Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout102511 LAFARGE NORTHERN - CONTRACT - BID - 27059 5983 SOUTH LEMAY AVENUE WIDENING PROJECTCat
7irc4Slp,
�•�0
SPECIFICATIO
AND
CONTRACT DOCUMENTS
FOR
South Lemay Avenue Widening Project
Y
BID NO. 5983
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
June 16, 2006 — 3:00 P.M. (OUR CLOCK)
P
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8,
1990 ed.) have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid to OWNER, as distinct from
a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder"
means the lowest, qualified, responsible and responsive Bidder to whom
OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or
Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to
receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding
Documents may be examined at the locations identified in the Invitation
to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous
experience, previous commitments and evidence of authority to conduct
business in the jurisdiction where the Project is located. Each Bid must
contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be
prepared on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
12/03 Section 00100 Page 1
within the control of a Subcontractor or Supplier shall be
deemed to he delays within the control of CONTRACTOR
12 4_ Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or \lilestones) due to delay beyond the control of both
OWNER and CONTRA&01O an extension of the
Contract Tunes (of Milestones) in an amount equal to the
time last due to such delay shall be CONTRACTORS sole
Lund exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any Supplier, any other person or organization or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(n) delays beyond the control of both parties including, but
not limited to, Cues, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE 13--TESTS AND INSPFCTIONS;
CORREC770N, RFMOV,U, OR ACCFP7'AIVC"E OF
DEFECTII�E' WORK
13.1, tVolice of Defects:
Prompt notice of all *fecdve Work of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR. All defecmv Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to li%ork:
13.2. OIVNER,ENIGINEER ENGINEER'sComhamt,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reesurnalhle #imes fix their obsevatio % inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable
Tests and inspections:
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspediins,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below,
13.4.2. that ousts incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EXDC OEM RAL COMATIONS 191" (1990 EMon)
wf CITY OF FORT (X)LUM MODIFICATIONS (REV 412000)
below shall he paid as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Reguhuiom of any public burly having
jurisdiction require any Work (a part thereol) specifically
to be inspected, tested or approved by an employee or
other representative of sticn public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvaLs, pay all acts
in connection therewith, and furnish ENGINEER the
required certificates of inspectim or approval.
CONTRACTOR shall also he responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections. tests or approvals required for OWN(ER's
and ENGiNF.ER's acceptance of materials or equipment to
be incorporated in the Wo& or of materials, mix designs
or equipment submitted for approval prior to
CONTRRAACTOR's purchase thereof for incorporation in
the Work.
13.6. if any Work (or the work of oilers) that is to be
inspected, tested or approved is cowered 1)),
CONTRACTOR without written concurrence of
INGINEER, it must, if requested by ENGINEER, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall the at CONTRACTOR's expense unless
CONTRACTOR has given I N(:iNF'ER timely notice of
CONTRACTOR'S intention to cover the same and
ENGiNFER has not acted with reasonable promptness in
response to such notice.
Uncovering Work:
13.5. If any Work is covered contrary to the written
request of ENGINEER, it must, if` requested by
ENGINEER, be uncovered to ENGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. If ENGINEER considers it necessary or advisable
thtl covered Work be obsen'ed by ENGINEER or
inspected or tested by others, CONTRACTOR at
ENGINEER'S request, s6U uncover, expose or odtawtse
make available for observation, inspection or testing as
ISIGINEE7R may require, that portion of the Wok in
question furnishing all necessary labor, material and
equipment, If it is fared that such Work is defective,
CONTRACTOR shall pay all cleans costs, lasses arc!
damages caused by, arising out of or resulting from such
uncovering, exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all carts of repair or
replacement of work of others): and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article 11. IC however, such Work is not found to be
defeefi+e, CONTRACTOR shall he allowed an increase in
the Contract Price or an extension of the Contract Times
(or Mjlestonesj, or both, directly attributable to such
27
uncovering, exposure, observation. inspection, testing,
replacement and rceonstruction, 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 i and I-'.
OWNER May Stop the Work:
13.11). If the Work is defective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in suet a
warty that the completed Work will c orif<rnt to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause for such
order has been elimirmted; however, this right of OWNER
to stop the Work shall not give rise to anv duty on the pan
of OWNER to exorcise this right for the benefit of
CONTRACTOR or any surety or other pain.
Correction or Removal of Defective Work:
13.11, If required by HNGINEER, CONTRACTOR shall
promptly, as directed, either correct all defeetive Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims, casts, losses s and
damage.% caused by or resulting from such correction or
removal (including but not limited to all coats of repair or
replacement of work of others)
13.12. Correction Period
13.121. If within oneyea twgyears after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by fhe
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 ckfectve Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace arty damage
to other Wok or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would (muse serious risk of lose or damage,
OWNER may have the defective Work corrected or the
rejected Wok removed and replaced, and all claims,
cafe losses and damages caused by or resulting from
such removal and replacement ('including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR.
1312.2. In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work the
corrxion period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (and damage to other
28 >;tcucatrtF:antcorminortslvlo-8(1990E"M)
w10 ry OF FORT COLLINS MODIFICATIONS WN 42otla)
Work resulting therefrom) has been cormeted,
removed or replaced under this paragraph 13.12. the
correction period hereunder with respect to such Work
will be extended for an additional period of ~--year
two s after such correction or removal and
replacement has been satisfnetorih corpleted
;acceptance of Defective Work:
13.13. If. instead of requiring correction or mmuval and
replacement of defective LUork, OWNER (nod, prior to
ENGINEER's recommendation of final payment, also
ENC.INFER) prefers to accept it, OWNER may do so
CONTRACTORshall pay all claints costs. losses and
damages attributable to OWNF.R's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasomblerim). If anv
such acceptance occurs prior to FNGIN}iER's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
a% provided in Article I . If the acceptance occurs after
such recommendation, an appropriate amount will Ile paid
by CONTRA(: f OR to OW'Nf:R.
OWNER Ski, Correct Defective Work:
rk:
13.14. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defectme
Work or to remove and replace rejected Work as required
by ENGINIX.R in accordance with paragraph 13_11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contact Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, after seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or pan of the Work, and
suspend CONTRACTOR's services related thereto, take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stated at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR stall allow OWNER OWNER's
represematives, agents and employees, OWNERS other
contractors and ENGINEER and ENGLNEER's
Consultants access to the site to enable OWNER to
exercise the rights and remedies usher this paragraph All
claims, costs, losses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued iraxrporaung the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Pricey and, if the parties are unable to agree m to
the amount the"'OL OWNER may make a claim therefor
as provided in Article I - 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 extension of the Contract Tires (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14--PAYMENTS TO CONTRACTOR AND
COMPLETION
Schedule of I aL es
14.1, The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will he incorporated into a form of Application for
Adyment acceptable to ENGINEER. Progress payments on
account of Unn Rice Work will he based on the number of
units completed
Application for ProgrwPapment:
14.2, At least twenty days before the date established for
each progress payment (ut not more often than once a
month), CONTRACTOR shelf submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect O4YNER's interest therein, all of which will be
satisfactory to OWNER- The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. A- f,,itrtds that are withheld the OWNER
shall not
be suubiea to substrtuiioi bertha CONTRAC?OR
with _sxcunties or arrangements irtvolvian, trscsaw or
custoclianstiiP__ T}y_execWiug_he �Iiwticm fa,.psym�ent
Corm the CONTRACTOORR otmessly waives )1i right
4rh1t-olOthle
benefits pforoRStatues
leseooded etion,
CONTRtICTOR's Warranty of Tide.
14.3. CONTRACTOR warrants and guarantees that title
to all Wok, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review ofApplieadons for Progress Payment
14-4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
EX'OCUE'NERAL(.O1+ 110M 1910.8(1990Edtion)
w, CITY OF FORT COLLIM MOUIFICAMN5 WN V2UUm
recommendation of payment and present the Application
to OW TR, or return the Application to CONTRACTOR
indicating in writing E1\GI3NEER's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application- Ten days after presentation of the
Application for Payment to OWNER with ENGI\'EER's
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNER to
CONTRACTOR.
14.5. E'NGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, haled on
ENGINEER's on -site observation-, of the executed Work
us an experienced and qualified design profnsicnal and on
ENGINEER's review of the lication for Payment and
the accompanying data and =Ies. that to the best of
ENGINEER's knowledge, information and belief
14.5.1. the Work has progressed, to the point
indicated,
14.5.2. the quality of the Work is generally in
accordance with tla: Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and
classifications for Unit Price Week under
Paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.5.3. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER mill not thereby be deemed to have
represented that: (t) exhaustive or continuous on -site
inspections love been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (h) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14.6. ENGINEER's recommendation of any payment,
including final payment, !;hall not mean that ENGINEER
is responsible for CONTRACTOR's means, methods,
tech»ques, sequences or procedures of construction. or
the safety precautions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to thefi rnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents
14.7_ ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion, it
would be incorrect to make the representations to
?9
OWNER referred to Lit paragraph 14 5, LNGINI L7t may
also refuse to recommend any such payment. or. because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended to such extent as may be
necessary in ENGiNFERs opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement.
14.7.2. the Contact price has been reduced by
Written Amendment or Change Order,
1423. OWNER has been required to correct
defeclive tVork or complete Work in accordance with
paragraph 13.14, or
14.7.4. HNGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15.2. I thnvugh 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended bv^ ENGINEER because-
14.7.5. claims have been made against OW'NFR on
account of CON'I'RA(7l'OR's performance or furnishing
of the Work,
14.7.6. liens have been filed in correction with the
Work except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liem,
14,TT there are other items entitling OWNER to a set-
off against the amount recommended, cc
14,Tg. OWNER Itan actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 152.1
through 15.24 inclusive,
but OWNER must give CONTRACTOR immediate
written notice (with a copy' to ENGINEER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld or any adjustment thereto agreed
to by OWNER and CONTRACTOR, when
CONTRACTOR corrects to OWNER's satisfaction the
reasons for such action
&hdandd Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER.
CONTRACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion If
ENGINEER does not consider the Work substantially
complete, ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor if ENGINEER
30 EXDCOENERAL COMMONS 191"(1990 Edtim)
wf 01V OFFORT OOLLI NS MODIFICATIONS (REV 4,20W)
tbmiders tlx Work substantially complete. ENGINEER
will prepare and deliver to OWNI'.R a tentative cenificate
of Substantial Conpletion which shall fix the date of
Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment OWN-FR shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provision of the certificate or attached list. If, after
considering such objections. ENGINEER concludes that
the Work is not substantially complete. ENGINFER will
within fourteen days after submission of the tentative
certificate to OWNER notit4 CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fwrteen days execute end deliver to OWNER and
CONTRACTOR a dcliinitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion F,NG1NFHR will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing, and so inform
MNGiNEFR in writing prior to ENGiNMR's istiumg the
definitive certificate of Substantial Completion,
ENGiNEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until fund 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 UdNradon:
14.10. Use by OWNER at OWNER's option of any
substantially completed part of the Work which (i) has
specifically been identified in the Contract Documents, or
(n) OWNER, ENGINEER and CONTRACTOR ague
wnstitutes a separately furnxioniiig and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOR's performance of the remainder of the
Work, may be aoconn lished prior to Substartal
Completion of all the Work subject to the following:
14.10.1.OWNER at any time may request
CONTRACTOR in writug to pemtit OWNER to use
any such part of the Wok which OWNER believes to
be ready for its intended use and substantially
compleu. If CONTRACTOR agrees diet such pan of
the Work is substantially complete, CONTRAC OR
will certify to OWNER and ENGINEER that such
pan of the Work is substantially complete and request
ETIGI VEER to issue a certificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
ONGINEER in writing that CONTRACTOR emsidem
any such part of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion for that
Part of the Work. Within a reasonable time after either
such request, OWNER, CONTRACTOR and
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion. If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of
the Walk to be substantially complete. the provisions
of paragraphs 14.8 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.10.2. No occupancy or separate operation of pan
of the Work will be aw6toplished prim to compliance
with the requirements of paragraph 5,15 in respect of
property insurance.
Final Inspection:
14,11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this iacpection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deficiencies.
Final Application for Payment,•
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions, schedules,
guarantees. Bonds, certificates or other evidence of
insurance required by paragraph 5.4, certificates of
inspection marked -up record documents (as provided in
paragraph6,19) and other documents, CONTRACTOR
may make application for final payment following the
procedure for progress payments The final Application for
Payment shall be accompanied (except as previously
delivered) by: (i)all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph5,4.13,
((u consent of the suneeiiyy if any, to final payment, and
(iirI complete and legs li y effective releases or waivers
(satisfactory to OWNER) of all Lies arising out of or filed
in connection with the Work. In lieu of such releases or
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
receipts include all labor, services, material and equipment
for which a Lien could be filed, and (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNER's
property might in any way be responsible have been paid or
otherwise satisfied If any Subcontractor or Supplier fails
WCDC OEMNERRAL CONDMOM41910-8 (19" Edsim)
wf OTY OF FORT ODLLINS MODIFICATIONS (REv 4Rta)0)
to furnish such a release or receipt in full,
COtv'TRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien Releases or waivers of liens and the consent of
the surly to Cumli�x�pmnert are to bebmittedL cmj
forms confomhingto the format of the OWNER'S standard
forms bound in the project manual.
Final i'armrent and Acceptance:
14.13 If, on the basis of ENGENMER's observation of
the Work during construction and final inspection, and
FNGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Docmnems, ONGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
tulfipled, 1 NG INFER will, within tcn days after receipt of
the final Application for Payment, indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for paymera. 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,
ENGINE'ER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final psymtem, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentationto
OWNER of the Application and accompanying
documentation• in appropriate forth and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subjee-d to pm grnh 17 6 2 of these
General Conditions.
14,14, If, through no fault of CONTRACTOR final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommenbaton of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. if the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the paymerd of the balance due for that
portion of the Work firl yl wtnpleted and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Waiver of claims:
14.15. The making and aoceptartce of final payment will
constitute:
14.15.1. a waiver of all claims by OWNER agairst
CONTRACTOR. except claims arising from
unsettled liens, from defective Work appearing after
final iaspectiot pursuant to paragraph 14.11. from
failure to comply with the Contract Documents or the
terms of airryry special guarantees specified therein or
from CONTRACTOR's continuing obligations hurler
the Contract Documents; and
14.15.2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15 -SUSPENSION OF WORK AND
TERHI INA110N
OR ERMay %mspendWank:
15.1. At any time and without cause, OWNER may
suspend the Work or arty portion thereof for a period of not
more than ninety t )s by notice in writing to
CONTRACTOR and ENGINEER which will ftx the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
tlrticles 11 and 12.
OWNER dlav Terminate:
15.2 Upon the occurrence of any one or more of the
following events'
15.2.1. if CONTRACTOR paustently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragmph2.9 as adjusted from time to time
pursuant to paragraph 6.6);
1521 if CONTRACTOR disregards Laws or
Regulations of any public body having jttrisdictioix
152.3. if CONTRACTOR disregards the authority of
ENGINEER; or
15 ?.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
OWNER may, after giving CONTRACTOR (and the
suety, if arty) seven days written notice and to the extent
permitted by Laws artd Regulation, terminate the services
of CONTRACTOR, exclude CONTRACTOR ham the site
and take possession of the Work and of all
CONTRACTOR's too4 appliances, construction
equipment and machinery at the site arxf use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion). incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EJCUCOENERAL CONDITIONS 191" (199a Etition)
32 w! 0TY OF FORT CX)LLINS MQUIb'ICATIONS OUV 4alba)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contract Rice exceeds all claims, casts,
loses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
Paid to CONTRACTOR If such claims, casts, lasses and
damages exceed such unpaid balance. CONTRACTOR
shall pay the difference to OWNER Such claims, costs,
losses and damages incurred by M"NER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by BNGINhPR incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shtll not he required to
obtain the lowest price for the Wok performed
15.3. Where CONI'RACTOR'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 liabilitv.
15.4. IIpon 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 itemsy
15A.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of ientimation, including fair and
reasonable sums for overhead and profit on such
Work;
15A.2, for expenses sustained prior to the effective
date of termination in performing services and
finT fishing labor, materials or equipment as r
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable stuns for
overhead and profit on such experist._s;
15.4.3. for all claims, costs, lasses and damages
incurred in settlement of terminated contracts with
Subcontractor, Suppliers and others, and
15AA !or reasonable expenses directly attributable
to termination.
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or outer ecotanic loss
arising out of or resulting from such termination
CONTR4CTOR May &ap Work or Terminate.
15.5, K Live no act or fault of CONTRACTOR, the
Work is suspended for a period of more than ninety days
by OWNER or under an order of court or other public
authority, or ENGINEER fails to art on any Application
for Pey%tnera within thirty days after it is submitted or
OWNER fails for thirty days to pay CONTRACTOR any
sum finally determined to be due, theft CONTRACTOR
may, upon seven days' written notice to OWNER and
FN(31NEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4.
In lieu of terminating the Agreemena and without prejudice
to any other right or remedy, if ENGINEER has failed to
act (n an Application for Payment within thirty days after it
is submitted. or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally deters» ned to be due,
CONTRACTOR may upon seven days written notice to
OWNER and FNGINEF,R stop the Work until payment of
all such amounts due CONTRACTOR, including interest
thereon The provisions of this pargraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles I 1 mind 12 for an increase in Contact price
or Contract Times or otherwise for expenses or damage
directly attributable to CYONTRACTOR's stopping Work as
permittedhy thisporagmph
ARTICLF 16—DIStpITE RFWL1FfION
If and to the extent that OWNER and.(X)NTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement. Such dispute resolution method and procedure,
If any, stall be as set forth in F, duibit GC -A, "Dispute
Resolution Agreement', um be attached hereto and made a
Nit hereof'. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphns9.10, 9.11 and
9.12. OWNER and CONTRACTOR may exercise such
Tight-, or remedies as either may otherwise have under the
Contract Document or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—b1ISCELI.ANEOITS
lining Notice:
171. Whenever any provision of the Contract
Document requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the fins, or to an officer of
the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the notice.
17.2. Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
he omitted from the computation-
FXW CiENETiAL Com)[TIONS 1910,8 (1990 Edo OM
wr C11Y OF FORT COL.0 M AI(A)IFICATIONS (REY 4MM)
17 2.2. A calendar clay of twenty-four hours measured
from midnight to the text midnight will constitute a
day.
Nodee of Claim..
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
party's employees or agent or others for whose acts the
other party is legally liable, claim will be made in writing
to the other party within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of any applicable statute
of lira itatiots or repose.Cnmulaire Remedies
17.4. The duties and obligations imposed by these
Geneml Conditions and the rights and remedies available
hereunder to the parties hereto, and, is particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
pamgmphs 6.12, 616,630, 6.31, 6_32 13.1, 13.12, 1314,
14.3 and 15 n and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
Of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply,
Professional Fees and Court Crr; lndnded•
17.5. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be limited to, all fees imd charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
Agreement, Refetopg to two perti Colorlt(b statutes
are as follows'
17.b2. If a claim
la;ll rsqured by
wC8-26-107) to wtfrom payments to
g2NTRRACTOR siactL" funds to insure the
payment of all claims for labor motorists team hire
sustenancemovisims, tsoveadar or other smtmlies
used or consumed W CONTRACTOR or to
33
EKDCOFNERALCONOITIOM Mae (1"OEMm)
34 w/CITY OF FORT(XILIJNS MODIFICATIONS (R", A OOG)
(This page left blank inten6anally.)
EXIXOEN61tALCOMAnOM 191" (I"OEMM) 35
w! ('3TY OF FORT ODLUM MODIFICATIONS (REV 412009)
EXDCOSNEMCONMOM1910s(1990E on)
36 wl CITY OFFORTCX)LLIIS MOOhICAT10NS(kEV4aOoG)
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would
impair his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other
contract with the City or in the payment of any taxes, licenses or other
monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid,
to (a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for
identification of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement
of this Article 4, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that
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.
12/03 Section 00100 Page 2
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following Agreement of the parties:
i6.1 All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except tar claims which have been waived In, the
making or acceptance of final payment as provided by
paragraph 14.15) will he decided by arbitration in
accordance with the Construction industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made pater 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 ENGWEER's decision being final and binding
upon OWNER. and CONTRACTOR If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of any written decision of 04GMER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10,
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association, and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -day or ten-daq
period specified in patWaph I6.'_ as applicable, and in all
other cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
Applicable statute of limitations.
EJCW GENERAL CONDITIONS 1910-8 (19)0 E(haiw)
mP CITY OF FORT COLLINS MODIFICATIONS (REV 999)
16.4. ENcept As provided an paragraph 16.5 below,
no arbitration arising out of to relating to the Contract
Documents shall include by consolidation joinder or in any
other manner any other person or entity (including
ENGINEER, ENGINEEWs Consultant and the officers,
directors, agents, employees or consulumm of any of them)
who is not a party to this contract unless:
16.4.1, the inclusion of such other person or entity is
necessan, if' complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is suhstantially
involved in a question of law or fact which is cumnion
to those who are alrendy parties to the arbitration and
which w•il I arise in such proceedings, and
16.4.3, the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph but nosuch consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor.
either OWNER or CONTRACTOR may join such
Subeantmctor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involyt'ng the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction therdw[ and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall fast submit any and all unsettled claims,
counterclaims. disputes and other matter; in question
between them arising out of or relating to the Contract
Documents or the limch thereof ("disputes"), to mediation
by the American Arbitration Association under the
Construction hadustry Mediation Rules of the American
Arbitration Association prior to either of them initialing
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute sulmnitted to mediation within those same
applicable time lanits and shhadd remain suspended until ten
days after the termination of the mediation. The mediator
d>11 any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed.
