge borings are shown on Figure 5. Subsoils found in boring TH-6 consisted of 11 feet of stiff, sandy clay and 13 feet of dense, poorly graded sand with gravel underlain by very hard claystone bedrock to the maximum depth drilled of 30 feet. Subsoils found in CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 9 borings TH-7 and TH-713 generally consisted of 5 feet of loose, clayey to poorly graded sand and medium stiff, sandy clay underlain by 13 to 14 feet of dense to very dense, poorly graded sand and gravel. Claystone bedrock was encountered in both borings at depths of 18 and 19 feet. After caving sands were encountered in TH-7, TH-713 was drilled using hollow -stem augers to obtain samples of the claystone bedrock. Ground water was encountered at 10 feet in TH-6 and 6 and 8 feet in TH-7 and TH-713 at the time of drilling. When the ground water levels were checked several days after drilling ground water was measured at 14 feet in TH-6 and 5 feet in TH-7. Shallow ground water in the vicinity of Spring Creek will affect the proposed bridge construction. Recommendations for dewatering during construction are presented below. Two samples of sandy clay were tested for swell consolidation and exhibited low swell (0.2 percent and 0.1 percent) after wetting under an applied pressure of 1,000 psf. Two samples of the sandy clay contained 50 and 84 percent silt and clay -size particles passing the No. 200 sieve. One sample of sandy clay showed low plasticity with a liquid limit of 39 percent and a plasticity index of 21 percent. Samples of sandy clay tested had organic contents of 2.7 and 2.9 percent. One sample of poorly graded sand contained 9 percent silt and clay -size particles passing the No. 200 sieve. Two samples of claystone were tested in our swell/consolidation apparatus by wetting the samples under applied pressures that approximate overburden pressure (i.e. the weight of overlying soil) showed swells of 1.0 percent and 1.2 percent and swell pressures of 12,000 to 13,000 psf. A sample of claystone contained 100 percent silt and clay -size particles passing the No. 200 sieve and showed moderate plasticity with a liquid limit of 50 percent and a plasticity index of 28 percent. Results of laboratory tests are presented in Appendix B and summarized in Table B-1. Foundations We considered footings, end bearing piling driven into the claystone, and straight shaft piers penetrating the claystone to found the new bridge abutments, piers, and wingwalls. In our opinion, use of shallow footings to found the bridge CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 10 widening will result in differential movement between the existing bridge members and the new bridge widening members. Drilled piers bearing in the claystone or piling driven to practical refusal in the claystone would reduce the differential movement. Due to shallow ground water and a layer of caving sands and gravels below the bridge site, we anticipate pier drilling and construction would be difficult. In our opinion the bridge addition can more feasibly be founded with end bearing piling driven to practical refusal in the underlying claystone bedrock similar to the existing bridge foundation. We believe the new wing walls can also be founded with piling to reduce differential movement between the new wing walls and the new bridge widening members. We suggest the following criteria for design of driven piles: 1. End -bearing piles should be driven to refusal in the site bedrock. We define refusal at this site as an average penetration of 0.25 inches per blow for the final 1 foot of pile penetration with a hammer delivering at least 50,000 foot-pounds of energy per blow. The hammer for pile driving should be operated at the manufacturer's recommended stroke and speed when refusal is measured. 2. Piling can be steel H piles or closed end, concrete filled, thick walled, steel pipe piles driven to practical refusal in the bedrock. The pile capacity will be controlled by the structural strength of the pile and pile types should be selected accordingly. For estimating purposes, we anticipate steel 12 X 53 H-pile will meet refusal approximately five feet into the comparatively unweathered bedrock. 3. The efficiency of the hammer and impact should be monitored during driving. The contractor should select a driving hammer and cushion combination that is capable of installing the selected piles without overly stressing the pile. The contractor should submit the pile driving plan and the pile hammer/cushion combination to the engineer for evaluation of the driving stress in advance of the pile installation. 4. Lateral resistance to horizontal loads can be provided by battered piles or as discussed below. It is normal to assume a battered pile can resist the same axial load as a vertical pile of the same type and size and drive to the same elevation. Batters should not exceed 1:4 (horizontal to vertical). 5. Groups of piles placed closer than 3 diameters, center -to -center, will have a reduced capacity. For these pile groups, single pile lateral load capacities will be reduced by 50 percent for center -to -center CRY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 11 spacing of three pile widths in the direction of lateral load. The capacity reduction decreases with increasing spacing until the spacing reaches eight -pile widths. No reduction is required for center -to -center spacing of eight pile widths. Linear interpolation may be used for intermediate spacing. A single row of piles should be evaluated as a group when the direction of loading is along the same axis, and evaluated as single piles when loading is in the transverse direction. 6. A representative of CTL I Thompson, Inc. should observe pile driving and keep records of driving penetration resistance, pile length, penetration into the bedrock and other factors that affect the performance of a pile foundation. Several methods are available to analyze lateral loads for piles. Where a pile length to diameter ratio is 7 or greater, we believe the method of analysis developed by Matlock and Reese, and incorporated into computer programs such as LPILE and COM624, is appropriate. The method is an iterative procedure using applied lateral load, moment, vertical load and pile diameter to develop deflection and moment versus depth curves. The following input parameters should be used for lateral load analysis using these methods. TABLE A Comparatively Overburden Soil Unweathered Bedrock Unit Weight (pcf) 115 120 Modulus of horizontal subgrade 13.9 x Z _ D 2,000 reaction K(pci) Undrained shear strength (psf) 10,000 Angle of internal friction 32 0 (1) (degree) Strain at 50% of maximum _ 0.004 stress e50 in/in Unconfined compressive 1__1L I-_L _ 15,000 The e5o represents the strain corresponding to 50 percent of the maximum principal strength difference. The K is the modulus of subgrade reaction used by the program to generate the slope of initial portion of the "P-Y Curves", "D" is the pile diameter in feet, and "Z" equals the depth of the latter in feet. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 12 Abutments and Wingwalis We have assumed the abutments and wing walls will be backfilled using sandy clay or clayey sand excavated from the site or similar imported material. For such backfill, we suggest an "at -rest" equivalent fluid density of 55 pcf and an "active" equivalent fluid density of 45 pcf be used to estimate the lateral load on the abutments and wing walls. The "at -rest' density is appropriate where the abutments or wing walls cannot move to mobilize the internal strength of the backfill soil. The "active" density is appropriate if the abutments or wing walls can move. If the wing walls are attached to the bridge widening abutments, they will not be able to move sufficiently to mobilize the internal strength of the backfill; therefore, they will need to be designed using the "at rest' equivalent fluid density. We suggest a wet density of 125 pcf be used for on -site soils used as backfill. Excavations We recommend the owner and contractor become familiar with applicable local, State and Federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. The contractor should be aware that in no case should slope height, inclinations, excavations or depths including utility trench excavations exceed those specified in local, State and Federal safety regulations. Specifically, the current "OSHA Health and Safety Standards for Excavations" should be followed. For the bridge -widening site, the overburden soil encountered in our exploratory borings includes sandy clay and sand and gravel. The sandy clay we encountered will classify as Type B soil, allowing excavation slopes of 1:1 (horizontal to vertical) according to the OSHA regulations. Excavations deeper than about 10 feet on the south bank of Spring Creek or at the ground surface on the north bank will likely encounter loose to very dense, poorly graded sand and gravel that is classified as Type C soil (maximum slope inclination of 1.5:1) according to the OSHA regulations. Slopes for excavations that penetrate the sand soils will be controlled by the OSHA regulations for Type C soils. Our CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 13 preliminary soil classification is based on the materials encountered in our exploratory test borings. The soil penetrated by the proposed excavation may vary. The contractor's "responsible person" should evaluate the soil exposed in excavations as part of the contractor's safety procedures. If an excavation (including a utility trench) is extended to a depth of more than 20 feet, it will be necessary to have the side slopes designed by a registered engineer. Vehicles and soil stockpiles should be kept a minimum lateral distance from the crest of the slope equal to one-half the slope height. The exposed slope face should also be protected against the elements. As an alternative to temporary slopes, vertical excavations can be temporarily shored. Ground water was measured at a depth of approximately 5 feet below the proposed bridge -widening site. Any excavations at an elevation of 4,904 or deeper will likely encounter soft or saturated soil and/or ground water. Where ground water is encountered in excavations, dewatering may be possible by sloping excavations to one or more sumps where water can be removed by pumping. The sumps should be several feet below the bottom of the excavations to pump water down through the soil rather than up through the bottom of the excavation. Pumping water up through the base of the excavation can result in destabilization of the base of the excavation. The ground surface surrounding the excavation should be sloped to direct runoff away from the excavation. Bridge Approaches It is likely earthen embankments will be constructed on bridge approaches. We opine on -site soils or similar imported soils can be used as embankment fill. Fill materials that are classified as granular soils should be moisture treated to within 2 percent of optimum, and fill classified as cohesive soils should be moisture treated to between 1 percent below and 2 percent above optimum moisture content. Fill should be processed to a uniform consistency and placed in thin lifts. In the upper 4 feet of the embankments, fill should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). Fill materials placed deeper than 4 feet below final roadway elevation should be compacted to at least 98 percent of standard Proctor maximum dry density. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 14 0 PAVEMENTS Subsurface Conditions Subsurface conditions for the proposed road widening were investigated by drilling twenty-four exploratory borings to depths of 10 feet, at the approximate locations shown on Figures 1 through 7. The borings were drilled with a truck - mounted drill rig using 4-inch diameter continuous flight augers. Soils were sampled by driving a California sampler using a 140 pound hammer falling 30 inches, by pushing 3-inch diameter Shelby tubes approximately 2 feet into the subgrade soils using the drill rig hydraulic system, and by collecting bulk samples from auger cuttings. Borings drilled in paved areas penetrated 6 to 12 inches of asphalt underlain by up to 16 inches of base course sand and gravel. Soils encountered below the pavement section and in borings drilled in non -pavement areas consisted of varying thicknesses of man -placed fill (aggregate base course, sandy clay fill and clayey sand fill), natural sandy clay, clayey sand and poorly graded sand with varying amounts of gravel. We did not encounter ground water in the near surface subgrade soils. Water was encountered in our deeper borings (in the police facility area, retaining wall and bridge locations) at depths of 5 to 23 feet. Additional discussion of ground water conditions in those areas is presented in the appropriate sections of this report. Summary logs of the borings including results of field penetration resistance tests are presented in Appendix A. Descriptions of the subsoils encountered are presented below. Laboratory testing was designed to provide index properties of the soils sampled and subgrade support values for those soil types that influence the pavement design. Index properties of the soils sampled were used to classify the soils according to the AASHTO and Unified Soil Classification Systems (USCS). Results of laboratory tests are presented in Appendix C and summarized in Table C-I. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC032BD 15 Fill Man -placed fill consisting of sand and gravel road base, sandy clay and clayey sand was encountered below the existing pavement or from the ground surface to depths of up to 4 feet in ten of the subgrade borings. Up to 10 feet of fill was encountered in one boring (S-21) drilled on the south side of Prospect Road approximately 200 feet south of the intersection of Timberline and Prospect Roads. Field penetration resistance tests indicate the clay fill was medium stiff to very stiff and the sand fill was loose to dense. Removal and/or stabilization of soft or unstable fill may be required if such conditions are encountered in subgrade preparation. Laboratory testing of three sandy clay samples indicated swells of 0.1 to 2.1 percent after wetting under an applied pressure of 150 psf. We judge the swell potential of the sandy clay fill soils we encountered to be low. Three samples of sandy clay fill tested had liquid limits of 37 to 39 percent and plasticity indices of 22 to 23 percent, with 64 to 82 percent silt and clay -sized particles (passing the No. 200 sieve). All samples tested classified as sandy clay (CL) according to the USCS. According to the AASHTO system, these samples classified as A-6 soils with group indices of 12 to 17. Laboratory testing of two clayey sand fill samples indicated swells of 0.2 and 0.7 percent after wetting under an applied pressure of 150 psf. We judge the swell potential of the clayey sand fill soils we encountered to be low. Two samples of clayey sand fill tested had liquid limits of 25 and 36 percent and plasticity indices of 11 and 17 percent, with 21 and 49 percent silt and clay -sized particles (passing the No. 200 sieve). One sample tested classified as clayey sand (SC) and one sample classified as silty sand (SM) according to the USCS. According to the AASHTO system, these samples classified as A-6 and A-2-6 soils with group indices of 5 and 0, respectively. Clays Subsoils encountered below the pavement materials and fill, and at the surface consisted of dry to very moist, sandy clay with occasional gravel. Field CITY OF FORT COLONS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 16 IF penetration resistance tests indicate the clay soils were soft to very stiff. Laboratory testing of eleven sandy clay samples indicated swells of 0.0 to 10.9 percent after wetting under an applied pressure of 150 psf. Nine of the eleven swell tests indicated swells of 0.8 percent or less. Two of the swell tests indicated swells of 3.3 percent (S-4 at 2 feet) and 10.9 percent (S-17 at 4 feet). The bulk sample for S-17 obtained between the ground surface and a depth of 5 feet had 42 percent silt and clay fines, and classified as an A-6, or clayey sand (SC) soil. We judge the overall swell potential of the clay soils we encountered to be low. We do not believe these properties will affect the roadway performance because of their limited occurrence and their depth below the planned pavement. Swell potential of the site soils is discussed below. Twenty-two samples of sandy clay tested had liquid limits of 19 to 49 percent and plasticity indices of 6 to 34 percent, with 50 to 88 percent silt and clay -sized particles (passing the No. 200 sieve). All samples tested classified as sandy clay (CL) soils according to the USCS. According to the AASHTO system, one of the samples classified as A-4 soil with a group index of 1, eighteen of the samples classified as A-6 soils with group indices of 5 to 20, and three of the samples classified as A-7-6 soils with group indices of 23 to 26. Sands Sands were encountered as discontinuous lenses that were interbedded within the clays and generally became more prevalent with depth. The sand lenses were slightly silty to clayey, fine to coarse grained with gravels, and moist to wet. Field penetration resistance tests indicate the sand soils were loose to very dense. Samples of the sands tested had 7 to 46 percent silt and clay -sized particles. The sands are considered non -expansive. Eight samples of sand tested had liquid limits of 25 to 37 percent and plasticity indices of 12 to 24 percent, with 23 to 42 percent silt and clay -sized particles (passing the No. 200 sieve). One of the sand samples tested classified as silty sand (SM), four of the samples classified as poorly graded, slightly silty sand (SP) and twelve samples classified as clayey sand (SC) soils according to CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03288 17 the USCS. According to the AASHTO system, two of the sand samples classified as A-2-6 soil with group indices of 0, one sample classified as A-4 soils with a group index of 0 and six of samples classified as A-6 soils with group indices of 1 to 5. Swell Potential To evaluate potential heave, swell -consolidation testing was performed on fourteen samples of fill and clay from depths of 2 feet and two samples from depths of 4 feet under a confining pressure of 150 psf. Final grades are anticipated to be at a similar level as existing grades or higher in all areas where swelling soils were encountered. -The swell test results indicated 0.0 to 10.9 percent swell. The average of all swell tests is 1.4 percent. Thirteen of the sixteen swell tests indicated swells of 0.8 percent or less. Three tests indicated swell greater than 2 percent when wetted after application of a 150-psf pressure. Boring S-2 (2.1 percent at 2 feet) will be approximately 2 feet below final grade; boring S-4 (3.3 percent at 2 feet) will be approximately 3 feet below final grade; and boring S- 17 (10.9 percent at 4 feet) will be approximately 5 feet below grade. The exploratory borings and our observations of the soils indicate, in our opinion that the higher swell areas are limited in areal extent and sufficiently thin that they will not significantly impact the final roadway. Some mitigation by moisture treatment will also occur during subgrade preparation. However, if the City wishes to perform additional investigation to explore the limits of the swelling soil lenses we can perform additional sampling and testing. Subgrade Support To evaluate subgrade support characteristics of the planned roadway, the soils were grouped and tested as six composite samples. Composite samples 1 through 3 consisted of subgrade soils sampled from borings located in the south portion of the widening project (STA 12+00 to STA 47+00). Composite samples 4 through 6 consisted of subgrade soils from the north portion of the project (STA 47+00 to STA 76+00 approximately 1,100 feet north of Prospect Road). Each composite sample was subjected to Atterberg Limit, gradation, standard Proctor CITY OF FORT COLONS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 18 Project: Timberline Road Widening Project Date: 01/1112006 SpecAtem Description Estimated Unit Unit Cost Item Cost Number Quantity LO p SD, b q L 203-01 Unclassified Excavation (Includes Slope + Detention Ponds) 19,498 CY 2. r 2 !O ys Y ' I 203.02 Embankment -(CIP) 21,695 . CY s'S !O 2 �-^ L-3 ) �b 3 - 203-0 Borrow Suitable Fill Material 2,197 CV 203-04 Topsoil (Stripping, Stockpiling, Placing) - Top 6" 12,216 CY 3' Z ° 3q,pq Z0 , 1L 1 sZV - - 203-05 Muck Excavation - (CIP) 200 CY %% 4'� t� 600 •O0 203-06 Borrow ABC (Class 5 or 6) 300 TON 203-07 Median Splashblock Shaping (CIP) 9,954 SF 0 • -Tq43 ?o 31 -29 12, y00--e 203-W Flow Fill Shallow Utilities 400 LF 203-09 Median Fill 1,106 CY 7 10 '7, 8s-2 - EO 20310 Import Topsoil (Screened)-3'Depth 941 CY 13'e° 12,233'92 203-11 Swale GradinglShaping/Blue Tops 3,500 LF 1 - }0 r, C15­0 .112 203-12 Regrade Irrigation Ditch 50 LF 1 ' 10 O S O° 203-13 Potholing 1 LS qU(,O•m y060• 4° 203-14 Temporary Roadway for Traffic Switch 1 LS 3. L157J 0 3, 457% - 9? 203-15 Flow Fill Under Exposed Aggregate for Glue Down Median 274 CY 68 • 1 g, &3 2 •=" 203-16 Flow FIII Under Exposed Aggregate on the Prospect Median 138 CY 68•20 11139q -2 'C 206-01 Structure Excavation 1,167 CY "I ' ✓Q 10 ( ' 206-02 St ucture Ball (On-SRe Fill) 282 CY ,ez^ . 3361 206-03 Structure Backfill Flow Fill Soo CY J 6 Z e it 000 pD 206-04 Dewetering 1 LS ZZ,SVOP* 221 S00'r� 206-05 Haul and Dispose 885 CY 7 3 '2 11 -7, $ 206-06 Structure Muck Excavation 444 CY 7 , D 7 208-01 Erosion Control 0 208-02 Straw Bales (Sets of 4) 25 206-03 Solt Retention Blanket (Photo Dissolve) - - _ - - _ _ -- - 1,200- LS 1610-10 94/0- O EA 130' °0 32 5-0 i0 210-01 Adjust Manhole Frame 30 EA .31 20' - 210-02 Modify Manhole 2 EA "1 30 • ^1'� O° 210-03 Adjust Valve Box 32 EA 230 — 1►14 860.0° 7360 •p0 Section 00300 Page 3 (ASTM D 698, AASHTO T99) compaction test procedures, and a Hveem Stabilometer test (R-Value, ASTM D 2844, AASHTO T 190) to determine design support values for the subgrade soils. R-Value results are presented in Appendix D and the compaction test results are presented in Appendix E. The laboratory test results of composite samples are summarized in the following table. COMPOSITE SAMPLE TEST RESULTS tr a Liquid , Plasticity r * r AASHTO Composite 5Bulk`Samples$= „7� t{Ir�a€r^A w5€ s , a r y _„� , , Passin g Y t j Group ; Hveem,. K5 +,-:e ' Sapie#NoCombined x aa''b''riw Li't t x' s € S3h ti'-�n�3 e 3Ik LI i h; € ,^ fi'�m a y, �Intlexs �' r �, NO �20() r x r=$a> rS1901,H �x I erg Soils x 5: � ,�W xa t a4 f{S `iY'rcci Intlex Rvalue: -. sF� W r E o=x Classiftcation .. i8t=ya . ..,t .. ...:,. � ,.sr. v uW. �,+Y:t. _ z ...- 3Adx.-. ,�o �>.' �a .�o -. i :. . 4F' � 4 ,.. �u.3 y,; t2. 3•i. , S-2, S-3, S-5 1 NP NP 36 A-4 - 42 and S-7 5-4, S-6 and 2 36 20 81 A-6 15 24 S-8 S-9, S-10 and 3 NP NP 49 A-4 " 18 S-11 S-16, S-18 4 27 NP 35 A-2-4 0 47 and S-19 5 S-21 and S-22 36 19 57 A-6 8 39 6 5-23 and S-24 33 17 52 A-6 5 33 As shown on Table A, R-value results varied from 18 to 47 depending on the location and soil type. In general the R-value results indicate higher subgrade support characteristics within the samples from the north portion of the project (north of STA 47+00). For pavement design north of STA 47+00, and on Prospect Road, we recommend a design R-value of 33. For pavement design on Timberline Road south of STA 47+00, we recommend a design R-value of 18. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03239 19 No SUBGRADE PREPARATION To prepare the subgrade for paving following existing pavement removal, subgrade soils should be scarified a minimum of 12 inches deep, moisture conditioned to between 2 percent below and 1 percent above optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). On -site soils substantially free of debris, organics or other deleterious materials are suitable for re -use as fill. Imported fill should consist of soils with properties similar or better than the on -site soils and pavement thickness designs presented below are based on this assumption. Samples of the proposed fill should be submitted to our office for approval prior to importing to the site. A representative of our firm should observe placement and test compaction of fill. Scarification and re -compaction of the upper 12 inches of subgrade soils should occur as close to the time of pavement construction as possible. The final subgrade surface must be protected from freezing, and from excessive drying or wetting until such time as the pavement section is constructed. Proper grading and drainage, and maintaining moisture contents near optimum will be critical to avoid excessive deflections, rutting and pumping of the roadway during subgrade preparation. If moisture and density cannot be sufficiently controlled during subgrade preparation and stabilization is required, stabilization by removal and replacement or stabilization using geotextile fabrics and imported granular materials may be used. For isolated or small areas requiring stabilization, removal and replacement or "crowding" angular, coarse aggregate into the subgrade may be effective. Soft to medium stiff clays with relatively low density were encountered in three subgrade borings (S-14, S-22 and S-23) at depths likely to influence subgrade preparation. The stabilization methods discussed above may be required during subgrade preparation for the roadway improvements from STA 46+00 to 49+00 and from STA 64+00 to 72+00 if soft or unstable soils are encountered. CITY OF FORT COLLMS TIMBERLINE ROAD WIDENING CTL J T PROJECT NO. FC03289 20 SOLUBLE SULFATES Water-soluble sulfate (SO4) concentrations were measured for nine samples of the near -surface subgrade soils. The purpose of the tests was to determine the risk of exposure to sulfate attack where portland cement concrete is used and to assess the risk of increased swelling due to reaction to chemical stabilization. Concentrations were measured between 0.001 and 3.3 percent, with one sample having sulfate concentration greater than 2.0 percent, two samples having sulfate concentrations between 0.1 and 0.2 percent and six samples having sulfate concentrations less than 0.1 percent. These results indicate Class I (formerly "negligible") exposure to sulfate attack on concrete (e.g. curb and gutter or pavements) according to the American Concrete Institute (ACI). These results also indicate low risk of increased swelling due to reaction from chemical stabilization. ACI has no special recommendations for concrete with negligible exposure to sulfate attack. For this site we recommend the use of concrete made with Type II cement with a maximum water -cement ratio of 0.50, and having 5 to 7 percent entrained air to provide added sulfate resistance and for concrete in contact with soils which are likely to stay moist due to surface drainage. We measured a water-soluble sulfate concentration of 0.001 percent in one sample from a deeper boring (TH-1) on this site. We believe this result, and after consideration of the concentrations measured in subgrade samples near the proposed retaining wall and bridge widening structures, indicate Class 1 exposure to sulfate attack, according to the American Concrete Institute (ACI). ACI indicates adequate sulfate resistance can be achieved by using Type II cement with a water-to-cementitious material ratio of 0.50 or less. ACI also indicates concrete in Class 1 exposure environments should have a minimum compressive strength of 4000 psi. PAVEMENT DESIGN We used the AASHTO design method in accordance with the City of Fort Collins requirements. The City of Fort Collins Engineering Department CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03288 21 recommended Equivalent Daily Load Application (EDLA) value of 300 for the Timberline Road Widening Project. Based upon the traffic volume specified and the requirements of the City of Fort Collins, we calculated the design pavement sections shown below. We provided alternatives for full depth asphalt, asphalt on aggregate base course, full depth and composite sections on stabilized subgrade, and portland cement concrete. Pavement section calculation worksheets are included in Appendix F. PAVEMENT SECTIONS Full De P P o al AG, on F Asp1. Portland-,. h a Desi oc 'tio As�lp C Ag regate Ash C Cem�entq g'e�emg o S bgrad B CCursa liedjC`o cre,te }SfructurI Subta'd AS PCCP .iJNberil-I Timberline 6" AC + adto Sta. 12+00 S 10.5" AC 89.. AC + 9" 7.5" AC + ABC 10" PCCP 4.53 ABC 12" FASS + 10" to Sta. FASS 47+00 Timberline 6" AC + Road 9" AC 6.5" AC + 9" 6" AC + 12" 5" ABC 10"PCCP 3.87 Sta. 47+00 ABC FASS + 8" to 76+00 FASS 6" AC + Prospect 9 AC 6.5" AC + 9" 6" AC + 12" 5" ABC , 10' PCCP 3.87 Road ABC FASS + 8.1 FASS We understand the preferred pavement section is asphaltic pavement on aggregate base course, and we believe it to be a reasonable design alternative. Installation of a geotextile fabric (Mirafi 50OX or equal) between the subgrade and the base course is optional. Such an application of fabric increases the performance of the pavement because it prevents the subgrade and base course from mixing which can happen over the design life of the pavement section, especially in areas where higher volumes of automobile traffic are expected. If subgrade stabilization is required, overexcavation and replacement with coarse, granular soil such as pit run gravel, use of geotextiles or geogrids, or chemical stabilization such as fly ash typically perform well in soil environments similar to CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 22 those we encountered at this site. Chemical stabilization techniques have weather and temperature limitations that should be considered. The pavement design methodology is based on subgrade properties including soil support characteristics and swell, traffic volumes provided by the City of Fort Collins, and local experience. PAVEMENT MATERIALS Material properties and construction criteria for the pavement alternatives are provided below. These criteria were developed from analysis of the field and laboratory data, our experience and City of Fort Collins requirements. If. the materials cannot meet these recommendations, then the pavement design should be reevaluated based upon available materials. All materials and construction requirements of the City of Fort Collins should be followed. All materials planned for construction should be submitted and the applicable laboratory tests performed to verify compliance with the specifications. Asphaltic Concrete (AC) 1. Hot mix asphalt should be composed of a mixture of aggregate, filler, hydrated lime and asphalt cement. Some mixes may require polymer modified asphalt cement, or make use of reclaimed asphalt pavement (RAP). A job mix design is recommended and periodic checks on the job site should be made to verify compliance with specifications. 2. Hot mix asphalt should be relatively impermeable to moisture and should be designed with crushed aggregates that have a minimum of 80% of the aggregate retained on the No. 4 sieve with two mechanically fractured faces. 3. Gradations that approach the maximum density line (within 5% between the No. 4 and 50 sieve) should be avoided. A gradation with a nominal maximum size of 314 or 112 inches developed on the fine side of the maximum density line should be used. 4. Total void content, voids in the mineral aggregate (VMA) and voids filled should be considered in the selection of the optimum asphalt cement content. The optimum asphalt content should be selected at a total air void content of approximately 4%. The mixture should CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL i T PROJECT NO. FC03289 23 have a minimum VMA of 14% and between 65% and 80% of voids filled. 5. Asphalt cement should meet the requirements of the Superpave Performance Graded Binders (PG). The minimum performing asphalt cement should be PG 64-22 for use along the Front Range. The use of PG 58-28 or PG 58-22 asphalt cement has been known to cause tenderness in pavements in the Front Range area and should be avoided. 6. If used, hydrated lime should be added at the rate of 1% by dry weight of the aggregate and should be included in the amount passing the No. 200 sieve. Hydrated lime for aggregate pretreatment should conform to the requirements of ASTM C 207, Type N. 7. We recommend paving only be performed when subgrade temperatures are above 40°F and air temperature is at least 40OF and rising. 8. Hot mix asphalt should not be placed at a temperature lower than 245OF for mixes containing PG 64-22 asphalt, and 290OF for mixes containing polymer modified asphalt. The breakdown compaction should be completed before the mixture temperature drops 200F. 9. The maximum compacted lift should be 3.0 inches and joints should be staggered. No joints should be placed within wheel paths. 10. Asphalt concrete should be compacted to between 92 and 96 percent of Maximum Theoretical Density. The surface shall be sealed with a finish roller prior to the mix cooling to 185°F. 11. Placement and compaction of hot mix asphalt should be observed and tested by a representative of our firm. Placement should not commence until the subgrade is properly prepared (or stabilized), observed, and proof -rolled. Aggregate Base Course (ABC) 1. A Class 5 or 6 Colorado Department of Transportation (CDOT) specified aggregate base course should be used. A recycled concrete alternative, which meets the Class 5 or 6 designations, is also acceptable. 2. Aggregate base course should have a minimum Hveem stabilometer value of 77. Aggregate base course or recycled concrete material must be moisture stable. The change in R-value from 300 psi to 100 psi exudation pressure should be 12 points or less. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 24 3. If used, geotextile fabric (Mirafi 500x or equivalent) should be placed over the approved subgrade within 24 hours prior to placement of aggregate base course or recycled concrete. Fabric should be rolled out longitudinally with minimum overlapped seams of 2.5 feet. No wrinkles should be permitted. 4. Aggregate base course or recycled base course should be placed in thin lifts not to exceed 8 inches, moisture treated to within 2% of optimum moisture content, and compacted to at least 95% of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). 5. Placement and compaction of aggregate base course or recycled concrete should be observed and tested by a representative of our firm. Placement should not commence until the underlying subgrade is properly prepared and observed. Prepared Subgrade 1. Subgrade should be stripped of organic matter, scarified, moisture treated and compacted. 2. Cohesive soils (A-6 to A-7-6) should be moisture conditioned between optimum to 2% above optimum moisture content and compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). 3. Granular soils (A-1 to A-5) should be moisture conditioned between 2% below to 1% above optimum moisture content and compacted to at least 95% of maximum standard Proctor dry density (ASTM D 698, AASHTO T 99). 4. Final grading of the subgrade should be carefully controlled so the design cross -slope is maintained and low spots in the subgrade that could trap water are eliminated. 5. Once final subgrade elevation has been reached and the subgrade compacted and observed, the area should be proof -rolled with a pneumatic tired vehicle loaded to at least 18 kips per axle. The proof -roll should be performed while moisture contents of the subgrade are still within the recommended limits. Drying of the subgrade prior to proof -roll or paving should be avoided. Areas of soft or wet subgrade should be remedied. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FCD3289 25 CONSTRUCTION DETAILS The design of a pavement system is as much a function of the quality of the paving materials and construction as the support characteristics of the subgrade. The construction materials are assumed to possess sufficient quality as reflected by the strength coefficients used in the flexible pavement design calculations. These strength coefficients were developed through research and experience to simulate expected material of good quality, as explained herein. During construction careful attention should be paid to the following details: • Placement and compaction of trench backfill. Compaction at curb lines and around manholes and water valves. • Excavation of completed pavements for utility construction and repair. • Moisture treating or stabilization of the subgrade to reduce swell potential. • Design slopes of the adjacent ground and pavement to rapidly remove water from the pavement surface. MAINTENANCE We recommend a preventive maintenance program be followed for all pavement systems to assure the design life can be realized. Choosing to defer maintenance usually results in accelerated deterioration leading to higher future maintenance costs, and/or repair. LIMITATIONS The pavement and construction recommendations are based upon our field observation and testing, minimum traffic levels, and design criteria required by the City of Fort Collins and the AASHTO design methods. The design procedures were formulated to provide sections with adequate structural strength. Routine maintenance, such as sealing and repair of cracks, is necessary to achieve the long-term life of a pavement system. If the design and construction recommendations cannot be followed, or anticipated traffic loads change considerably, we should be contacted to review the recommendations. CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 26 We believe the geotechnical services for this project were performed in a manner consistent with that level of care and skill ordinarily used by members of the profession in the locality of the project. No warranty, express or implied, is made. If we can be of further service in discussing the contents of this report, or in the analyses of the proposed pavement systems from a geotechnical point of view, please call. CTL I THOMPSON, INC. Gary Diewald Staff Engineer Reviewed by: Thomas A. Chapel, CPG, PE Associate GD:TAC: bly (3 copy sent) cc: Interwest Consulting Group 1218 West Ash Street Windsor, Colorado 80550 Attn: Mr. Robert Almirall, PE and Loris & Associates 2585 Trail Ridge Drive East Lafayette, Colorado 80026 Attn: Mr. Peter Loris, PE CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 27 PROSPECT RD. DRAKERD. z O z O F= H Q Q o z Q LUit O §0 gz 0 } XO 0 z a0 am w g ¢ u� Uto w U� U ZD Z Z p z LLJ �O W J I DR4KERD. 4- 0 N 0 0 co m � C J W m Z Z 0D JZ M O OZ z L- J - I- o w LLI i M U F- a f0/I/zl HMI oven Project: Timberline Road Widening Project Date: 01/11/'2006 SpeUltem Number Description Estimated Quantity Unit Unit Cost Item Cost ZOO AP 400 m 210-04 Relocate Mailboxes 2 EA 210.05 Relocate COFC Water Meter, Manhole and Sprinkler Valve (112 LF) 1 EA Ge � , 2.10 ' � ) t 2 / (i' t2 21 D-06 Relocate COFC Fire Hydrant 6 EA 860'=* d✓r60'9P 210-07 Relocate COFC CP Test Station 9 EA 200'- 1,Op�00 .212 210-08 Relocate 3-Rail Dowel Fence 670 LF 1-10 16 3 a & icy ' �O 21 D-09 Irrigation Service 1" 4 EA �' 5 7 d ' 2? ? r1 6d "�W 210-10 Raise Existing Fire Hydrant (Approximately 12") 1 EA 630 so .o 63497 — 21 D-11 Relocate COFC Vent Pipe 5 EA ) r 3 210-12 Adjust Existing Gas Valve with Nut Extension 1 EA 2,30 CD 210-13 Relocate Existing Water Manhole (34 LF of DIP) 1 EA 1, oqo' or 1. SY(J'=° 304-01 Aggregate Base Course (Cl 5 or 6) - 9" Depth - (CIP) 304-02 ABC - (Cl 5 or 6) - 9" Depth - (CIP) - Patch Placement 304-02 Shouldering (Cl 5 or 6) - 4" Depth 306-01 Sidewalk Preparation 307-01 Fly Ash Sub -Grade Stabilization 403-01 Hot Bituminous Pavement - Grading 5 - 3" Depth (PG 64-28) 403-02 Hot Bituminous Pavement - Grading SG - 3" Depth (PG 64-22) 403-03 Hot Bituminous Pavement - Grading S - (3" Depth) Temporary (PG 64-28) 403-04 HBP Paver Patch - Grading S - (3" Depth) - (PG 64-28) 403-05 HBP Paver Patch - Grading SG - (3" Depth) - (PG 64-22) 403-M HBP Hand Patch . Grading S - (3" Depth) - (PG 64-28) 403-07 HBP Hand Patch - Grading SG -(4" Depth) - (PG 64-22) 403-08 HBP Hand Patch -Grading SG -(6" Depth) -(PG 64-22) -Temporary Patch 412-01 Concrete Paving (10" Thick) 502-01 Pile Driving (HP 12X53) 502-02 End Plates and Tips 32,085 TON �� 976 TON 1Do TON 23'O° 2300. 6,973 SY f ' 90 13, 2119 - L' 66,019 SY 5' Z'O 3y31 Zq$ • 8� 11,729 TON L'15.e .5 2,7r ses 9f 9,607 TON 35 -' 3 `11, 0q9 1,000 TON 140'22 ,/61y . ^� 314 TON 71'0 2z,zg4.W 314 TON 63-e-0 )e%, WZ-OiO 14 TON 120-ns 1,680'el 14 TON i1 V •°O 1, 5.210. -P 173 TON 110 • 40 11, 030, VO 323 SY 6D 00 ) `1. 360' 1 LS 3�,1,�J— 35i,0009° 36 EA 120~ g3Z0Ad Section 00300 Page 4 2 m PROSPECT RD. DRAKERD. ag N 10- LLI F YZ go �O 4-- 0 O O cu cl) O C O X 0 J W m co(!) D JZM O�LL OZ Z LL—J F— OW W ca �m It UP a LL +0/1/9t wrt GGZC= DRAKERD. I j Yz El 9 Ell zz0 -jZM O0C) OZ LL z—� LL�U 0W 3 M� U h— a. m LL ro/NzL wn o"Cow Nr n DRAKERD. N X R �o W U 4— O Cl) p O L_ C)) 4. O C O X 0 J W m Z _Z 00 _jZ NM OMO CC QZ Z LL'— F_ ti W U OLU � � 5 co 0 ro/t/u wn ooze i DRAKERD. 4- 0 N O cu U O J Y; LL Q O CYi O O CL C x O wm ZZ o J z CM, 0 0 LL oz z u-- F— Ow' 0 U I= a ro/L/zt wn mcom 09 PROSPECT RD. Z W g DRAKERD. 4- 0 N p O U J W Co Z Z 00 _j M O � LL pzZ U- J — F- }OW' r�0 U 1— a +o/L/sl wn as mi FCMSR LM 12/l/04 & I APPENDIX A SUMMARY LOGS OF EXPLORATORY BORINGS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 f TH1 El. 4942 4,950 940 ,930 4,920 Q= 0 4,910 ul 4,900 4,880 d U 0 9 i 4,870 U .L J POLICE FACILITY TH2 EI.4945 13112 17112 op 15112 ol 12112 100 10/12 11112 10112 00, 9/12 Q 40/12 GAS METERING STATION TH3 TH4 EI.4921 EI.4914 7/12 00, 5/12 36112 5/12 7/12 15/12 _ 9L 5018 5018 SUMMARY LOGS OF EXPLORATORY BORINGS 7 4,950 —j 4,940 4,930 4,920 4,910 --�o 4,900 4,890 4,880 4,870 �W w W J W CITY OF FORT COLLINS TIMBERLINE WIDENING PROJECT NO. FC03289 J FIG. A- 1 SILO TH5 El. 4913 4,950 4,940 4,930 w LL 0 4,910 w J W �4,900-7 Ll • lJ BRIDGE WIDENING TH6 TH7 TH7B EI.4913 EI.4906 El.4906 000, 00, 15112 11/12 9112 5/12 Q- � 36/12 S[ 45/17 50/12 40/12 50/8 50/6 5015 SUMMARY LOGS OF EXPLORATORY BORINGS 4,950 4,940 4,930 4,920 w LL 4,910 1 0 a w J W 4,900 4,890 4,880 4,870 CRY OF FORT COLLINS TIMBERLINE WIDENING PROJECT NO, F003289 FIG. A- 2 NORTH SOUTH NORTH BOUND BOUND BOUND S1 S2 S3 El.4936 El.4937 El.4938 4,950 4,940 31/12 21/12 5/12 4,930 IV 1 11 7/12 10/12 0 4,910 W J W 4,900 4,890 4,870 SOUTH BOUND S4 El. 4939 SUMMARY LOGS OF EXPLORATORY BORINGS 4,950 4,940 4,930 4,920 4,900 4,890 4,880 4,870 w LL CITY OF FORT COLLINS TIMBERLINE WIDENING PROJECT NO. FC03289 FIG. A- 3 lkdminis tati�e ticr'icc° ADDENDUM No. 1 Bid 5954 Timberline Road Widening Project SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5954 Timberline Road Widening Project OPENING DATE: 3:00 p.m. (Our Clock) February 14, 2006 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. At our pre -bid meeting held on January 24, 2006, a question was asked concerning the oil designation for the Hot Bituminous Pavement — Grading S — (3" Depth) Temporary (64-28). Also a question was raised about the large amount of flagger hours and if that was correct. Therefore, the following changes are reflected on our bid schedule: 403-03 Hot Bituminous Pavement — Grading G — (3" Depth) Temporary 1,000 TONS This item has been changed from Grading S to Grading G and the 64-28 oil has be eliminated. 630-04 Flaggers 300 Hours If you have any questions please contact John Stephen, CPPO, CPPB, Senior Buyer, at 970- 221-6777. Questions regarding this addendum should be directed to John D. Stephen, CPPO, CPPB, Senior Buyer (970) 221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 215 North Mason Street • 2°" Floor • P.O. Box 580 - Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 wwwdreomom Project: Timberline Road Widening Project Date: 01111/2DD6 Speclltem Number Description Estimated Quantity Unit Unit Cost Item Cost 506-01 Rip Rap 150XSOX3 1 LS (-o ,7 p*2 Sgi qO m 506-02 6X6X18 Type L Rip Rap with 6" Topsoil Cover 10 EA $� i , goo ' ~ 506-03 8X8X24 Type M Rip Rap 2 EA 3 170•=° iJ70 "mod 506-04 24" Hand Placed Type M Rip Rap per Spring Creek Trail Detail 100 LF 32 am 3x 4 51541 Waterproofing Membrane 597 Sy ) 3 " p* -q :;161 :4, 45-8 Ow 7 000.-ED 60"1 Bridge Extension For Spring Creek 1 LS , 603-01 15" Class III RCP 90 LF 7Zi - 603-02 18" Class III RCP 1,843 LF 3 r �° � 6 $ 603-03 24" Class III RCP 1,017 LF pO 603-04 W' Class III RCP 686 LF q'? , 0O " �• 331 603-05 36" Class III RCP 188 LF 67 r7-1Z 20 3 6 603-06 14" X 23" Class III HERCP 159 LF yj _ 10X ey71 603-07 19" X 30" Class III HERCP 136 LF J T -771 6 i !�_ 603-08 15" Class Ill RCP - FES 2 EA P4% �D D O49 ' 603-09 18" Class III RCP -FES 10 EA 603-10 18" Class III RCP - FES with 14" orifice plate i EA 603-11 24" Class III RCP -FES 1 EA 570 51 U 14" X Class HERCP 1 T�✓) ��� .-. 603-12 23" III -FES EA 603-13 4" PVC Schedule 40 Irrigation Sleeving 300 LF 16 •�- "7, Y�9 603-14 4" Median Under Drain Pipe System (Perorated Pipe wrapped in weed barrier) 1,583 LF pO I / 00 Z Z� /02 603-15 4" Median Under Drain Pipe System (Solid Pipe) 293 LF 1 /'22 3,Z/ Z 3 4/,,///� 603-16 Tie 30" RCP to Existing Area Inlet 1 EA O 40 -:7 00 - 603-17 Bore (Q22' Deep) 12" PVC Sanitary Sewer across Timberline Road 194 LF 7, p 603-18 4"Under Drain Connection - - - - - 2 EA ��.., ov(/,'�-- --- /� II -7 . / 2!4 603-19 3" Perorated Pipe Wrapped in weed barrier 1,551 LF T17 604-01 5' Type R Inlet 3 EA :3,300 9 TOO �- 604-02 10' Type R Inlet 2 EA 40110 00 ! 3� �-4 604-03 15' Type R Inlet 3 EA 9.1 `60 8190"010 604-04 Modeled 15' Type R Inlet 1 EA .-:?L; 560 reo -eg 604.05 4' Diameter Manhole 20 EA 2_Z7 6 L-V °= Section 00300 Page 5 NORTH SOUTH NORTH SOUTH =l BOUND BOUND BOUND BOUND S5 S6 S7 S8 El.4941 El.4943 El.4943 El.4942 4,950 4,950 —j 940 j12/12 4,940 15/12 13/12 3112 10/12 a112 11/12 8/12 1a1z s/12 930 4,930 920 4,920 wr I 0 r4,910 4,910 o a a J J W W 4,900 4,890 A80 4,880 4,870 4,870 SUMMARY LOGS OF EXPLORATORY BORINGS CITY OF FORT COLLINS TMERLINEYAOENINc FIG. A- 4 PROJECT NO. FCa3W9 J. NORTH SOUTH NORTH SOUTH BOUND BOUND BOUND BOUND S9 S10 S11 S12 El.4941 El.4940 E1.4940 E1.4940 4,950 4,950 1 4,940 4,940 ol 5M2 11/12 9112 7/12 3112 4,930 16112 C6/12 5/12 04/12 4,930 4.920 w� I1LL 0 4,910 4,910 Io w w �w J 4,900 4,900 —1 4,890 4,890 4,880 4,880 0 U a U' 4,870 4,870 U LL SUMMARY LOGS OF EXPLORATORY BORINGS J CITY OF FORT W m TIMBERLINE WIDENING FIG. A- 5 PROJECT NO. FC03239 J NORTH SOUTH NORTH SOUTH BOUND BOUND BOUND BOUND S13 S14 S15 S16 El.4942 El.4943 El.4915 El.4918 4,950 4,950 —j 9112 4,940 4/12 40 00, 6112 112 4,930 4,920 4,920 12/12 w 5112 w 0 4 910 8/12 4,910 0 j R5112 w w w 11112 w 4,900 50/4 4,900 —� 4,890 4,890 4,880 4,880 t a v 4,870 4,870 U i 2 SUMMARY LOGS OF EXPLORATORY BORINGS W mC"Y OF FORT COLLM3S H TIMBERUNE WDENING FIG. A- 6 PROJECT NO. FC032M J NORTH SOUTH BOUND BOUND S17 SIB El. 4913 El. 4913 4,950 ,930 PROSPECT PROSPECT S19 S20 El.4916 El.4926 h w w LLF 19/17 0 4,910 3o/1z 31/12 6112 Lu V 12/12 w a t t114112 LV j 112112 4,900 ::E ,870 CITY OF FORT COLLINS TIMBERLINE VVIDENING PROJECT NO. FC03289 SUMMARY LOGS OF EXPLORATORY BORINGS 10/12 13/12 4,950 4,940 4,930 4,920 ru w LL 4,910 o w w w 4,900 4,890 4,880 4,870 FIG. A- 7 9 PROSPECT S21 El. 4912 4,950 940 4,930 4,870 SOUTH BOUND S22 El. 4911 SOUTH BOUND S23 El. 4907 SOUTH BOUND S24 EL 4910 4,9507 -I 4,940 4,930 4,920 u u u 4,910 1 S I LL 4,900 4,890 4,880 -I 1 4,870 _ CD'Y OF FORT COLLINS TIMBERLINE WIDENING oon wrr un cnv..w SUMMARY LOGS OF EXPLORATORY BORINGS LEGEND: ASPHALT. ng ROAD BASE, SAND AND GRAVEL, MOIST, BROWN TO DARK BROWN, (BASE COURSE). ®FILL, CLAY, SANDY, SILTY, WITH OCCASIONAL GRAVEL, MEDIUM STIFF TO VERY STIFF, MOIST, BROWN TO DARK BROWN, (FILL). FILL, SAND, CLAYEY TO SILTY, WITH OCCASIONAL GRAVEL, LOOSE TO DENSE, BROWN (FILL). CLAY, SILTY TO SANDY, OCCASIONAL GRAVELS, SOFT TO VERY STIFF, DRY TO VERY MOIST, BROWN TO DARK BROWN, RED BROWN AND TAN, (CL). SAND, CLAYEY, LOOSE TO MEDIUM DENSE, MOIST, BROWN, (SC). SAND POORLY GRADED, SLIGHTLY SILTY, GRAVELS, SMALL COBBLES, MEDIUM DENSE TO VERY DENSE, VERY MOIST TO WET, BROWN, (SP). CLAYSTONE BEDROCK, HARD TO VERY HARD,MOIST, OLIVE GREY TO GREY, (BEDROCK). DRIVE SAMPLE. THE SYMBOL 17112 INDICATES 17 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.54NCH O.D. SAMPLER 12 INCHES. DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.0-INCH O.D. SAMPLER INCHES. BULK SAMPLE FROM AUGER CUTTINGS. SHELBY TUBE SAMPLE. SZ WATER LEVEL MEASURED AT TIME OF DRILLING. WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING. APPROXIMATE ELEVATION OF PROPOSED ROAD PROFILE. NOTES: I. THE BORINGS WERE DRILLED ON, AUGUST 9TH AND 11TH, 2004 USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. 2. BORING LOCATIONS AND ELEVATIONS WERE SURVEYED BY KING SURVEYORS. 3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. 7 FIG. A- 8 APPENDIX B LABORATORY TEST RESULTS - TEST HOLES CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03299 3 2 Z 0 O N z 9 -1 x w 0 z -2 0 ro W M -3 1L M O C) A WETTING 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 91 PCF From TH-1 AT 4 FEET NATURAL MOISTURE CONTENT= 7.6 % Z 0 0 N z a a -1 x W 0 z O -2 W Ix -3 a 2 0 0 A 0.1 1.0 10 100 APPLIED PRESSURE -KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 116 PCF From TH-2 AT 9 FEET NATURAL MOISTURE CONTENT= 5.6 % Swell Consolidation MM Test Results FIG. B-1 CTI IT PRO.IFCT NO FC03989 3 2 in Z 0 O 0) z Q IL -1 x w e z -2 0 -3 a O 0 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample Of FILL, CLAY, SANDY NATURAL DRY UNIT WEIGHT= l09 PCF From TH-3 AT 4 FEET NATURAL MOISTURE CONTENT= 15.7 % 3 2 it z O y z Q x LU a z 2 0 ILI i IL 2 0 L) a 0.1 1.0 10 100 APPLIED PRESSURE -KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 95 PCF From TH-4 AT 4 FEET NATURAL MOISTURE CONTENT= 20.8 % Swell Consolidation IF Test Results FIG. a-2 CTL I T PROJECT NO. FC03289 7 6 5 4 3 2 1 0 -2 -3 -5 -6 -7 KIL -8 0.1 1.0 10 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= From TH-6 AT 4 FEET NATURAL MOISTURE CONTENT= 100 112 PCF &9 % Swell Consolidation Test Results FIG. B-3 Ll CTL I T PROJECT NO. FC03289 Project: Timberline Road Widening Project Date: 0111112DD6 Spedltem Description Estimated Unit Unit Cost Item Cost Number Quantity 604-06 6Diameter Manhole 7 EA _to-��0 /t�7 � r 7�/0 604-07 Irrigation Ditch Box Connection 1 EA 604-08 Area Inlet Lids (Grated Top) 604-D9 Concrete Sidewalk Culvert (10') - on existing curb 604-10 Concrete Sidewalk Culvert (5') 604-11 Concrete Cap (Per Detail) 604-12 Concrete Headwall (Per Detail) 606-01 Guardrail 606-02 End Anchor 607-Dl 3 Rail Dowel Fence with no climb fabric 607-02 Orange Safety Fence 60"1 7' Detached Concrete Sidewalk (6") 608-02 Attached Concrete Sidewalk (6") - Widths Vary 608-03 Concrete Access Romps (e") with Truncated Dome Warning Panels 608-04 Concrete Drive Approach and Concrete Driveway (6") 608.05 Pedestrian Refuge Islands (6") 608-06 Hi -Early Concrete (24 hr. ) 608-07 Flow Fill Concrete 608-08 Colored Concrete Bike Path (5" Flbermesh) 609-01 Verflcal Curb and Gutter (30") 6D9-02 Outfall Curb and Gutter (18") 609-03 Rollover Curb and Gutter (18") 609-04 Driveway Curb Cuts (W Wide) 6D9-05 Concrete Median Curb (Epoxied) 2 EA _--/�m 1 f O1-1d 1 EA V?, c;Z , 5.570 2 EA _ l�� �i -J CJIL-� 120 SF f!! 1 LS fp 70 ' O 7,9 141 LF C2 I go 4 EA rid — T GO 304 LF is— - 7o cry 1,035 LF �y 50,035 SF 3 !JQ O 12,725 SF 9 � � 9,268 SF 8 76 t 9a 6W SF -3 ate. Q �I� 4ao m 700 SF f y// y 0&0 ov 200 CY 2!o COO 1 2,636 CY 8,400 SF 38 �Tb p Q b 10,967 LF ip/ 91k, 7,570 LF CJ (moo CD I (O Q 120 LF 2 EA 2,217 LF Section 00300 Page 6 6 5 4 3 2 1 6 4 -2 -3 -4 -5 -6 -7 -8 KIA •9 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 103 PCF From TH-6 AT 9 FEET NATURAL MOISTURE CONTENT= 22.6 % Swell Consolidation Test Results FIG. B-4 CTL I T PROJECT NO. FC03289 KII Z o 0 z a e- -1 x W 0 Z -2 0 W U LU It .3 a 2 0 U -a 0.1 1.0 10 APPLIED PRESSURE - KSF Sample of CLAYSTONE NATURAL DRY UNIT WEIGHT= From TH-7B AT 19 FEET NATURAL MOISTURE CONTENT= 3 Fi `01 rA 100 117 PCF 15.5 % 0.1 1.0 10 100 APPLIED PRESSURE -KSF Sample of CLAYSTONE NATURAL DRY UNIT WEIGHT= 105 PCF From TH-7B AT 29 FEET NATURAL MOISTURE CONTENT= 21.0 % Swell Consolidation Ir Test Results FIG. B-5 CTL I T PROJECT NO. FC03289 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR, 45 MIN. 100 7 HR. TIME READINGS US STANDARD SERIES 15 MIN. 60 MIN. 19 MIN. 4 MIN. i MIN. '200 '100 '50 '40 30 '16 CLEAR SQUARE OPENINGS `10 '8 '4 318" 314" 1Y," 3" 516" 8" 90 0 80 20 0 70 w 30 z 40 W w 50 a 40 30 2020 50 w 60 —" -- `- 70 10 80 _ 90 0 D01 0002 -005 '009 .019 037 074 .149 297 0.4259D 7..19 2.0 2.36 4.76 9.52 DIAMETER OF PARTICLE IN MILLIMETERS 191 36� 7 inn 76.q 727 2200 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM ICOARSEI FINE I COARSE COBBLES Sample QT SAND, SLIGHTLY SILTY (SP) From TH 1 AT 24 FEET GRAVEL 28 % SAND 68 % SILT & CLAY 4 % LIQUID -LIMIT- % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U-S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4MIN. 1MIN. 200 '100 '60•4030 '16 •10'8 14 318" 314" 1W 100 0 90 80 10 _ 20 3D _— z 60 _-_—^ F 40 w Z U 50 � 50 w U 30 - 70 20 80 10 -- 001 0.OD2 .005 009 .019 037 074 .149 297 590 1.19 2.0 238 4.76 9.52 19.1 36.1 76.2 127 2001� 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM ICOARSEI FINE COARSE I COBBLES Sample of SAND, SLIGHTLY SILTY (SP) From TH 4 AT 19 FEET GRAVEL 38 % SILT & CLAY 8 % PLASTICITY