OC•Al
EICDC OMERAL CONDITIONS 1910-2 (1990 Edtimi)
wl CITY OFFORTCOLLINS MODMICATIONS (REV 9194)
OC-Al
SE
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of
the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with
City of Fort Collins modifications) and other provisions of the Contract
Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General
Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of
subsurface conditions at the site of the Work:
CTL THOMPSON Incorporated -- Project Number: FC03658-135
Subgrade Investigation and Pavement Design for South Lemay Avenue
Widening, Fort Collins, Colorado
Prepared December 29, 2005
Revised March 9, 2006
Approved March 16, 2006
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).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule nine (9) days lost due to
abnormal weather conditions.
7/96 Section 00800 Page 2
r
9/99
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT follows:
1
2 Original Contract Amount:
3 Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Net Change by Change Order
$0.00
AMOUNT DUE THIS APPLICATION:
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.
I 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
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
1 $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
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be
directed to the Engineer. Questions regarding submittal of bids should
be directed to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as
deemed advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER
in the amount stated in the Invitation to Bid. The required security
must be in the form of a certified or bank cashier's check payable to
OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be
executed by a surety meeting the requirements of the General Conditions
for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until
such Bidder has executed the Agreement and furnished the required
contract security, whereupon Bid Security will be returned. If the
successful Bidder fails to execute and deliver the Agreement and furnish
the required contract security within 15 days of the Notice of Award,
OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes
to have reasonable chance receiving the award may be retained by OWNER
until the earlier of the seventh day after the effective date of the
Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with
Bids which are not competitive will be returned within seven days after
the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment
(the Contract Times) are set forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
12/03 Section 00100 Page 3
South Lemay Widening Project (2006) Project
Date: April 10, 2006
SOUTH LEMAY AVENUE WIDENING PROJECT (2006)
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.
19-21
01700
CONTRACT CLOSEOUT........................................................................................
General Reqs.
22
01711
SITE CLEANUP.......................................................................................................
General Reqs.
23
01720
PROJECT RECORD DOCUMENTS.......................................................................
General Reqs.
24
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Rcqs
General Reqs. - 1
South Lemay Widening Project (2006) Project
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. The Work shall consist of the construction of the outlined improvements:
Bid 5983 South Lemay Avenue Widening Project
Date: April 10, 2006
South Lemay Avenue Widenine (2006):
These improvements include intersection and arterial street improvements from Nassau Way south to
Carpenter Road (approximately 2380 linear feet) . The scope includes reconstruction and widening
Lemay Avenue to a four lane arterial street from its existing two-lane configuration, and interim
widening at the Lemay/Carpenter intersection to accommodate auxiliary turn lanes. A full closure has
been granted to construct all necessary improvements. The City of Fort Collins Pavement
Maintenance Program is coordinating rehabilitation a 2"overlay work on Lemay Avenue From Trilby
Road to Nassau Way ( approximately 2,500 linear feet) with this project. Roadway improvements
include the installation of curb -and -gutter, asphalt paving, bike lanes, some landscaped medians, and
storm and sanitary sewer installations in the area of reconstruction.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during construction.
2. Restore all areas disturbed to match surrounding surface conditions.
3. The Owners Field Representative must approve the condition of all replaced and/or restored areas prior
to final payment.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
The following items shall be coordinated between the Contractor and the Owners Field Representative.
A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental agencies
when prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is
necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed
scope of work schedule and any items, which would affect their daily operation.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid DocsTonstruction Specs\General Reqs
General Reqs. - 2
South Lemay Widening Project (2006) Project
Date: April 10, 2006
E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
UTILITIES
Water:
City of Fort Collins, Colorado
221-6681
Storm Sewer:
City of Fort Collins, Colorado
221-6589
Sanitary Sewer:
City of Fort Collins, Colorado
221-6681
Electric:
City of Fort Collins, Colorado
221-6700
Gas/Electric:
Xcel Energies
225-7847
Telephone:
Qwest Communications
377-6401
Traffic Operations:
City of Ft. Collins, Colorado
221-6630
Cable Television:
AT&T Broadband
493-7400
FCLWD:
Fort Collins Loveland Water District
226-3104 ext. 17
Water:
Fort Collins Loveland Water District
226-3104 ext. 17
Sewer:
Fort Collins Loveland Water District
226-3104 ext. 17
Electric:
Poudre Valley REA
226-1234
*Utility Locates
Under A One -call @ system
1-800-922-1987
Ditch Companies as required
AGENCIES
Occupational Safety & Health Administration
(OSHA):
844-3061
Poudre Fire Authority
Non -Emergency:
221-6581
Emergency: 911
City of Fort Collins Police Department Non -Emergency:
221-6550
Emergency: 911
Larimer County Sheriffs Department Non -Emergency:
221-7177
Emergency: 911
Postmaster: US Postal Service
Judith Robertson:
225-4111
Ambulance: Poudre Valley Hospital
Non -Emergency:
484-1227
Emergency: 911
Transportation:
Transfort:
221-6620
Traffic Engineering:
221-6630
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Gcncral Rcqs
General Reqs. - 3
South Lemay Widening Project (2006) Project
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
Date: April 10, 2006
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. To work
with the local fire and police departments to ensure the traffic control plan is followed in emergency
situations with no exceptions of disruption to traffic flow.
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 South
Lemay Avenue Widening Project 2006. This schedule shall be agreed to by both the Owner and
Contractor. It shall be made in writing and signed by both parties.
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.
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.
8. At this time the superintendent will be expected to show that he has sufficient knowledge of the
specifications and plans to orchestrate and coordinate the construction actives for this job.
B. Additional project coordination conferences will be held prior to start of construction for coordination of
the Work, refining project schedules, and utility coordination.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\13id DocsTonstmction Specs\General Rcqs
General Reqs. - 4
South Lemay Widening Project (2006) Project
Date: April 10, 2006
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
P:\Strect Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Reqs
General Reqs. - 5
South Lemay Widening Project (2006) Project
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
Date: April 10, 2006
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review
of tentative schedule by parties attending the pre -construction conference. This schedule will show how
the contractor intends to meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and
actual progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the
Work with the needs of Owner or others.
2. The contractor will be required to submit a weekly progress schedule showing work to be completed,
labor, equipment, work hours and methods of construction for the up coming week. This schedule will
be required every Thursday in a daily calendar format.
C. The schedule must show how the street, storm sewer, concrete and paving work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones.
B. Equipment, Materials and Submittals schedule.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for
equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen,
when requested by Owner or Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id DocsTonstruction Specs\General Reqs
General Reqs. - 6
South Lemay Widening Project (2006) Project
1.5 OWNER'S RESPONSIBILITY
Date: April 10, 2006
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Rcqs
General Reqs. - 7
South Lemay Widening Project (2006) Project
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
Date: April 10, 2006
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. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the
survey personnel shall notify the contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and
allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for
the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id DocsTonstruction Specs\General Reqs
General Reqs. - 8
South Lemay Widening Project (2006) Project
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
Date: April 10, 2006
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
The Engineer will not accept Shop Drawings or other submittals from anyone but the Contractor.
B. Schedule: Reference Section 0 13 10, 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 with 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 with 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 with 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.
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Reqs
General Reqs. - 9
South Lemay Widening Project (2006) Project
Date: April 10, 2006
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.
I. 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.
B. Manufacturer's standard drawings, schematics and diagrams:
1. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Does\Construction Specs\General Reqs
General Reqs. - 10
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished
or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in
the General Conditions which may be supplemented in the General
Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the Work. Refer to
Section 00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that
proposes to use acceptable subcontractors. Subcontractors, suppliers,
other persons or organization listed and to whom OWNER or Engineer does
not make written objection prior to the giving of the Notice of Award
will be deemed acceptable to OWNER and ENGINEER subject to revocation of
such acceptance after the effective date of the Agreement as provided in
the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted
by OWNER prior to the Notice of Award will be required in the performance
of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which
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.
12/03 Section 00100 Page 4
South Lemay Widening Project (2006) Project
Date: April 10, 2006
2. Minimum sheet size: 8 '/2" x 11 ".
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 re -submittals.
It. 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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Regs
General Reqs. - 11
South Lemay Widening Project (2006) Project
SECTION 01410
TESTING
1.1 GENERAL
Date: April 10, 2006
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:
I. 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.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests
of all items of Work, including that of his subcontractors, to ensure conformance to the functional
performance of this project. The control shall be established for all construction except where the Contract
Documents provide for specific compliance tests by testing laboratories or engineers employed by the
Owner. The Contractor's control system shall specifically include all testing required by the various
P:\Strect Oversizing\South Lemay Avenue Widening Project 2006\13id DocsTonstruction Specs\General Reqs
General Reqs. - 12
South Lentay Widening Project (2006) Project Date: April 10, 2006
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 Day all costs in connection with testing required for the following:
I. All performance and field testing specifically called for by the specifications.
2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered 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.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests
of all items of Work, including that of his subcontractors, to ensure conformance to the functional
performance of this project. The control shall be established for all construction except where the Contract
Documents provide for specific compliance tests by testing laboratories or engineers employed by the
Owner. The Contractor's control system shall specifically include all testing required by the various
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid DocsTonstruction Specs\General Reqs
General Reqs. - 12
South Lemay Widening Project (2006) Project
sections of these Specifications.
Date: April 10, 2006
B. Superintendence: The Contractor SHALL employ a full time Superintendent whose sole responsibility is
to monitor and coordinate all facets of the Work. The Superintendent shall be on site when work is in
Progress (i.e. weekend work). The Superintendent shall have adequate experience to perform the duties of
Superintendent. The superintendent shall have the authority to act on behalf of the CONTRACTOR. The
superintendent shall not be replaced without written notice to the Owner and Engineer.
C. Quality Control: Contractor's quality control system is the means by which he assures himself that his
construction complies with the requirements of the Contract Documents. Controls shall be adequate to
cover all construction operations and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed,
instructions received from the Engineer and actions taken as a result of those instructions. These records
shall include evidence that the required inspections or tests have been performed (including type and
number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial
action, and corrective action taken. Contractor is responsible for documenting all inspections and tests as
required by each section of the Specifications. provide copies to the Engineer weekly.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid DoesTonstruction Specs\General Reqs
General Reqs. -13
South Lemay Widening Project (2006) Project
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
Date: April 10, 2006
B. Owner will furnish water in reasonable amounts for execution of the work at existing fire hydrants without
charge to Contractor. The Contractor shall coordinate and schedule with the Owners' Field Representative
for the Water Department to select the appropriate fire hydrant and set the hydrant meter.
C. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system.
2. Unnecessary waste of water will not be tolerated.
D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
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. One facility will delivered to the City of Fort
Collins trailer open notice of award of bid.
B. Contractor shall properly maintain sanitary facilities of reasonable capacity throughout construction
periods.
C. Contractor to enforce the use of such sanitary facilities by all personnel at the site.
D. Place facilities out of public view using the greatest practical extent.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Reqs
General Reqs. -14
South Lemay Widening Project (2006) Project
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
Date: April 10, 2006
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in
populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated
in a manner to cause the least noise consistent with efficient performance of the Work.
C. Cease operation of all machinery and vehicles between the hours of 7:30 p.m. and 6:30 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be
kept moist with water or by application of a chemical dust suppressant. Chemical dust suppressant shall
not be injurious to existing or future vegetation.
C. Dust control within the lime deposit area shall conform to the project's health and safety plan. At a
minimum, the lime area shall be covered as soon as possible after compaction has been obtained to
minimize surface drying and dust. Dust control for this area may involve multiple watering and/or
continuous watering to maintain a moist surface.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other
substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction
activities.
Measures in eneral 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.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Regs
General Reqs. - 15
South Lemay Widening Project (2006) Project
1.5 SECURITY
Date: April 10, 2006
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Reqs
General Reqs. -16
South Letnay Widening Project (2006) Project
SECTION 01570
TREE PROTECTION
Date: April 10, 2006
A. Tree Barriers:
All trees which will be preserved, but are within the limits of construction, must be protected from all
damage associated with construction. A sturdy, physical barrier (fluorescent orange in color) must be fixed
in place around each tree for the duration of construction. This barrier will be placed no closer than six (6)
feet from the trunk, or one-half of the drip line, whichever is greater. The barrier itself must be fixed so it
cannot be moved easily, but the material can be flexible, such as orange safety fence attached to metal T-
posts driven into the ground, but must act as an effective deterrent to deliberate or accidental damage of
each tree. The Project Engineer or Manager must approve actual materials and location of barrier.
The movement or storage of equipment, material, debris, or fill within these required protective barriers is
completely prohibited.
In situations where the construction will come closer to a tree than six (6) feet, the orange barrier must still
be erected. However, additional padding must be placed around the trunk of each tree starting at ground
level and proceeding up the trunk to a height of six or seven feet. Padding should be a minimum eight (8)
inches thick, and made of a material strong enough to protect the bark from accidental impacts with hand
tools or power equipment.
B. Accidental Poisonine:
During the construction, the Contractor shall not cause, or permit the cleaning of equipment or material
within the root zone of any tree. The Contractor shall not store or dispose of waste material including, but
not limited to; paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life of a tree,
within the root zone of each tree, or group of trees.
C. Root Pruning Specifications:
When the cutting of tree roots is necessary, each final cut must be made as cleanly as possible for all roots
over three (3) inches in diameter using the following method:
1. The line of excavation will be drawn out and appropriate excavation equipment used to clear the area
at least six inches in front of the actual finished excavation line. Roots can then be cut using tools such
as axes, stump grinders, or trenchers.
2. Each root over three (3) inches in diameter will then be cut cleanly back to the excavation line using a
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
installation of tree protection 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.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id DocslConstruction Specs\Generat Reqs
General Reqs. - 17
South Lemay Widening Project (2006) Project
Date: April 10, 2006
F. Violation of Specifications and Penalties for Damaeine 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. Similar/v, 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 zip to 50% of the circumference of the trunk. If 50% or more is
damaged, the full value of the freewill 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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Regs
General Reqs. - 18
South Lemay Widening Project (2006) Project
SECTION 01580
TRAFFIC REGULATION
1.1 TRAFFIC CONTROL
Date: April 10, 2006
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. The
Contractor is responsible for applying their costs associated to their predicted calendar day schedule to
determine the lump sum amount.
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.
NOTE. A minimum of sir (6) specialty signs will be required to be installed at locations acceptable by
the City of Fort Collins Traffic Operations Department throughout the project notifying the traveling
public of the dates and location of the closure.
South Lemay Avenue Full Closure:
• South Lemay Avenue will be closed between Nassau Way to Carpenter Road. The
Contractor will be required to barricade the Carpenter/Lemay intersection with New Jersey
Barriers placed behind the stop sign on Lemay from the east sidewalk to the west sidewalk.
In addition, type III barricades must be placed at the end of the closures with a 48"x48"
sign stating that the road is closed with start and finish dates.
• A temporary all -access road must be constructed and maintained throughout the project
allowing the Emerson Acres residents access to their homes. The access road must be
clearly designated with vertical barricades spaced every 75 feet for 2040 linear feet on both
edges of the temporary roadway. A 48"x4g" sign with all of the resident's addresses must
be placed on a type III barricade. It will be the responsibility of the Traffic Control
Company to inspect the temporary access control devices twice daily or as needed until the
project is complete.
South Lemay Overlay:
• The overlay operation between Trilby Road and Nassau Way will require a one -lane
operation. The Contractor will be required to provide seven (7) flaggers to control all side
streets and the Trilby intersection during paving operations.
Carpenter Road Overlay:
• The milling operations will be done under a traveling operation with a one way road traffic
control method. The overlay operation at the Carpenter/Lemay intersection will require
flaggers to control the east -west traffic movements.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Regs
General Reqs. - 19
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied
by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full
name of each person or company interested in the Bid shall be listed on
the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each
such alteration is signed or initialed by the Bidder; if initialed, OWNER
may require the Bidder to identify any alteration so initialed.
11.8. 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.
12/03 Section 00100 Page 5
South Lemay Widening Project (2006) Project
Date: April 10, 2006
Pedestrian Access — Pedestrian traffic shall be maintained along the West side of Lemay Avenue at all
times, utilizing temporary sidewalks when necessary. All other pedestrian traffic will be closed and
pedestrians will be re-routed per plan.
Bike Lanes — Bike lanes must be maintained on the West side of Lemay Avenue. All bicyclists will be
required to merge with the pedestrians. Specialty signs must designate the temporary re-route.
Residential Access — Access to all residential drives must be maintained at all times. The Contractor will
be responsible for constructing, maintaining and delineating a temporary all-weather access road and
coordinating with adjacent property owners and the City of Fort Collins representatives.
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 and bicycle traffic shall be maintained along the West side of Lemay 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 the Lemay Estates construction site during their
business hours. It will be the Contractors responsibility to coordinate and communicate with the businesses
during construction.
H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, and
other materials and equipment.
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.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Reqs
General Reqs. - 20
South Lemay Widening Project (2006) Project
1.3 PARKING
Date: April 10, 2006
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\General Reqs
General Reqs. - 21
South Lemay Widening Project (2006) Project Date: April 10, 2006
SECTION 01700
CONTRACT CLOSEOUT
1.1 SUBSTANTIAL COMPLETION
A. Substantial Completion for the South Lemay Avenue Widening Project (2006) shall be defined as the
following:
1. All work requiring lane or shoulder closures or other traffic obstructions is complete.
2. Traffic is following the lane arrangements shown on the plans for finished roadway.
3. All pavement construction, joint sealing, and shoulder embankment is complete.
4. Traffic control devices and pavement markings are in their final positions.
5. All pedestrian sidewalks and decorative crosswalks within right-of-way are complete.
6. All medians are constructed with irrigation in place.
B. Substantial Completion must be met by October 1, 2006. This information is outlined in Section 00520 -
Agreement.
1.2 FINAL COMPLETION
A. Final Completion shall be defined as the following:
1. Once substantial completion has been met, the Contractor will be allowed 10 working days to
reach final completion.
2. This will include 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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Constmclion Specs\General Reqs
General Reqs. - 22
South Lemay Widening Project (2006) Project
SECTION 01711
SITE CLEANUP
1.1 GENERAL
A. Execute cleanup, during progress of the Work, and at completion of the Work.
B. Adequate cleanup will be a condition for recommendation of progress payments.
1.2 DESCRIPTION
A. Store volatile wastes in covered metal containers and dispose off site.
Date: April 10, 2006
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 venerated by the project by the
Contractor at the earliest opportunity, but in no case shall the street be left unclean after the
completion of the day's work. It shall be the Contractor's responsibility to provide the necessary
equipment and materials to satisfactorily clean the roadway at no additional cost to the project. The
City's Street Department will sweep the street at an approximate hourly rate of $90.00 for a
minimum of 2 hours. The Contractor must sign a Contract with the City Street Department prior to
requesting street sweeping. Construction "DRAG OUT" will not be tolerated. The Contractor must
have the means to sweep, wash and scrape the roadway clear of any materials drug out by
construction traffic on -site. The Contractor will monitor his construction traffic and clean as
necessary or as directed by the on -site Project Engineer.
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id DocsTonstruction Specs\General Regs
General Reqs. - 23
South Lemay Widening Project (2006) 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: April 10, 2006
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.
I. 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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\General Reqs
General Reqs. - 24
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
ZIEGLER ROAD AND KECHTER ROAD ROUNDABOUT 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,
Larimer County Urban Area Street Standards, the Fort Collins — Loveland Water District and South Fort Collins
Sanitation District Standards, and City of Fort Collins Work Area Traffic Control Handbook, shall also serve as
minimum standards of compliance for this project. They are not included in the contract documents, but may be
obtained at the appropriate City Departments. It shall be the Contractor's responsibility to purchase and
familiarize themselves with all of the City Department Specifications. These project specifications, City
Department specifications, and CDOT standard specifications are considered minimum standards for compliance on
this project. In those instances where the CDOT Standard Specifications conflict with the City specifications listed
above, the City specifications shall govern. In those instances where the CDOT Standard Specifications conflict
with any of the provisions of the preceding Sections 00001 through 01750, General Requirements, the preceding
sections shall govern.
PROJECT CONSTRUCTION SPECIFICATIONS
INDEX OF REVISIONS
SECTION
PAGE
202
REMOVALS..............................................................................................................
Technical Specs
2-4
203
EXCAVATION AND EMBANKMENT...................................................................
Technical Specs
5-7
208
EROSION CONTROL..............................................................................................
Technical Specs
8
210
RESET STRUCTURES.............................................................................................
Technical Specs
9-10
304
AGGREGATE BASE COURSE...................................................................6............
Technical Specs
11
306
RECONDITIONING..................................................................................................
Technical Specs
12
307
FLY ASH SUBGRADE STABILIZATION..............................................................
Technical Specs
13 - 16
401
PLANT MIX PAVEMENTS - GENERAL................................................................
Technical Specs
17 - 22
403
HOT BITUMINOUS PAVEMENT...........................................................................
Technical Specs
23 — 26
420
GEOSYNTHETICS.....................................................................6.............................
Technical Specs
27 - 28
506
RIPRAP.....................................................................................................................
Technical Specs
29 - 30
603
CULVERTS AND SEWERS....................................................................................
Technical Specs
31
604
MANHOLES, INLETS AND METER VAULTS.......................................6..............
Technical Specs
32
607
FENCES....................................................................................................................