INDEX Gradation SAND 54 % LIQUID LIMIT - % Test Results FIG. B-6 r.TI I T PPr),IFrT NO Pr.n'17RQ HYDROMETER ANALYSIS I SIEVEANALYSIS 25 HR, 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN, 19 MIN, 4 MIN, 1 MIN. 200 '100 '50 '40 '30 '16 11018 '4 31W 314" 1%" 3" 516" 8" 100 0 10 so _ 20 70 z 01i3p ., w N 60 40 w a _ _ K U -- j- z w - 50 �— n 40 60 a 30 70 20 .80 10 90 p ^TT inn 001 0.002 005 009 019 .037 074 .149 .297 D,42590 1.19 2.0 2.38 4.76 9.52 191 361 76.2 12775 � DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE I MEDIUM IC6ARSEl FINE I COARSE COBBLES Sample of SAND, SLIGHTLY SILTY (SP) GRAVEL 29 % SAND 62 % From LOT 7 AT 9 FEET SILT & CLAY 9 % LIQUID —LIMIT - % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U. S. STANDARD SERIES 45 MIN. 15 MIN. 60MIN. 19 MIN. 4 MIN. 1 MIN. 200 lion •5D '40 '30 '16 100--------------- CLEAR SQUARE OPENINGS •1D •6 '4 318" 314" 1W' 3" 516" e" p 90 10 8D 20 i TD 30 ai 'w 40 IV _ z w Ix w - rc a 40 30 a 70 J 20 80 10 90 p DOI D002 005 009 .019 .D37 074 .149 .297 042BW 1.19 2-D 2.38 476 9.62 DIAMETER OF PARTICLE IN MILLIMETERS 191 36.1 — 100 76.2 12752 215220D CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM 1COARSEI FINE I COARSE I COBBLES Sample of From GRAVEL % SAND % SILT & CLAY % LIQUID LIMIT % PLASTICITY INDEX % Gradation Test Results FIG. B-7 rTI I T PPC7LI1=I'T N(1 PrwA7RQ TABLE B - 1 SUMMARY OF LABORATORY TEST RESULTS - TEST HOLES TEST HOLE DEPTH FEET MOISTURE °k DRY DENSITY PCF SWELL TEST DATA ATTERBERG LIMITS UNCONFINED COMPRESSIVE STRENGTH PSF ORGANIC CONTENT % SOLUBLE SULFATES (% PASSING NO. 200 SIEVE SOIL TYPE SWELL %(PSI APPLIED PRESSURE SWELL PRESSURE PSF) LIQUID LIMIT % PLASTICITY INDEX % TH-1 4 7.6 91 -0.6 1,000 0.001 CLAY, SANDY CL TH-1 9 11.3 108 95800 CLAY, SANDY CL TH-1 19 17.9 111 35 22 64 CLAY, SANDY (CL) TH-1 24 9.7 4 SAND, SLIGHTLY SILTY SP TH-2 4 7,6 100 88 CLAY, SANDY CL TH-2 9 5.6 116 -0.5 1,000 CLAY, SANDY (CL TH-3 4 15.7 109 0.0 1,000 FILL, CLAY, SANDY TH-3 9 13.0 115 61 ICLAY, SANDY CL TH-3 14 25.7 96 39 23 94700 CLAY, SANDY (CL TH4 4 20.8 95 -1.0 1,000 CLAY, SANDY CL TH4 9 13.1 109 47 SAND, CLAYEY SC TH-4 19 6.9 126 8 SAND, SLIGHTLY SILTY SP TH-6 4 19.0 112 0.2 1,000 50 CLAY, SANDY (CL TH-6 9 22.6 103 0.1 1.000 1,500 2.7 CLAY, SANDY CL TH-7 9 8.3 119 9 SAND, SLIGHTLY SILTY SP TH-78 4 29.1 94 39 21 2.9 84 CLAY, SANDY CL TH-7B 19 15.5 117 1.2 2.400 12,000 CLAYSTONE TH-78 24 15.1 113 50 28 277000 100 CLAYSTONE TH-76 1 29 21.0 105 1.0 3,600 13,000 CLAYSTONE CITY OF FORT COLLINS TIMBERLINE WIDENING CTL I T PROJECT NO. FC03289 Page 1 of 1 APPENDIX C LABORATORY TEST RESULTS - SUBGRADE BORINGS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL ( T PROJECT NO. FC03289 a 2 u -a 0.1 LO 10 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) DRY UNIT WEIGHT -- From S-1 AT 4 FEET MOISTURE CONTENT= a 2 M Z O 0 ra Z Q CL , x W a Z O -2 _ N W It .3 CL F- O v 100 112 PCF 16.1 % 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample Of FILL, CLAY, SANDY DRY UNIT WEIGHT= 114 PCF From S-2 AT 2 FEET MOISTURE CONTENT= 13.5 % Swell Consolidation Test Results FIG. C-1 CTL I T PROJECT NO. FC03289 7 6 5 4 3 2 1 0 -1 -2 3 -4 -5 -6 .7 -8 0.1 1-0 10 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= From S-3 AT 4 FEET NATURAL MOISTURE CONTENT= 100 101 PCF 14.9 % Swell Consolidation Test Results FIG. C-2 CTL I T PROJECT NO. FC03289 7 g e 4 3 2 1 0 .1 _2 -3 -5 -6 -7 1z _g 0.1 1.0 10 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= From 84 AT 2 FEET NATURAL MOISTURE CONTENT= 100 99 PCF 10.1 % Swell Consolidation Test ResUlts FIG. C-3 IF CTL I T PROJECT NO. FC03289 3 2 z 0 O N z Q a -1 x us e z -2 0 w IX -3 IL 2 0 U 0.1 1.D 10 100 APPLIED PRESSURE -KSF Sample of FILL, SAND, CLAYEY DRY UNIT WEIGHT= 106 PCF From S-7 AT 2 FEET MOISTURE CONTENT-- 16.7 % 3 2 TO M z 0 0 us z Q IL 1 x w 0 z 0 -2 m I% a 2 0 U a 0.1 1.0 10 1 DO APPLIED PRESSURE - KSF Sample Of CLAY, SANDY (CL) DRY UNIT WEIGHT= 89 PCF From S-8 AT 2 FEET MOISTURE CONTENT= 7.8 % Swell Consolidation Test Results FIG. C-a CTL IT PROJECT NO. FCO3289 Project: Timberline Road Widening Pro)ect Date: 01/11/2006 SpecAtem Number Description Estimated Quantity Unit Unit Cost Item Cost '7 Q-7� 609-06 Exposed Aggregate Concrete Median Splashblock for Glue Down Median 7,373 SF j yH Q( V 40 609-07 Exposed Aggregate Concrete Median Splashblock (4") 13.631 SF ( [ l r1 609-08 R&R Vertical Curb and Gutter 150 LF a�7 � 07 � Aso 609-09 R&R Concrete Sidewalk 300 SF f L'Lnd� 609-10 R&R Splashblock 800 SF 7 ' 4pU 4t 619-01 8" DIP CL52 Water Main 249 LF _ �_ / to� 619-02 24" X 8" Tapping Saddle 4 EA ar Q 7 619-03 8" X 2" Blow -OH w(Thrust Block 4 EA 10� 619-04 8" Gate valve and box 4 EA 7 ab 870 u 3 I 619-05 1" Copper Irrigation Service - 32 LF y �7 L� /] m q C2 r 619-06 1" Curb Stop 4 EA t / 6 '7 qoco 619-07 1" Meter Ph wit" Yoke 4 EA 30 / l � 619-M 1" Corp Stop 4 EA 3S HO 619-09 6"DIP (CL52 Water Main) 10 LF �7m L147 -Z ZQ 619-10 Fire Hydrant Assembly (Per DetW) 1 EA Q@7 �y0� �Y �jo20 Subtotal Road Timberline Widening Quantities: $ Landscaaina Quantities: 2810-01 Irrigation i LS / ocC.� 2900-01 Patmore Ash 11 EA „! q0 2900-02 Marshall Ash 11 EA [�1�n� ('IOC -j All, �'S^ /91C7 2900-03 Western Catalpa l l EA go G� 2900-04 Curtleaf Mountain Mahogany 15 EA !. / � 2900-05 Pawnee Buttes Western Send Cherry 105 EA 2900# Bright Red Shrub Rose 154 EA a9 2900-07 Morden Sun Rise Rose 122 EA C, s3� 2900-08 Hughes Juniper 46 EA � � � �/ / CO �!�/ Section 00300 Page 7 3 2 0 Z 0 O N z a x w 0 Z -2 O U) W 0: -3 a E O v -q W ETTI N 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY DRY UNIT WEIGHT= 101 PCF From S-9 AT 2 FEET MOISTURE CONTENT= 191 % 3 E TO z O 0 ra z 4( 0 z O -z rn W W. -3 IL 2 O V -a 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) DRY UNIT WEIGHT= 114 PCF From S-11 AT 2 FEET MOISTURE CONTENT= 15.3 % Swell Consolidation Test Results FIG. C-5 CTL I T PROJECT NO. FC03289 3 2 Z 0 O U) Z Q a -1 x W 0 Z -2 O W X -3 d a O V 0.1 1.0 10 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) DRY UNIT WEIGHT= From S-12 AT 2 FEET MOISTURE CONTENT= 3 711 100 103 PCF 17.6 % 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample Of SAND, CLAYEY (SC) DRY UNIT WEIGHT= 115 PCF From S-13 AT 2 FEET MOISTURE CONTENT= 14.4 % Swell Consolidation Test Results FIG. C-6 CTL IT PROJECT NO. FC03289 7 g s 4 3 2 1 0 _1 _2 -3 -4 -5 _g _7 0.1 1.0 10 10C APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= 108 PCF From SA5 AT 2 FEET NATURAL MOISTURE CONTENT= 20.4 % Swell Consolidation Test Results FIG. C-7 CTL I T PROJECT NO. FC03289 -3 0.1 1.0 10 APPLIED PRESSURE -KSF Sample of CLAY, SANDY (CL) NATURAL DRY UNIT WEIGHT= From S-17 AT 4 FEET NATURAL MOISTURE CONTENT= 100 120 PCF 13.4 % Swell Consolidation Test Results FIG. C-8 CTI_ I T PRO.IFCT NO. FC039R9 3 2 0 z 0 O ca z a -, x W 0 O -2 N W IX -3 IL z 0 U WETTI 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY DRY UNIT WEIGHT-- 11g PCF From S-18 AT 2 FEET MOISTURE CONTENT= 9.2 % 3 2 a z 0 0 N z a x W 1A e z 0 -z N U W fY -3 0. O U 0.1 I.0 10 100 APPLIED PRESSURE - KSF Sample Of FILL, SAND, CLAYEY DRY UNIT WEIGHT= 122 PCF From S-19 AT 2 FEET MOISTURE CONTENT= 7.4 % Swell Consolidation Test Results FIG. C-9 CTL IT PROJECT NO. FC03289 a 2 a Z 0 O i5 z a a •1 x w 0 z _2 0 1n w iY -3 IL 2 0 U WETTI 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of FILL, CLAY, SANDY DRY UNIT WEIGHT= 114 PCF From S-22 AT 2 FEET MOISTURE CONTENT= 13.7 % 3 2 a z O 0 N z a d -, x w 0 z 2 0 w ac .-3 a 2 0 U 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) DRY UNIT WEIGHT= 103 PCF From S-23 AT 2 FEET MOISTURE CONTENT= 20.4 % Swell Consolidation Test Results FIG. C-10 CTI_ I T PRO.IFCT NO. FC03289 HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES 45 MIN, 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 1100 '50 '40 '30 116 CLEAR SQUARE OPENINGS '10 '8 '4 3/8" 3/4" 1X" T. 516" 8" 0 90 80 20 = 70Ot 60 ~~ ~ as — 40 w � F _ U 50 50 U K a 40 � 30 _-- 70 —i - 20 80 J 10 _ -� —.� 90 0 1Inn 001 0,002 WS D09 019 037 074 149 297 590 1.19 20238 4,76 9.52 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 762 177 200 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I COBBLES Sample Of FILL, SAND, CLAYEY GRAVEL 35 % SAND 39 % From S1 AT 0-4 FEET SILT & CLAY 26 % LIQUID LIMIT . % PLASTICITY INDEX ~ % HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 FIR. 45 MIN. 100 7 HR. TIME READINGS U.S. STANDARD SERIES 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '20D '100 '5D '40 '30 '16 CLEAR SQUARE OPENINGS `10 '8 '4 3f8" 314" 1`fi" 3" 5116" S" 0 90 10 `^ 80 20 (9 70 60 - - — 40 T� v5g - a 40 60 30 70 20 80 10 T 90 0 — 10D 001 0.002 A05 009 .019 .037 074 .149 .297 0.42690 1.19 20 2.3S 4.76 9.52 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 762 1215 � CLAY (PLASTIC) TO SILT (NON•PLASTIC) SANDS GRAVEL FINE MEDIUM ICOARSEI FINE I COARSE I COBBLES Sample Of FILL, SAND, CLAYEY From S7 AT 0-4 FEET GRAVEL 20 % SILT & CLAY 42 % PLASTICITY INDEX _ Gradation SAND 38 % LIQUID LIMIT - % Test Results FIG. C-11 rXI I T PPCI.IFI^T Kin Fr.nl9RQ HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES 45 MIN. 15 MIN. 60 MIN. ISMIN 4 M94. 1 MIN. 1200 '100 '50 -40 '30 116 100 CLEAR SQUARE OPENINGS 110 18 '4 318" 314" 116" 3" 5"6" 8" 0 90 SO —'--- 20 z 70 60 ti _ _ 50 w — w a 40 30 — '-to 20 80 90 001 0.002 .005 009 019 037 074 149 .297 .590 1.19 20 2.38 4.76 9-62 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 76.2 127 200 162 CLAY (PLASTIC) TO S ILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM ICOARSEI FINE I COARSE I COBBLES Sample of SAND, CLAYEY (SC) GRAVEL 27 % SAND 28 % From S12 AT 0-4 FEET SILT & CLAY 45 % LIQUID LIMIT - % PLASTICITY INDEX % HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. SO MIN. 19 MIN. 4 MIN. 1 MIN. 1200 100 '50 '40 '30 •1S 410 18 14 3B" 314" 11T 3" 516" 8" 100 0 90 80 — 20 i 70 30 i C 60 40 K Z w 50LSD W C � a 40 60 6 30 , 70 ZQ 80 10 ti— - 90 0 100 .001 0.002 005 OD9 019 037 074 .149 .297 .590 1.19 2.0 2.38 4.76 9.S2 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 762 127 2D0 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE I MEDIUM JCQARSEJ FINE I COARSE I COBBLES Sample of SAND, CLAYEY (SC) From S12 AT 4-9 FEET GRAVEL 23 % SILT & CLAY 38 % PLASTICITY INDEX Gradation SAND 39 % LIQUID LIMIT - % Test Results FIG- C-12 rTl I T PP0.I1=C`.T NC) Frf1-qgRQ HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN, 15 MIN 60 MIN 19 MIN, 4 MIN. 1 MIN '200 '100 '50 '40 '30 "16 '10 18 '4 318" 314" 1'W V. 10D _ 0 90 - — — - - 10 80 _ -:20 070 30 a 60 40 w w 50 —H— 50 w _i 40 60 a 30 70 20 _ BO 90 a � 001 0.002 -0D5 009 019 037 074 149 .297 SW 1.19 2.0 2,38 4.76 9.52 19.1 36.1 76.2 Inn 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT(NOWPLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE COBBLES Sample of _SAND, CLAYEY (SC) GRAVEL 35 % SAND 26 % From S13 AT 0-4 FEET SILT & CLAY 39 % LIQUID LIMIT - % PLASTICITY INDEX - % HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U S. STANDARD SERIES 45MIN. 15MIN. 60MIN.19MIN. 4MIN. 1 MIN. '200 1100 150 "40 "30 116 iDD CLEAR SQUARE OPENINGS 11018 "4 3/8" 314" 1W" T. 5"6" 8" 8020 0 — 10 80 —_ CD 70 z — 30 w to 2 Q 60 a -- 40 a w re V ¢ ~ w 0 40 = 30 60 — 70 a 20 80 10 -- - ^ 90 001 0.002 DD5 ,009 019 037 074 149 .297 .590 1.19 2.0 2.38 4.76 9.52 191. .1 361 76.2 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 100 127 200 152 CLAY (PLASTIC) TO SILT(NOWPLASTIC) SANDS GRAVEL FINE MEDIUM COARSEwk_ FINE COARSE COBBLES Sample of SAND, SLIGHTLY SILTY (SP) From S15 AT 14 FEET GRAVEL 42 % SILT & CLAY 8 % PLASTICITY INDEX Gradation SAND 50 % LIQUID LIMIT - % Test Res u Its FIG. C-13 r7l I T PRn.IF(:T K10 Frn-,AgRq HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR, TIME READINGS U.S. STANDARD SERIES 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 '30 *16 100 CLEAR SQUARE OPENINGS '10 '8 '4 3/8' 314" 1 W 3" 51.6" 8" p io 80 20 70 30 Z Z w 40 rc _ w 5001 n 40�_;--_ i SD 30 70 20 so 10 90 0 — ~ 100 001 0.002 005 Oda 019 -037 074 ,149 .297 S90 1,19 20 2,38 4,76 9.52 0,42 DIAMETER OF PARTICLE IN MILLIMETERS 191 36.1 76.2 129 200 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE I MEDIUM ICOARSE FINE I COARSE ICOBBLESI Sample of FILL, SAND, CLAYEY GRAVEL 32 % SAND 49 % From S16 AT 2 FEET SILT & CLAY 19 % LIQUID LIMIT - % PLASTICITY INDEX % HYOROMETER ANALYSIS SIEVE ANALYSIS 25 HR_ 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN, 15 MIN. 60 MIN, 19 MIN 4 MIN. 1 MIN. ROD 100 '50 '40 30 `16 -10 'B -4 W 314, 1'f+' T. 516, 8" 100 0 _ _y 90 --� 10 60 — -- 20 —_+—�—� i70 z _aD 60 — ---~ 40 ru ¢ F- w 50 f__----'--a 50 ILI W _ _ 60 30 170 20 80 10 90 0 OD1 10D 0,002 ODS 009 019 D37 -074 149 .297 MO 1.19 2.0 2.38 4.76 952 191 36.1 162 127 200 042 162 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC] SANDS GRAVEL FINE I MEDIUM ICOARSEI FINE I COARSE I COBBLES Sample of SAND, SLIGHTLY SILTY (SP) From S16 AT 9 FEET GRAVEL 6 % SAND 85 % SILT & CLAY 9 % LIQUID LIMIT - % PLASTICITY INDEX % Gradation Test Results FIG.C-14 C:TI I T PRC),IFr.T NO Fr:f1';9RA Project: Timberline Road Widening Project Date: 01/1112006 SpecAtem Description Estimated Unit Unit Cos( Item Cost Number Quantity 2900-09 Buffalo Juniper 144 EA 2900.10 Broadmoor Juniper 15O EA CIO 3/ — y k '� 2900-11 Landscape Cobbles (CIP 6"-9" Size) 74 TON 7y - s, y71e p7 � Oa 2900-12 MSE 8"-18" Block Wall 85 LF�pa�-/S 2900.13 Topsoil -60f40 Compost Mix for Medians 3,780 CY I�� CJ 2900-14 Wood Mulch SF S� �7/l0 Alta to tZ 34,098 Subtotal Timberline Road Wdening Landscaping Quantifies: Miscellaneous Ouantities: Contract Bond 625-01 Construction Surveying 626-01 Mobilization 630-01 Type III Barricades 630-02 Message Boards 630-03 Jersey Barriers (25 Barriers for approximately 4 months 630-04 Fleggers 630-05 Traffic Control Subtotal Timberline Road Widening Misc. Quantities: $ 110 J c�t0 1 LS 3%PP�� 370 LS SIX, lam? .3Qa LS 7 Od 20 SECTION b� 8�1 � 70 DAY 200 LF 9P 30dQ HOURS 1 LS _?J4zo49 . r J r� ..J r I /r i Jr� Do $ 310 080 Section 00300 Page 8 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U. S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. SO MIN. 19 MIN. 4 MIN. 1 MIN. "20D '100 '50 '40 '30 *16 '10 '8 •4 100 3/8" 3/4" 1Yh" 3" 516" 8" 0 10 80 --J 20 0 70 N — _--- 30 w 2 — 40 w Z 50 w 40 60 a 30 70 20 -----:--;T----�—, , so — —90 0 001 0002 005 009 '019 037 ..074 .149 .297 59D 1,19 2.0 2,38 4.76 9.52 19.1 36.1 76.2 0 42 127 200 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I COBBLES Sam I f We o SAND, CLAYEY (SC) GRAVEL 36 % SAND 22 From S17 AT 0-4 FEET SILT &CLAY 42 % LIQUID LIMIT _ % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR, TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. ISMIN 60 MIN. 19 MIN. 4 MIN. I MIN. 24030 '16 "10 '8 '4 100 !8" 00 •100 '50 •'331q" 1'h" 3" 5"6" 8" 90,80 0 - 10 — _ 20 070 i 60 I w W 30 20 001 r w 30 -- 40 w w — -- —� 70 80 90 009 .019 037 074 0.002 005 149 .297 0.42 590 1.19 2.0 2.38 DIAMETER OF PARTICLE IN MILLIMETERS 00 4..76 9.52 19.1 36.1 762 127—^2001 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE I FINE ICOARSE COBBLES aample of SAND, SILTY (SM) From S18 AT 0-4 FEET GRAVEL 28 % SILT & CLAY 23 PLASTICITY INDEX Gradation SAND 49% LIQUID LIMIT - % Test Results FIG. C-15 rTI I T PPO.11=rT Nn Fr. n37RQ HYDROMETER ANALYSIS SIEVE ANALYSIS 2S HR, 7 HR. TIME READINGS U.S. STANDARD SERIES 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 30 '16 10D CLEAR SQUARE OPENINGS '10 '8 '4 318" 3/4" 11w, 3" 5"6' all 0 so --{ 20 0 70 30 z a60 w 40 U 50 U a 40 ^ 60 0 30 _, 70 _-- _ 20 80 _i- 10 90 — p '001 - 0.0112 005 .009 019 .037 074 149 '297 0.42$90 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 DIAMETER OF PARTICLE IN MILLIMETERS tm 127 200 152 CLAY (PLASTIC) TO SILT(NON-PLASTIC)SANDS GRAVEL FINE MEDIUM ICOARSEI FINE I COARSE I COBBLES Sample of FILL, SAND, CLAYEY GRAVEL 31 % SAND 48 % From S19 AT 0-4 FEET SILT & CLAY 21 % LIQUID LIMIT - % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR, TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. ISMIN 60 MIN.19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 '30 '16 'ID'S '4 3i6" 314" 14W 3" 5"6" B' 1DD p 90 10 80 20 0 70 30 N _.—�-�.� Q u 40 I- Z 50 50 w cc w n 40 a 6p 30 70 20 80 10 90 0 100 001 0.002 005 .009 019 037 074 149 2970.42590 1.19 202.38 4.76 9-62 19.1 36A 762 12152200 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I COBeLE3 Sample of SAND, SLIGHTLY SILTY (SP) GRAVEL 65 % SAND 25 % From S20 AT 4-9 FEET SILT & CLAY 10 % LIQUID LIMIT - % PLASTICITY INDEX % Gradation Test Results FIG. C-16 rTI l T PRn.IFr.T NO Fr.nl9RQ HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 MR. TIME READINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN 1 MIN. 100 US, STANDARD SERIES '200 1100 150 40 '30 116 CLEAR SQUARE OPENINGS '10 18 '4 3/8" 314" 11W 3" 5"6" 8" p 90 10 80 20 0 70 2 30 N -A Z Q 60 w i _{ 40 _ F V 50 50 w n 40 30 — _—_.--T--{ 70 10 J 90 L 001 0.002 -005 009 019 037 .074 .149 .297 SW 1.19 2.02,38 4.76 9.52 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36-1 762 127 200 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I COBBLES Sample of SAND, SLIGHTLY SILTY (SP) GRAVEL 56 % SAND 37 % From S23 AT 9 FEET SILT & CLAY 7 % LIQUID LIMIT - % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES 45 MIN, 15 MIN. 6D MIN. 19 MIN. 4 MIN. 1 MIN. '200 1100 160 140 '30 116 100 CLEAR SQUARE OPENINGS 110 '8 14 W 314" 1'h" 3" S'6" 8" 0 90 10 80 20 , = 70 30 N = 80 � 40 t- IY KWW 50 50 V K _ U � _ a 40 60 30 70 2D _—•_---'_ 80 90 p — ID0 D01 0.002 006 '009 019 037 074 149 297 0.42590 1.19 2.0 2.38 4.75 9.52 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 762 127 200 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE COBBLES Sample of SAND, CLAYEY (Sc) From S24 AT 0-4 FEET GRAVEL 16 % SAND 36 % SILT & CLAY 46 % LIQUID LIMIT " % PLASTICITY INDEX - % Gradation Test Res u Its FIG. C-17 CTI I T PRO.IFr.T NO Frn.,AgRQ HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. 200 •100 '50 '40 '30 '16 '10 '8 '4 318" 314" 1W 1o0 3" 5"6" S" 0 9o—_- 10 So — 20 z 70 O N i 30 Z a 60 40 W F- K U 50 ~ 50 w W a qp — U 60 E 30 — 70 20 ---_..:—: so 10 90 W 0.002 .005 009 019 .037 074 .149 297 590 1,19 2,0 2.38 476 9.52 t ion 19.1 36.1 762 127 200 Q42 . DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT(NON-PLASTIC)SANDS GRAVEL FINE I MEDIUM ICOARSEI FINE COARSE I COBBLES Sample oT SAND, CLAYEY (Sc) GRAVEL 22 % SAND 42 % From Bulk 1 AT 0-4 FEET SILT & CLAY 36 % LIQUID LIMIT NP % PLASTICITY INDEX NP HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR 45 MIN. 100 7 HR. TIME READINGS U.S. STANDARD SERIES IS MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. 200 1101) *So '40 •30 '16 CLEAR SQUARE OPENINGS •10 •8 '4 318" 3W' 1%- 3" 5"6" 8" 90 0 — 70 BO y 70 20 30 w a 60 40 50 cWi W 40 50 MRU w 60 w a 30 20 70 — 80 �001 0.002 005 009 .018 037 074 149 .297 590 1_19 2.0 2.38 4,76 9.S2 0,42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 76.2 90 100 12' 200 52 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM COARSE FINE COARSE I COBBLES Sample of SAND, CLAYEY (SC) GRAVEL 10 % SAND 41 0/6 From Bulk 3 AT 0-9 FEET SILT & CLAY 49 % LIQUID LIMIT NP % PLASTICITY INDEX NP % Gradation an Test Results FIG. C-18 CTL I T PROJECT NO. FC03289 TABLE C4 SUMMARY OF LABORATORY TEST RESULTS - SUBGRADE BORINGS SUBGRADE BORING DEPTH (FEET) SAMPLE TYPE MOISTURE % ORY DENSITY PCF) SWELL TEST DATA UNCONFINED COMPRESSIVE STRENGTH (I)sn PASSING NO.200 SIEVE % ATTERBERG LIMITS R•VALUE GROUP INDEX AASHTO CLASSIFICATION ORGANIC CONTENT % UNIFIED SOIL CLASSIFICATION SYSTEM WATER SOLUBLE SULFATES (%) SOIL TYPE SWELL %) APPLIED PRESSURE (PSF) LIQUID LIMIT %) PLASTICITY INDEX % 6-1 4 CAL 16.1 112 0,8 ISO 93600 CLAY, SANDY CL S-1 04 BULK 58 26 Sc SAND, CLAYEY, SC S•1 4-9 CAL 15.1 74 37 23 15 A-6 CL 3.300 CLAY, SANDY FILL $-2 2 SHELBY 13S 114 2.1 160 CLAY, SANDY FILL S-2 D4 BULK 14.4 74 38 24 16 A-6 CL CLAY, SANDY CL S-2 4 CAL 19.5 104 CLAY, SANDY CL 6-3 4 CAL 14.9 101 0.5 ISO 5400 CLAY. SANDY Cl S-3 04 BULK 9.9 36 NP NP A-4 SC SAND, CLAYEY. SC 6-3 9 CAL 14.1 114 CLAY. SANDY CL S4 2 SHELBY 10.1 99 3.3 ISO CLAY SANDY CL S-4 04 CAL 8.8 87 36 21 17 A-6 CL CLAY. SANDY CL S4 4 CAL 12.5 108 CLAY, SANDY CL S4 4-9 CAL 13.0 73 36 24 15 A-6 CL CLAY, SANDY CL S-5 2 CAL 182 110 8600 0.DO5 CLAY, SANDY FILL S-5 0-4 BULK 14.2 66 36 20 10 A-6 CL CLAY. SANDY CL 9-6 2 CAL 6.6 109 1 0,005 CLAY SANDY CL a 04 BULK 7.2 65 33 18 9 A-6 CL CLAY, SANDY Cl S-6 4 CAL 28.3 66 CLAY, SANDY CL S4 9 CAL 5.2 114 CLAY, SANDY CL S-7 2 SHELBY 16.7 106 0.7 ISO SAND, CLAYEY FILL S•7 04 CAL 8.4 A-6 SAND, CLAYEY, SC 8-7 04 BULK 8.4 42 SC SAND. CLAYEY, SC S-7 4 CAL 1 152 103 CLAY, SANDY Cl 6-7 4-9 CAL 132 58 32 18 7 Ai) CL CLAY, SANDY CL S-8 2 SHELBY 7.8 89 1 0.0 150 1 CLAY, SANDY CL $$ 0.4 BULK 8.9 88 34 19 15 A-6 CL CLAY SANDY CL S-8 4 CAL 7.1 96 CLAY, SANDY CL S-8 4-9 BULK 8.9 82 37 22 17 A-6 CL CLAY, SANQY 1.1 L 6-9 2 SHELBY 192 101 0.6 ISO CLAY, SANDY CL S-9 04 BULK 13.9 70 34 18 10 A-6 CL CLAY, SANDY CL S-9 4 CAL 16.3 105 3.200 - CLAY. SANDY CL 5.9 4.9 BULK 1 17.7 79 38 22 16 A-6 CL CLAY, SANDY CL 6-9 9 CAL 17,0 1D5 CLAY, SANDY CL S-10 2 CAL 16.4 1 110 1 6500 0,002 CLAY, BANDY Cl S-10 04 BULK 11.4 69 36 21 12 A-6 CL CLAY. SANDY (CL) S-10 9 CAL 19.4 103 CLAY, SANDY CL S-11 2 SHELBY 15.3 114 0.0 ISO CLAY. SANDY Cl S-11 04 BULK 84 37 3D NP 0 A4 SC SAND. CLAYEY SC S•11 4 CAL 18.4 102 ISAND. CLAYEY. SC S-11 a9 BULK 132 68 19 6 1 A4 CL CLAY, SANDY CL S-12 2 1 SHELBY 17.6 103 0.1 ISO CLAY, SANDY CL S•12 04 BULK 7.1 45 Sc SAND. CLAYEY, SC S-12 4 CAL 14.3 102 1,600 SAND, CLAYEY, SC S-12 4-9 BULK 5.8 38 SC SAND, CLAYEY. SC S-12 9 CAL 24.5 91 82 40 26 20 A-6 CL CLAY, SANDY CL S-13 2 CAL 144 115 D.8 ISO CLAY SANDY ICL S•13 04 BULK 6.3 39 29 16 1 2 A-6 SC SAND, CLAYEY, SC S-13 4 CAL 13.0 104 2600 78 CL ICLAY. SANDY Cl S•13 4-9 BULK 8.5 81 29 15 6 Ab CL CIAY, SANDY CL S-14 04 BULK 7.8 84 33 20 15 A-6 CL CLAY- SANDY CL S•14 4 CAL 8.1 87 CLAY, SANDY CL S-15 2 SHELBY 20.4 1 108 0.7 150 CLAY. SANDY Cl S-15 4 CAL 17.7 1 103 6.100 ICLAY. SANDY CL CTT9 OF FORT COWNS TI46ERLINE WMENINO CTL I T PROJECT NO FC03209 Pd9E 1 Of 2 TABLE C4 SUMMARY OF LABORATORY TEST RESULTS - SUBGRADE BORINGS Kim SUBGRADE BORING DEPTH (FEET) SAMPLE TYPE MOISTURE %) DRY DENSITY (PCF) SWELL TEST DATA UNCONFINED COMPRESSIVE STRENGTH (Pso PASSING NO, 200 SIEVE (% ATTERBE G LIMITS R-VALUE GROUP INDEX AASHTO CLASSIFICATION ORGANIC CONTENT % UNIFIED SOIL CLASSIFICATION SYSTEM WATER SOLUBLE SULFATES (%) SOIL TYPE SWELL % APPLIED PRESSURE (PSF) LIOUID LIMIT (%) PLASTICITY INDEX %) •15 04 BULK 1 19.9 64 40 22 1 A-6 3A CL ICLAY, SANDY CL 5.15 4.9 BULK 18A 81 46 29 23 A-7-6 CL ICLAY, SANDY CL •15 14 CAL 3.5 8 SP SAND. SLIGHTLY SILTY SP S•16 2 CAL 5.8 123 19 SM SAND, CLAYEY FILL S•16 04 BULK 8.9 34 27 12 0 A-2-8 Sc SAND, CLAYEY, SC S-18 4 CAL 14.1 1 113 1 1 0.100 CLAY. SANDY CL S-16 9 CAL 42 9 SP SAND, SLIGHTLY SILTY SP -17 2 CAL 7.3 114 0,110 SAND. CLAYEY, SC S-17 4 CAL 13.4 120 10.9 ISO CLAY, SANDY CL S-17 04 BULK 5.0 42 37 24 5 A-6 SC SAND. CLAYEY, SC S-17 4-9 BULK 9.5 69 35 23 13 A-6 CL CLAY, SANDY CL S-18 2 SHELBY 9.2 119 0.1 ISO CLAY, SANDY FILL S-18 04 BULK 4.5 23 25 15 0 A•2.5 SM SAND, SILTY SM S-18 4 CAL 7.3 109 27 SC SAND, CLAYEY, SC 5.18 9 CAL 22.0 105 CLAY. SANDY CL S-19 2 SHELBY 7.4 122 0.2 ISO SAND. CLAYEY FILL S•19 04 BULK 4.7 21 25 11 0 A-2-6 SM SAND, CLAYEY FILL S•19 4 CAL 127 120 6,500 SAND, CLAYEY FILL S-19 4-9 BULK 12.6 57 28 15 5 A-8 CL CLAY, SANDY CL S-20 2 CAL 4.9 115 0,050 SAND. CLAYEY SC S-20 04 BULK 4.8 37 26 13 1 A-6 SC SAND, CLAYEY, SC 5-20 4 CAL 9.4 110 SAND, CLAYEY SC S•20 4-9 BULK 1.4 10 SP SAND SLIGHTLY SILTY SP S-21 04 BULK 14.6 49 36 17 5 Ali 2-5 SC SAND, CLAYEY FILL S-21 4 CAL 15.4 113 OLAY. SANDY FILL. S-21 4.9 BULK 19.8 64 39 23 12 A-6 CL CLAY, SANDY FILL S-22 2 CAL 137 114 0.4 1SO 0DOI CLAY, SANDY FILL 5-22 4 CAL 17.7 79 73 39 20 13 A-6 CL CLAY. SANDY CL S-22 4-9 BULK 20.3 87 41 27 23 A-7.6 CL CLAY SANDY CL S•22 9 CAL 2&8 98 CLAY SANDY CL S-23 2 SHELBY 20.4 103 0.7 ISO CLAY. -SANDY CL S•23 0-0 BULK 19.7 79 49 34 26 A-7-6 CL CLAY, SANDY CL S•23 4-9 BULK 18.6 50 34 21 6 A-6 CL CLAY, SANDY CL S-23 9 CAL TS 121 7 SP SAND SLIGHTLYSILTY SP S-24 2 CAL 9.7 0.020 SAND. CLAVEY. SC S-24 04 BULK 83 46 34 20 1 5 A-6 SC SAND, CLAYEY. SC 5-24 4.9 BULK 11.7 40 1 29 12 1 A-6 1.5 SC ISAND. CLAYEY, SC COMBINED SAMPLES S-2. S3. S•5, S-7 04 BULK-1 2.4 36 NP NP 42 SC SAND, CLAYEY SC S-0 541, 8-8 04 94-9=-43 81 36 20 24 15 A-6 CL CLAY, SANDY CL S-9,S-10 S-11 D4&4-9 49 NP NP 18 SC SAND CLAYEY, SC S-18 S-18, S-19 04 & 4-9BULK 35 27 NP 47 0 A•24 SC SAND. CLAYEY, SCS•21,5-22 04&4-9 57 36 19 39 8A-CL CLAY, SANDY CLS-23.S-24 04 & 4-9 52 33 17 33 5 . A-6 CL CLAY. SANDY CL CITY OF FORT COLONS TIMBERLINE WIOEMNG CIL( T PROJECT NO FC03242 Page 2 Of 2 APPENDIX D HVEEM STABILOMETER TEST RESULTS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 900 800 700 600 500 02 _I ra a w ce 200 w a a. z 0 a 100 e x W 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE Hveem Stabilometer CTL I T PROJECT NO. FC03289 Test Results Fig. D-1 900 800 700 500 300 200 100 0 .......... ....... --, .......... ................... ....... - ....... ....... I ............ ..... .. . ........ ............ ............ .......... . ............... ........... .. ......... ............ ........ ......... ......... ..... ...... ............ ..... Group Number AASHTO Classification A-6 Liquid Limit 36 ... ......... ----- ------ - ---------- ----------- ----...._I_-- ........ . ............ ------------ -- - ........ Plasticity Index 20 ...... . ... ... ............ ...... ..... ............ ........... .......... ......... ....... ........... ----------- ... ....... ....... . .......... ............ .......... ........... ........... .... Design R-Value 24 ........... . ........ - ------- ............ . ................... .. ............ ............ ... ........ ---- ..... .......... . ........... ....... ------- .. -- ----------- .......... ..... .......... . - ----- ............ ........... . .. .... ....... ......... ------------ .......... ---------- ----------- ...... ....... -------- ....... ......... ....... ...... ------------ ---------- ------- .... ........... --- ....... ............ .... ....... ....... . . .. ............. .... ....... ........... ------- ...... ... ..................... ----------- ----------- . ........ ....... ............ ........... --------- - -- ---- -- ----- ........... ---------- .......... .... .. ........ ........ ....... ... .... ........ . ............ ..... . .. .. ....... ... ........ ............ .......... ........ .... ------ ------- ........... ...... - .. ........... .......... ..... ------ ............... ....... . ......... ­2 ..... - .... ............ ... ........ ......... .......... . ......... . .... - ....... .......... ........... .. ....... • ............ ........ ............ ...... - ... ........ ........ . ......... ........... ............ ... ..... .... . . ........... ........ ........... . ....... ........ ... ..... ------ ................ ....... .. .......... . ......... ....... ............ ....... ........ . ...... - .... . .................... - .... .......... ........... ............ ............. . ....... ........... .......... ....... ...... .......... ... ...... . ......... ........... . . . . . . ......... ........... . ...... ....... .... ... ...... ..... ..... ............ ........... ------ - --- ------------ .......... . ............ ........... ..... . .......... ...... - ----- --- ........ ----------- .... ...... ........... ............ ------------ - - -------- .... . .. ...... ...... . ...... ... -- ------ .......... ........ . ....... ............ ... . . .......... ........... ........... ------ ....... ............ L ......... .... . .......... ............ ----------- ----------- ---------- ------------ ------ . ... ........... ........... ............ . . ........ .............. .. ..... ----------- ............ -4 ----------- -- - - - - --- 4 -------- -- - .......... ... . .......... ... . ...... ............ ........ ...... ........... ........ ...... ........... ------ .......... ............ ........... .. .... ............ ..... . ....... .. .......... ........ .. ..... . . ----------- ........... . ........ ------------ - - ---- - ------ .... ........... .......... ........ .............. ........... .. . .......... .......... ........... .. .. ... . .... ........ . . ......... . ....... - ......... ....... .. ......... . ........... ....... ........ ........... ... -- --- -- ------------ ------------ ----- ----- -- -------- ------------ ------------ ---------------- ------- - ------ --------- ------- 0 10 20 30 40 50 60 70 80 90 "R" VALUE Hveem Stabilometer CTL I T PROJECT NO. FC03289 Test Results Fig. D-2 900 t 700 600 400 300 a w 200 w 0= IL z 0 a100 0 x w 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE Hveem Stabilometer CTL I T PROJECT NO. FC03289 Test Results Fig. D-3 Project: Timberline Road Widening Project Date: O1/11/2006 Spedltem Description Estimated Unit Unit Cost Item Cost Number Quantity Spring Creek Farms North - City of Fort Collins Police Facility Interior Roadways Speciltem Description Estimated Unit Unit Cost Item Cost Number Quantity 202-09 Remove Irrigation Structures 9 EA 0440 203-01 Unclassified Excavation (Includes Slopes + Detention Ponds 203-04 Topsoil (Stripping, Stockpiling, Placing) - Top 6" 203-10 Import Topsoil (Screened) - 3" Depth 208.01 Erosion Control 208-02 Straw Bale Inlet Filter 210-01 Adjust Manhole Frame 210-03 Adjust Valve Box 304-01 Aggregate Base Course - (CL 5 or 6) - 9" Depth - (CIP) 306-01 Sidewalk Preparation 307-01 Fly Ash Subgrage Stabilization 403-01 Hot Bituminous Pavement - Grading S - (3" Depth) - (PG 64-28) 403-02 Hot Bituminous Pavement - Grading SG - (3" Depth) - (PG 64-22) 19,898 CY 3� CJ-1QQ(�22 4,479 CY 2 �y 093 P_ 440 CY /(p Z, oYo 1 LS r�rr�r�v� ram[ ro%aQQCj 2 LS 4 a!� 9 EA —374P —3r 330 11 EA _pZ3o� ,? 0 _Zzsc- Gb 3,184 TON ,y - / 5760' 1,975 SY 02 3. 9,Sp cry 3P! i 9,827 SY 5a , 083 1,083 TON 1,083 TON 37g2 yO! ozz 'Z' 506-02 6X6X18 Type L Rip Rap with 6" Topsoil Cover 2 EA 603-02 18" Class III RCP 15 LF 735�' 603-03 24" Class III RCP 38 LF Z 603.20 27" Class III RCP 156 LF _yam' ,sus ,/tJ(v7 S90 49- 603-21 27"Class III RCP -FES 2 EA /&o 7 �/ � -] 4 603-22 8" PVC Sanitary Sewer (22-24 Feet Deep) 995 LF _r , 603-23 10" PVC Sanitary Sewer (22-24 Feet Deep) 686 LF J �7��JS' _3 % 603-24 6" PVC Sanitary Sewer Service (2244 Feet Deep) 50 LF oo 7 7 603-25 Concrete Encasement 2 EA 603-26 21"PVC migration Pipe 960 LF �If'8/O� 603-27 Pipe Headwall with Trash Rack 1 EA �8,a Section 00300 Page 9 900 W, 700 600 500 400 300 a V W 200 N V/ Uj •. IL z 0 Q 100 C X W 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE Hveem Stabilometer CTL I T PROJECT NO. FC03289 Test Results Fig. D-4 900 800 700 600 500 400 300 (0) 0. w 200 LU w IL z 0 100 X LU 501 .......... ........... ........... ------------ .......... --.1 ------------ ........... ...... ..... .... ...... ........... ... I ........ .......... ....... ------- ---- ......... ... MIMI= - ............ --------- --------- ............ .. ........... ...... Group Number 5 AASHTO Classification A-6 Liquid Limit 36 . .. ............ ........... ............ - -- ----------- ........ ........... P1 asticity Index 19 ........... ........... .......... - ....... .... . .. .. ............ ......... .... ....... ....... ........... I ........... ...... .... ------ - .... ........... ... ........... 7" Design R-Value 39 ----------- 7 ------ ........... -- ------- ....... ....... ..... ...... ............ .... ........... ........ ................ ............ ............ ...... .. ........... . ....... -.- ..... ........ ...... ........... ........ ........... ........ . ...... ...... ........... . ........... ............ ........... ............ .... .... ------- ....... ............ ............ ...... ...... ....... ........ ........... ........... -------- ...... .......... ....... - -------- - ..... ........ ....... ...... . ............ ........ .. .... ...... . . ........ .... ......... ................... ........................ ------------ r ..... .... ............ ---------- ............ . . ......... ........... ......... .... .... ---------- ....... - ..... ............ ............ ....................... .......... -- --------- ---- ..... . .... ....... - . ........... • ---- ....... ......... ........... ------- ... ...... ....... ........... . ...... .... . .......... ..... . .......... .. .... ........... ............. .............. ..... ....... . .......... ........... ............ ........ . .... ------- - ------- ............ ------- ----- - ...... . ........ --------- - - . .......... . ....... .... ..... .......... .. ........... . ......... ........ ... ......... ........... ........... ...... /-.t- ..... ..... ... . ..... - ..... .. . ..... .. ........ ........ .. ........... ............ ...... ------------ --------- .. ..... - ................. ------------ ..... - .. ........... ---- ------- ........ .. ...... . ....... ................. ........... ...... ------ ------ - . ...... ....... . ......... ... ........... .. ......... -------- -- ....... ......... .. ....... ............ ........... ----------- ........... ....... - .......... ........ - -- ----------- ------------ ------ .... ... ........ ............ ................ ...... ...... ..... ......... -111,11-4 .... ....... ........... ............ ..... ...... ------- ............ ..... ...... ...... ........... ..... ............ ... . .......... ----------- ----- ----- ....... .......... .......... . ...... ........ ...... -4 ........... .... -- - - - --------. ....... --------- - - ---------- ....... .. ........... ------------ ---------- ........ .......... ...... .......... ............ ........... --------- --- -------- ....... ............ ...... ..... .... ..... ...... ... . ... ............ ........ .. .......... .. ............ ........... ........... ..... ........... ........... ........ ... ........ ... . ...... . ... ...... ....... ......... 0 10 20 30 40 "W'VALUE 50 60 70 80 90 Hveem Stabilometer CTL I T PROJECT NO. FC03289 Test Results Fig. D-5 900 800 700 600 500 400 300 a w o: y 200 W 0: a z 0 �t 100 e x Uj 0 0 10 20 30 40 50 60 70 80 90 "R" VALUE Hveem Stabilometer CTL k T PROJECT NO. FC03289 Test Results Fig. D-6 APPENDIX E COMPACTION TEST RESULTS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03289 ..... ..... -- ------------ ..... ...... ..... ...... . ------ . ..... ....... .... ...... ........ ------ --- --------- .... ...... L-­ 5 CURVE Bulk I MAXIMUM DRY 123.5 PG ------------ !­ ... ..... ----- ..... ------ ------ r. ---- ------ A ----- --------- ...... ­1 ...... .... . .... ......... ...... ............ ...... OPTIMUM MOISTURE ...... .... ............ ..... t . ...... . ..... ...... ... ... ..... ..... 4 ..... 10.0 % DRY WEIGHT ..... ----- ...... ........... .... ..... ............ ----- ...... ...... ...... ..... ..... ...... ...... . ----- ------ ..... ..... -- ----- ...... ..... ..... .. ....... ...... ....... ..... . ..... ...-- ..... ------ ........... ......... ------ ..... -- ------- .. . ..... 5 .............. ......... ..... ..... . . ..... ................... - ----- ---- ...... ..... ..... ------- ................ ..... ....... . .... ..... ...... ..... ------ ----- . . ........... . .. .... .... ----- - .......... .... . ..... ZERO AIR VOIDS ..... .... ......... ...... SPECIFIC GRAVITY ............ ...... ..... 2.7 ...... ----- ..... ­f ...... I . . ..... .... . ------- D . ........ ...... ......... ... . ..... . ...... ....... ............. ....... ..... ...... ------ .......... !­ Y ................ --- .... ....... .... ..... ...... - ----- ----- . ... ..... ------ ----- - ----- 1 r ----- - ----- -----...... ..... ...... ­_t ..... ....... . ..... . ..... ...... ..... ..... T, ...... .. . ......... % ... ........ _'.­ . ...... ....... �'­.i­ .. ..... . ..... 0 . . . ..... ........... ..... ...... .... .. ...•. ........... ----- ----- ------ ..... .... ... .. ..... .. ........... ... ------- ----- - ... ........ . ...... .......... N 7 ............ T­"; ..... ......... ..... ............ . ..... ....... . ..... ...... - ------ ...... ..... ..... ----- ----- - ----- ... . ..... ---------­- ...... -_ ----- .. .... 5 ..... ...... ..... ...... ......... . ......... _­.' ........ ........ ....... .... ...... ........... . ... . ..... ...... ................... ....... ..... ..... ......................... . ......... ...... ..... t ----- - ----- ----- ------ ..... ...... .... .... .... ........... ....... ............ . ..... .... ....... . ..... ---- ----- ..... ..... .. ..... 0 it it i i -.-.-.t ............ . ..... ............ . .-i..--- ...... : ........ ... it . ...­-- -- it; 0 5 10 15 20 25 30 35 MOISTURE CONTENT - % Sample Description Sand, gravel, clay, brown LIQUID LIMIT NP % PLASTICITY INDEX NP % Location S-2, S-3, S-5, 3-7 GRAVEL 22 % TIMBERLINE WIDENING SAND 42 % Compaction Test Procedure ASTM D 698-91 SILT AND CLAY 36 % METHOD C CTL I T PROJECT NO. FC03289 Compaction Test Results Figure E-1 140 135 130 125 120 110 105 100 95 ....... ..... ...... ----- ------ ...... . . ------- ..... ............. ...... .... ...... ..... ...... - - - - - - - - - ...... i ..... . . . . . . . ..... ...... ------ ----- ----- ------ ------ ..... ... ------ ...... ..... ..... ------ CURVE Bulk 2 ..... .... . .... ..... ......... MAXIMUM DRY 111.0 PC F .... ...... ------ ------ ------ ..... ....... ..... . ..... ..... ----- ...... ------ ...... ------ ..... .... OPTIMUM MOISTURE 15.5 % DRY WEIGHT T-"! ----- T" ------- ..... .......... ..... . ..... ..... ............. . ..... ...... . ..... ...... ...... ... .... ...... ---- ....... ......... . ... ..... ..... ...... . -- ...... ..... ----- -------------------- ............ ..... ........ ---- ...... ------ ..... . ..... ... .. .... .... .. ... ...... ..... .. .... . ........... ------ .. . .... - ----- ----- ---- ----- .... . .... ... --- ..... .... ... . L ------ ...... .... . . ......... ----- ....... ...... ..... ----- - ---- -- ------- ..... .. .... ------ ----------- - ...... ..... ........... ...... .. .. . ..... ...... ...... . ..... . ZERO AIR VOIDS SPECIFIC GRAVITY 2.7 ...........1...... ......... i ..... ----- i ..... -.4 --- -4 .. .. ...... ..... ......... ....... .... ...... ----- - --- ...... ..... . ..... ------ ----- ------ ----- ............ ..... ...... .. ...... ... .... .... ........... ....... F ..... ............ ........ ........... ...... .... ..... ...... ....... - .. - ..... ..... ...... ..... .. ... . ..... - ------------- r ----- ------ ---- .. ...... . ................ ......... .. ... ... .... ...... - ..... . ..... ...... ..... ...... ..... ..... .. .................. .......... ...... .... ------- .. ..... ...... C . ........... ..... ... ------ ----- ---- ------ ------ d ........... ..... ..... ...... ........ --------- --- --- ..... ..... ... ...... .... .... .... .... ....... - - ---------- --- ...... i ----------- I ----- .. ...... ..... . ... ...... .... .. ....... .. .. .... .... ........ ........... ........ ...... ...... i---t --- - ------ ...... ...... ..... . ......... ..... ...... ............ ...... ... ...... ............ . ... .... . ..... .. .. ..... ..... 1 L -4 ... .. ..... ..... .... ..... ..... ...... . ..... ....... ........ .... ....... .... .. .... ............... T - ----- ----- - -- -- ...... .... .......... ..... ...... ...... - ----- ---- --- ... . . ..... ; ----- 4 ..... ..... --t ... .. .... .. .... ...... . t ------ ----- ------ ..... ..... ...... ------ ------ ..... . ... ..... ..... ..... ..... ........ ----------- . ................. ........... 0 5 10 15 20 25 30 35 MOISTURE CONTENT - % Sample Description Clay, silty, brown LIQUID LIMIT 36 % PLASTICITY INDEX 20 % Location S-4,S-6, S-8 GRAVEL % TIMBERLINE WIDENING SAND % Compaction Test Procedure ASTM D 698-91 SILT AND CLAY % METHOD A CTL I T PROJECT NO. FC03289 Compaction Test Res UIts Figure E-2 140 135 130 125 120 Lu 0 a- 115 z w Ot 110 105 100 95 ..... L.-A ............ ............ ... . .................. .... ...... ... .... ... ...... ..... ...... ..... . -v.- -4 ..... ..... 4--4 ..... ............ ........ -- ...... ..... ------- - . ...... ..... ------ .... ..... - ------ I ..... ..... - ----- -- CURVE Bulk 3 ..... ...... -- ------ MAXIMUM DRY 125.0 PCF -- ----------- - ..... ..... ..... ----- I., ..... ...... .... ......... . ............ - ---- ------ ....... ..... ...... OPTIMUM MOISTURE 0 % DRY WEIGHT ----- ----- ..... ....-- . . . . . . . . . . . ----- .......... ..... . ..... ..... . ... .... ..... ..... ------ ----- ...... ..... ..... 4 ----- 4- --- ..... ..... .... . . . . . . . ..... .... ... .... ............. ----- - ---- ...... ..... . ..... ...... -- -------- ----- ---- ...... ..... ............ ...... --- - - . ....... ------ ... ........ .... ..... ... -------- ............ ----- ....... ..... .. .... V -4 ..... ...... i ----- 4 ------ i ----- ----- ------ ............... . ... ..... .............. ... ... .. ..... I ... -4- 1 ---- ........... .. ....... ..... ... ... . ... t . -2- L .. . ...... L- ................. . ..... ..... . .... .... ...... -------- ZERO AIR VOIDS SPECIFIC GRAVITY = 2.7 ------- ----- ------ A ...... I ----- ------ f ..... ------ -- ------ 4 ..... f ----- ----- ........... .. ........ ..... . ..... ..... ----- ..... ----- ---- -- ----- -- ....... ...... .... ........... ----- ----- ... ........ t t ------ .......... ...... ...... ------ t ...... .......... . ...... .......... ........... - .... ........... .......... ........ .......... . I ...... .. ....... ...... I --- .. ..... ...... .......... ...... ..... ...... ........ ... I ...... ... ----- ..... ------ ...... ........ .... - - - - - - - - - - ............ .................. ...... ..... ....... . . . . . . . . . . . ............. ...... ..... ..........................----- ----- - ----- ..... ...... ........... ---- ------ ...... T:. T .. ...... ...... . . . . . . . . . . ...... ..... ----- ------ ........ ..... ... ...... ......... .. . ............ ..... . ........ . ............. ............ ----- ------ ............ . ..... . .... ..... _7 'T . . ..... ... . . .. ............ ...... ..... . ............ ------ ----- ...... ...... ..... ... -4 : . ..... 4 ----- - --- --- - -- ...... ..... ...... ..... ..... ...... ..... ..... ..... ........... ....... ... i. ...... .... ...... ......... ...... ..... ...... ..... ...... ..... ........ ... ..... . ..... ..... . ...... . ........... ..... ..... ...... L .... . ..... . .. .... .......... ..... ....... ...... ... ..... .......... ........ . ....... ...... ....... . ............... .. ............ 1 ----- ..... ..... ... ....... ...... .... .... ...... ..... ...... ..... ...... 0 5 10 15 20 25 30 35 MOISTURE CONTENT - % Sample Description Clay, silty, brown LIQUID LIMIT NP % PLASTICITY INDEX NP % Location S-9, S-10, S-11 GRAVEL 10 % TIMBERLINE WIDENING SAND 41 % Compaction Test Procedure ASTM D 698-91 SILT AND CLAY 49 % METHOD A CTL I T PROJECT NO. FC03289 Compaction Test Results Figure E-3 140 135 130 125 120 LL U a 1 N 115 Z Lu Q Q 110 105 100 95 i ...._{......y....._....j......._.. j.._...1..._1.... _.1..... ....j.....y._...I..... .i..... .... ..:.....y....._;...._...... ..... }.-...� i CURVE Bulk 4 -..._ ....._..... ...... ..... ;..... i.. .............. - ........... ----- ..... >.....I ------s- ...... ..... MAXIMUM DRY130 i. , 0 PC F .... .... _; _..>... - i - i .-....._.... - . - --......... - _-------- -- '...._'..... ----- .. -=' ' -...._........._...!-....� -.. -'-- -•-- OPTIMUM MOISTURE 's...........--...-...._i...........t....._....i. ''-- ...... .5 % DRY WEIGHT jj ..._i___L_..i... .._.1._..i..__E... .._..i......�..... ...._�.-'.. __...i. .......:.....i... -....i--.. _...j.._...�... .:...._L.... .. {.... ........ y....F...-- _--.... -- --- --.....- -.............- ...-.i...... j.....r_...j_.... .....j.. ..j....y..,...... .....j.... i._...i..._.j-. ....y.....+.....1._... k .............{....-q.---.{...... ...........------ _.... . ................. : I j..._J'."..j_.....t._.. ZERO AIR VOIDS SPECIFIC GRAVITY = 2.8 i ...._j.----- i.--4..... i----- .._- ------ ...... ......i._._;_...i. __E,_... i ..... .... :I - i i i .._..1.._..L..._{......y_.... .-.{-_..ti-_'-y......j..... ......i_.._p_.... .. ..._y.....y ..._i.....p'..... _.......... r.....{...... .... _ _ _i............ i..... ..... i............ i...... i ' : i .........t..... .......... i ...._ I............ ._.. - i i i i i .....:.....:..... :...._........._i ....... .....i_.._i i i j .....:..... :...._ ....-i......j._._......._}._.. .... i...... _i-.... i-.... ...i ......... _...�-..._i !... _. t I 1 j- , ._..5...._i..__;.....;-.... ....-i.--_;`-.i..._5..... ...... - -- - - -......'_�..._. .'.-._.i.._.'......i.... ... .......................I.............__..:.-...:.-...:..._.... ..:_.....:.........._i........... ;.----'..... i 1 1 3 i j i i .....r.....i.....:......j..... ..... ...... j....... -__....... ........ i..... F....j...._- ---- ._ ...... ..F.... ..'V._...i..._... ..f..... i j t t I .....]...._'..._1.....i.._.... I _ i _ i t i j i : t I : i i i i ..._Ii. i-° .....j......i.....;......y..... .._....s...------- _ L.......-.i-..._;.....i-....:-.... ._._t.... ....i....-L..... .v . ...._L.....i ;- - _.._i-.....:...i...... __-:...... ,_....._..i..... i i i i i i i ..... f......t..-..�_...I_.... ..__L..._L....�,..._i._-' ...........i.....w.....p_..�.........q'.....{......}..... t L....- .._.T..._�...........{. .. ....-L....r.....;...... + i I I i i 1 0 5 10 15 20 25 30 35 MOISTURE CONTENT - % Sample Description Sand, gravelly, clayey, medium brown, slightly LIQUID LIMIT 27 % moist PLASTICITY INDEX NP % Location S-16, S-18, S-19 @ 01-9' GRAVEL % TIMBERLINE WIDENING SAND % Compaction Test Procedure ASTM D 698-91 SILT AND CLAY % METHOD B CTL I T PROJECT NO. FC03289 Compaction Test Results Figure E-4 140 135 130 125 120 110 105 100 95 _...ti..-_..L...y......j..... ..... _.._+..—_(..,.-+..-.. f.-...._....j......._.-j....._ ..... -_....4-- - - CURVE Bulk 5 MAXIMUM DRY T...i..... i i....-a....- i 116.0 PCF -....i - ..... ------ --....-i.... ..... ........... ...... -- _.....'s.- .............. ..- - ----'OPTIMUM MOISTURE l...._>....?. % DRY WEIGHT _i.....r....<...... ..... --- --.....-....> - . .5 ...........1._-.......i...... .... .1__....I.--.i...... 1----- ------ i----- __-- .... -... ..{-...{.._-..I.-..-;...-- ------ h-_...1------ 1--••.:....... . ....1._.......... .... .... ............... '..,......... ..... ..... I.....a.....1------ 1..... ..... .1.....v-.... f....•j...-, .....-F..-y._...-+__...j......... ................ ...... }.....i.-.....--.......... -- ..._�.__...�....-�.....r..... -_..«.._..�...-•�• - .....• -- _ ........_.............---........-...,.................. ZERO AIR VOIDS SPECIFIC GRAVITY ......._........... ._ 2.7 ....-:...._:..... ... e.._....—:...._......L....:.... _ __............_ —..................._ _ _ t. I ---...._................................................................ -- i ( ! i i ! j i ! i .....:..... 1...........4.... ..-..I...._! J..... ....A...... ...-.M.... i........... ......... i..... ............ ................. 1 I i t i i i ' ___ _ .... ....... .. i j a I t I i i I i .--t .. , 1 _. --- i.....i.--E- _. - -----i...._........i.-- ---` - - .....:.....:................. ... .................. ..... _ ....{ ... ........ ...I... . - - - ............ - ..... - - I ! I l ! .....�..._j.... �.....�_... .....i......1.....+......1..._. ._..I...........1..... 4..... ..„. i............:..... ..... i.....1......�..... .... _ ....V.....:-.....1..... ! ...4 .1.....% _i.... ..1....1. .{......j.,.... .. , ........i.....y'........._.t-....{. t ..... j.....i......-,. t , �:. 1 _....}.....i..... ...+ ......w.....1.....i......j. ! 1 0 5 10 15 20 25 30 35 MOISTURE CONTENT - % Sample Description Sand, Clayey, Medium Brown, Slightly LIQUID LIMIT 36 % moist PLASTICITY INDEX 19 % Location S-21 & 8-22 @ 0'-4' GRAVEL % TIMBERLINE WIDENING SAND % Compaction Test Procedure ASTM D 698-91 SILT AND CLAY % METHOD A CTL I T PROJECT NO. FC03289 Compaction Test Results Figure E-5 140 135 130 125 120 110 105 100 95 ..... ..... ---- ----- . . . . . . . . ----- ...... , ..... .... .......... - . ..... --- -- ......... ..... ...... ---- ----- ...... CURVE Bulk 6 MAXIMUM DRY - - - - - - - - - - . . . . . . t . . . . . . 4 125.5 PC F ........------ ----- ...... ...... .... ...... ..... OPTIMUM MOISTURE 0 % DRY WEIGHT 'T ..... T ----- ...... ..... .... -- ... ....... ­ .... ... ------ - -­ ..... ..... ------ ----- T ------ ---------- ...... ------ ------ ----- ...... ----- ....... ­ .... ...... ... ................. ...... ----------- .................. ------ ------ .................. _­ --- ----- . ......................... . ........... t ...... ..... . . . ...... L ...... i_.. - - - - - - .... ..... ...... L . ..... t . t . t . . . ................ . ...... ........ .......... .. ........ ..... . .... . ..... ...... ...... ... ..... __4 ....... ­ ..... . ..... ........... ZERO AIR VOIDS ........ ... SPECIFIC GRAVITY ............ . ..... 2.8 ---------- ........ ..... ..... .. ..... ...... .... ..... ......... - ­-- --- - .. ........... . .... ..... .. .... ... ........... ... ..... .... . ......................... .... ­ ..... ................ ..... .... ------ ----- ..... ...... ...... ..... .... -- ----- - - ...... ... ------- ... ....... ..... . ............ ..... ... ..... ....... ­ .... .... ..... ... . ..... .. ...... . T ...... . ..... ..... ..... ........... .... .... ..... .... . ... . . . .... ..... ------ ....... -­ ----- ...... ..... ............ ........ ..... ..... . . ...... ...... .. ..... . .... ........ .......... ..... ----- ..... .... - ----- .... ... ..... ..... ---- ----- ...... ..... ...... . I----- 4... ----- ---- ...... ..... ..... ..... .. .... ...... ........... ........ ........... ...... ............. ----- -- - ---- -------- ----------------------------- ..... ...... 4_.J ..... 4 -_- - ... ­ --------- ...... . .... ..... ... ...... ...... ...... ; -------- ............. ­. . ...... L t ...... ....... I ........ . ----- ----- 1­4­­j ..... ...... t ..... .... ..... ........... ------ .... . ..... ...... . ..... ..... 4. ------ ------ ...... ..... ....... .. .... 4 ............ ........ ...... . ............ ----------- ..... ..... .... ..... L... . ..... ...... ............ -4 ..... ...... ..... .... .... ......... .......... ­- - ­­ -- .... ......... .. .... ...... . ...... ----- ..... ..... ... ..... .... .... ... 4­ -1 ...... ..... . ..... ...... ...... ..... .... ..... . ...... ..... ... ...... ........ ........... . .... 0 5 10 15 20 26 30 35 MOISTURE CONTENT - % Sample Description Clay, sandy, medium brown, moist LIQUID LIMIT 33 % PLASTICITY INDEX 17 % Location S-23 & S-24 GRAVEL % TIMBERLINE WIDENING SAND % Compaction Test Procedure ASTIM D 698-91 SILT AND CLAY % METHOD A CTL I T PROJECT NO. FC03289 Compaction Test Results Figure E-6 Project: Timberline Road Widening Project Date: 011112006 Spedltem Description Estimated Unit Unit Cost Item Cost Number Quantity OP 604-01 5' Type R Inlet 4 EA C) rIt y acCCJsI� 604-05 4' Diameter Manhole 9 EA ��7a1 604-06 5' Diameter Manhole 4 EA m 60M3 Concrete Access Ramps (8") with Truncated Dome Warning Panels 608-04 Concrete Drive Approach and Concrete Driveway (6") 60M9 4.5' Detached Sidewalk (6" Thick) 609-01 Vertical Curb and Gutter (30") 609-02 Driveway Curb Cuts (W Wide) 619-01 8" DIP CL52 Water Main 619-03 8" X 2" Blow -Oft wRhrust Block 619-04 8" Gate valve and box 619-10 Fire Hydrant Assembly (6") 619-11 6" DIP CL-52 Water Main 619-12 6" Gate valve and box 619-13 8"X8" Cross 619-14 2" Copper Service W945 2" Curb Stop 619-16 8" Water Line Lowering 619-17 8"X8"X6" Swivel Tee 63"1 Type III Barricades 938 SF i (< �(�LJ 1,000 SF 1ZO �+ a2go 17,775 SF /OB 3 i0 S�7 r 0 "7 .Jr� O ?? L� 4,032 LF ..36 r 7p) 3 EA Sao .360 2,322 LF 00 4 EA .1 Q 20 6 EA O ?0� .Jp O�eca 4 EA 144 LF 1 EA 2 EA ,,JJ 1 EAO rJ 1 EA 3 EA l � 3, 72 o 5 EA O 60 J�0To //� 00 15 SECTION (0�� �t f 7 TOTAL PROJECT = $ S ,2 / 7 A Cents Section 00300 Page iD APPENDIX F PAVEMENT DESIGN CALCULATIONS CITY OF FORT COLLINS TIMBERLINE ROAD WIDENING CTL I T PROJECT NO. FC03280 MA AASHTg_ FLEXIBLE eaEMEbI1 DESIGN Project: Timberline Road Widening Job No. FC03289 Location: oouin oection (ota. -i z-puu to What is the Design ESAL ? What is the Serviceability Loss ? What is the Reliability ? What is the Standard Deviation ? What is the R-value ? Computed Resilient Modulus If R is not available, Input Resilient Modulus DESIGN RESILIENT MODULUS = DESIGN STRUCTURAL NUMBER (SN) = Full Depth AC Thickness on Subgrade is What is the AC Layer Coefficient ? What is the ABC Layer Coefficient ? What is the FASS Layer Coefficient? =inches WORK No R ***a &OWN inches AC over 14 inches Aggregate Base Course inches AC over 41 inches Fly Ash Stabilized Subgrade 5.8 inches AC over inches ABC over inches FASS NOTES: AC = Asphalt Concrete, ABC = Aggregate Base Course, FASS = Fly Ash Stabilized Subgrade This table presents design parameters and pavement thickness calculations, and should not be used for construction purposes. Final pavement thicknesses are presented in the report. PROJECT NO. FC03289 FIGURE F-1 ilk i�i FLEXIBLE PAVEMENT DESIGN. Miii iili i • Project: Timberline Road Widening Job No. FC03289 Locatlon: worm section ista 41+UU to What is the Design ESAL ?,9;9Ci,OQi} What is the Serviceability Loss ? 2.0 What is the Reliability ? 90 What is the Standard Deviation ? Qi44 What is the R-value ? 