Technical Specs
33
608
SIDEWALKS AND DECORATIVE CROSSWALKS .............................................
Technical Specs
34 — 35
609
CURB AND GUTTER...............................................................................................
Technical Specs
36
619
WATER LINES..................................................................................................4.....
Technical Specs
37
630
TRAFFIC CONTROL DEVICES (Contractor Supplied).. ..................................
6 ... Technical Specs
38 - 41
P:\.Street Oversizing\.South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs -1
Soutb Lemay Avenue Widening Project(2006)
REVISION OF SECTION 202
REMOVALS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Date: May 10, 2006
Subsection 202.01 is revised to include the followine:
The Contractor shall remove and dispose of all concrete sidewalk, curb and gutter, crosspans, driveways, inlets, irrigation
structures, pipe, structures, asphalt, fence, trees, retaining walls and any other obstructions that are designated for
removal by the Engineer. All such removals will be measured in the field, and quantities agreed to by the Contractor and
the Engineer.
Subsection 202.02 is revised to include the followine:
Remove Pipe (RCP, CMP, PVC) - The Contractor shall remove all (clay tile, concrete, PVC, ductile, corrugated metal,
steel) pipes according to the construction drawings or as directed by the Engineer. All trenches will be backfilled to City
of Fort Collins specifications to 95% compaction. All areas must be graded according to Engineers direction and all pipe
removed is to be the property of the Contractor except in the residential drive approaches.
The pipes that cross the Emerson Acres Lots will become the property of the adjacent property owners. At! property
owners must be Qiven 24 hours notice prior to any work. If the property owners are not interested in keeping the pipe,
the pipe then becomes the property of the Contractor. In the instance that the property owner retains the pipes, the
Contractor will be asked to place the pipe at the right-of-way boundary for the property owner to retrieve. All drive
approaches must be re -compacted and temporary surface placed for access. The driveway materials will be paid for
under the Borrow ABC line item. All other labor, materials and equipment used to remove the pipe and re -compact the
excavated areas.
Remove Existing FES (30" and 42" RCP) - The Contractor shall remove the flared end sections and have the City
representative determine if they can be re -used. If the flared end sections are in determined to be in good conditions, then
the Contractor will be responsible for storing and placing this item. If the flared end sections have been determined to be
unacceptable, then it becomes the property of the Contractor. All labor, equipment, and materials necessary to perform
this work, will be paid for under this item.
Remove Landscape Timbers and Concrete Block in Driveway (Lot 1 Emerson Acres)— The property owner will be
given the option to keep the materials. if the owner is not interested in salvaging the railroad ties and concrete blocks,
then the materials become the property of the Contractor. In the case that the owner is interested in retaining the
landscaping materials, then the Contractor will be asked to place all materials along the right-of-way boundary.
Remove Concrete Irrigation Manholes — The Contractor must expose the 12" ADS pipe on the manhole located on the
west side of Lemay Avenue and cut the pipe to protect the existing pipe. The end of the pipe will be plugged with
concrete, the manhole removed and the area compacted to 95%. The manhole on the east side of Lemay Avenue will
need to be removed and the area compacted to 95%. All labor, materials, equipment, disposal cost and cost to plug the
existing pipe must be included in this unit price.
Remove Concrete Ditch — Contractor will be required to remove and dispose of all materials. The unit price must
include all equipment, labor and materials necessary to complete this work.
Rotomill Asphalt Pavement (Carpenter Road — 2" Depth) — This work will be done under traffic. The Contractor
must submit a traffic control plan to the City of Fort Collins Traffic Operations department for review, 2 weeks prior to
work commencing. The Contractor must provide: pick-up broom, labor, small front end loader (skip tractor),
superintendent, and TCS. Prior to the rotomill operations, the Contractor will be required to spot check elevations with a
string line or transit. The material will be the property of the Owner and will be hauled to a designated area on site. This
item will be paid for by the square yard (SY).
Remove Existing Rip -Rap — The Contractor will remove and stockpile the existing rip -rap. Once the proposed storm
pipes have been installed, the Contractor will use this rip -rap per drainage plan. Any excess rip -rap will be the property
of the Owner. The Contractor will be required to haul the excess to Drake and Ziegler Road within the designated
PAStreet Oversizing\South Lemay Avenue Widening Project 20061Bid DocslConstruction SpecslTechnical Specs
Technical Specs - 2
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
project limits.
The Contractor Shall remove and dispose of all concrete sidewalk, curb and gutter, cross pans, driveways, inlets,
irrigation structures, pipe, structures, asphalt, fence, trees, retaining walls and any other obstructions that are designated
for removal by the Engineer. All such removals will be measured in the field and quantities agreed to by the Contractor
and the Engineer. 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 b y the Engineer will be the responsibility
of the Contractor and will not be paid for under this section.
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 202.12 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.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
202-01 Remove Pipe (RCP, CMP, PVC) — (LF)
202-02 Remove Existing FES (30" & 42" RCP) — (EA)
202-03 Remove Landscape Timbers and Concrete Block in Driveway (Lot 1 of Emerson Acres Subdivision) — (LS)
202-04 Remove Concrete Irrigation Manholes — (EA)
202-05 Remove Concrete Splitter Box — (EA)
202-06 Remove Existing Irrigation Brick Vault 6' x 6' x 12' — (LS)
202-07 Remove Concrete Ditch — (LF)
202-08 Remove Curb and Gutter — (LF)
202-09 Remove Concrete Sidewalk — (SF)
202-10 Saw Cut Asphalt— (LF)
202-11 Rotomill Asphalt Pavement (Carpenter Road — 2" Depth) — (SY)
202-12 Pulverize Asphalt in Place (5"— 10" Depth) — (SY)
202-13 Remove Existing Rip -Rap — (SY)
202-14 Transport Existing Rip -Rap to Drake and Ziegler — (CY)
202-15 Remove & Replace Existing Barricade (Type Ill) — (EA)
202-16 Remove Tree Stump (Grinding) — (EA)
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 3
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
202-17 Remove Fence (Various Types) — (LF)
202-18 Remove and Provide Temporary Mailbox — (EA)
202-19 Cap Irrigation Sprinklers — (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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 4
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
Subsection 203.01 is revised to include the following:
Unclassified Excavation (including 8" of Existing Road) - 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 use of scrapers will not be
permitted to compact the material. A disk with 4 wheel drive tractor 815 CAT or equal will be required to do this work.
The embankment quantity was not adjusted to allow for shrinkage during compaction. This item will be measured from
the plans and cross sections and will be paid for by the cubic yard. This item will be paid according to plan quantity.
Stockpile and Place Pulverized Asphalt— This item shall include the costs associated in transporting the material to the
designated stockpile site, stockpiling, placing 3" to 4" of recycled asphalt to the roadway subgrade.
Clear and Grub — This item shall include the removal of any tree stumps, shrubs, or other protruding objects prior to
stripping the top 6".
Borrow - ABC (Class 5 or 6) - (Complete in Place) - This shall include supplying, placing, and compacting aggregate
base course as directed by the Engineer. This item will be measured in the field and paid for by the ton. This item will
not be paid for as Embankment. Borrow material will only be used for fill if there is a shortage of suitable material onsite
and/or as directed by the Engineer and may be used under sidewalks.
Muck Excavation (Complete in Place) - This shall include excavation of unsuitable material, supplying and placing
Class 1 or 2 Structural Backfill, Pit Run or an approved fill, re -compacting material to finish grade, and haul and disposal
of unsuitable material. NOTE: Muck -excavation of material from rain or weather damage or dewatering pump
failure will not be paid for and is entirely the Contractor's responsibility. This item shall be measured in the field, and
will be paid for by the cubic yard.
Topsoil - (Stripping, Stockpiling, Placing) 6" Depth — All areas that have suitable topsoil material shall be stripped to a
depth of 6 inches. This material shall be stockpiled and placed after the final grades have been established. This item
shall include stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil material for back
of walk and curb areas, and other designated areas. This item shall be paid according to plan quantity.
Temporary Access — All Weather Road (2000' x 12') — The Contractor will be required to construct a 2000 foot long,
12 foot wide, 4" deep temporary all weather access roadway for the residents in Emerson Acres on the east side of
Lemay Avenue. The roadway must be maintained throughout the duration of the project. In the event of bad weather,
the Contractor will be required to blade the roadway as necessary to ensure emergency vehicle access in and out. The
costs associated in constructing and maintaining this access road must be included in the unit price.
Median Splashblock/Hardscape Shaping (Complete in Place) — The areas in the medians beneath the exposed
aggregate concrete shall be backfilled with suitable onsite material approved by the Engineer. These areas shall be
backfilled in lifts not to exceed six inches (6") and compacted with a plate compactor or as directed by the Engineer.
This item will not be paid for as Embankment. This item will be measured in the field and will be paid for by the square
foot.
Potholing — The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic signal
conduit and other existing utility lines and shalt 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.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 5
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or
an authorized representative provided he can prove his identity and
authority at any time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for
the receipt of Bids provided that they are then fully in conformance with
these Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the
amounts of the Base Bids and major alternates (if any) will be made
available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work,
to negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional
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
12/03 Section 00100 Page 6
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
Flowfill Section Over Shallow Utilities — This work shall consist of the removal of soil above an existing utility, after
subgrade elevation has been achieved, one foot (P) deep and three feet (3') wide. This excavated area that can not be
treated with flyash, will be filled with flowable fill to the top of subgade to protect the existing utility. All related work,
material and equipment will not be measured and paid for separately, but shall be included in the work. This work shall
be measured and paid for by the linear foot.
Import Screened Topsoil (3")— Parkway Areas — This shall include supplying, hauling, placing, and grading screened
topsoil between the new curb and gutter and sidewalk, and/or as directed by the Engineer of this project. This material
shall be placed and graded on the surface for the future seeding and landscaping (by others). This item will be measured
in the field and paid for by the cubic yard. This item will not be paid for as Embankment.
These items will not be paid separately under items in section 202, 210, 603, or 604.
Embankment and sub -grade material shall be compacted to 95% of maximum density at +/- 2% optimum moisture.
Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk,
and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum moisture.
Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the
Engineer. Minor cuts and fills shall be considered incidental to the work, and shall not be paid separately under
this section.
If unsuitable sub -grade is encountered and the Engineer directs the Contractor to over excavate the material, the
Contractor shall use Aggregate Base Courses (Class 5 or 6), Class 1 or 2 Structural Backfill, Pit Run or an approved fill
to backfill the over excavated area if there is not any acceptable material onsite. This Work will not be paid for
separately but will be paid under the Muck Excavation item The proposed material shall meet the following minimum
requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Aggregate Base Coarse shall be 0.11.
After specified compaction has been obtained, the sub -grade under the curb, gutter, sidewalk, and pavement shall
be proof -rolled with a heavily loaded rubber tired roller, fully loaded water truck, or approved equal.