7775T7 Computed Resilient Modulus = 7558 ; psi If R is not available, Input Resilient Modulus = psi DESIGN RESILIENT MODULUS = T558 psi DESIGN STRUCTURAL NUMBER (SN) = 3.8 Full Depth AC Thickness on Subgrade is 8.8 inches What is the AC Layer Coefficient ? What is the ABC Layer Coefficient ? What is the FASS Layer Coefficient? inches AC over %X inches Aggregate Base Course inches AC over I I inches Fly Ash Stabilized Subgrade 5.7 ' inches AC over 51'Q inches ABC over 8{ inches FASS NOTES: AC = Asphalt Concrete, ABC = Aggregate Base Course, FASS = Fly Ash Stabilized Subgrade This table presents design parameters and pavement thickness calculations, and should not be used for construction purposes. Final pavement thicknesses are presented in the report. PROJECT NO. FC03289 FIGURE F-2 AASHTO RIGID .. :..: Project: Timberline Road Widening Job No.: FC03289 Location: souin section ista. iz+uu to What is the Design ESAL ? What is the Reliability ? What is the Serviceability Loss ? What is the Concrete Elastic Modulus ? What is the Concrete Modulus of Rupture ? What is the Drainage Factor ? What is the Standard Deviation ? What is the R-value ? Computed Resilient Modulus = If R is not available, Input Resilient Modulus = DESIGN RESILIENT MODULUS = Design Slab Thickness is psi psi �10 j inches NOTES: This table presents design parameters and slab thickness calculations, and should not be used for construction purposes. Final slab thicknesses are presented in the report. PROJECT NO. FC03289 FIGURE F-3 Project: Timberline Road Widening Job No.: FC03289 Location: Norm section tbta 47+uu to What is the Design ESAL ? What is the Reliability ? What is the Serviceability Loss ? What is the Concrete Elastic Modulus ? What is the Concrete Modulus of Rupture ? What is the Drainage Factor ? What is the Standard Deviation ? What is the R-value ? Computed Resilient Modulus = If R is not available, Input Resilient Modulus = DESIGN RESILIENT MODULUS = Design Slab Thickness is T psi tQ ; inches NOTES: This table presents design parameters and slab thickness calculations, and should not be used for construction purposes. Final slab thicknesses are presented in the report. PROJECT NO. FC03289 FIGURE F-4 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: Connell Resources, Inc. CONTRACTOR BY: David E Simpson Signature" Date Vice President Title License Number (If Applicable) (S6al - if SAd is by corporation) (7p Atte s Address 4305 East Harmony Road Telephone Fort Collins, CO 80528 (970)223-3151 Email dsimpson@conneilresources.com 7/96 Section 00300 Page 11 4 SECTION. 0041(1 BID BOND . Y:NOPI ALL MEN BY HE5E PRE ENTS: that we, the undersi necronnell Resources, Inc. as PrineipalTrx ey ��� y r�,ff' Fort '-'ollina, Colorado, as OWNER, in the yyc%wf$ 9r g � bound unto the Cityif bind nt of Which, well and truly to be made, we hereb f total bid -- for the bind ourseiv®s, successors, and assigns, y jointly and severally THE coNnITlMr of r.his r;hiigat.ion submittal is `uch t.nat. wnare.a tr.) t.!e l`t�f Fort Collins hereby made a part hereof to enter "!—'Co— 1— orddo the accompanvina 5 �i i.: construction of Fort into a Construction Agreement LCt t.ha Collin Project, 5954 Timberline Road widening Prcjfc;., NOW THEREFORE, - (a; Tf said Bid shall be rejected, or sari Bid shall be accepted and the Principal shall execute and rjP, vnr Contract in the fot-r,! Of ^ont.ract attached hFreto ;prnper`,•?. said Sld! ar pe*fOrina :e of d shall furnicn s BOND - s td :,:,tract, and for payner!t of Jx toner or furnishing n,a crial�s in aonneutlori thesewlL`A, at`.�i' other respects perform the Agreement created b t Bid, then this obligation shall be Y he acceptance: ci; aaisa In force and effect void; otherwise the same shall rgm,ain i iabi r It being expressly understood and dgreed tina L t' -lty of the Surety for any and all claims hereunder shall, fir; ���_ event, exceed the penal amount of this obligation as herein stated, The Surety, for value received, hereby stipulates and agrees that effe;ac•:: b,r a;;Y extension of the time withinIV H u; a:1d said Surety does "fLeLy waive notice Of nl; the !i^'rvN).b. may a. cepr. j• Such FY.tc:?�1 Oi Surety Companies executing bonds must be st:authorized to transact bu the :t•.e of Cni.�ra�iu i,ici be uucc'pl ed by the UWNL;R. diress in 7/9H Section 00410 Page 2 J 4 r] a IP IN WITNESS WHEREOF, the Prin(zir)al and the Surety have hereunto set. theil h&:.11i.^, and --aalo thi.3 14th <iay of February 2006, dnd such of th4m a3 are Cc>>:gvrat;�o;la have Caused Cheir corporate seals to be herAto aftixed .ar,Ct ti,esc: Presents to be signed by their proper officers, the day and yaar first sal - forth above. nmcrm tvom,e; Connell Resources, Inc. Address: 4305 E. Harmony Road -- Fort Collins, CO 80528 .11Lie:--- SURETY Travelers Casualty and Surety Cmppany of America Hartford, CT 06183 r By : ---- _ — Title:Darlene Krings, Attorney -in -Fact section 00410 Page 3 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut o61&3-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-M-FACT KNOW ALL PERSONS BY THESE PRESENTS. THAT ]KNOWAMBRIA, TRAVELERS CASUALTY TRAVELERS CASUALTY AND SURETY COMPANY OF oorporiWons dui or AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY Y ganized under the laws of the State of Connecticut, and having their principal offices in the Cityof Cpunty of Iartford; State of Connecticut, (hereinafter the "Companies") haft made, constituted and Hartford, these Presents make, constitute and appoint: Connie X Boston, Donald B. Martin, Chris S. Richmond Darlene Krin d W li Bensler, Kelly T. Urwiller, Russell J. Michels, Debra S. Morris, Diane F. Clementson, Valerfe R. Partridge, Penny R Burkard, of Greeley, Colorado, their true and la ' Bs� William C. execute and acknowledge, lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, and all bonds _ �, at any place within the United States, the following instrument(s): by his/her sole signature and act, an conditional undertaking contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,Y as if the making and a� and all consents incident thereto and to bind the Companies, the or e were signed by the duly authorized officers of the Co � as �Y and to the same extent the authority herein given, are hereby ratified and confirmed, meanies, and all the acts of said Attorneys) -in -Fa c, Pm'suant to This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in fail force and effect: VOTED' That the Chairman, the President, any Vice C Second Vice President, the Treasurer, any Assistant Treasurer, Executive Vice President, any Senior Vice President, any Vice Prwiden and Agents to act for and on behalf of the company and may Corporate Secretary or any Assistant appointay t, any to sign t tithe Comnpeny's name and seal with the Y Save such appointee such authority as his or her certificate of autoritymamayyPrescribe the naturc bond, recognizance, or conditional the a seal bend' recognizencea, contracts of indemnity, and other writings obligatory in appointee and revoke the power given him or her. > and any of said officers or the Board of Directors at any time may remove any such VOTED: That the Chairman, the may delete all a any part of the foregoing any Vice Chairman, any Executive Vice President, any Senior Vice President oregoing authority to one or more offices or employees of this dent or any Vice President in writing and a copy thereof is filed in the office of the Secretary, Company. Provided that each such delegation is VOTED: That any bend, recognizance, contract of ' =&"akiug shall SeWOr Vice be valid and binding upon tbe Company when $') signed 0� writing b3 in the nature of a bond, recognizarce, or conditional President or any Vice President, any Second Vice Presider the T by the Presrdent, any Vice Chairman, Aaeiateat Secretary and dui a l reasurer, any Assistant T Executive Corporate Vice President, any required) by one err mom Attorneys -in -Fact sealed with the Company's seal by a Secretary or Assistant 7edeY a any by ease or more s purment and Agents pursaeat to the power prescribed in his or her certificate or (b) duly executed (under seal, if CoanP�►Y officers Pw anent to a written delegation of authority. certificate or their certificates of authority or This Power of Attorney and Certificate of Authority h signed and sealed by f Authority of the followhrg Standing Resolution voted by the Boards of Directors oodmile (mechanical or printed) under and by COMPANY OF AM3CRICA9 TRAVELERS CASUALTY TRAVELERS CASUALTY AND SURETY COMPANY, which Resolution Is now in full force and effect SURETY COMPANY and FARMINGTON CASUALTY VOTED: That the signature of each of the folio President, any Assistant Vice president any following office: President, any Executive Vice Presider an Senior Vice Presider any Assistant Secretary, and the seal of the Company y t any Vice purposes P&AY may be affixed by facsimile to any or certificete an o wntmgs obAtt ligatory in the nature such fs such , and tore or facsimile seal shall be valid and binding upon the Cyan thereof, and any such power of attorney certified csi i$ a ploy and an such facsimile seal shall be valid and binding upon the Company Y Power' w executed and undertaking to which it is attached. Pant in the fume with respect to any bond or (os.oa) Uatim W A � ; r � p � A y j nu EL c� ^uh FN � i ft co 1N W TNEss WHEREOF; TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICAt CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument TRAVELERS be Signed by their Senior Vice President and their corporate seals to be hereto affixed this 1 st day of December, 2004. this STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford' TRAVELERS CASUALTY AND SURETY COMPANY COUNTY OF HART -FORD FARKNGTON CASUALTY COMPANY Jl�7Y' . G6QrM9e W. Thompson Senior Vice, President Oa this 1st day of December, 2004 before Me personally sworn, did depose and came t of W. TgOMPSON to me known, who say; ' that ho/she,is Senior Vice President of TRAVELERS CASUALTY' 'being �' me duly AMERICA, TRAVELERS GAWALTY'AND SURETY COMPANY add F A'SURETY, COMPANY OF corporations descri(f6d in tvhioli �1TGT01iA:EAS.U',MW COMP,NY. affixed to the said uted'the above instrument, dwhaW kIloft the sdala of said corporations; that the,sethe als instrument are such corporate seals; and that helshe executed the said instrument on behalf of the corporations by authority of his/her office uncle; the'ttanding Resolutions thereof. D: MY commissiori ekpires June 30, 2008 NotaryPublic Marie C. Tetreault CERTIFICATE I, the undersigned,. Senior Vice Prudent of TRAVELS TRAVELERS CASUALTY AND SURETY COMPANY and CASUALTY ANIi. SURETY COMPANY OF AMERIC the State of Conner icut; DO HEREBY CERTIFY ARMIPIGTON CASUALTY COMPANY, stock corporationsA, remains in full force and has not been _ that the foregoing and attached Power of Attorney and Certificate Anthor, f forth in the Certificate of Authority, am rum in � �ermore, that the Standing Resolutions of the Boards of Directors, as set Signed and Sealed at the Home. office of the Company, in the City of Hartford, State of Connecticut. Dated this 14 t h February. 20 06 > day of VMtl14 ••r^ N voisielt, By S� e F Peter Schwartz Senior Vice Presidelitill t 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: Connell Resources, Inc. l 2. Permanent main office address: 4305 E F,armony Rd, Fbrt Collins, CO 80528 3. When organized: 4. If a corporation, where incorporated: Colorado 5. 6. How many years have you been engaged in the contracting business under your present firm or trade name? 24 Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See attachment "A" General character of Work performed by your company: Fsrtbwnrk, Ftosion Control, Road Base, Piilling, Concrete, Asphalt Paving and Patching Have you ever failed to complete any Work awarded to you? No If so, where and why? Have your ever defaulted on a contract? If so, where and why? D. Are you debarred by any government agency? No If yes list agency name 7/96 Section 00420 Page 1 L �L 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. -See attachment "B" 12. List your major equipment available for this contract. qac 0i-. nnhmcnft it j!tt 13. Experience in construction Work similar in importance to this project: See attachment I'An A. nptt 14. Background and experience of the principal members of your organization, including officers: See attachment "D" 15. Credit available: $ 3 million 16. Bank reference:liP11G Fa=nT(`,i1 Errant (970) 266-7764 17. Will you, upon request, fill out a detailed financial statement and r furnish any other information that may be required by the OWNER? 11, Are you licensed as a General CONTRACTOR? Yes If yes, in what city, county and state? Fart Collins, Larimer Co What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 3404 and to whom? See attached sectian 0043n 20. Are any lawsuits pending against you or your firm at this time? N. IF yes, DETAIL 9 PRI 7/96 Section 00420 Page 2 01, a f 9 21. What are the limits of your public liability? DETAIL General T i abi l i ty 'fit , (1 0 000 FxCpca T i Phi l i ty 000 What company?ATlncxl & PptprGon Ins'.. ance, Inc 22. What are your company's bonding limitations? Lower pigbf,figure rye Travelers Casualty & Surety 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ��,��Zj�_ this 14th day of FP.h-mi%A= 20_06. Name By: Title: David E Simpson,_71be President state of Colorado County of Larimer David E Simpson being duly sworn deposes and says that he is Vine Preaiclpnt Of. Cnnnail Rpsnurnps, Inn- and that ® (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _.L day of `-e�Df\_Ka_cU , 200(cx Notary y-?(_�c My commission e r 7/96 Section 00420 Page 3 r J SECTION 00430 SCHEDULE OF SUBCONTRACTORS List of contractors for asphalt rotomilling, earthwork, waterline, sanitary sewer, storm sewer pipe, concrete, bridge construction, asphalt paving, traffic control, landscaping and fencing and all subcontractors performing over 150 of the contract. L 0 4 L a 7/96 ITEM SUBCONTRACTOR Wl Pa Section 00430 Page 1 E CONNELL RESOURCES, INC. Attachment "A" SCHEDULE OF MAJOR 2006 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONCRETE $160,000 2061001 0% CSU CONCRETE 2006 FORT COLLINS GRADING $43,595 2061002 0% NELSON FARM FORT COLLINS GRADING $26,644 2061003 0% MAGIC SKY RANCH MAINTENANCE RED FEATHER LAKES SEWER, WATERLINE $170,945 2061004 0% VISTA GRANDE PH FORT COLLINS GRADING $106,000 2061005 0% FORT COLLINS COUNTRY CLUB FORT COLLINS UPDATED AS OF 12131105 OWNER CONTRACT TO CONTACT COMPLETE COLORADO STATE UNIVERSITY $ 160,000 JOHN SWARD GARNEY CONSTRUCTION $ 43,595 JEFF MOORE GIRL SCOUTS MILE HI COUNCIL $ 26,644 NANCY KOBERSTEIN VISTA GRANDE, LLC S 170,945 RICHARD CONNELL FORT COLLINS COUNTRY CLUB $ 106,000 NORMAN NUWASH $ 507,174 CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2005 COMPLETED WORK & WORK -IN -PROGRESS TYPE OF WORK WATERLINE, GRADING PAVING WATERLINE, REMOVALS GRADING GRADING UPDATED AS OF 1213110S CONTRACT PERCENT JOB NAME OWNER CONTRACT TO AMOUNT JOB N COMPLETE LOCATION CONTACT COMPLETE 31,100,170 2051001 99% 24" WATERLINE EXTENSION FORT COLLINS/LOVELAND WATER $ 11,002 $8,445,103 2051002 $133,155 2051003 GRADING, PAVING, UTILITIES $1,245,266 2051004 UTILITIES, GRADING $804,906 2051005 PAVING STORM, REMOVALS, $511,253 2051006 GRADING, PAVING GRADING, PAVING $353,087 2051007 PAVING $156,550 2051008 PAVING $134,000 2051009 UTILITIES, GRADING, PAVING $3,061,588 2051010 STORM,REMOVALS, $1,491,764 2051011 GRADING, PAVING UTILITIES, GRADING, PAVING S1,207,803 2051012 PAVING $231,799 2051014 PAVING $973,040 2051016 PAVING $492,217 2051018 STORM, GRADING, PAVING $572,325 2051019 UTILITES, GRADING, PAVING $189,097 2051020 PAVING $91,568 2051021 GRADING $1,076,860 2051022 UTILITIES, GRADING, PAVING $285,275 2051023 UTILITIES, GRADING, PAVING $2,110,209 2051024 STORM, GRADING, PAVING $1,280,644 2051025 PAVING $79,250 2051026 MIwillil $70,633 2051027 UTILITES, GRADING, PAVING $3,433,138 2051028 REMOVALS STORM, WATERLINE, PAVING $1,058,180 2051029 REMOVALS, GRADING LOVELAND NATE GILL 69% HARMONY SUBDIVISION PH I HARMONY, LLC $ 2,617,982 FORT COLLINS BYRON COLLINS 100% BOISE VILLAGE RUST CONSTRUCTION $ - LOVELAND ED RUST 98% VISTA GRANDE VISTA GRANDE, LLC $ 24,905 FORT COLLINS RICHARD CONNELL 100% MYERS GROUP PARTNERSHIP 2ND SUB CENTERRA METRO DISTRICT $ - LOVELAND DWAYNE WALKER 100% HWY 257 @ WATER VALLEY GLH CONSTRUCTION $ - WINDSOR JOE SCHUMACHER 100% CO'S BMW CENTER HENSEL PHELPS $ - LOVELAND NATE LOWRY 100% BELLVUE WATER TREATMENT PLANT STANEK CONSTRUCTORS $ BELLVUE BRYAN CAUDILL 100% RAWHIDE DAM ROAD OVERLAY PLATTE RIVER POWER AUTHORITY $ - WELLINGTON SUSAN PENNINGTON 78% KOLDEWAY INDUSTRIAL SUB PH 3, PH 1 EAST SIDE DEVELOPMENT LLC $ 673,549 LOVELAND ED RUST 100% RECONSTRUCTION OF OVERLAND TRAIL LARIMER COUNTY $ - FORT COLLINS TODD JUERGENS 98% RM VILLAGE 13TH SUB OFFSITE ROAD IM CENTERRA METRO DISTRICT S 24,156 LOVELAND DWAYNE WALKER 100% WATER VALLEY SOUTH SUBDIVISION GLH CONSTRUCTION $ - WINDSOR JOE SCHUMACHER 56% THOMPSON CROSSING THOMPSON CROSSING METRO DIST N3 $ 394,139 JOHNSTOWN GREGG SEEBOHM 97% L.C.A.C. 2005 MISC PATCHING LARIMER COUNTY $ 14,767 LARIMER COUNTY TODDJUERGENS 100% INDIAN CREEK RANCH PHASE 2 INDIAN CREEK ASSOCIATION S - LOVELAND DICK HANSON 1000/6 McWHINNEY FLEX R&D BLDG 1 DELTA CONSTRUCTION $ - LOVELAND JOHN BAKER 95% FOX RUN GOOD SAMARITAN VILLAGE R.C. HEATH CONSTRUCTION $ 4,578 GREELEY ERIC OMER 78% HIGHPOINTE SUBDIVISION HIG14POINTE VISTA, LLC S 236,909 WINDSOR GREGG SEEBOHM 88% CLEAR CHANNEL R.C. HEATH CONSTRUCTION $ 34,233 LOVELAND JASON STARKSIPETE OSBORNE 54% WINDSOR ETHANOL PLANT FRONT RANGE ENERGY $ 970,696 WINDSOR JOSEPH WINCKLER 100% COUNTY ROAD 73C LARIMER COUNTY $ - RED FEATHER LAKES TODD JUERGENS 56% PC MISC STREET IMPROVEMENTS CITY OF FORT COLLINS $ 34,870 FORT COLLINS RON KECHTER 90 % DAIRY DEPOT HAGEN BROTHERS, INC. S 7,063 EVANS MARK HAGEN 49% MAGIC SKY RANCH GIRL SCOUTS MILE HI COUNCIL $ 1,750,900 RED FEATHER LAKES NANCY KOBERSTEIN 99% CAMBRIDGE AVENUE IMPROVEMENTS IMAGO $ 10,582 FORT COLLINS GREGG SEEBOHM TYPE OF WORK PAVING GRADING, PAVING GRADING, PAVING GRADING, PAVING CONTRACT PERCENT AMOUNT JOB# COMPLETE $71,500 2051030 S1,805,497 2051031 $601,924 2051032 $610,771 2051033 UTILITIES, GRADING, PAVING $1,024,623 2051034 REMOVALS GRADING, PAVING $140,816 2051035 GRADING, PAVING SANITARY SEWER PAVING, GRADIN PAVING $28,924 2051036 $45,940 2051037 $86,565 2051038 $290,281 2051039 STORM, GRADING, PAVING S5,628,548 2051040 REMOVALS SEWER, WATERLINE, $140,075 2051041 GRADING, PAVING STORM, GRADING $122,183 2051042 REMOVALS, GRADING $499,153 2051043 PAVING $137,168 2051510 GRADING, PAVING $36,598 2054002 GRADING, PAVING $117,236 2054003 GRADING, PAVING $35,029 2054005 PAVING $518,846 2054006 PAVING $87,543 2054007 GRADING, PAVING $48,072 2054010 REMOVALS PAVING $456,480 2054012 PAVING $35,351 2054013 PAVING $31,590 2054015 GRADING, PAVING $35,508 2054017 STORM, REMOVALS, $610,944 2054019 GRADING, PAVING GRADING, PAVING $116,235 2054020 JOB NAME LOCATION OWNER CONTRACT TO CONTACT COMPLETE 100% FEDEX/KINKO'S JIM MUCKLOW $ - LOVELAND 29% COLUMBINE ESTATES TRADEWINDS DEVELOPMENT $ 1,281,903 WELLINGTON ADAM LUCKEROTH 100% HUNTERS RUN STREET REPAIR 2005 HARTFORD HOMES $ LOVELAND GARY HOOVER 100% HUNTERS RUN STREET REPAIR 2005 STANDARD PACIFIC OF COLORADO $ - LOVELAND STEVE SMITH 17% ROCKY MOUNTAIN VILLAGE 14TH SUB ROCKY MOUNTAIN VILLAGE II LLLP S 850,437 LOVELAND CHRIS LAPLANTE 100% ICM T&M / FRONT RANGE ENERGY 1CM, INC. $ - WINDSOR PATRICK RALSTON 100% CAPITAL WEST NATIONAL BANK DELTA CONSTRUCTION $ - FORT COLLINS GREG STEED 100% URANUS SANITARY SEWER SOUTH FC SANITATION DISTRICT $ - FORT COLLINS NATE GILL 82% RANGEVIEW II DRAHOTA CONSTRUCTION $ 15,582 LOVELAND SARAH BUCHOLT 2% WAGNER EQUIPMENT DELTA CONSTRUCTION $ 284,475 WINDSOR TIM STERN 1% CATAMOUNT SOUTH /HWY 131 CDOT $ 5,572,263 ROUTTCOUNTY VAN PILAUD 0% FIRST NATIONAL BANK Q HIGH PLAINS DOHN CONSTRUCTION $ 140,075 LOVELAND JENNIFER CHAVIES 44% DIXON CREEK SUBSTATION PLATTE RIVER POWER AUTHORITY $ 68,422 FORT COLLINS BILL EMSLIE I8 % SOUTHGATE BUSINESS PARK GLH CONSTRUCTION S 409,495 WINDSOR JOE SC14UMACHER 100% CSU ASPHALT PATCHING & OVERLAY COLORADO STATE UNIVERSITY $ FORT COLLINS JOHN SWARD 100% SER14ANT CREEK RANCH DRIVEWAY MR. JOHN SERHANT $ 22,883 STEAMBOAT SPRINGS 100% STEAMBOAT CHRISTIAN CENTER 2005 STEAMBOAT CHRISTIAN CENTER $ STEAMBOAT SPRINGS JIM PEARSON 100% MOUNTAIN VALLEY BANK MOUNTAIN VALLEY BANK $ HAYDEN ANDREA HAYDEN 100% 2005 ROUTT COUNTY OVERLAY ROUTT COUNTY $ ROUTTCOUNTY LOU GABOS 100% CATAMOUNT RANCH & GOLF CATAMOUNT METRO DISTRICT S STEAMBOAT SPRINGS JOEL ANDERSON 100% THE VILLAGE @STEAMBOAT 2005 THE VILLAGE ®STEAMBOAT $ STEAMBOAT SPRINGS RICK 100% STEAMBOAT 2005 PAVING PROJECT CITY OF STEAMBOAT SPRINGS S STEAMBOAT SPRINGS LONI McCULLOM 100% ALLTERRAIN SHOP ALLTERRAIN EXCAVATING S STEAMBOAT SPRINGS BRAD HOEFER 100% STEAMBOAT TRANSIT CENTER FOX CONSTRUCTION $ STEAMBOAT SPRINGS TOM FOX 100% TWENTYMILE COAL EMPLOYEE PAR KIN[ BOWERBROTHERS $ 34,921 CRAIG BUD BOWER 100% STEAMBOAT SPRINGS AIRPORT CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS 100% US HWY 40 & PINE GROVE CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS DOUG MARSH CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT COMPLETE REMOVALS, PAVING $42,247 2054021 100% DEER CREEK CONDO PARKING LOT COLORADO RESORT SERVICES $ - STEAMBOAT SPRINGS RICHARD LIECKTIEG GRADING $122,512 2054022 100% ROUTT COUNTY JUSTICE CENTER ROUTT COUNTY $ - STEAMBOAT SPRINGS TIM WINTER GRADING, PAVING $37,151 2054023 100% OLSON DRIVEWAY MR. BRIAN OLSON $ STEAMBOAT SPRINGS UTILITIES, REMOVALS, $8,132,090 2054025 37% YAMPA VALLEY REGIONAL AIRPORT ROUTTCOUNTY $ 5,123,217 GRADING, PAVING HAYDEN GRADING, PAVING $47,348 2054026 100% SB PINES / ELK LANE REPAIRS STEAMBOAT PINES HOA $ - STEAMBOAT SPRINGS PAVING $31,560 2054027 97% FIRST NATIONAL BANK OF THE ROCKIES AMARON FOLKESTAD $ 947 STEAMBOAT SPRINGS MARK FOLKESTAD PAVING $75,501 2054031 100% SIERRA VIEW SUBDIVISION DUCKELS CONSTRUCTION $ - OAK CREEK DERRICK DUCKELS PAVING $79,770 2054032 100% RIDGE ROAD CITY OF STEAMBOAT SPRINGS $ - STEAMBOAT SPRINGS JIM WEBER PAVING $37 025 2054035 0% HAYMAKER CLUBHOUSE CITY OF STEAMBOAT SPRINGS $ 37,025 STEAMBOAT SPRINGS BILL WHELIHAN GRADING, PAVING $55,963 2054039 100% SKI CORP MEADOWS LOT 2005 STEAMBOAT SKI CORP $ - ST£AMBOAT SPRINGS AUDREY WILLIAMS GRADING, PAVING $45,749 2054039 100% WILSON DRIVEWAY GARY WILSON $ - STEAMBOAT SPRINGS GRADING, PAVING $160,096 2054041 90% YVRA FBO HANGERS SIGNAL CONSTRUCTION SERVICES $ 16,010 HAYDEN REMOVALS, PAVING S99,040 2054043 99% STEAMBOAT TENNIS CENTER L.E. RENNER $ 990 STEAMBOAT SPRINGS TOMIOSEPHS PAVING $100,345 2054046 100% COOK CHEVROLET FOX CONSTRUCTION $ - STEAMBOAT SPRINGS TOM FOX GRADING, PAVING $253,540 2054049 97% CSP ROAD SUBGRADE REPAIRS COLORADO STATE PARKS $ 7,606 STEAMBOAT LAKE DAVID FOX REMOVALS, GRADING $76,210 2054050 0% WALTON CREEK CONDOS WALTON CREEK HOA $ 76,210 PAVING STEAMBOAT SPRINGS DENNIS LAIRD REMOVALS, PAVING $93,044 2054051 100% 2005 SB AIRPORT IMPROVEMENTS CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS ANNE SMALL GRADING, PAVING $41,071 2054052 100% KOHL DRIVEWAY APPLETREE WEST, LLC $ - STEAMBOAT SPRINGS REMOVALS, PAVING $108,639 2054053 95% WELLS FARGO UPDATE WELLS FARGO BANK $ 5,432 STEAMBOAT SPRINGS CLYDESCHROEDER PAVING $34,696 2054073 100% FOX CREEK HILLTOP PARKWAY PARADIGM CONSTRUCTION $ - STEAMBOAT SPRINGS PAVING $69,812 2054525 100% THE PORCHES DRIVEWAY STRUCTURAL ASSOCIATES $ - STEAMB_ OAT SPRINGS BRUCE DAILY S 20,747,220 Attachment "B" CONNELL RESOURCES, INC. UPDATED AS OF 12/31/0S SCHEDULE OF MAJOR 2004 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME OWNER CONTRACTTO TYPE OF WORK AMOUNT JOB 4 COMPLETE LOCATION CONTACT COMPLETE UTILITIES, GRADING, $141,874 2041001 100% CHAMPION WINDOWS NEYER COMPANY $ - PAVING LOVELAND BRYAN BYRD GRADING $64,500 2041003 100% HOOVER POND HERB HOOVER $ - ALLENSPARK PAVING $40,414 2041004 100% WELLS FARGO BANK FCICONSTRUCTORS $ - FORT COLLINS BECKET HANSON UTILITIES, GRADING, $1,358,871 2041005 100% MILLENNIUM SW STH SUBDIVISION FALCON BROOK, LLC $ - PAVING LOVELAND ED RUST UTILITIES, GRADING $1,027,980 2041006 100% NORTHEAST AREA OVERLAY CITY OF FORT COLLINS $ - PAVING FORT COLLINS CRAIG FARBER GRADING, PAVING $45,466 2041007 100% PIONEER EXPEDITIONARY SCHOOL ALLIANCE CONSTRUCTION $ FORT COLLINS SCOTT BRELSFORD UTILITIES $474,270 2041008 100% SOUTH LOVELAND OUTFALL SIERRA BUILDERS $ - LOVELAND GALL DOBLER PAVING $781,539 2041009 100% L.C.A.C. 2004 MISC. PATCHING LARIMER COUNTY $ - LARIMERCOUNTY TODDJUERGENS SEWER, STORM, GRADING, $71,891 2041010 100% CARRIAGE AUTO SERVICE SHOP DRAHOTA CONSTRUCTION $ - PAVING FORT COLLINS GRADING, PAVING $37,403 2041011 100% SCOTCH PINE COMMERCIAL KEVIN KING $ - FORT COLLINS ' UTILITIES, REMOVALS, $5,763 958 2041012 72% MEDICAL CENTER OF THE ROCKIES J.E. DUNN CONSTRUCTION COMPANY $ 1,613,908 GRADING, PAVING LOVELAND MARK ARNOLD GRADING $28,083 2041013 100% HARRISON DRIVEWAY CRAIG HARRISON $ - FORT COLLINS WATERLINE $44,917 2041014 100% LIND PROPERTY CENTEX HOMES $ - FORT COLLINS PATRICK KRAMER GRADING, PAVING $128,831 2041015 100% GROUP PUBLISHING THE NEENAN COMPANY $ - LOVELAND STEVE ROGERS WATERLINE, GRADING, $45,653 2041016 100% SUPPLY CACHE R.C. HEATH CONSTRUCTION $ - PAVING FORT COLLINS RANDY GATES UTILITIES, GRADING, PAVING $1,959,426 2041017 100% SEVEN LAKES 6TH SUBDIVISION TWIN LAKES DEVELOPMENT, LLC S - LOVELAND SCOTTBRAY UTILITIES, GRADING, PAVING $1,703,563 20410111 100% SIERRA VALLEY SIERRA BUILDERS $ - LOVELAND GAIL DOBLER PAVING $2,254,077 2041019 100% WATER VALLEY SO. SUBDIVISION GLH CONSTRUCTION $ - WINDSOR JOE SCHUMACHER UTILITIES, REMOVALS, $3,539,692 2041020 57% CDC REPLACEMENT LABORATORY SKANSKA USA BUILDING, INC $ 1,522,068 GRADING, PAVING FORT COLLINS TIM YORK UTILITIES, GRADING, PAVING $367,777 2041021 100% TIMBERS CONTRACT 4 / ZEPHYR RD TIMBERS LLC $ - FORT COLLINS BYRON COLLINS UTILITIES, GRADING, PAVING $382,448 2041022 100% TIMBERS CONTRACT 4 / INTERIOR TIMBERS LLC $ - FORT COLLINS BYRON COLLINS UTILITIES, REMOVALS, $609,600 2041023 100% CSU PARKING LOTS COLORADO STATE UNIVERSITY $ - GRADING, PAVING FORT COLLINS JIM STODDARD REMOVALS, GRADING, $216,560 2041024 100% ALLWEATHER WOOD ALLWEATHER WOOD $ - PAVING LOVELAND TED GREB PAVING $78,706 2041026 100% CSU MISC. PATCHING 2004 COLORADO STATE UNIVERSITY $ - FORT COLLINS GENE GRIFFITH STORM $158,223 2041027 100% LYONS VALLEY PARK LYONS VALLEY PARK, INC. $ - LYONS KEITH BELL GRADING, PAVING 5213,422 2041028 100% TROLLCO Ill CROW CREEK CONSTRUCTION $ - WINDSOR BRAD WEBER G D ML a ILU ti ►ir LIP e Sz r O m Rs (C Int RN � r Q ^ 6 CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT ✓OBN COMPLETE LOCATION CONTACT COMPLETE ASPHALT SUPPLY $930,636 2041029 100% CHEYENNE AIRPORT CASTLE ROCK CONSTRUCTION $ CHEYENNE, WY RALPH BELL REMOVALS, CONCRETE, $409,586 2041030 100% FC MISC STREET IMPROVEMENTS CITY OF FORT COLLINS $ UTILITIES, GRADING, PAVING FORT COLLINS UTILITIES, PAVING $164,526 2041031 100% DALE'S CARPET ONE HARTFORD COMMERCIAL $ FORT COLLINS JONATHAN CAIRNES PAVING $44,506 2041032 100% WEST ELIZABETH STREETSCAPE G. L. HOFF CONSTRUCTION S FORT COLLINS PAT NORRIS UTILITIES, REMOVALS, $298,575 2041033 100% VEHICLE STORAGE BUILDING R.C. HEATH CONSTRUCTION $ GRADING, PAVING FORT COLLINS DARRELL BAKER UTILITIES, GRADING, PAVING $1,068,420 2041036 99°/ MYERS GROUP PARTNERSHIP CENTERRA METRO DISTRICT $ LOVELAND JON ERICKSON UTILITIES, GRADING, PAVING $472,216 2041037 100% HESKA THE NEENAN COMPANY $ LOVELAND BOB MESERVE UTILITIES, GRADING, $1,119,066 2041038 100% PVHS INFRASTRUCTURE HARMONY THE NEENAN COMPANY $ PAVING FORT COLLINS LEWIS ROBERSON REMOVALS, GRADING $580,442 2041039 100% MCKEE MEDICAL /BP46 ALLIANCE CONSTRUCTION S PAVING LOVELAND TOM MARKO SEWER, STORM $796,063 2041040 84% SERENITY RIDGE @ WILSON HOMESTEAL JRJ LAND DEVELOPMENT, LLC S BERTHOUD BILL ALBRECHT PAVING $32,918 2041041 100% COUNTY ROAD 38E GUARDRAIL IDEAL FENCING S FORT COLLINS DAVE ELGER WATERLINE $36,875 2041042 100% PALMER FLOWERS RENOVATION R.C. HEATH CONSTRUCTION S FORT COLLINS JENNIFER CHAVIES GRADING, PAVING $77,115 2041043 100% FRITO LAY DISTRIBUTION CENTER CON -REAL, INC. $ FORT COLLINS CHANDRA MARTIN UTILITIES, GRADING $295,311 2041044 100% PVHS PRIMARY CARE THE NEENAN COMPANY $ PAVING FORT COLLINS LEWIS ROBERSON GRADING $1,203,142 2041045 99% TWIN RIVERS PARK ADOLFSON & PETERSON $ GREELEY DICK FATOUT SEWER, REMOVALS $669,585 2041046 100% WESTERDOLL LAKE DAM REHAB TWIN LAKES DEVELOPMENT $ LOVELAND SCOTTBRAY GRADING $127,342 2041047 100% RIVER WEST P.U.D. RIVER RIDGE DEVELOPMENT S WINDSOR TOM DUGAN STORM, GRADING, PAVING $218,869 2041048 100% SOUTH BOISE AVENUE TWIN LAKES DEVELOPMENT $ LOVELAND SCOTT BRAY UTILITIES, GRADING, PAVING $253,336 2041049 100% THE COTTAGES Q BERTHOUD DOHN CONSTRUCTION, INC. $ CONCRETE, REMOVALS BERTHOUD BRIAN STRIBLEY GRADING, PAVING $31,325 2041050 100% CSU EQUINE CENTER REPRO LAB COLORADO STATE UNIVERSITY $ REMOVALS FORT COLLINS STEVE KEISS WATERLINE $112,071 2041051 100% LARIMER COUNTY DEWATERING SYSTElv LARIMER COUNTY ROAD & BRIDGE S. FORT COLLINS DREW DAVISICHARLIE PARK SEWER, PAVING $167 643 2041052 100°! LYNN DRIVE SANITARY SEWER SOUTH FORT COLLINS SANITATION S FORT COLLINS NATE GILL GRADING $33,622 2041053 100% PVHS PRIMARY•STRUCT EXCAVATION THE NEENAN COMPANY $ FORT COLLINS LEWIS ROBERSON GRADING, PAVING S3,511,347 2041054 99% SHOPS Qa CENTERRA HOAR CONSTRUCTION $ LOVELAND GREG CROSS GRADING, REMOVALS, $577,186 2041055 100% WESTLAKE Q SANBORN PARK CITY OF GREELEY $ PAVING GREELEY BERTLEAUTAUD UTILITIES, GRADING, PAVING $987,214 2041056 100% FOX RUN BUSINESS PARK DONALDSON & COMPANY $ GREELEY JAMES SMITH GRADING $48,601 2041507 100% AGILENT NITROGEN PAD R.C. HEATH CONSTRUCTION $ FORT COLLINS ' 10,684 127,370 12,031 35,113 CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE PAVING $34,110 2041529 100% LCC MASON STREET REPAIRS HENSEL PHELPS CONSTRUCTION $ - FORT COLLINS HARMON ANDERSON UTILITIES, GRADING $3,849,345 2044002 100% SNOWY RANGE ROAD WY DEPARTMENT OF TRANSPORT $ - PAVING, CONCRETE SARATOGA, WY JAKE LONN PAVING $362,152 2044003 100% ALPINE LUMBER QUINLAN CONSTRUCTION $ - STEAMBOAT SPRINGS JIM CONAGHAN CRUSHING, GRADING $1,988,893 2044004 100% SHIVELY FIELD TOWN OF SARATOGA $ - PAVING SARATOGA, WY PAVING $36,025 2044007 100% STEAMBOAT LUMBER STEAMBOATLUMBER $ STEAMBOAT SPRINGS RICK UTILITIES, PAVING $35,396 2044008 100% PHOENIX DRAIN&PATCH COLORADO RESORT SERVICES $ - STEAMBOAT SPRINGS RICHARD LICKTEIG PAVING $42,280 2044011 100% LONGVIEW SUBDIVISION PH 2 TRUE MOUNTAIN HOMES $ - STEAMBOAT SPRINGS JACK NESBITT PAVING $34,410 2044015 100% TOWN OF SARATOGA PAVING TOWN OF SARATOGA $ SARATOGA, WY GRADING, PAVING $30,808 2044015 100% SUNDANCE PLAZA THE COMMERCIAL DIVISION $ - STEAMBOAT SPRINGS CHRIS PERKINS REMOVALS, PAVING $41,293 2044016 100% MT. WERNER LODGE ALPINE RESORT MANAGEMENT $ - STEAMBOAT SPRINGS RICHARD LICKTEIG PAVING $277,822 2044019 100% 2004 CITY OF STEAMBOAT PAVING CITY OF STEAMBOAT SPRINGS $ - STEAMBOAT SPRINGS JOE ZIMMERMAN PAVING $31,845 2044021 100% STEAMBOAT HANGER DEVELOPMENT BRAD HENDERSON $ - STEAMBOAT SPRINGS PAVING $122,073 2044025 100% TRI-STATE CRAIG PLANT 2004 CASEY INDUSTRIAL, INC. $ - CRAIG MIKE DIXON PAVING $31,894 2044028 100% SHADOW RUN PARKING LOTS MOUNTAIN RESORTS $ - STEAMBOAT SPRINGS CHUCK MCBRIDE REMOVALS, PAVING $36 010 2044036 100% HAYDEN HIGH SCHOOL 2004 HAYDEN PUBLIC SCHOOLS $ - HAYDEN JOESCUFCA PAVING $151,717 2044037 100% FISH CREEK FALLS ROAD NATIVE EXCAVATING $ - STEAMBOAT SPRINGS CHUCK MacARTHUR GRADING, PAVING $48,523 2044038 100% AMES MINI STORAGE 2004 AMES MINI STORAGE $ - STEAMBOAT SPRINGS ROBERT AMES REMOVALS, GRADING, $37,405 2044039 100% PIZZA HUT PIZZA HUT $ - PAVING CRAIG REMOVALS, PAVING $52,794 2044042 100'/o WHISTLER VILLAGE STAIRS APLINE RESORT MANAGEMENT $ - STEAMBOAT SPRINGS RICHARD LICKTEIG PAVING $222,999 2044043 100% WILDHORSE MARKETPLACE GREYSTAR CONSTRUCTION $ - STEAMBOAT SPRINGS JESSE SABIA PAVING $64,812 2044044 100% LAKE CATAMOUNT ROADS LAKE CATAMOUNT NO. I METRO DIST $ - STEAMBOAT SPRINGS JOEL.ANDERSON GRADING, PAVING $93,727 2044046 100% WALTON POND APTS 2004 CENTRAL PARK MANAGEMENT $ - REMOVALS STEAMBOAT SPRINGS CURT WEISS GRADING, PAVING $86,165 2044049 100% ROUND MOUNTAIN RANCH 2O04 ROUND MOUNTAIN RANCH $ - STEAMBOAT SPRINGS STEVE MOSSER PAVING $45,469 2044049 1000/. MILLER EAGLE GLEN M.J. MILLER COMPANY $ - STEAMBOAT SPRINGS MIKE MILLER GRADING, PAVING $489,399 2044055 100% STEAMBOAT PINES PAVING 2004 STEAMBOAT PINES HOA $ STEAMBOAT SPRINGS STEVE DOWNS PAVING, SEWER $55,170 2044056 100% TACO BELL PARKING LOT HOLMQUIST LORENZ CONSTRUCTION $ - STEAMBOAT SPRINGS TRAVIS HOLMQUIST PAVING $190,469 2044059 100% MEADOWGREEN @ STAGECOACH DUCKELS CONSTRUCTION $ STEAMBOAT SPRINGS DERRICK CONTRACT PERCENT TYPE OF WORK AMOUNT JOB# COMPLETE GRADING $135,190 2044062 100% PAVING, GRADING $113,455 2044063 I00% PAVING,GRADING 576,759 2044064 100% PAVING $107,565 2044069 100% PAVING $37,598 2044072 100% PAVING,GRADING $198,000 2044075 100% CRUSHING $98,683 2044077 100% GRADING, PAVING $66,329 2044555 100% JOB NAME OWNER CONTRACTTO LOCATION CONTACT COMPLETE COLORADO STATE PARKS COLORADO STATE PARKS S - JACKSON COUNTY DAVID GIGER PINE GROVE CENTER CJAX, INC. $ STEAMBOAT SPRINGS MAX ERB STEAMBOAT RENTALS ROAD BROTHERTON CONSTRUCTION S STEAMBOAT SPRINGS DAVID BROTHERTON EMERALD MEADOWS ROBERTPENSACK S STEAMBOAT SPRINGS CENTRAL PARK PLAZA SOUTH GIOFFRE COMPANIES $ STEAMBOAT SPRINGS HERB JAGELS WESCOIN MEADOWS WESCOIN S - STEAMBOAT SPRINGS STEVE PETERSON SENECA MESA PIT CRUSHING 2004 SENECA COAL COMPANY $ - SOILEAU DRIVEWAY JOHN SOILEAU $ - STEAMBOAT SPRINGS S 3,321,175 Attachment "C" CONNELL RESOURCES EQUIPMENT LIST July 20, 2005 LICENSE PURCHASE DESCRIPTION CLASS NUMBER DATE 2000 GMC 1 500 PICKUP TRUCK 1 722BIK 5/31 /2000 2000 GMC 1 500 PICKUP TRUCK 1 47428LU 9/21 /1999 1999 GMC 2500 PICKUP TRUCK] 4627OLU 8/11 /1999 1999 GMC 1500 PICKUP TRUCK 1 43320LU 6/2/1999 1999 GMC 1 500 PICKUP TRUCK 1 4118OLU 4/S/1999 1999 GMC 1500 PICKUP TRUCK 1 41183LU 3/23/1999 1999 GMC 1500 PICKUP TRUCK] 41182LU 3/23/1999 1999 GMC 1500 PICKUP TRUCK 1 41181LU 3/23/1999 2002 CHEVY 1500 EXT. CAB TRUCK 1 719DJX 12/14/2001 1994 CHEVY K1500 PICKUP TRUCK 1 3533MD 3/10/1994 1990 CHEVY FLATBED TRUCK 1 12936WZ 2/6/1996 1984 GMC 1 TON PICKUP TRUCK 1 13315WZ 8/29/1996 1995 GMC 1 500 PICKUP TRUCK 1 22603LU 4/9/1997 1998 GMC 2WD PICKUP TRUCK I 28540LU 5/12/1998 1994 CHEVY K1500 PICKUP TRUCK] 00182S6 4/18/1994 2001 CHEVY 1500 PICKUP TRUCK 1 320ERC 4/10/2001 2002 GMC 2500 PICKUP TRUCK 1 720DJX 11/28/2001 1991 GMC K1500 PICKUP TRUCK] 00266S6 11 /3/1990 1998 GMC 1500 PICKUP TRUCK 1 35979LU 8/10/1998 2001 GMC 1 500 PICKUP TRUCK 1 317CWF 7/9/2001 1991 GMC PICKUP TRUCK 1 2183MC 3/19/1993 2001 CHEVY 2500 PICKUP TRUCK 1 461CWB 2/16/2001 2002 CHEVY SUBURBAN TRUCK 1 984LGO 4/2/2002 2000 GMC 1500 PICKUP TRUCK] 177BSW 11 /9/2000 1997 GMC 1500 PICKUP TRUCK 1 1428OWZ 4/17/1997 1995 GMC 1500 PICKUP TRUCK] 515HAN 4/23/1997 2001 FORD F250 PICKUP TRUCK 1 174LBD 5/3/2001 1998 GMC 3/4 TON TRUCK] 2793LU 9/17/1997 1998 GMC 1 500 PICKUP TRUCK 1 812LOL 1 /16/1998 1998 GMC 1500 PICKUP TRUCK] 3132OLU 2/23/1998 2000 GMC 1500 PICKUP TRUCK 1 032BIB 6/21 /2000 1998 GMC 1500 EXT. CAB TRUCK] 28539LU 5/8/1998 1997 GMC YUKON TRUCK 1 301AGM 4/28/2000 2001 CHEVY BLAZER TRUCK 726GEP 3/4/2002 2001 CHEVY BLAZER TRUCK 1 173LBD 4/l/2002 2001 CHEVY 1 500 PICKUP TRUCK 1 910CWC 3/30/2001 1973 FORD SERVICE TRUCK TRUCK 2 44758LU 7/12/1979 1983FORD F600 TRUCK 267WZ2 7/27/1994 1990 FORD STAKE TRUCK 9609ME 2/9/1996 1990 GMC FUEL TRUCK TRUCK 2 194WZ2 2/7/1996 1997 FORD F800 SERVICE TRUCK TRUCK 2 674BYG 3/26/1997 1997 GMC 35HD SERVICE TRUCK TRUCK 2 14841 WZ 8/8/1997 1995 FORD F450 ONE TON PICKUP TRUCK 2 22613LU 5/15/1997 1993 CHEVY ONE TON PICKUP TRUCK 2 2407OLU 4/22/1997 1986 GMC ONE TON PICKUP TRUCK 2 7361 LY 5/1/1987 1977 CHEVY TWO TON FLATBED TRUCK 2 176WZ2 2 / 11 / 1994 1979 INTNL DUMP TRUCK TRUCK 2 175WZ2 2/1 1 /1994 1978 FORD SERVICE TRUCK TRUCK 2 197WZ2 5/27/1988 1990 FORD DIST TRUCK TRUCK 2 960HWO 2/24/1994 1994 CHEVY 350OHD FLATBED TRUCK 2 22091LU 3/7/1997 1994 ROSCO DISTRIBUTION TRUCK TRUCK 2 549BFG 3/29/2002 2002 INTERNATIONAL DIST TRUCK TRUCK 2 573BRT 11 /1512001 1980 IHC S2500 DISTRIBUTION TRUCK 2 313LV2 10/12/1993 1989 MACK FLATBED TRUCK 763LU2 7/21/1995 1993 KENWORTH FUEL TRUCK TRUCK 2 1342LU2 4/ 1 / 1999 1997 GMC 3500 VAN TRUCK 2 807AP9 3/30/2000 1994 GMC C3500 VAN TRUCK 2 14833WZ 8/8/1997 1967 CRANE TRUCK TRUCK 2 TITLE ONLY 7/1 1 /1997 2001 KENWORTH T800 FUEL TRUCK TRUCK 2 809AUY 1 /224/01 1998 MACK CH612 FUEL TRUCK TRUCK 2 1 1 ODHE 4/20/2004 2004 FORD F550 SERVICE TRUCK TRUCK 2 946LOT 4/7/2005 2004 KENWORTH T300 SERVICE TRUCK TRUCK 2 259CXD 4/20/2004 2001 KENWORTH T300 SERVICE TRUCK TRUCK 2 750BPK 12/5/2000 1995 GMC TOPKICK SERVICE TRUCK TRUCK 2 769LU2 4/22/1998 1995 DODGE RAM 3500 SERVICE TRUCK TRUCK 2 28537LU 5/1 5/1998 1999 GMC ONE TON PLATFORM TRUCK TRUCK 2 40675LU 2/24/1999 1999 GMC ONE TON PLATFORM TRUCK TRUCK 2 81 3LOL 2/24/1999 2000 GMC 3500 FLATBED TRUCK 2 992AND 2/18/2000 2000 GMC 3500 FLATBED TRUCK 2 993AND 2/18/2000 2001 FORD F350 FLATBED TRUCK 2 116CWD 4/17/2001 2001 FORD F350 FLATBED TRUCK 349ERC 4/17/2001 1983FORD PATCH TRUCK TRUCK 344GZC 1/14/2003 2002FORD F550 TRUCK TRUCK 427HXC 3/8/2004 2002 CHEVY C6500 PATCH TRUCK TRUCK 2 428HXC 3/17/2004 1997 DODGE RAM 3500 TRUCK TRUCK 2 148LGP 12/10/2004 2005 GMC 3500 PICKUP TRUCK 2 873LZG 5/5/2005 2005 GMC 3500 FLATBED TRUCK 874LZG 5/24/2005 1995 GMC WATER TRUCK TRUCK 2 093EHA 2/23/2000 1995 GMC WATER TRUCK TRUCK 2 094EHA 2/28/2000 1981 INTNL WATER TRUCK TRUCK 3 1323LU2 6/22/1994 1991 INTNL WATER TRUCK TRUCK 3 10395LU 1 1 /1 /1996 1981 INTNL WATER TRUCK TRUCK 3 1324LU2 6/6/1994 1986 INTNL TANDEM DUMP TRUCK TRUCK 3 219W72 6/3/1994 1981 FORD TANDEM DUMP TRUCK TRUCK TITLE ONLY 2/16/1987 1979 FORD 7000 WATER TRUCK TRUCK 3 096EHA 9/19/1991 1987 MACK TANDEM DUMP TRUCK TRUCK 3 605BRT 1 / 10/ 1994 1987 MACK TANDEM DUMP TRUCK TRUCK 3 758LU2 1 /10/1994 1987 MACK TANDEM DUMP TRUCK TRUCK 3 678LU2 1 /10/1994 1987 MACK TANDEM DUMP TRUCK TRUCK 3 677LU2 2/3/1997 1978 INTNL WATER TRUCK TRUCK 3 1322LU2 10/17/1994 1973 MACK WATER TRUCK TRUCK 3 TITLE ONLY 3/9/1995 1989 MACK TANDEM RW613 TRUCK 3 771AUY 4/10/1996 1989 MACK TANDEM RW613 TRUCK 3 676EHY 4/10/1996 1988 FREIGHTLINER TANDEM TRUCK 3 5606FG 5/ 1 / 1998 1998 PETERBILT DUMP TRUCK TRUCK 3 09SEHA 12/l/2000 2006 KENWORTH T800 TANDEM DUMP TRUCK TRUCK 3 377HSK 5/4/2005 2005 KENWORTH T800 TANDEM DUMP TRUCK TRUCK 3 379HKS 5/4/2005 2005 KENWORTH T800 TANDEM DUMP TRUCK TRUCK 3 380HSK 5/4/2005 2000 KENWORTH T800 TRACTOR TRUCK 4 4/20/2005 1999 PETERBILT TRACTOR TRUCK 4 727DGW 1 /21 /2003 1997 MACK CL713 TRACTOR TRUCK 4 047DGJ 9/20/1996 1985 PETERBILT TRACTOR TRUCK 4 048DGJ 4/21 /1988 2001 KENWORTH T800B TRACTOR TRUCK 4 051 DGJ 9/7/2000 1990 MACK TT CH613 TRUCK 4 481 LU8 4/17/1995 1990 MACK TT CH613 TRUCK 480LU8 4/17/1995 1990 MACK TT CH613 TRUCK 4 483LU8 4/17/1995 1990 MACK TT CH613 TRUCK 4 478LU8 4/17/1995 1993 MACK TT CH613 TRUCK 4 485LU8 5/31 /1996 1993 MACK TT CH613 TRUCK 4 480DGP 5/31 /1996 1993 MACK TT CH613 TRUCK 4 486LU8 5/31 /1996 1993 MACK TT CH613 TRUCK 4 687LU8 5/31 /1996 1995 MACK TT CH613 TRUCK 4 787LU8 4/29/1998 1995 MACK TT CH613 TRUCK 4 786LU8 4/29/1998 1995 MACK TT CH613 TRUCK 4 841 BRT 4/29/1998 1990 CMI LOAD KING TRAILER L45488 1/20/1993 1990 TRAIL KING TK20 LOWBOY TRAILER L44855 5/11 /1993 1997 TRAIL KING TK100 TRAILER L1 12893 12/14/1998 1962 MILLER TILT TRAILER RO19847 7/14/1995 1995 TILT BED TRAILER LO56639 9/l /1995 1996 TILT BED TRAILER 11113646 7/26/1996 1996 TILT BED TRAILER L102939 9/23/1996 2000 WATERLINE TEST TRAILER 29SATA 3/30/2000 2001 TRAIL KING TK1 1 OHDG TRAILER 422BYT 10/17/2000 2005 FONTAINE PLATFORM TRAILER 1 13KNT 6/7/2004 1995 RED TRAILER TRAILER 917GPS 6/17/1998 1982 TRAILMOBILE 40' STORAGE TRAILER 3/3/2004 1975 UTILITY TRAILER TRAILER LO59405 6/ 1 1 / 1985 1979 TRAILMOBILE TRAILER L30799 4/3/1989 1978 FRUEHAUF VAN TRAILER L120344 7/20/1998 2004 HOMEMADE TRAILER TRAILER 883KHR 6/22/2004 1960 FRUEHAUF TRAILER TRAILER R116029 4/12/1999 2004 HOMEMADE ROTOMILL TRAILER TRAILER 372KOR 8/2/2004 1995 LOAD KING 2060 TRAILER R115240 6/19/1998 1995 LOAD KING 2060 TRAILER R1 15241 6/19/1998 1976 HOBBS END DUMP TRAILER 941BAI 1/14/1977 1968 FRUEHAUF END DUMP TRAILER 892KHR 5/25/2004 1987 ROCK TRAILER #1 TRAILER 942BAI 2/1/1987 1987 ROCK TRAILER #2 TRAILER 943BAI 5 / 1 / 1987 1999 CEMENT ROCK TRAILER TRAILER L121082 12/5/1998 1980 FRUEHAUF FROP DECK TRAILER 139HSX 1/20/2003 1999 LANDOLL TRAILER TRAILER 420BYT 1211 12000 1997 RED RIVER TRAILER TRAILER R1 1 5089 5/4/1998 1996 RED RIVER TRAILER TRAILER 11115090 5/4/1998 1996 RED RIVER TRAILER TRAILER L113073 5/4/1998 1996 RED RIVER TRAILER TRAILER L113072 5/4/1998 1996 RED RIVER TRAILER TRAILER L113071 5/4/1998 1996 RED RIVER TRAILER TRAILER 1_106078 6/25/1996 1996 RED RIVER TRAILER TRAILER Ll06077 6/25/1996 1992 RED RIVER TRAILER TRAILER L107766 10/21 /1994 1992 RED RIVER TRAILER TRAILER L44917 10/21 /1994 1992 RED RIVER TRAILER TRAILER L44916 10/21 /1994 1992 RED RIVER TRAILER TRAILER L44915 10/21 /1994 1986 LOAD KING BTM DUMP TRAILER 944BAI 5 / 18/ 1989 1985 LOAD KING BTM DUMP TRAILER 945BAI 5/18/1989 1994 LOAD KING BTM DUMP TRAILER L102933 7/1 /1996 1994 LOAD KING BTM DUMP TRAILER L102934 7/1 /1996 1994 LOAD KING BTM DUMP TRAILER 1_102935 7/1 /1996 1994 LOAD KING BTM DUMP TRAILER L102936 7/1 /1996 2005 BIG TEX 30AS TRAILER TRAILER 6/28/2005 1971 BIRMINGHAM TRAILER TRAILER 582HSY 4/16/2003 1995 LOAD KING TRAILER L102937 7/1 /1996 1994 LOAD KING 02TT TRAILER L102929 7/1/1996 2002 22-JOB TRAILER TRAILER 845HGJ 8/14/2002 1959 FREHAUF JOB TRAILER TRAILER L056615 6/28/1979 1960 BRWN VAN UTILITY TRAILER TRAILER L14486 5/8/1986 1962 BRWN VAN TRAILER TRAILER L26626 8/28/1986 1968 STRICK VAN TRAILER TRAILER 419BYT 6/8/1987 1965 TRAILMOB VAN TRAILER TRAILER L26400 8/25/1988 2000 OFFICE TRAILER TRAILER 4/12/2004 1979 ELDER FIELD OFFICE TRAILER 541 HWT 2/2/2002 1972 ELDER FIELD OFFICE TRAILER LU2099 12 / 15 / 1983 1996 CONSTRUCTION TRAILER TRAILER 3 / 1 / 1996 1996 ECONOLINE TRAILER TRAILER 635HWT 9/24/2003 1983 ELDER FIELD LAB TRAILER XO27738 3/7/1989 1988 ELDER FIELD LAB TRAILER XO52358 3/28/1990 2003 POWER CURB TRAILER TRAILER 2951PL 7/10/2003 2003 UTILITY TRAILER TRAILER 5621PL 7/ 10/2003 2001 PACEVC714TA2 TRAILER TRAILER 021FUU 11/19/2001 1952 HOMEMADE FUEL TRAILER TRAILER 9/ 16/ 1977 2002 C-10 TOWMASTER TRAILER 948HGK 9/20/2002 1968 500 BBL FRAC TANK TRAILER LU3555 5/11 /1990 1984 FRAC TANK 20000 GALLON TRAILER WZ01019 8/10/1994 1978 ETNYRE TANK TRAILER TRAILER LU4882 11/23/1994 1999 PORTABLE WATER TANK TRAILER LU07209 1 1 / 10/ 1999 1981 HOMEMADE WATER STAND TRAILER WZ01018 4/20/1981 1981 HOMEMADE WATER STAND TRAILER 4/15/1981 1994 TIMPTE DYNA PUP TRAILER LO53371 5/6/1994 1994 TIMPTE DYNA PUP TRAILER LO53370 5/6/1994 1994 TIMPTE DYNA PUP TRAILER LO53372 5/19/1994 1994 TIMPTE DYNA PUP TRAILER LO53369 5/19/1994 1994 R&W TRAILER TRAILER L120353 9/16/1994 1994 RWTRAILER TRAILER L122841 4/13/1999 1999 C-1 0 TOWMASTER TRAILER L127654 9/9/1999 2004 CAT 938G LOADER EARTHMOV CAT FINANCIAL 10/ 1 /2004 2004 CAT 938G LOADER EARTHMOV CAT FINANCIAL 10/l /2004 2004 CAT 938G LOADER EARTHMOV CAT FINANCIAL 10/l /2004 2001 CAT 938G LOADER EARTHMOV 080CXD 5/12/2003 1994 CAT 936F LOADER EARTHMOV LU05650 7/1 /1996 1999 CATIT28G LOADER EARTHMOV 955CXC 5/21/2002 1998 CAT 938G LOADER EARTHMOV X056843 5/21 /2002 2000 CAT 938G LOADER EARTHMOV X056656 4/26/2001 1995 CAT 970F LOADER EARTHMOV X056844 5/16/2000 1994 CAT 966F LOADER EARTHMOV X052294 7/1 /1996 1995 CAT 970FLOADER EARTHMOV X052293 7/1/1996 2004 CAT 966G LOADER EARTHMOV X05681 5 3/6/2005 1995 CAT 980F LOADER EARTHMOV X052292 7/1 /1996 1995 CAT 966F LOADER EARTHMOV X056556 2/15/1996 1996 CAT 950FLOADER EARTHMOV X052304 8/30/1999 1996 CAT 950F LOADER EARTHMOV X052304 8/30/1999 2001 CAT 972G LOADER EARTHMOV X027776 1 1 /1 /2000 1996 CAT 980G LOADER EARTHMOV X052361 111112000 2002 CAT 980C LOADER EARTHMOV X056622 4/16/2002 1998 CAT 980G LOADER EARTHMOV X027360 7/19/2002 2003 CAT 980G LOADER EARTHMOV X056520 1 1 /20/2003 1999 CAT D5M DOZER EARTHMOV X027539 8/3/2000 1995 CAT D9N DOZER EARTHMOV X027321 6/4/1999 1994 CAT D6H XL DOZER EARTHMOV X056657 5/1/1999 1990 CAT D4H DOZER EARTHMOV X05231 5 9/16/1996 1994 CAT D8N DOZER EARTHMOV X027361 7/1 /1996 1995 CAT D3C TRACTOR EARTHMOV X056557 2/15/1996 1994 CAT D4H LPGIII DOZER EARTHMOV X056610 4/4/2001 2002 CAT D6RXLDOZER EARTHMOV X056623 4/16/2002 2000 CAT D9R DOZER EARTHMOV X056571 4/1 /2002 1999 CAT D6RXL DOZER EARTHMOV CAT FINANCIAL 4/l/2002 2000 VERMEER V5800 TRENCHER EARTHMOV X056658 4/5/2002 1996 CAT 623F SCRAPER EARTHMOV X056845 512112002 1986 CAT 613CSCRAPER EARTHMOV LU05610 5/18/1995 1978 CAT 613B SCRAPER EARTHMOV LU07110 4/30/1994 1992 CAT 621 E WATER WAGON EARTHMOV X056659 4/2/1997 1994 CAT 623F SCRAPER EARTHMOV X056801 4/2/1997 1996 CAT 623F SCRAPER EARTHMOV X027350 6/11 /1997 1998 CAT 631E SCRAPER EARTHMOV X027540 8/3/2000 1995 CAT 613C SCRAPER EARTH-MOV X027777 1 1 /14/2000 1997 CAT 627F SCRAPER EARTHMOV X156802 3/22/2001 2001 CAT627G SCRAPER EARTHMOV X056568 4/l/2002 2001 CAT 627GSCRAPER EARTHMOV X056569 4/l/2002 1997 CAT 631 E SCRAPER EARTHMOV X056849 5/6/2003 1998 CAT 631 E SCRAPER EARTHMOV X056847 6/6/2003 2001 CAT 631 E SCRAPER EARTHMOV CAT FINANCIAL 4/1 1 /2005 1996 CAT RR250B RD RECLAIMER EARTHMOV X056848 5/12/2003 1994 CAT 140G GRADER EARTHMOV 495AVF 2/15/1996 1991 CAT140G GRADER EARTHMOV 496AVF 2/15/1996 1995 CAT 140H GRADER EARTHMOV 493AVF 2/15/1996 1997 CAT 140H GRADER EARTHMOV 969HWS 4/8/1998 1997 CAT 104H GRADER EARTHMOV LU07107 5/1 /1999 1996 CAT 140G GRADER EARTHMOV 086BGW 5/16/2000 2001 CAT 140H GRADER EARTHMOV 455HSV 6/1 /2001 2004 CAT14H GRADER EARTHMOV 492HVS 7/19/2004 2001 CAT 14H GRADER EARTHMOV 505HSV 10/23/2004 1988 CAT 81 5B COMPACTOR EARTHMOV X056803 1 /28/1993 1993 CAT CP323 COMPACTOR EARTHMOV X052425 4/8/1998 2003 ING RAND SD 122FB COMPACTOR EARTHMOV X056624 41112005 1999 REX 3-35 COMPACTOR -EARTHMOV X027778 1 1 /16/2000 1995 DYNAPAC CAI 51 PDB VIB ROLLER EARTHMOV X056519 1 1 /13/1997 1996 DYNAPAC CAI 51 D COMPACTOR EARTHMOV X056804 4/29/1998 1997 DYNAPAC CAI 51 PD COMPACTOR EARTHMOV X027779 12/29/1999 2002 KOMATSU PC20OLC 7 EXCAVATOR EARTHMOV X056805 4/26/2004 2002 KOMATSU PC20OLC 7 EXCAVATOR EARTHMOV 4/24/2004 1994 REX 3-35 COMPACTOR EARTHMOV X056849 5/1 /1998 1995 REX 3-35 COMPACTOR EARTHMOV X027739 12/14/1998 1990 REX 3-35 COMPACTOR EARTHMOV X027740 12/14/1998 1998 CAT 81 5F COMPACTOR EARTHMOV X027541 8/22/2000 2000 MULIT QUIP RAMAX TRENCH COMPACTOR EARTHMOV X052363 1 1 / 14/2000 2001 JD 21 OLE LANDSCAPE LOADER EARTHMOV 317CXD 5/14/2004 1988 JOHN DEERE 8650 4WD TRACTOR EARTHMOV LU06872 10/20/1998 1987 JOHN DEERE 8650 4WD TRACTOR EARTHMOV LU07060 2/4/1999 1995 CASE 9280 4WD TRACTOR EARTHMOV 783BPK 2/26/2001 1990 JOHN DEERE 8760 4WD TRACTOR EARTHMOV 804BPK 5/17/2001 2000 D350E-II CAT ARTIC TRUCK EARTHMOV X027780 1 1 /21 /2002 2000 D350E-II CAT ARTIC TRUCK EARTHMOV X027781 1 1 /21 /2002 2000 D350E-11 CAT ARTIC TRUCK EARTHMOV X027782 1 1 /21 /2002 2000 CAT D300E ART DUMP TRUCK EARTHMOV X056850 5/12/2003 1997 CAT D250E ART DUMP TRUCK EARTHMOV X056851 5/12/2003 2001 CAT 330BL EXCAVATOR EARTHMOV X027351 5/12/2003 2000 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV X056518 12/28/2000 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV X056558 12/28/1999 2004 KOMATSU PC40OLC-7 EXCAVATOR EARTHMOV X027546 8/13/2004 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV X027741 12/28/2001 1993 CAT 325L EXCAVATOR EARTHMOV X056852 2/l /1995 1997 CAT 330BL EXCAVATOR EARTHMOV X056611 4/8/1998 2000 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV X05651 7 1/1/2004 1999 CAT M318 WHEEL EXCAVATOR EARTHMOV X052362 1 1 /30/2001 1998 KOMATSU PC30OLC-6 EARTHMOV X027542 9/30/1998 1998 KOMATSU PC1 50-6 EXCAVATOR EARTHMOV X027742 12/14/1998 1997 KOMATSU PC220LC-6 EXCAVATOR EARTHMOV X052375 12/14/1998 1994 CAT 350L EXCAVATOR LONG STICK EARTHMOV X056806 5/1 /1999 2002 CAT SKID STEER LOADER EARTHMOV 972HWS 12/20/2002 1997 CAT 416C BACKHOE EARTHMOV X027543 8/22/2000 1993 CAT 416B BACKHOE EARTHMOV 494AVF 2 / 15 / 1996 1992 CAT 416 LOADER BACKHOE EARTHMOV X027352 7/1 /1996 2001 14' DRAG BOX EARTHMOV 12/1 /2001 1992 CAT 426 LOADER BACKHOE EARTHMOV LU05609 2/1 /1995 1995 JOHN DEERE LANDSCAPE TRACTOR EARTHMOV LU06576 3/27/199S 1997 JOHN DEERE 21 OLE LANDSCAPE LOADER EARTHMOV LU06088 12/15/1997 1997 CASE 570LXT LANDSCAPE TRACTOR EARTHMOV LU06090 12/16/1997 1998 JOHN DEERE 210 LANDSCAPE TRACTOR EARTHMOV 475BYG 9/8/1998 2000 JOHN DEERE 21 OLE LANDSCAPE LOADER EARTHMOV 551AVF 3/27/2000 1975 ROME TAW24-32 DISC EARTHMOV 3/30/2001 2000 ASV 4810 TRACK DOZER EARTHMOV X056807 3/23/2001 2001 ROMETACW-16 DISC EARTHMOV 3/14/2001 1999 AMCO G2-2832 DISC EARTHMOV LU07091 4/8/1999 2000 CAT 248 SKID STEER LOADER EARTHMOV 986HWS 5/19/2003 1999 BOBCAT 863H LOADER EARTHMOV X056612 3/5/1999 1998 CASE 1845 SKID STEER LOADER EARTHMOV X052265 7/13/1998 1992 GEHL SKID LOADER EARTHMOV X052266 7/8/1998 1995 BOBCAT 853 LOADER EARTHMOV X027353 8/12/1996 1993 743BBOBCAT EARTHMOV X056853 6/14/1996 1995 BOBCAT 853H LOADER EARTHMOV LU05611 2/23/1995 1984 CAT D25 WATER TRUCK EARTHMOV X056854 4/10/1995 1988 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV X056613 7/14/1995 1988 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV X056855 7/14/1995 1988 035C ROCK TRUCK / WATER TANKER EARTHMOV X056559 2/15/1996 1980 CAT 621 ROCK TRUCK EARTHMOV X027787 12/15/1998 1983CAT 621 ROCK TRUCK EARTHMOV X027783 12/15/1998 2002 CAT 248 SKID STEER LOADER EARTHMOV X027323 611 1 /2002 1999 BOBCAT 763 LOADER EARTHMOV X027544 10/4/2002 1999 CEDARAPIDS 2248 JAW AGGREGAT 586BYG 1/13/2003 1995 WAY C54 CONE CRUSH AGGREGAT LU06082 10/2/1995 1993 CEDARAPIDSJAWCRUSHER3042 AGGREGAT X052471 10/6/1993 1997 PIONEER 74EVT PORT IMPACTOR AGGREGAT X052296 5/8/1997 1989 WAY 1316 PORT CONE/CONTROL HOUSE AGGREGAT 753BPK 3/26/1998 2000 CEDARAPIDS C54 CONE CRUSHER AGGREGAT 624HSV 4/4/2005 1998 PIONEER 2500 PORT IMPACTOR AGGREGAT X027788 12/29/1999 1991 FEEDER/SURGE HOPPER AGGREGAT LU3790 2/28/1991 1975 CONTROL HOUSE AGGREGAT L40111 3/6/1991 1991 CONTROL PANEL AGGREGAT 4/l /1991 2004 TRI-STATE 2 BIN COLD FEEDER AGGREGAT 514HSV 2/7/1981 1972 ELJAY PORT SCREEN PLANT AGGREGAT LU4779 7/20/1993 1983 WAY PORT WASH PLANT AGGREGAT 071 DCW 7/13/1989 1999 JCI 6163-32 SCREEN DECK AGGREGAT 985HWS 2/9/1999 1996SCREEN DECK AGGREGAT LU06141 11/1/1996 1994 ELJAY PORT SCREEN PLANT AGGREGAT LU06058 4/7/1997 1994 WAZEE ELECTRIC PANEL AGGREGAT 4/7/1997 1978 CRUSHER CONTROL HOUSE AGGREGAT WZ0704 9/30/2000 2000 CEDARAPIDS SFI2SURGE FEEDER AGGREGAT X056516 12/31/2002 1989 POWERSCREEN COMMANDER AGGREGAT LU3748 10/25/1991 1993 CEDARAPIDS SURGE FEEDER AGGREGAT X052397 7/15/1993 2001 FABTEC 3 DECK WASH PLANT AGGREGAT 595BYG 3/27/2002 2002 FEED HOPPER AGGREGAT X027789 1/16/2003 2003 SUPERIOR CONVEYOR AGGREGAT X027354 7/25/2003 2002 SUPERIOR RADIAL STACKER AGGREGAT X027784 12/31 /2002 1997 PEERLESS RADIAL CONVEYOR AGGREGAT 984HWS 3/27/2002 2000 SUPERIOR CONVEYOR AGGREGAT X05661 5 3/27/2002 U n , t Z INA LD T�l b m M � i� ti V �wCUO, Pa AM ,� y00z ,m 00a al e or$mm CL O v NT S� m 7 v m W 2000 SUPERIOR CONVEYOR AGGREGAT X052472 3/27/2002 2000 SUPERIOR POWER STACKER AGGREGAT 979HWS 3/27/2002 2000 SUPERIOR CONVEYOR AGGREGAT X052476 3/27/2002 1998 CEDARAPIDS CONVEYOR AGGREGAT X056856 5/5/2000 1976 EAGLE TWINSCREEN WASHER AGGREGAT LU06079 10/4/198S 1998 CEDARAPIDS CONVEYOR AGGREGAT X052369 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X027785 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X027744 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X052370 12/14/1998 1997 CEDARAPIDS CONVEYOR AGGREGAT X027745 12/14/1998 1994 ELJAY REJECT CONVEYOR AGGREGAT X027324 4/7/1997 1977 PEERLESS CONVEYOR AGGREGAT LU1813 1 /8/1980 1980 PORT STK CONVEYOR AGGREGAT LU2163 4/ 1 / 1980 1991 24" X 50' CONVEYOR AGGREGAT 173CXD 12/8/1993 1994 PEERLESS RADIAL STKR AGGREGAT LU05608 2/17/1995 1984 N C RIPPLE BELT FEED AGGREGAT X052368 5/8/1984 1994 CEDARAPIDS CONVEYOR AGGREGAT X056857 2/17/1995 1994 CEDARAPIDS CONVEYOR AGGREGAT X056858 2/17/1995 1994 CEDARAPIDS CONVEYOR AGGREGAT X056616 2/15/1996 1971 PEERLESS CONVEYOR AGGREGAT LU3166 5/16/1988 1993 CEDARAPIDS CONVEYOR AGGREGAT X056617 2/15/1996 1971 PEERLESS CONVEYOR AGGREGAT LU3165 5/16/1988 1993 PEERLESS CONVEYOR AGGREGAT 625HSV 12/1 /1993 1994 CEDARAPIDS CONVEYOR AGGREGAT X056618 2/15/1996 1994 CEDARAPIDS CONVEYOR AGGREGAT X056619 2/15/1996 1993 CEDARAPIDS CONVEYOR AGGREGAT X056620 2/15/1996 1984 PEERLESS CONVEYOR AGGREGAT 989CXC 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X052396 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X056560 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X056560 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X056561 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X056562 3/22/1991 1990 CEDARAPIDS CONVEYOR AGGREGAT X056563 3/22/1991 1991 WAY CONVEYOR AGGREGAT WZ01046 9/5/1991 1991 PEERLESS CONVEYOR AGGREGAT 594BYG 3/3/1993 1993 PEERLESS CONVEYOR AGGREGAT 626HSV 7/16/1993 1993 CEDARAPIDS CONVEYOR AGGREGAT XOS2267 12/1/1993 1993 CEDARAPIDS CONVEYOR AGGREGAT X052295 12/1 /1993 1993 CEDARAPIDS CONVEYOR AGGREGAT X056808 7/16/1993 1993 CEDARAPID€ CONVEYOR AGGREGAT X156809 7/16/1993 1993 CEDARAPIDS CONVEYOR AGGREGAT X052475 7/16/1993 1993 CEDARAPIDS CONVEYOR AGGREGAT X052474 7/16/1993 1995 HOWE-RICHARDSON SCALE AGGREGAT 8/l /1995 1995 FAIRBANKS SCALE AGGREGAT 4/26/1995 1991 CARDINAL SCALE AGGREGAT 10/28/1993 1998 CEDARAPIDS CONVEYOR AGGREGAT X052366 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X052367 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X052364 12/14/1998 1998 CEDARAPIDS CONVEYOR AGGREGAT X052360 12/14/1998 1997 CEDARAPIDS CONVEYOR AGGREGAT X052359 12/14/1998 1998 SCALE CONVEYOR AGGREGAT 7/l /1999 2004 SUPERIOR 7150STACKER AGGREGAT 506HSV 9/27/2004 1991 CUMMINS DMT300 GEN AGGREGAT XO52473 7/1 /1993 1998 CAT 3306 GENERATOR WITH TRAILOR AGGREGAT XO5473 12/23/1998 1999 CAT3306 GENERATOR AGGREGAT XO56859 5/l/1999 1994 MAXILITE MLA4H PORTABLE LIGHT AGGREGAT LUO6091 12/12/1997 1994 MAXILITE ML4H PORTABLE LIGHT AGGREGAT LUO6092 12/12/1997 2002 WEIGHT BELT AGGREGAT XO27325 6/30/2002 2004 CARDINAL 12070 SCALE AGGREGAT 5/28/2004 RIP RAP GRIZZLY AGGREGAT 12/1 5/1988 1985 SCREEN TRAILER AGGREGAT L29941 2004 ASPHALT PLANT SETUP ASPHALT 5/31 /2004 1989 ASTEC PORTABLE ASPHALT PLANT ASPHALT 596BYG 12/9/2002 2001 PUGMILL & SCALPING DECK ASPHALT XO52290 6/15/2001 2000 CEDARAPIDS E400 PORT DRUM ASPHALT 3/10/2000 1979 30000 GALLON DELTA STORAGE TANK ASPHALT 5/10/2000 1962 24000 GALLON EATON STORAGE TANK ASPHALT 5/10/2000 2000 ASPHALT CONTROL HOUSE ASPHALT 4/15/2000 1999 DISCHARGE CONVEYOR ASPHALT XO56564 7/1 5/1999 1996 EZ BIN COMPUTER-610 ASPHALT 4/19/1996 1998 ASPHALT CONTROL HOUSE ASPHALT 4/1 /1998 1998 ASPHALT RECYCLE CONVERSION ASPHALT 4/1 /1998 1997 200T STD HAVEN ASPHALT SILO ASPHALT 3/30/1997 1997 1 OOT PITSAVER ASPHALR SCALE ASPHALT 4/7/1997 1997 SIX BIN FEEDER ASPHALT 5/31 /1997 2000 CAT3412 GENERATOR ASPHALT XO56621 3/21/2000 1996 EX BLEND COMP ASPHALT 5/20/1996 1999 CAT 3508 GENERATOR WITH TRAILER ASPHALT 585BYG 2/25/2003 2003 TJ-75 JOHN DEERE GENERATRO ASPHALT XO56810 4/14/2003 1974 DUSTEX RA1540 BAGHOU ASPHALT WZ00974 3/28/1994 2003 PUGMILL &WEIGH BELT ASPHALT 316CXD 9/25/2003 1995 ESSTEE STM-14-75 PUGMILL ASPHALT XO27390 7/7/2003 1995 GENTEC HEAT EXCH ASPHALT 3/15/1995 1995 CEI 1500A OIL HEATER ASPHALT 5/22/1995 1995 STD HAVENS ASPHALT SILO ASPHALT 7/1 /1995 1997 CMI PTD300 PORTABLE DRUM ASPHALT 4/30/1997 1997 ASPHALT PLANT SETUP ASPHALT 7/1/1997 2003 ROADTEC 2500 SHUTTLE BUGGY ASPHALT XO27355 7/31 /2003 2001 LEE BOY 8500 PAVER ASPHALT XO27595 9/25/2001 1996 GILCREST 813 PRO PAVER ASPHALT XO52477 4/7/1997 2000 TOPCON ELECTRIC LASER ASPHALT 9/22/2000 CMI PR-500 PROFILER ASPHALT XO56811 4/25/1997 1996 CS 8200 PROFILOGRAPH ASPHALT 5/28/1996 1997 POWER CURBER 150 ASPHALT XO27596 9/17/1997 2001 CAT AP105513 PAVER W/ PICKUP MACHINE ASPHALT XO27356 7/17/2002 2001 CAT API 055B PAVER ASPHALT X027311 3/23/2001 1978 BLAW KNOX SHOULDERING MACHINE ASPHALT XO27357 4/5/1999 1997 CAT API 0558PAVER ASPHALT XO52305 9/14/2001 1997 CAT CB224C ASPHALT ROLLER ASPHALT XO52516 2/1/1999 1997 HYPAC 530A RUBBER ROLLER ASPHALT XO56566 1 /27/1998 1993 HYSTER C340C ROLLER ASPHALT XO56860 4/l/1996 2000 TOPCON ELECTRIC LASER ASPHALT 10/20/2000 1983 HYSTER PNEUM ROLLER ASPHALT LUO5848 12/12/1986 2004 BLAW KNOX PF 4410 PAVER ASPHALT X0271 83 5/25/2004 1985 DYNAPAC CC10 DRUM CO ASPHALT X052289 12/l /1993 1990 DYNAPAC CC101 ROLLER ASPHALT XO56861 12/l /1993 1997 HYPAC C530A PNEUM ROLLER ASPHALT 528AVF 2/28/2000 2001 CAT C8434C SMOOTH DRUM ROLLER ASPHALT XO27362 6/20/2001 1995 HYSTER C766B DRUM CO ASPHALT XO52514 2/17/1995 1994 HYSTER C530A PNEU CO ASPHALT LUO5607 2/17/1995 1991 CAT CB434 DRUM COMP ASPHALT XO52513 2/1 /1995 1971 HYSTER PNEU COMPACTOR ASPHALT LU05606 4/19/1995 1996 DYNAPAC CC122 VIBR ROLLER ASPHALT XO56567 11 /13/1997 1996 DYNAPAC CC122 VIBR ROLLER ASPHALT XO52390 1 1 /13/1997 1996 ING RAND SD-70D ROLLER ASPHALT WZOI 00l 12 / 1 / 1998 1999 RAND DD-32 ASPHALT ROLLER ASPHALT XO27326 6/9/2000 2003 HYPAC C530AH ROLLER ASPHALT XO27786 11/24/2003 1987 ASTEC 350 BBL LIME SILO ASPHALT 186CXD 8/27/2003 2002 30000 GALLON HOT OIL STORAGE TANK ASPHALT 9/2/2003 2002 30000 GALLON HOT OIL STORAGE TANK ASPHALT 9/2/2003 1985 BROCE BROOM ASPHALT 026HWT 8/12/1993 1986 BROCE BROOM ASPHALT LU07199 4/6/1995 2000 ROSCO CHALLENGER BROOM ASPHALT 962AVG 1112012000 2000 JOHNSTON 2-4000 SWEEPER ASPHALT 653BYG 21112002 2001 BROCE RJ-350 BROOM ASPHALT 654BYG 2/l /2002 1992 CHEVY W/TEMP 210 SWEEPER ASPHALT WZ00962 1 /27/1998 1994 LIME TANK ASPHALT 12/l /1994 1995 LIME TANK ASPHALT LO56622 8/l/1995 1966 CHILDERS ASPHALT TANK ASPHALT 12/2/1994 1995 ASPHALT TANK ASPHALT 5/22/1995 1973 25000 GALLON HOT OIL STORAGE TANK ASPHALT 128EUY 5/25/2001 1995 GAC CUB 300T FAB MAC ASPHALT 8/22/1995 1993 DISTRIB SPRAY POT ASPHALT 933AVG 9/3/1993 1993 GORMAN RUPP 6" PUMP ASPHALT LU4858 10/25/1994 2001 GODWIN 6" SILENT PACK PUMP W/TRAILER SUPPORT 619BYG 3/28/2003 1980 2000 GALLON SKID TANK SUPPORT XO52365 8/31 /1983 1996 ING/RAND P185 COMPRESSOR SUPPORT 956CXC 4/25/2002 2000 GRUNDOAIR 70 AIR COMPRESSOR SUPPORT 7/28/2000 1993 CAT 3412 GENERATOR SUPPORT XO27358 4/11/1995 1992 ING RAND P-185-COMPACTOR SUPPORT LUO5648 7/l /1996 1993 ING RAND P-185 COMPACTOR SUPPORT LUO5668 7/l/1996 1991 ING RAND P-185 COMPACTOR SUPPORT LU4810 3/19/1995 1986 ING RAND COMPACTOR SUPPORT WZ00911 3/11/1988 1986 ING RAND COMPACTOR SUPPORT LU3611 3/11 /1988 1995 HIXON 1 165-1 PIPE LASER SUPPORT 1 /25/1996 1997 L500 ELECTRONIC LEVEL SUPPORT 4/24/1997 1997 L520 ELECTRONIC LEVEL SUPPORT 9/26/1997 2000 TOPCON TP-1-3 PIPE LASER SUPPORT 6/l /2000 1986 COLEMAN FORKS MOD J6 SUPPORT 3/26/1986 2000 BUILDING PAD LASER SUPPORT 9/18/2000 2001 GPS LAYOUT SYSTEM 2001 JOHN DEERE GATOR 2001 PANASONIC PIII TOUGHBOOK 34 COMPUTER 2004 PANASONIC 1.2GHZ CENTRINO TOUGHBOOK 1981 CONCRETE FORMS 1989 TIPBOOK 20' CONTAINER 1993 SHANGHAI PACIFIC 20' CONTAINER SUPPORT 5/11/2001 SUPPORT 11/13/2001 SUPPORT 11/7/2001 SUPPORT 6/26/2004 SUPPORT 10/20/1981 SUPPORT 5/14/2004 SUPPORT 5/14/2004 Attachment "D" CONNELL RESOURCES, INC. PRINCIPAL EMPLOYEES Individual Position Experience Richard Connell President 46 Years Heavy & Highway Construction Tony A. Connell Vice President 23 Years Heavy & Highway Construction Division Manager 15 Years Division Manager William T. Welch Vice President 24 Years Construction Experience Construction Manager 9 Years Heavy & Highway Construction 15 Years Building Construction Sheri C. Welch Vice President / 21 Years Financial Accounting Manager Controller, 3 Years Public Accounting Secretary/Treasurer 18 Years Financial Management John F. West Vice President 34 Years Heavy & Highway Construction Management David E. Simpson Vice President 34 Years Heavy & Highway Construction Chief Estimator 10 Years Field Operations 24 Years Estimating/Project Management William Anderson Senior Estimator 16 Years Heavy & Highway Construction John Warren Construction Manager 8 Years Heavy Highway Construction Lloyd Deschene Site Manager 31 Years Heavy & Highway Construction Clay Crisp Site Manager 14 Years Heavy & Highway Construction J.P. Mangone Site Manager 10 Years Heavy & Highway Construction 4 Years Estimating/Project Manager 6 Years Paving Experience Revised 2/7/06 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: February 27, 2006 TO: Connell Resources Inc. PROJECT: 5954 Timberline Road Widening Project OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated February 14, 2006 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for the improvements for widening Timberline Road from Drake Road on the South to Prospect Road on the North then approximately 1500 feet north of the Prospect and Timberline Intersection. Also adding turn lanes on Prospect Road and upgrading medians in Prospect from the Great Western Railroad Tracks on the West to the Spring Creek Bridge on the East and widening out the entire intersection and upgrading the traffic signals. Also included with this project will be the addition of medians on Timberline Road from Drake Road to the end of Integrated Equities Property. This Project will construct the Perimeter Roads for the new Fort Collins Police Services Facility, including, water, sewer, storm sewer, curb and gutter, asphalt, and sidewalks. Spring Creek Bridge on Timberline will be widened out to the West approximately 85 feet. The Contractor will provide Traffic Control and Construction Surveying. The Contractor will be required to work with City of Fort Collins traffic control supervisor.. The Price of your Agreement is Five Million Two Hundred Seventy Seven Thousand Six Hundred Forty Five Dollars and Twenty Seven Cents ($5,277,645.27). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by March 14, 2006. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. 9/12/01 Section 00510 Page 1 Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Qz ► l9�"` Ja es B. O'Neill, II, CPPO, FNIGP Dir for of Purchasing & Risk Management SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 27 day of February 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 Connell Resources Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 5954 Timberline Road Widening Project and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Timberline Road Widening-Interim-Interwest Consulting Group and Spring Creek Farms North-Stantec, 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 seventy two (172) 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 eighty two (182) 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) 9/12/01 Section 00520 Page 1 CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Five Thousand Five Hundred Dollars ($5,500) for each calendar day or fraction thereof that expires after the one hundred seventy two (172) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500) for each calendar day or fraction thereof that expires after the ten(10) 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: Five Million Two Hundred Seventv Seven Thousand Six Hundred Fortv Five Dollars and Twenty Seven Cents ($5,277,645.27), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial 9/12/01 Section 00520 Page 2 Z rt y a r m [if we o9 a W. zo 00 MEN mom Ag a Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations,, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the 9/12/01 Section 00520 Page 3 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 performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2Certificate 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 sheets numbered as follows: Cover Sheet Sheet 0 Timberline Road Widening-Interim-Interwest Consulting Group Sheet 1 Cover Sheet Sheet 2 Typical Sections Sheet 3 General Notes Sheet 4 Horizontal Control Plans - Sheet 5-6 Right of Way Maps Sheet 7-9 Utility Remove, Replace Timberline Sheet 10-12 Remove & Replace -Timberline Road 9/12/01 Section 00520 Page 4 Sheet 13 Utility Remove, Replace Prospect Sheet 14 Remove & Replace Prospect Road Sheet 15-19 Plan & Profiles Timberline Road Sheet 20-23 Median Plan & Profiles Timberline Sheet 24 Plan & Profiles -Prospect Road Sheet 25 Median Plan & Profiles Prospect Sheet 26 Plan & Profile -Meandering Sidewalk Sheet 27 Plan & Profile -Spring Creek Trail Sheet 28-30 Grading Plans -Timberline Road Sheet 31 Grading Plans -Prospect Road Sheet 32 Grading Plans-Timberline/Prospect Int. Sheet 33 Grading Plans-Timberline/Nancy Gray Int. Sheet 34-35 Erosion Control Plans Sheet 36-38 Storm Sewer Plan & Profiles Sheet 39 Sanitary Sewer & Irrigation Plan & Profiles Sheet 40-49 Spring Creek Bridge Plans Sheet 50-58 Landscape Plans Sheet 59-62 Irrigation Plans Sheet 63-65 Signing & Stripping Plans -Timberline Road Sheet 66 Signing & Stripping Plans -Prospect Road Sheet 67-69 Signal Design Plans Sheet 70-88 Cross Sections Sheet 89-94 Details Spring Creek Farms North-Stantec Sheet CS000 Cover Sheet Sheet CS001 Notes and Legends Sheet CS130 Signage and Striping Plan Sheet CS200 Drainage & Erosion Control Plan Sheet CS220 Drainage & Erosion Control Notes -Detail Sheet CS230 Drainage Exhibit Sheet CS260 Overall Grading Plan Sheet CS300 Overall Utility Plan Sheet CS301 Water Plan Sheet CS325 San. Sewer A & B1 Plan and Profile Sheet CS326 San. Sewer B & B2 Plan and Profile Sheet CS350 Storm Drainage A & B Plan and Profile Sheet CS351 Irrigation Lateral C Plan and Profile Sheet CS500 Street Plan & Profile (Brockman Dr.) Sheet CS501 Street Plan & Profile (Nancy Gray Ave.) Sheet CS502 Street Plan & Profile (Joseph Allen Dr. Sta 10+00 to Sta 19+00 Sheet CS503 Street Plan & Profile (Joseph Allen Dr. Sta 19+00 to Sta 27+28.94 Sheet CS520 Intersection Details Sheet CS600 Utility Details Sheet CS601 Utility Details Sheet CS602 Storm Drainage Details Sheet CS603 Storm Drainage Details Sheet CS604 Storm Drainage Details Sheet CS605 Street Details Sheet CS606 Street Details Attached Plat The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 9/12/01 Section 00520 Page 5 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 i-ncorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 6 OWNER: CITY OF FO COLLI S By: 1 DARIN ATTEBERRY, CITY MANAGER By: _ X JAMES 0 NEILL II, CPPO, FNIGP D E IOR OF PURCHASING A RISK MANAGEMENT Date : J ' (D ID Attest: City Address for giving notice P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assist t City Attorney CONTRACTOR: Connell Resources Inc. By: �!t'ld�i�►+ i l�J�j�'�. Title: Date (CORPORATE SEAL) r s� ss for giving notices: LICENSE NO.: 9/12/01 Section 00520 Page 7 SECTION 00530 NOTICE TO PROCEED Description of Work: 5954 Timberline Road Widening Project 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: Connell Resources Inc. By: Title: 7/96 Section 00530 Page 1 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 A SECTION 00610 PERFORMANCE BOND Bond No. 104608151 KNOW ALL MEN BY THESE PRESENTS: that Y (Firm) Connell Resources, Inc. (Addreea) 4305 E. Harmony Road, Fort Collins, CO 80528 (an Individual), (a Partnership), (a; Corporation), hereinafter referred to is the "Principal" and (Firm) Travelers Casualty and Surety Company of America IAddress) Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound `itj(of Fort Ccilins, 300 Laporte Avg Fort Collins, Coloi ado_ +• rMcniri.pal Corporation) hereinafter referred to as the "OWNER", ;.n the F.4;:• :. sum of $5,277,645.27 in lawful money of the United States, for the payment of which our, well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these Presents. ,. TH6 CONDITIONS OF THIS OBLIGATION are such that whereas the Principal ente:reO into a certain Agreement with the OWNER, dated the27th day of February 2006: a copy of which is hereto attached and made a part hereof for the perfozman:c: ;;i ':he City of Fort Collins project,5954 Timber-, inQ Road Widening rLoject. NOW; `HEREFOR3, if the Principal shall we;i, Truly ilaid all t'r:e undertakings, covenants, ter;r.s, conditions einca said Agreement during the original term thereo_} and any extensions which may be granted by the OWNER, with or. without Notice to the Surety ant: dul.ing :.he 'life of the guaranty period, and if the Principal shall satisfy al. claims and demands incurred under such Agreement, and shall fully indem`n+! r an,; save harmless the OWNER from all cost and damagos which it may suffer c., xeason of failure to do so, and shall reimburse and repay the OWNER all .. and expense which the OWNER may incur in making good any default then Lh! :obligation shall be void; otherwise to retrain ir, full force and effect, 1/96 Section 00610 Page 1 r a PROVIDED, FURTHER, that the said Surety, for Value received, hereby stipulate and agrees that no change, extension. :*)f time, alteration or addition to the z;erms of the Agreement or to the Work to be performed theresnder oj: ; r..: Specifications accompanying the same shall in any way affect its obligation ar 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 `lair., may be unsatisfied. PROVIDED, FURTHER, Lhat the Surety Company must he authorized to trnnr.a-�- husiress in the Scat& of Colorado and ne acnep!_able to the AWNEr2. IN WL:'NESS iJHFREOF, this instr ,mar.t is thr�-e each t;ne of which shall be deemed an or ginai, this2nd day of March._, �;�06. 1N PRESENCE OF: Principal Connell Resources, Inc. (Title; 4305 E_. Harmon Road, Fort Collins, CO 80528 ;Address; (Corporate seal` TN PA9$ENCE OF: Other Partners Sy: By LK PRESENCE Oc : Surat ep,b,,,,,\,,, , Trav ers Casup1ty & Surety CQp�i }E;Ugft rice ,. ." ? l Darlene rings, ore Act w Witness: Hartford, CT 06183 ItfOI{. i, Seal; NOTM: Date of Bond must not be prior to date of Agrequgant.a -. 2P CONTRACTOR is Partnership, all partners should execute Bond. sect 4 -)n C0610 ^1a J_ SF T'04 0061c, PAYMENT BOND AOnd NO. 1046608151 KNOW ALL MEN 6Y THESE PRESENTS: that (Firm; Connell Resources, Inc. „ (Address) 4305 E. Harmony Road, Fort Collins, CO 80528 (an Individual;, fa Partnership), (a Corporation), hereinafter referred to the "Principal" and (Firm; Travelers Casualty and Surety Company of America (Address) Hartford, CT 06183 Y hereinafter referred to as "the Surety", are held and firmly oound unto the Cif of Fort Collins, 300 LaRorte Ave., Fort Collins, _Colorado 80522� y (Municipal. Corporation) hereinafter referred zo as "the OWNER", in, the raf:.=,�. sum of $5,277,645.27 in lawful money of -.hit ;:n.ited States, for the payment of which sam well and truly to be made, ws D'7i,! c:ursalves, 3ucvessors and assions, ioi:;tl:r and severally, TFE CUNDITI^OIIS OF THI$ OBLIGATION are suc.:n �.jat whet@as the. Prir.c,pa.i ant.. ;.nto a certain. Agreement with the OWNER, dated the27th day of February , 2106. a copy of which is hereto attached and made a part hereof for the perforx�,cnr,e :.,f The City of Fort Collins project, 5454 Timberline Road Widening Now. rHEREFORE, if the Principal shalt make payment to all persons, subconcractors, and corporations furnishing :materials for 02 perto:^n.iaq L ,:,•, .n the prosecution of the Work provided for in such Agreement a:o aut:horiaed extension or modification thereof, including all amoants lue f•1l materials: lubricants, repairs on machineZy, equipment and LVL.is, Grins ;,:; rented or umed in connecti.oa with the coils tYuction of sU,_n WOZK, an(j. irisuranc.e premiums on $aid work, and to- aii f abor. F>erformad =u.^n ix:.1 whether by subcontractor or cthexwise, then .hie nbligalicn shall be otherwise to remain in full force and effect_ ;/96 Section 00615 Page i 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 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 General Specifications Technical Specifications Soils Report PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to th,D terms of the Agreement or to the Wor'< to he performed thereunder or ti,a Specifications accompanying the same shall in any way affect it3 obligation on this bonds and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of tale Agreement Or to the Work oY to the Specifications. PROVIDED, f'URTHER, that n:) final settlement between the JWNE-7, and CONTRACTOR shall abridge the right of any beneficiary k,ereundor, wt,v;K maV be ur.satisfi.ed. PROVTDED. FURTHER, that the Surety Company must be authorized to t-ansa•=t business in the state of Colorado and be acceptable to the OWNER, 7N WIrNESS WHEREOF, this instrument is executed in three (3).counietparts, each one of which shall be deemed an original, this2nd day of Marl 4 '£06 :% PRESENCE OF: p 1 Y ! rM eotInell Resources, Inc \c ,� 4305 E. Harmony_ Road. Fort Collifis `_ C_080528 (Address) Other Partners it PRESENCE OF: Surety b•� _ t Trave ers Casualty a d Surety,,, Cofhpaxy of/ America JA 1 �e- d Y Darlene Krings, A tornact Witness (Address)i Surp,,,v SoAl i e NOTE: Date of Bond must not be prior to date of Agreement. If COMPACTOR in Partnership, all partners should exeouts 261,tt section 00615 Page 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, Stale of Connecticut, (hereinafter the "Companies") hatlt made, constituted and appointed, and do by these presents make, constitute and appoint: Connie X, Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C. Bender, Kelly, T. Urwiller, Rase$ J. Miche% Debra S. Morris, Diane F. ClenWAS n, Valerie �R, Partridge, of Greeley, Colorado, their true and lawful Attoruey(s)-in-Fact, with frill power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following inshument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to hind the Companies, thereby as fully and to the same extent as if the same were signed by the duly'authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appo�t * t is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in fall force and effect: VOTEDr, -That'the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Preoident, any Vice President, any . SecondVice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary many appoint Attorneys -in -Fact and, Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recopWinces, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the president, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, reoopizence, contract of indemnity, or writing obligatory is the mature of a bond, recognizance, or conditional undertaking shall be valid and binding upm the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by,tmpoir more Company officers pursuant to a writteridelegation of authority. Thltr power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by aath9�y of ttie following Standing Resolution voted by the Boards of Directors of TRAVELERS Cla1SUA)rTY AND SURETY COMlX�TY" OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASIIALTY COMP ANY, which Resolation is now in full forceand effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (! 1-00 Standard) SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 ACORM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/ Dom) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Zurich Connell Resources, Inc. INSURERB: American International Companies 4305 E. Harmony Rd. INSURERC: Pinnacol Assurance Fort Collins, CO 80528-9527 MAR 0 2 2006 INSURER INSURER E: nnVFq Af_FC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADM INSRE TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MWDDIYY POLICY EXPIRATION AT WDD LIMITS A GENERAL LIABILITY CP0375782402 06/01105 06101/06 EACH OCCURRENCE $1 000 000 COMMERCIAL GENERAL LIABILITY DAMAGE PREMISF:TO RENTED $300 DD0 CLAIMS MADE a OCCUR MED EXP (Any one person) $10 000 PERSONAL A ADV INJURY $1 00D 000 X $2,500 PD Ded GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 000 000 POLICY PEC LOC X A AUTOMOBILE LIABILITY ANY AUTO CP0375782402 06/01/05 06/01/06 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per Person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIREDAUTOS NON-OWNEDAUTOS X X PROPERTY DAMAGE (Per accident) $ Drive Other Car GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG B EXCESS/UMBRELLA LIABILITY X1 OCCUR CLAIMS MADE BE2911644 06/01/05 06/01/06 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 $ $ DEDUCTIBLE $ X RETENTION $10 000 C WORKERS COMPENSATION AND 4029651 06/01/05 06/01/06 X WCSTATLIMIT OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $500 000 E.L. DISEASE - EA EMPLOYEE $500 000 OFFICEWMEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS RE: CRI# 2061010 - Timberline Road Widening Project Certificate holder is named as additional insured, but only as respects liability arising out of work performed by the named insured (Excluding Workers' Compensation). City of Fort Collins 215 N Mason St 2nd Floor Fort Collins, CO 80522 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL JtttlfPJ"JtXR MAIL 3p_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, JFJDC$C+1101XtEJi Affitt AffiXX REPRESENTATIVE 1n , AV VRV AD (LVV I/VO) T Of -L S5339yti9/M3170ZD NIK V AGVKU1 GVKYVKA I IUN 111100 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. w r^nn n� a innn�.nn. a Ve L f1'JJJaD0.7/M371 ULU SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:5954 Timberline Road Widening Project PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Connell Resources Inc. 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. M 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 REMARKS: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Connell Resources Inc. Gentlemen: You are hereby notified that on the _ day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 5954 Timberline Road Widening Project. 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 , 20 In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20 Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Connell Resources Inc. (CONTRACTOR) PROJECT:5954 Timberline Road Widening Project 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 7/96 Section 00650 Page 1 OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 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: Connell Resources Inc. By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20 , by Witness my hand and official seal. My Commission Expires: Notary Public 7/96 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Connell Resources Inc. PROJECT: 5954 Timberline Road Widening Protect 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 SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 2 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFI OR 01 T2 (12a6) C COLORADO DEPARTMENT OF REVENUE V DENVER CO 60261 (aW) 232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuantto Stahlte Section 39-26.114(1xa)p" no NOT WRITE IN THIS SPACE The exemption certificate for which you are applying trust be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply tothe purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. trabonlAcwut o. to be assgled by Period 0170-750 (999) $0.00 8 Trade Wane er, pa ner, or ooryora a name: Mailing address y, State, Zip)Contact erson -Mail address Federal Employer's Identification Number Bid amount foryour con ac ax um erBusiness telephone number Coloradom o vg Im amount number I t ame or exempt organization ass own on contracp- emptorganizalion s numoar 98 - A dress of exempt organization y, State,Zip) rincipal contact at exempt organization. Principal contacts telephone number Physical location of projen, site give actual address when applicable and Ories an for Counlies)where pi-ciect is located) Scheduled Won ay Year Estimated Month ay yo., wnstrudion star) date: mmpletion dated x 1 declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer e of corporate ofAcer: a ,. UU rivi WKllt tJELUV9 f H15 LINt Section 00670 Page 2 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 exam ption 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 3 SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8(1990 Edition), as a tease. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) TABU i OF COMIM'S OF GENFRAL CONDITIONS :Article or Paragraph Page Article or Paragraph Page NumIxr & Title Number Dumber & Title Num her I DEFINITIONS _ _ 1 2 PRELINUNTARY MATTERS _. 3 11 Addenda 1 21 Lkhvery of Bonds 3 Agreement 1 2.2 Coj)les of Documents ................... 13 Application for Payment _ _ _ _ I 2.3 Commencement of Contract 1 4 Asbestos 1 Times; Notice to Proceed 3 IS Bid ..... .... . .... _.,. _. . ,I 2.4 Starting the Work .... -.... ..... _ __..3 16 Bidding Documents...__. _..._._..-1 2.5-2.7 Before Starting Construction, 1 7 Bidding Requirements.. _ _ __. _ .I CONTRACTOR's Responsibility 1 8 Bonds_ . .......... ................. ............. to Report, Preliminary Schedrles; 19 Change Order, ..-..____.. __...,. „I Delivery of Certificates of l.Io Contract Documents 1 Insurance 3.4 1.11 Contract Price, ..... ......