Those areas which produce a rut depth of over one-half (1/2) inch or which crack the sub -grade after pumping and
rebounding shall be ripped, scarified, wetted or dried if necessary, and re -compacted 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 sub -grade
shall be proof -rolled again after placement of approved material. This will be paid for at the contract unit price for
Muck Excavation.
The Contractor shall refer to the plans for re -grading information. This work shall include all excavation, embankment,
and grading required 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 sub -grade plan elevations specified shall not be more than 0.08 feet.
Subsection 203.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 6
South Lemay Avenue Widening Project (2006)
203-01 Unclassified Excavation (Including the 8" of Existing Roadway) — ICY)
203-02 Embankment — (CIP) — (CY)
203-03 Stockpile and Place Pulverized Asphalt — (CY)
203-04 Clear and Grub — (I-S)
203-05 Borrow ABC (CI 5 or 6) — (CIP) — (TON)
203-06 Muck Excavation — (CIP) — (CY)
203-07 TopsoilAStripping & Stockpiling) — 6" Depth — (CY)
203-08 Temporary Access — All weather Road (2000' x 12') — (TON)
203-09 Median Splashblock/Hardscape Shaping - CIP — (SF)
203-10 Potholing —(LS)
203-11 Flowfill Section Over Shallow Utilities — (LF)
203-12 Import Screened Topsoil (Y) in Parkway Areas — (CY)
Date: May 10, 2006
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
PAStreet Oversizinoouth Lemay Avenue Widening Project 2006\Bid Docs\Construction SpecsUechnical Specs
Technical Specs - 7
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
Subsection 208.05 is revised to include the following:
Date: May 10, 2006
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.
Subsection 208.07 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
208-01 Erosion Control — (I-S)
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 8
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 210
RESETSTRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
Subsection 210.10 is revised to include the following:
Date: May 10,2006
Work contained in this Subsection shall meet the requirements of the current City of Fort Collins and Fort Collins -
Loveland Water District Utilities Standard Construction Specifications or other applicable water utility agency standard
construction specifications. Copies of the specifications can be obtained at The Fort Collins Loveland Water District at
5150 Snead Dr, Fort Collins Colorado.
The Contractor shall cooperate and coordinate with the City Water Utilities Department, Fort Collins -Loveland
Water District and South Fort Collins Sanitation District or other applicable water utility when shutting off water to
minimize downtime to customers. The Contractor shall also coordinate work involving the relocation of fire hydrants,
water meters, curb stops, and water valves, and lowering water and sewer service lines, and water lines. The Contractor
shall supply all materials required to complete the work that is not supplied by the City or other applicable water utility,
and these materials shall be included in the costs of each item. This shall include, but not be limited to; new copper line
and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper fittings, stop boxes, and meter
pits will be required at each location.
All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving operations.
All structures located within a concrete pavement shall be adjusted prior to pouring the concrete pavement section.
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 '/<", (+/-) '/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 parry to complete the work, and to withhold the cost of such work from payments due the
Contractor.
If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around the
structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid for under
the bid item for Asphalt Patching.
Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by removing an
area of pavement with a minimum diameter one foot (1') larger than the structure (centered on the structure). This shall
be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise
the structure to the proper grade, then spreading and mechanically compacting bituminous material of the same grade and
quality as the adjacent pavement. NOTE: All manholes shall be raised throueh the top lilt.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the
pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy under traffic
shall be replaced. This item will be paid under Adjust Manhole Ring/Cover — (EA).
Modify Manhole - Manholes located within existing asphalt pavement or sub -grade shall be adjusted by removing an
area of pavement or sub -grade with a minimum diameter two foot (2') larger than the structure (centered on the
structure). All OSHA shoring is the responsibility of the Contractor. This shall be done by cutting vertical edges in the
pavement, if required, and excavating below the ground surface to the required barrel seam needed to start the
adjustment. The cone section shall be removed and additional sections added or removed to obtain the plan finished
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 9
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
elevation. All manhole sections shall be cleaned and an approved gasket material applied prior to reassembly. This work
shall be done in accordance with the City of Fort Collins Standard Construction Specification and/or the South Fort
Collins Sanitation District Specifications for Sewer Mains. The excavation shall be backfilled with on -site material and
shall be mechanically compacted or Flowable Fill used if directed by the Engineer. This item will be paid under Modify
Manhole — (EA). Flowable Fill will be paid under Section 608.
Adjust Valve Box — Valve boxes located within asphalt pavement shall be adjusted by removing the existing pavement
around the valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting
vertical edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the
adjacent pavement.
If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the top
section of the valve box is in poor condition, the Contractor 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 flowftll to the top of sub -grade, and then, material of the same grade and quality as the adjacent
pavement shall be placed.
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in the opinion of the
Engineer, the Contractor is negligent and breaks the valve box, the valve box shall be replaced at the Contractor's
expense. This item will be paid under Adjust Valve Box — (EA).
Subsection 210.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ( ).
210-01 Adjust Manhole Ring/Cover — (EA)
210-02 Modify Manhole — (EA)
210-03 Adjust Valve Box (FCLWD)— (EA)
210-04 Abandon Water Service — (EA)
210-05 R&R Existing Water Meter Pit to new ROW Location — (EA)
210-06 Reset Mailbox United States Postal Standards — (EA)
210-07 Relocate Gate to ROW — (LS)
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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technicsl Specs
Technical Specs -10
South Lemay Avenue Widening Project(2006)
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is revised as follows:
Date: May 10, 2006
Subsection 304.01 is revised to include the following:
This work shall consist of placing 6" of Aggregate Base Course (Class 5 or 6) over previously prepared pavement sub -
grade approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and shall meet
the requirements of Subsection 703.03.
The proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.11
Subsection 304.06 is revised to include the following:
Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as
determined by ASTM D698.
Subsection 304.07 is revised to include the following:
Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly if the
moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured or
paid for separately, but shall be included in the price for Aggregate Base Course. Load tickets shall be consecutively
numbered for each day.
Soil sterilization shall be applied under all new asphalt Paving and shall be considered incidental to the work
Sterilization shall not be paid for separately under this item
Subsection 304.08 is revised to include the following:
The accepted quantities of Aggregate Base Course will be paid for at the contract unit price per ton.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
304-01 Aggregate Base Course — (Class 5 or 6) - 6" Depth — (CIP) — (TON)
304-02 Aggregate Base Course Patch Placement — (Class 5 or 6) — 6" Depth — (CIP) — (TON)
304-03 Gravel Shoulder — Class 5 or 6 Aggregate Base (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
PAStreet Oversizing\South Lentay Avenue Widening Project 2006tBid DocslConstruction SpecATechnical Specs
Technical Specs - 11
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as follows:
Subsection 306.02 is revised to include the following:
Date: May 10, 2006
The top 8" of the sub -grade including fill areas (curb, gutter and sidewalk areas) shall be reconditioned by scarifying and
re -compacting. The sub -grade shall be thoroughly mixed and dried or moistened to full depth and compacted as
specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by
more than 0.04 foot under asphalt or concrete pavement or 0.08 foot under aggregate base course. The surface shall be
tested prior to application of any base course or pavement. All defective work shall be corrected as directed by the
Engineer. The surface shall be protected and maintained until base course or pavement has been placed. If the
Contractor chooses to use road base as a fine grading material or a material to mitigate over excavated or rain
damaged areas this shall be entirely the Contractor's cost and shall be considered incidental to the Work. The
Contractor shall be paid for reconditioning, if reconditioning has been attempted, and muck excavation in the event that
unsuitable material is encountered and removed at the direction of the Engineer. It shall be at the Engineer's discretion to
determine if the Contractor has made a sufficient effort to control the moisture in the sub -grade material and made a
reasonable effort to recondition the sub -grade.
Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work.
Sterilization shall not be paid for separately under this item.
This item (Reconditioning) will not be necessary or paid for in Wash stabilized areas.
Subsection 306.04 is revised to include the following:
The accepted quantities of Reconditioning will be paid for at the contract unit price per square yard.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
306-01 Reconditioning (8") - (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
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 12
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
REVISION OF SECTION 307
FLYASH SUBGRADE STABILIZATION
Section 307 of the Standard Specifications is revised as follows:
This item shall consist of treating the sub -grade, from back of curb to back of curb, adding Class "C" flyash, mixing and
compacting of the mixed material to the required depth and density. This item applies to natural ground or embankment
and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the
plans or as established by the Engineer.
MATERIALS
A. Flyash - The flyash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance
with Sections 4, 6, and 8 unless otherwise shown on the plans. Flyash shall be Class C designation containing a
minimum of 25 percent CaO.
B. Water - The water used in the stabilized mixture shall be clean, clear, and free of sewage, vegetable matter, oil,
acid, and alkali. Water known to be potable may be used without testing. All other sources shall be tested in
accordance with AASHTO T-26 and approved by the Materials Engineer.
EQUIPMENT
A. The machinery, tools and equipment necessary for proper prosecution of the Work shall be on the project site
and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and
equipment used shall be maintained in a satisfactory and workmanlike manner.
B. Flyash shall be stored and handled in closed weatherproof containers until immediately before distribution on
the road. If storage bins are used, they shall be completely enclosed.
C. If flyash is furnished in trucks, each truck shall have the weight of flyash certified on public scales or the
Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the
Engineer.
D. All sheep foot compactors shall have all cleaner bars in working condition.
E. At the direction of the on -site Engineer a water truck will be on site to support finish and tilling operation.
CONSTRUCTION METHODS
A. General
It is the primary purpose of this specification to secure a completed course of treated material that contains
the following:
1. Uniform flyash/soil mixture with no loose or segregated areas;
2. Uniform density and moisture content
3. Is well bound for its full depth
4. A smooth surface suitable for placing subsequent courses.
It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient
quantity of material to achieve full depth as shown on plans; to use the proper amounts of flyash; to maintain
the work; and to rework the courses as necessary to meet the above requirements at no additional cost.
Before other construction operations are initiated, the sub -grade shall be graded and shaped to enable the flyash
treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans.
Unsuitable soil or materials shall be removed and replaced with acceptable material.
P:1Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs -13
South Lemav Avenue Widening Project (2006)
Date: May 10, 2006
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,
adding flyash, and compacting until it is of uniform stability.
If the Contractor elects to use a trimming machine that will remove the sub -grade material accurately to the
secondary grade, he will not be required to expose the secondary grade or windrow the material. However, the
Contractor shall be required to roll the sub -grade, as directed by the Engineer, before using the trimming
machine and correcting any soft areas that this rolling may reveal. This method will be permitted only where a
machine is provided which will ensure that the material is cut uniformly to the proper depth and which has
cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine
shall be of such design that visible indication is given at all times that the machine is cutting to the proper depth.
B. Application
The flyash shall be spread by an approved spreader at the rate of 12% dry weight of soil as shown on the plans
and as directed by the Engineer. A motor grader shall not be used to spread the flyash.
The flyash shall be distributed at a uniform rate and in such manner as to reduce the scattering of fly sh by wind
to a minimum. Flyash shall not be applied when wind conditions, in the opinion of the Engineer, are such that
blowing flyash becomes objectionable to traffic or adjacent property owners.
During final mixing, water shall be added to the materials as directed by the Engineer, until the proper moisture
content has been secured. Water shall be added through the pulverizing machine or method acceptable to the
Engineer to develop a uniform, controlled rate addition of the needed moisture. Initial mixing after the addition
of flyash will be accomplished dry or with a minimum of water to prevent flyash balls. Final moisture content
of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than two
percent nor by less than the optimum by more than four percent. Should the natural moisture content of the soil
be above the specified range, aeration of the soil may be required prior to addition of the flyash.
C. Mixing
The soil and flyash shall be thoroughly mixed by approved rotary mixers or other approved equipment, and the
mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and flyash is
obtained, free from all clods or lumps. Water required to achieve the specified moisture content for the mixture
should be added after initial mixing.
If the soil flyash mixture contains clods, they shall be reduced in size by raking, blading, disking, harrowing,
scarifying or the use of other approved pulverization methods so that when all non -slaking aggregates retained
on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested
at the field moisture condition or dry by laboratory sieves:
Minimum Passing: 1 inch sieve 100 percent
Minimum Passing: No. 4 sieve 60 percent
D. Compaction
Compaction of the mixture shall begin immediately after mixing of the flyash and be completed within one hour
following addition of flyash and water. The material shall be sprinkled as necessary to maintain the optimum
moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of
mixture is uniformly compacted to a specified density.
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 re -compacting by
sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from
undulations and ruts, until other work is placed thereon or the work is accepted.
The stabilized section shall be compacted to the extent necessary to provide the density specified below:
PAStreet Oversizing\.South Lemay Avenue Widening Project 2006\Bid Does\Construction Specs\Technical Specs
Technical Specs -14
South Lemay Avenue Widening Project (2006)
Description
For flyash treated sub -grade, existing sub -base
or existing base that will receive subsequent
sub -base or base courses
For flyash treated sub -base or base that will
receive surface course
Date: May 10, 2006
Not less than 95 percent maximum pry 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 flyash.
Should the material, due to any reason or cause, lose the required stability, density and finish before the next course is
placed or the work is accepted, it shall be reprocessed, re -compacted and refinished at the sole expense of the Contractor.
Reprocessing shall follow the same pattern as the initial stabilization, including the addition of flyash.
E. Finishing, Curing and Preparation for Surfacing
After the final course of the treated sub -grade, sub -base or base has been compacted; it shall be brought the
required lines and grades in accordance with the typical sections.
The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or
"tight bladed" by a power grader to a depth of approximately 3 inch, removing all loosened stabilized
material from the section. Re -compaction of the loose material should not be attempted. The surface shall
then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed
during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with
the fat wheel roller shall be made immediately after the "clipping" operation. When directed by the
Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface,
free of surface compaction plans, is produced. The moisture content of the surface material must be
maintained within the specified range during all finishing operations. Surface compaction and finishing
shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface,
free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans.
2. After the flyash treated course has been finished as specified herein, the surface shall be protected against
rapid drying by either of the following curing methods for a period of not less than three days or until the
surface or subsequent courses are placed:
(a) Maintain a thorough and continuously moist condition by sprinkling.
(b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition.
(c) Apply an asphalt membrane to the treated course, immediately after same is completed. The
quantity and type of asphalt approved for use by the Engineer shall be sufficient to completely
cover and seal the total surface of the base between crown lines and all voids. If the Contractor
elects to use this method, it shall be the responsibility of the Contractor to protect the asphalt
membrane from being picked up by traffic by either sanding or dusting the surface of same. The
asphalt membrane may remain in place when the proposed surface or other base courses are
placed. Asphaltic emulsions are not acceptable for the asphaltic membrane.
METHOD OF MEASUREMENT
Flyash 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.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 15
the Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
Y 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.
12/03 Section 00100 Page 7
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
NOTE: The square yards of Flyash 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 flyash
will be determined by the Engineer based upon results after proof rolling and effects resulting from
inclement weather conditions. Sub -grade areas not requiring flyash stabilization will be Reconditioned
(Revision of Section 306), measured by the square yard as constructed in the field and paid for at the
Reconditionine contract unit Drice Der saunre yard.
Subsection 307.01 and 307-02 is revised to include the following: if the field soil tests show one or more sulfate
indicate a concertration of 0.5 percent a doubble treatment of flyash will occure. The first treatment of 6 percent
flyash will installed. The cure time will be two weeks the area will be damped to cure with all coonstruction traffic
kept off of area. The second application of flyash will be at 8 percent a cure time of 2 days will be required. In
each application of flyash the area will be treated in proceedure as the normal specifications called out in Section
307. the sub grade will be blue topped and cut accrdingly.
Subsection 307.03 is revised to include the following; The cost to mobilization for the second application
treatment of flyash is to be included into the unit cost.
BASIS OF PAYMENT
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
307-01 Option A Flyash Subgrade Stabilization — (6%) - (SY)
307-02 Option A Flyash Subgrade Stabilization — (8%) — (SY)
307-03 Option A Flyash Operation Mobilization — (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 Flyash stabilization, complete -in -place, including compaction, and wetting
or drying as shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 16
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
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 fully 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:
TABLE 401-113itumen Content t0.3%
Asphalt Recycling Agent f0.2%
Temperature of Mixture When Discharged from Mixer t10°C
'Hot Bituminous Pavement - Item 403
the 9.5 mm (3/$z) and larger sieves t6%
the the 4.75 min (No. 4) and 2.36 min (No. 8) sieves f5%
the 600 mint (#30) sieve f4%
the 75 nun (#200) sieve t2%
'When 100% passing is designated, there shall be no tolerance. When 90-100% passing is designated, 90%
shall be the minimum; no tolerance shall be used.
Delete Subsection 401.07 and replace with the following:
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs -17
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
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 ff)
mm (inches)
Top
Layers Below
Layer
Top Layer
<38 (1%)
15 (60)
10 (50)
38 (1'/z) - <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 min (2 inches). The Contractor shall perform the quality
control required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All applicable
pavement markings shall be applied to the temporary layer surface. The Contractor shall maintain the temporary layer for
the entire period that it is open to traffic. Distress which affects the ride, safety, or serviceability of the temporary layer
shall be immediately corrected to the satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be
removed when work resumes.
Table No. 401-3A
Periods Requiring Overlay 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 m
7000 feet
October 1 to March 1
All areas above 2100 in (7000 feet) up to
and including2600 in8500 feet
September 5 to April 1
All areas above 2600 in (8500 feet)
August 20 to May 15
In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following:
The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown
in the following table:
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs -18
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
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)
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 I I0°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.
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 19
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
In subsection 703.04 delete Table 703-3 and replace with Tables 703-3A, B, and C as follows:
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 tom (1 %2")
25.0 nun (1 ")
100
19.0 mto (3/4")
90 - 100
12.5 nun ('/2")
9.5 tom (3/8")
4.75 torn (#4)
2.36 mm (#8)
23 - 49
34.6
34.6
1.18 torn (#16)
22.3
28.3
600 tom (#30)
*
16.7
20.7
300 tom (#50)
13.7
13.7
150 tom (#100)
75 tom (#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.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid DocsTonstruction Specs\Technical Specs
Technical Specs - 20
South Lemay Avenue Widening Project(2006) Date: May 10,2006
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 (1")
19.0 mm ('/4")
100
12.5 mm ('/2")
90 - 100
9.5 mm (3/e-)
4.75 mm (#4)
2.36 turn (#8)
28 - 58
39.1
39.1
1.18 tutu (#16)
25.6
31.6
600 mm (#30)
*
19.1
23.1
300 turn (#50)
15.5
15.5
150 tutu (#100)
75 turn (#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.
P:\Street Oversizing\South Lemay Avenue Widening Project 200MBid Docs\Construction Specs\Technical Specs
Technical Specs - 21
South Lemay Avenue Widening Project(2006) Date: May 10,2006
TABLE 703-3C
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%")
100
25.0 turn (1 ")
90 - 100
19.0 mm ('/4")
12.5 mm (1/2")
9.5 mm ('/8,-)
4.75 mm (#4)
*
39.5
39.5
2.36 tutu (#8)
19 - 45
26.8
-30.8
1.18 turn (#16)
18.1
24.1
600 mm (#30)
*
13.6
17.6
300 mm (#50)
11.4
11.4
150 mm (#100)
75 mm (#200)
1-7
* These additional Form 43 Specification Screens will initially be established using values from the As Used
Gradation shown on the Design Mix.
END OF SECTION
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 22
South Lemay Avenue Widening Project (2006)
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: May 10, 2006
Hot Bituminous Pavement — This shall consist of constructing one or more courses of HBP Grading S & SG over
existing pavement or subgrade surfaces previously prepared by the contractor or City of Fort Collins Crews.
Asphalt Paver Patching— HBP Grading S & SG shall be used in locations as directed by the Engineer. This work shall
consist of the placement of asphalt with a paver in small areas.
Asphalt Patching — HBP Grading S & SG shall be used in locations as directed by the Engineer. These quantities will
be restricted to small areas which require hand placement methods and conventional paving equipment cannot be
utilized.
Subsection 403.02 is revised to include the following:
Laboratory Mix Design — Grading S & SG - The mix designs shall be prepared by an independent laboratory
acceptable to the Engineer and shall be submitted by the Contractor to the Engineer for approval a minimum 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: Lemay Avenue = 1,460,000
Binder: Grading S-100-PG 64-28 / Grading SG-100 — PG 64-22
Designed according to the most recent set of SUPERPAVE Specifications available.
SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRITERIA
A request made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP. This plan
shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer
determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected
before paving operations will be allowed to resume. The Contractor will not be allowed to clean the paver hoper
during paving operations.
Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 20% reclaimed material will be
allowed for HBP Grading SG. The Contractor shall construct the work such that all roadway pavement placed prior to
the time paving operations end for the year, shall be completed to the full thickness required by the plans. The
Contractor's Progress Schedule shall show the methods to be used to comply with this requirement.