__.__._.._.,.....1 2.8 PreconstructionConference; ....... ....... 1.12 Contract Times_ .,_....... ._..__._..,.....1 29 Initially Acceptable Schedules _4 1,13 CONTRACTOR ................................... 1 1,14 defective ...... ........... ........ ............ .......1 3. CONTRACT DOCUMENTS: INTENT, 115 Drawings _ ............... _.,1 AMENDING,RFUSE__. __.- ...... ...-_.__......4 116 Efl'ectiveDate ofthe Agrcement ...... _.-1 31-3.2 Intent A 1.17 ENGINEER.,,,_,..,.__„___,__,,,_ ............. 1 3.3 Reference to Standards and Speci- 1.18 F.NGINEER's Consultant.._ ,._,.. I fications of Technical Societies; 1-19 Field Order ......... .... ............................ I Reporting and Resolving Dis- L20 General Requirements .........................2 crepancies............................ ..... 4.5 1 21 Hazardous Waste......._..----,...._._.......2 3.4 Intent of Certain Terms or 1.22,a Laws and Regulations; laws or Adjectives._..................................5 Regulations., ___.. .._ ......... .... .....2 3.5 Amending Contract Doctments.......,.5 122.b Legal llolidays„._...._.,.,,...... ......... __.2 3.6 Supplementing Contract 1.23 Liens._ ......... .................. ..._.........-_.1 Documents.,.....................,,,._......5 L24 Milestone,....__........ _._............... _.2 3.7 Reuse of Documents...,.._._..............5 1.25 Notice of Award 2 126 Notice to Proceed.................................2 4. AVAILABILITY OF LANDS; 1,27 OWNER ..... ....... ....... ..._...._............,_2 SUBSURFACE AND PHYSICAL CONDITIONS; 1,28 Partial Utilization..... .............. .............2 REFERENCE POINTS ..... ............... .......... .,..,..... 5 1.29 PCBs.__. ........ _- ..... ..._........... .........2 4.1 Availability of Lands ............... ......5-6 1.30 Petroleum....__.._..........._..__.......,..2 4.2 Subsurface and Physical 1.31 Project,_._ ........... -._ ....... _2 Conditions.. ..... _1...............__.......6 131a Radioactive Material ............................2 4.11 Reports and Drawings .... ........... ,...... 0 1.32.b Regular Working Hours... 2 4.2 2 Lim ited Reliance by CONTRAC- 1.33 _.............. Resident Project Representative,..,,,_,.._F _.. TOR Authorized, Technical 1.34 Samples ............. .._............... _...... ......-' Data ..... .._.,.,................................ 6 1.35 Shop Drawings_ ......................... _...... 2 4.2.3 Notice of Differing Subsurface 1.36 Specifications......................................2 or Physical Conditiorts.................. 0 1.37 Subcontractor .... ......................... ....2 4.2A ENGINEER'sReview........ ........ ...: b 138 Substantial Completion..._ .................. 2 4.2.5 Possible Cantrect Documents 1.39 Supplementary Conditions .... ......_.... 2 Change.. . ................. ........ _ ...... _6 1.40 Supplier ...... ........................ 4.2.6 Possible Price and Times 1.41 Underground Facilities, ......... ........... 2-3 Adjustments ....... ........................ .07 1.42 Unit Price Work. ............ __ ............... J 43 Physical Conditions --Underground 1.43 Work ..................................................3 Facilities...:. ............................. 7 1.44 Work Change Directive .... _...... ........ ._I 4.3.1 Shown or Indicated ........................ ..7 1.45 Written Amendment .......... .............3 4.3.2 Not Shown or Indicated 7 4.4 Reference Points ......._._........._._.....7 EXW. GENERAL COMMONS 1910-8 (19" MTION) w/ CITY OF FORT COLLINS MODMCAMONS (RF,V 9199) Article or Paragraph Pagc Article or Paragraph NBC ,Number X Titic Number Number :l itle Number 4.5 Asbestos, PCBs, Petroleum, 625 Submittal Proceedures: N- Hazardous Hazardous Waste or TRACTOR's Review Prior Radioactive Material, ......... ........ . 7-8 to Shop Drawing or Sample Submittal 16 5, BONDS AND INSURANCE ................................. 8 626 Shop (hawing 3 Sample Submit- 5.1-5.2 Performance. Payment and Other talc Review by ENG1-NEER...... 1&17 Bonds..... ... ..........._.__.__ _ _._ 8 627 Responsibility for Variations S _{ Licensed Sureties and Insurers'. from Contract Documents 17 Certificates of Insurance.._ _ ... 8 6,28 Related Work Performed Prior 5.4 CONTRACTORs Liability to F.NGINHER's Review and Insurance, ....... ................. ...... 9 Approval of Required 5.5 OWNERsLiability Insurance.__ ._._ .9 Submittals__ ....... _.._.... .._.... 17 5.6 Property Insurance .............. ..... _ _ `9-10 6.29 Continuing the Work .... ...... .._. ..... J7 5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General tional Property Insurance, .. .... .. ..10 Warranty and Guarantee._._ ......... 17 5.8 Notice of Cancellation Prrnision..... ....10 631-6.33 Indemnification......_ ...... ..........17-I8 5.9 CONTRACTOR's Responsibility 6.34 Survival of Obligations ...................18 for Deductible Amounts 10 5-10 Other Special Insurance. 10 7 OTHER WORK._ _._ _.,18 5,11 Waiver of Rights...,. ......11 7.1-7.3 Related Work atSite .... ....18 5,12-5.13 Receipt and Application of 74 Coordination ...... _.___............._18 Insurance Proceeds__, ......... to-11 5,14 Acceptance of Bonds andlnsu- 8, OWNERS RF,SPONSTBUATTES .........................J8 anoe; Option to Replace ,,,,,,,,,,,,,,,,,,,11 S-1 Communications to CON- 5.15 Partial Utilization --Property TRACTOR.....-._..............--„.,-__ 18 Insurance ............._...._.._... . II 8.2 Replacement of ..........18 8.3 Furnish Data andPay Promptly 6. CONTRACTOR'S RESPONSIBILITIES .... ....... ...,11 When Due..................._,,,....,,_,._18 6.1.6.2 Supervision and Superintendence,.,,,,, 11 SA Lands and Easements; Reports 6.3-6.5 Labor, Materials and Equipment II-12 and Tests_,..,._._ 6.6 Progress Schedule, . ..... .............. I - ... I^. 8.5 Insurance.-...._..... ....................... _„19 6.7 Substitutes and "Or -Equal" Items, 8.6 Change Orders,,...__......................19 CONTRACTORS Expense; 8 7 Inspections, Tests and Substitute Construction Approvals_................................19 Methods or Procedures, 8.8 Stop or Suspend Work: ENGINEERs Evaluation ..-_.._..... 12-13 Terminate CONTRACTOR's 6 ".11 Concerning Subcontractors, Services ........................... Suppliers and Others, 8.9 .....__-.19 Limitations on OWNER'S Waiver of Rights_ ................... ...13-14 Responsibilities,_._..... 19 6.12 Patent Fees and Royalties, ............... ... 14 8.10 Asbestos, PCBs, Petroleum, 6.13 Permits ...... ............. 14 Hazardous Waste or 6.14 Laws and Regulatieris,;_............._...._J4 Radioactive Material ......... ........... J9 6.15 Taxes ..... ....... .............. ........... .....14-15 SAI Evidence ofFinancil 6.16 Use ofPremisek...............................15 Arrangements ............................ 19 6.17 Site Cleanliness ................................ 15 638 Safe Structural Loading.....................15 9. ENGINEER'S STATUS DL312ING 6A9 Record Documents..___..................._15 CONSTRUCTION..........__-__... 19 6.20 Safety and Protection--. ..... ..... ....- 15.16 9.) OWNER's Representative_ 19 6.21 Safety Representative, ,,......... ,,,,,_......16 9.2 ..... Visits to Site _ ..... 19 6.22 Hazard Communication Programs 16 93 Project Represenmtivq,,,,,,,,,,,,,,,19 21 6.23 Emergencies,. ,,,...... _,,,,,,,,,,,,,,,,,,,,,,, 16 9A Clarifications and Interpre- 6.24 Shop Drawings and Samples..............16 tations.............. ,......... -.............. 21 93 Authorized Variations in irk .... .-. 21 EJCDC: GE.NLRAL CONDITIONS 1910.8 (1"0 EDITION! err CITY OF FORT COLLtrrs MODIFICATIONS (REV 9r99) Article or Paragraph I'agc Article or Paragraph Pa" Number y: "title '.lumber Number 8: Title Number 96 Rejeciinpl),/&diveWork ____ _-21 13.8-13.9 Uncovering Work itENGi- 9 7-99 Shop Drawings, Change Orders NEERs Request,- .,._ -__ 27-28 and Pavments._......................... .......21 13,10 OWNER May Stop the Work ........... _8 9.1n Determmatirns for Unit Prices,_-_.21-22 13.11 Correction or Removal of 9.11.9. 12 Decisiom on Disputes, ENG1- Defective Work ............ .............. 8 .NEER m Initial Interpreter „ " .... = 13.12 Correction Periol 9.13 Limitauonson ENGINEER's 13-13 AcceptanceoTDq/ective Work_ _"2R Authority and Responsibilities,,, 22-23 1314 ObVNERMay CorrectDefective Work._....__. CHANGES IN 7 HF WORK 23 - 10. I OWNER's Ordered Change ,,,_,,..I ....... 113 14_ PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment. ......._23 COMPLETION..... -.. ._...., ...... 10.3 Work Not Required by Contract __,,,,__29 14.1 Schedule of Values.,"„"_,_ Documents ..,... 23 14.2 .application for Progress 10A Change Orders_ -_ .........23 Payment...-_ ......................_-_....29 10.5 Notification of Surety,, _._-... ..._..__.23 14.3 CONTRACTORS Warranty of Title...........................................29 ('ILaNGE OF C'ONT}tA( I' PRICE - ' . _.._..... 23 14.4-14.7 Review of Applications for 11.1-11 3 Contract Price; Claim for Progress Pay ments yments,,,,. 29-30 Adjustment: Value of 14.8-14.9 Substantial Completion ................ 30 the Work ...... - _.... .... ._._--.. D3 24 14.10 Partial Utilization._..............__30-31 11.4 Cost of the Work ..........................24.25 14.11 Final Inspection_ ..... ...................... 31 11.5 Exclusions to Cast of the Work...........L; 14.12 Final Application for Payment., ...... 31 11.6 CONTRAC:fOR'sFee25 14.13-14.14 Final Payment and Acceptance 11.7 Cost Records ........ ........ .. 25-26 ... 14.15 Waiver of Claims „"31 11.8 Cash Allowances......._,, 26 _31-32 11.9 Unit Price Work_.. _-..-___.....,...26 1.5. SUSPENSION OF WORK AND TERMINATION ............................................... 32 CHANGE OF CONTRACT RACT TBv1ES ............................, 6 15.1 OWNER May Suspend Work .......... 32 121 Claim for Adjustment .._......-..-_......16 15'2-15.4 OWNER May Terminate ..... ..._._..-32 12.2 Time of the Essence., __....................26 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTOR's Work or Terminate,,,,,,,,,, 32-33 Control ............. _ _.....................26 27 12.4 Delays Beyond OWNER's and 16. DISPUTE RESOLUTION .................................. 33 CONTRACTOR's Control ........ ..... 27 17. MISCELLANEOUS....,_., 33 TESTS AND INSPECTIONS; CORRECTION. .... ____ ............. 17.1 Giving Notice,,,,,,,,,,,,,,_.. .... REMOVAL OR ACCEPTANCEOF IT2 Computation of Timwk................._33 DEFECTIIEWORK ................................_........_......27 17.3 Notice of Claim,................ 33 13.3 Notice off Defects....................I..........27 ............. 17.4 Cumulative Remedies 13.2 Access to the Work .... ...... -......... ......27 ........ .............33 17.5 Professional Fees and Coact 13.3 Tests and Inspections; Costs Included.._.........................33 CONTRACTOR's Cooperation.,_..,,, 27 17.6 Applicable State Laws,,,,,,,..,..__ 33-34 13.4 OWNERS Responsibilities; Intentionally left blank....... ......... Independent Testing Laboratory....., 27 ........35 13.5 CONTRACTORs EXHIBIT GC -A: (Optional) Responsibilities..._..........................F7 Dispute Resolution Agreement ........... 13.6-13.7 Covering Work Prior to inspec- ....-...-GC-AI 16.1.16.6 ArbitrationG{ -Al tion, Testing or Approval_...............27 16.7 Mediation, ........ EICDC.: GENERAL CONOfRONS 1910-9(19% ELATION) wt CITY OF FORTCOUJM MODMCA'nONS CRF.V 9/991 INDPX TO GENFRAI, CONDITIONS City of Fort Collins modifications tothe General Conditions of the Construct ton Contract are not shown in this index Article or Paragraph Number Acceptance of -- Bonds and Insurance ...... ...... ....__....................?.14 defective Work _ 11t41, 13.5. 131-, final payment _........ 9J2. 14-15 insurance .. _ other Work, by-CQNTRACTOK... _ _.5.14 Substitutes and "Or -Equal" Items..,_ , . ,. _.....¢.7.1 Work by OIVTER.... .............. ............. ; 3, 630. 6 34 Access to the -- Lands, OWNER and CON PKACPOR responsibilities, .... ..4. l site, related Work.. ....................... __ 7-2 Work, ........ ........._............ ........... 13.2, 13,14, 14.9 Acts or Omissions--, Acts and Omissions -- CONTRACTOR._ ,-.. - .._ _ _ ... 6.9.1, 9.13_i ENGINEER.........__....... _.. _6.20, 9.13.3 OWNER_ ..... .. ....6.20, 8.9 Addenda --definition of (also see definition of Specifications) ....... (1.6, 1,10, 6.19), 1.1 Additional property Insurancel................................. 5,7 Adjustments - Contract Price or Contract Times ............ ...... .....1.5. 3.5. 4.1. 4.3.2. 4.5.2, ..... ................. .......4-5.394,9.5, I0.2-10.4, ...... ............... ............... ..... 11, 12, 14.8, 15,1 progress schedule ............ _..................6.6 Agreement -- definition of,, ................ - ................................... J.2 "All -Risk" Insurance, policy form ...... ............ ....... , Allowances, Cash ........ Amending Contract Documents.... _,,, _.... ............ 3.5 Amendment. Written -- in general ..... ,,,......... .I.Io, 1,45" 3.5, 5,10, 5.12, 6.6.2 ....... ... ......... §,8.2, 6,19, 10.1, 10,4, 11.2 ,.,'C.6.,,.,.,-,_,...,...111, 13.12.2, 14,7.2 Appeal, OWNER or CONTRACTOR intent to ............... ......._.9-10,9,11, 10,4, 16,2, 16,5 Application for Payment -- definition of.... ...... ... __ ....... ................ ...... J,3 ENTGTNEER's Responsibility :........ .......... ............. ,9 final paymeril..,,,_,..... ... 9.13.4, 9.13.5, 14.12-14.15 in general.... ... __ ... .........2.8, 19, 5.6.4.9.10. 15.5 Progress payment. .................................... 14.1-14.7 review Of ....... ...... ................. .... ........._... 14.4-143 Arbitration ......... ......................... ................... 16.1-16.6 Asbestos-- claimspursuant thereto .................. ......43.2, 4.5.3 CONTRACTOR authorized to stop Work......., .4,5.2 definition of ................................. _._...... - . J,.4 Article or Paragraph Number OWNV'R responsibility for, ..__........_........_45.1. 8.Io possible price and times change 4.5.2 Authorized Variations in Work, ,.,. _ 3.6. 6.25, 6 27, 9.5 Availability of Lands.-- 4.1, 8.4 Award, Notice of. -defined_ _. .._.. _.. _... _..... _..... _. 125 Before Starting Cc4istruction............................_2-5 28 Hid --definition Of— 1.5 (11, 1 10, 2.3, 3.3, 4.26A, 6.13, 11.43, 119.1) Bidding Documents --definition of _.__...- ................. ... .... ........ 1.6(6.8.2) Bidding Requirements --definition of..........................................1.7 (1.1, 4.2.6.2) Bonds— acceptance of __....._.. 5.14 additional bonds. ,_...__._,......._._,_...10.5. 11.4.5,9 Cost of the Work..-...__._ ............ ...................I L5.4 definition of...._...,.. ...........................L8 delivery of .... ...................................... ......... Z,I, 5.1 final Application for Paymtent.,,__........ 14.12-14.14 general.......................................1.10, 5.1-5.3, 5.13, _...... __.....................9.13, 10.5. 14.7.6 Performance, Payment and Other.,.. . .............. 5.1-51 Bonds and Insurance --in general., .... ___ ...... ....... _... 5 Builder's risk "all-risk" policy form .............. ,... _...5.6.2 Cancellation Provisions, Insurance ._..... 5.4,11, 5,8, 5,15 Cash Allowances , J 1.8 Certificate of Substantial Completion 1.38, 6.30.2.3, _.. ,....-- __......._.............14.8, NXi Certificates of Inspection,,,, ,9.13.4. 13.5, 14.12 CertiftcatesofInsurance...,,____.2.7. 5.3, 5.4.11, 5A.13, _....._..............5.6.5, 3.8, 5.14, 9.13.4, 14.12 Change in Contract Price.. CashAllowances _.......... I1.8 claim for price adjustment,,.,........ 4.1, 4.16, 4.5, 5,15, 6.8.2, 9.4 ... _.-.._.... 9.5.9,11, 10.Z 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..............................................11.5 Cost Records. ... ,._......... . 11.7 in general.............J.19, 1,44, 9,11, 10.4.2, 10A.3, 11 Lump Sum Pricing... ....... ............. .11.32 Notification of Surety.._ ._ ..... ................. _...... 10:5 Scope of .......... .. .......... -.............. _.. .....10,3-10.4 Testing and Inspection, Uncovering the ttiork_....... ..,_..,...,139 E1C[DC GENERAL CONDITIONS 1910-9(1"0 EDY-note W/ CITY OF FORT C.OLLINS MODIFICATIONS (REV 9/" tjnit Price Work 119 Article or Paragraph Number Value of Work ..............._.................................113 Change in Contract Times -- Claim for times adjustmenl........ :4 1: 4.16, 4.5, 5.15, 0.8-1 9.4. 9.5. 9.11. 10.2, 10.5. 12.1. 13 9, 13 13. 13 14, 147, 15L 15.5 Contractual lime limits--.._„,„„ _ _ ._..... _ 12 Delays beyond CONTRACTOR's control.. ....... ......_..........._. _.._ ._... . .12.3 Delays leyond OW'NERs and C'ON"fF-ACTORscontrol..,.._ .,....--._....._ .12.4 Notification of surety, ......... ..... 10-5 Scopeofchange.. -._ .........10.3-10.4 Change Orders -- Acceptance of Defective Work ....... .... .,13.13 Amending Contract Documents.. ........... ......... ...3.5 Cash Allowances_ Change of Contract Price. ...... ...................I I Change of Contract Times.....„_,,,,_....„._,_,,.,,,,,12 Changes in the Work ............. _._........................10 CONTRACTOR's fee ....................................... 11.6 Cost of the Work...... ............ ­ . ...... ....... 11.4.1 L7 CostRecords ....... ............ ............. ......_.......,.,..)1.7 definition of ....... ....................._ ....... 1.9 emergencies,....._ ............... „ . ................ _...0.23 ENGINEER's responsibility..., . 9.8, 10.4. 112, 12.1 execution of., .................... ­ ...................... ...... )0.4 Indemnifiction .........................4.12, 6.16, 0.31.6,33 Insurance, Bonds and___ ........... ,.,._,.5.10, 5.13, 10.5 OWNER may terminate ...._.......................15.2-15.4 OWNERS Responsibility .... ............. ............ $.6, 10.4 Physical Conditions - Subsurface and ...................... .4.2 Underground Facilities-- ...........................4 3.2 Record Documents._ .. ... ............ ........_.............6.19 Scope of Change.,,.......... .......... ......... .........10.3-10A Substitutes,--, ... ­­­­ ......... ...... 5.7.3, 6.8.2 Unit Price Work , 11.9 value of Work, covered by.................................11.3 Changes in the Work.. ....... ._...................... .......... ....)0 Notification of surety... ...................... ........... .....10.5 OWNER's and CONTRACTOR's responsibili ties ............................................10.4 Right to an adjustment,-- .......................... .... 10.2 Scope of change..... _ ................ ................. 10.3-10-4 Claims -- against CONTRACTOR...... ........... _...... ......... against ENGINEER._._..................._..............6.32 against OWNER..............................................li 32 Change of Contract Pricq„_„,,,,;,,,,,,,,,„_,,,, Change of Contract Times ..........................4.4, 12.1 CONTRACTOK's.............4, 7.1, 9.4, 9.5, 9.11, 10.2, ......................11.2. 11.9, 12.1. 13.9, 14.8, ....._...:..............................._15.1, 15.5, 17.3 Vi CONTRAC IM's Fee 11-6 Artic.Ie or Paragraph Number Ct)NTRACTC)K's 5 4. 6 12, 6,16, 631 Cost of the Work 11 4, 11.5, Decisions on Dishutcti.... ._ _............._...`9 1l. 9.1_' Dispute Resolution .._..._ _ _ _ 16.1 Dispute Resoluticm Agreement_ __ i61-166 ENGIN E.R as initial interprelur _ 911 Lump Sum Pricing__._._ _ _ _11.32 Notice of,...___ .....__.._ ___._ _.. 17.3 ER OWN'S.........._.......9A, 9.5, 9.11, 10.2. 112, 11-9 12.1. 131) 13.13 1314 173 -.55 OWNER may refuse to make payment _ .. 14.7 Professional Fees and Court Costs Included...._._'.........._ _.......1.7.5 request for formal decision or), ........................... Substitute Items_ ............. _ - _...._............. 4 7 1 2 Time Extension....... .__- _.._.........__.....,_.121 Time requirements _9.11, 12.1 Unit Price Work_.......... ..__..... _..__._.11.93 Valueof ........................................................... J.13 Waiver of -on Final Paymenl.................14.14, 14.15 Work Change Directive-' written notice required...- ............ ....9A I, 11.2, 12.1 Clarifications and Interpretations, 3.6.3, 9.4, 9.11 CleanSite ........ __....... .__..__.._..........- ...... ..... &17 Codes of Technical Society, Organization or Association.................................................3.33 Commencement of Contract Times ..... ...._ 2. Communications -- general . ..... ................... ..................... 6.2, 6.9.2, 8.1 Hazard Communication Programs,,,,., ........ ._,..,622 Completion - Final Application for Payment ..........................14,12 Final Inspection...... _ ........... ..... ....... ............. ) 4.11 Final Payment and Acceptance ,,,,,,,)4.13-14.14 Partial Utilizatior;..........................................14.10 Substantial Completion ................. J.38, 14.8-14.9 Waiver of Claims.,,,,.,,,........ ..... .....................34.35 . Computation of Times,........... __.......... .....17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others....... 6, 8-6.1 I Conferences -- initially acceptable scheduler, . ....... ............. 2.9 preconstructiort........................ I.........................2.8 Conflict Error. Ambiguity, Discrepancy -- CONTRACTOR to Repot .............. _ .......... 2.5, 3.12 Construction, before starting by CONTRACTOR .........................................- 2.5-17 Construction 6.4 Continuing the Work......................................6.29, 10.4 Contract Documents - Amending..........................................................3.5 Bonds 51 ........ I-_.................._....I...............I EXMC: GENERAL CONDITION`S 1910-a (19W EDITION) WI CITY OF FORT COLUNS MODIFICA-110NS (RF.V 9/") Cash Allowances 11.8 Article or Paragraph Number Change of Contract Price ..........._....................... I 1 Change of Contract Times __..._._._._...._.-..._.12 Changes in the 1iork...................... _.,...... 10Aa 103 check and verify Clarifications and Interpretations ..„_,12,:16..94.911 definition of ENGINEER as mitial interpreter of 9,11 ENCiINI^:I R as OWNFWs representative .,,,,_.„.,,,9.1 general3 Insurance _.... _ .. . ..... ................__.5.3 Intent minor variations in the Work.__..,,,, 3.6 OWNER's responsibility to 14mish data., 8.3 OWNER's responsibility to make prompt payment .... ... ....-_....__. R3, 144, 14.13 precedence-. _-.__-__...._. ......... _...._ 3.1, 3.3 3 Record Documents, _ ....... Reference to Standards and Specifications of Technical Societies,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,_„ 13 RelatedWork ................. I .... ........................ 7.2 Reporting and Resolving Discrepancies,,,,,,..235 3.3 Reuse of... -_ _ _ . 3.7 Supplementing... .... ....._ _.., , ... ....3.6 Termination of ENGIINMLR's Employment ._ . .8,2 Unit Price Work .... _....... ................. ................ I lA variations ......... ........... "I'll..1. 1........3-6, 6.23, 627 Visits to Site, ENGINEER's 9.2 Contract Price - adjustment of _.............3.5, 4.1, 9.4. 10.3, 11.2-11.3 Change of ..... ..-........ .,........ ,1 I Decision on Disputes........................................9.11 definition of,.,,,.__,.„._„ .............. l.11 Contract Times -- adjustment of ............ _.............3.5.4.1, 9.4. 10.3, 12 Change of ......_....................... . 12.1-12-4 Commencement of ....... 2.3 definition ol'.....................................................1.12 CONTRACTOR - Acceptance of Insurance...._,... _...................... 5,14 Communications, ....... _... ................ .........6.2 6.9.2 Continue Work ....................... .,........... _k429, 10.4 coordination and scheduling ............ .............. ..0,92 definition of .................. 1.13 Limited Reliance on Technical Data Authorized ..... ..... ..... ......... ......_....... 42,2 May Stop Work or Terminate.-_ ....................__AS,5 provide site access to others ....................... 7,2, 13-2 Safety and Protection ................ _ 4.3,1.2, 6,16, 6,18. .......................... _......... .21-6.23, 72, 13.2 Shop Drawing and Sample Review Prior to Submittal, .... . I ........... ....... ......... .... 6125 Vii Stop Work requirements __.. _. 45.2 CON I'R,4CTOR's-- Article or paragraph Number Compensation ._ _.... ____._._ 11.1-11 2 ContinuingObligatiort........„__................ ....14.15 Defective Work. „ _ _ 9.6. 13.1i1-13.14 Duty to correct directive Work, _ . _ _ _ ,13. It Duty to Report -- Changes in the Work caused by Emergency ._...... .......... .... _....6.?3 Defects in Work of Others ............................. 7.3 Differing conditions ............... _.....,,........4.2.3 Discrepancy in Documents........ 2.5, 3.3.2, 6,14.2 Underground Facilities not indicated__...4.3.2 Emergencies,,,,,,,,,,,,,,„. - .6.23 Equipment and Machinery Rental, Cost of the Work --- _....................... _...... ...... 11.4,53 Fee --Cost Plus ......................... 11 4,5 6,11 5.1, 11.6 General Warranty and Guarantee-_. .._..._.. ,A30 Ilazard Communication Programs, _,,,,,,,,,,,,,, .... 6.22 Indemnification .... .__.............. -6.12, 6.16, 6,31-6.33 Inspection of the Work ................ .......... __ 7.3, 13.4 Labor, Materials and Equipment.,., ................ ().345 Laws and Regulations. Compliance by.............614.1 Liability Insurance,,,,__.,,,. 5.4 Notice of Intent to Appeal ........... ....... 9.10. 10.4 obligation to perform and complete theWok ................................ _................. 0.30 Patent Fees and Royalties, paid for fry,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds. _ .. _.. _. .. ............... 5. i Permits, obtained and paid for by. . .......... . ........ 0.13 Progress Schedule _....._...._...........2 6, 2.8, 2.9, 6.6, ......._ .................__...._..6529, 10.4. 15,2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work ........ ..............._.... ..... 103 Concerning Subcontractors, Suppliers and Others....:.................................6.8-6.11 Continuing the Work ..... ............... ......0.29, 10.4 CONTRACTOR's expense ................ ...................... _.O. T 1 CONTRACTOWs General Warranty and Guarantee ..................... _:`---....._..6.30 CON'TRACTOR's review prior to Shop Drawing or Sample submitta►................ 6.25 Coordination of Work,.......... _................. 6,9.2 Em ergenc ies.................... ....... ............ ........ 6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items.,,,._ .............. .......6.73 For Acts and Omissions of Others.,...... _..............._0.9J-6.9.2, 9.13 for deductible amcurds insurance5.9 general ..................._................... 0, Z2, 73, 8.9 Hazardous Communication program ........... .22 Indemni ficatiork,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,6.31-6.33 11IMC GENERAL CONOITIONS.1910-9(19" EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 91"