Vertical drop offs will not be allowed at the end ofany days paving Paper joints will be required to a taper equaline 3
times the amount of drop. Paving joints shall be at the lane lines or in the center of the lane. In no case shall the
pavine joints be in the wheel path. The contractor shall submit a longitudinal joint and pavement marking plan 3
days prior to paving.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 23
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
PAVEMENT SECTION: Lemay Avenue:
Grading S-100 (PG 64-28) 3"
Grading SG-100 (PG58-28) 4"
Aggregate Base Coarse 6"
Flyash Treated Subgrade 12" 7 Dav CPT of 150 Dsi
1 he design mix for Grading S, SX, and SG shall conform to the following:
TABLE 403-1
Property
p y
Test
Grading S
Grading SG
Grading SX
Method
N/A this Project '
Air Voids, percent at:
N (initial)
CPL 5115
> 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):
N (initial) (a)
8
8
(a)
N (design) (b)
CPL 5115
100
100
(b)
N maximum a
174
174
(a
Stability, minimum (a)
for information)(a
CPL 5106
42
42
)
Aggregate Retained on the 4.75 mm
(No. 4) Sieve with at least two
Mechanically Induced Fractured
CP 45
60
60
60
Faces, % minimum
Accelerated Moisture Susceptibility
Tensile Strength Ratio (Lottman),
CPL 5109
80
80
80
Method B
minimum
Minimum Dry Split Tensile
CPL 5109
Strength, kPa (psi)Method
B
205 (30)
205 (30)
205 (30)
Grade of Asphalt Cement
Top Layer
PG 64-28
PG 58-28
PG 64-28
Grade of Asphalt Cement Layers
Below Top
PG 64-28
PG 58-28
PG 64-22
Voids in the Mineral Aggregate
VMA % minimum a
CP 48
14.0
12.0
(a )
Voids Filled with Asphalt (VFA) %
(a)
Al MS-2
65 - 75
65 - 75
(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.
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\Technical Specs
Technical Specs - 24
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
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 2250 F.
Emulsified Asphalt for tack coat shall be Grade CSS-lb. The tack coat shall consist of a 1:1 dilution (one (1) part
emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per square
yard.
The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter
immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and
perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical
edges on all sides of the area to be patched.
Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The minimum
lift thickness for Grading SX shall be one (1) inch and Grading S shall be (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.
NOTE: Anv leveling courses Dlaced shall be paid for at the contract unit price for Hot Bituminous Pavement.
Subsection 403.04 shall include the following:
Hot Bituminous Pavement Grading SX, S and SG, 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:
Pav Item and Pay Unit
The pay unit is denoted by ().
403-01 Hot Bituminous Pavement — Grading S-100 - (3" Depth) — (PG 64-28) — (TON)
403-02 Hot Bituminous Pavement — Grading SG-100 (4" Depth) — (PG 64-22) — (TON)
403-03 Overlay Existing Lemay — Grading S-100 (2" Depth) — (PG 64-28) — (TON)
403-04 Overlay Existing Carpenter — Grading S-100 (2" Depth) — (PG 64-28) — (TON)
403-05 Asphalt Leveling Course '/a Grading S-100 — (PG 64-22) — (TON)
403-06 Asphalt Paver Patching Carpenter Rd — Grading SG-100 (4" Depth) — (PG 64-22) — (TON)
403-07 Asphalt Patching — Grading SG-100 (4" Depth) — (PG 64-22) — (TON)
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 25
SECTION 00300
BID FORM
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
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
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 26
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 420
GEOSYNTHETICS
Date: May 10, 2006
Section 420 of the Standard Specifications is hereby revised as follows:
Subsection 420.01 is revised to include the following:
This work shall consist of famishing and installing geotextile and geogrid stabilization material and geotextile
paving fabric.
Subsection 420.02 is revised to include the following:
All geogrid or geotextile fabric shall be installed according to the manufacturer's recommendations and as directed
by the Engineer. The geotextile stabilization fabric shall be Typar 3801 or approved equal. The geogrid
reinforcement mat shall be Tensar Structural Geogrid BX1100 or approved equal. The geotextile paving fabric
shall be as manufactured by Phillips Fibers Corporation, Hoechst Fibers Industries, Amoco Fabrics Company,
or an approved equal.
The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following
requirements:
Asphalt Cement AC-20
NOTE: Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric.
Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation.
Cracks shall be cleaned and filled in accordance with "Revision of Section 403, Crack Sealing" of these
Specifications if required. If the crack filling materials contain volatiles, adequate curing time must be allowed prior
to placement of the fabric. The pavement must be cleared of all sharp or angular protrusions.
Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's
specifications (approximately 0.25 gal. /sq. yd). Application must be by a distributor. Temperature of the tack coat
must be sufficiently high to permit a uniform spray pattern. The maximum asphalt temperature shall be 300' F.
Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a
minimum of wrinkles.
If Geotextile Paving Fabric folds greater than one inch (1") occur, the Geotextile Paving Fabric shall be slit and
allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding.
If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched
section a minimum of 12 inches.
All joints shall overlap adjacent fabric approximately 2-6 inches.
Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent
edge pickup by the paver.
Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding.
It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If
the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix
asphalt over the area or "skin" the Geotextile Paving Fabric with Hot Bituminous Pavement Grading S or SX.
Excess sand or hot mix shall be removed before paving. Sand used for this purpose will not be measured and paid
for separately under the terms of this contract. Hot Bituminous Pavement Grading S or SX used for this purpose will
be measured and paid for at their respective contract unit prices per ton.
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 27
South Lemay Avenue Widening Project (2006)
Date: May 10, 2006
Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving
operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement.
Subsection 420.09 is revised as follows:
The geotextile and geogrid stabilization fabric and geotextile paving fabric shall be measured in the field and paid
for by the square yard of material installed — complete in place. The paving fabric shall include surface preparation
and AC-20 tack coat.
Subsection 420.10 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
420-01 Geotextile Paving Fabric — (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 tack coat and Geotextile Paving Fabric, stabilization
fabric, including haul and bituminous materials, complete -in -place, as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Speeffechnical Specs
Technical Specs - 28
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 506
RIPRAP
Date: May 10, 2006
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 1I 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 Il 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 sub -grade 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 EA. 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.
Subsection 506.05 is revised to include the following:
Payment will be made under:
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 29
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
Pay Item and Pay Unit
The pay unit is denoted by O.
506-01 10' x 45' Type L Rip -Rap, 6" Topsoil (C1P Per Detail)— (SY)
506-02 6' x 6' Type L Rip -Rap, 6" Topsoil (All at the end of Curb and Gutter for Erosion Prevention) — (EA)
The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and topsoil, complete -in -
place, including haul and stockpile of materials, handling of the riprap and finish grading of the surface as shown on
the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 30
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 603
CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised as follows:
Subsection 603.01 is revised to include the following:
Date: May 10, 2006
This work shall consist of the construction and reconstruction of reinforced concrete pipe, pipe encasement, pipe
connections, and joint encasement in accordance with the plans, specifications, the City of Fort Collins Storm
Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and
familiarize themselves with these specifications. The Contractor shall include in the Work all the necessary items to
complete the Work including but not limited to excavation, bedding, backfill, and compaction.
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 42" RCP Class III — (LF)
603-02 42" RCP Class III FES — (EA)
603-03 30" RCP Class III — (LF)
603-04 30" RCP Class III FES — (EA)
603-05 Install Concrete Field Collar — (EA)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all Work involved in installing pipe and encasing joints, complete in -place, as shown
on the plans, as specified in these specifications, and as directed by the Engineer. Concrete and/or Asphalt patching
will be paid for separately under the appropriate item.
END OF SECTION
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Does\Construction Specs\Technical Specs
Technical Specs - 31
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
REVISION OF SECTION 604
MANHOLES, INLETS, AND METER VAULTS
Section 604 of the Standard Specifications is hereby revised as follows: Fort Collins Loveland Water District
Specifications can be obtained at 5150 Snead Drive Fort Collins, Colorado. A mandatory pre -construction will be
required before the contractor starts any work on the district system.
Subsection 604.01 is revised to include the following:
This work shall consist of the construction of manholes, CDOT Type `R' inlets, type 16 combination inlets, and
providing and maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins
Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase
and familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill,
compaction, and installation and maintenance of erosion control into each item listed in this section.
The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of the
cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes with water.
All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as
outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the
price. No measurement for payment shall be made for maintenance of Erosion Control devices.
Subsection 604.02 is revised to include the following:
Proportioning shall conform to the requirements for Class B concrete as described in Section 601.
Subsection 604.08 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
604-01 10' Type R-Inlet — (EA)
604-02 Median Underdrain Pipe System — (4" Perforated Pipe) — (LF)
604-03 Median Underdrain Pipe System — (4" Solid Pipe) — (LF)
604-04 4" Median Under Drain Clean Out — (EA)
604-05 Tie to Existing Storm Sewer Manhole for 4" Underdrain (Core Drill and Connect with Non -shrink Grout) —
(EA)
604-06 8" SDR-35 Sewer Main — (LF)
604-07 Tie to Existing Sanitary Sewer Manhole Per FCLWD Specs — (EA)
604-08 4' Diameter Sewer Manhole — (EA)
604-09 Remove Existing Sewer Stub — (LF)
604-10 4" PVC Conduit Sleeving — (LF)
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all work involved in constructing 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
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 32
South Lemay Avenue Widening Project(2006)
REVISION OF SECTION 607
FENCES
Section 607 of the Standard Specifications is hereby revised as follows:
Date: May 10, 2006
Subsection 607.01 is revised to include the following: Orange Safety Fence: The fence shall be placed on the City of
Fort Collins Right of Way on the Existing on Lemay Avenue. The fence shall have metal Tee posts as needed to be
straight and non sagging. Plastic or metal ties can be used. All material, labor and equipment used to set and remove
shall be placed into the unit cost.
Smooth Wire Fence (4Stand Wire T-Post) — Follow Section 710 from Colorado Highway Specifications for installation
of new fence. This item consists of installing new fence and will be paid for by the linear foot. Any existing fence that is
removed is paid for under Remove Fence (Various Types).
Subsection 607.04 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
607-01 Orange Safety Fence— (LF)
607-02 Smooth Wire 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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 33
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
REVISION OF SECTION 608
SIDEWALKS AND DECORATIVE CROSSWALKS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 is revised to include the following:
This work shall consist of the construction of concrete sidewalks (6"), pedestrian access ramps, exposed aggregate
median splashblock, driveways, crosspans, and drive approaches, in accordance with the plans and specifications.
Required saw cutting will be incidental to the work and will not be measured or paid for separately. The use of
aggregate base material for fine grading or over excavated areas will not be paid for separately.
Subsection 608.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described in Section 601 with the
exception the minimum 28 day compressive strength shall be 4000 psi.
The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24-hour
compressive strength of 3000 psi and a minimum 28-day compressive strength of 3500 psi. It shall include
supplying, placing, curing and texturing the high early concrete. The price shall apply to all Sections including
Section 412, 608 and 610. Payment for extra cost of using high early concrete will be paid for by the cubic
yard for the incremental increase in costs and will be paid only when the Engineer requires use of high early.
Non -Shrink backfill — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix. The
cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/11. The minimum 24-
hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size shall be one inch
(1 "). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be
consolidated with a mechanical vibrator. Payment of using flow fill will be paid for by the cubic yard and only when
used as required by the Engineer.
Subsection 608.04 is revised to include the following:
Exposed Aggregate Concrete: The Exposed Aggregate Concrete shall be Class "EA" concrete integrally colored
with 1 �/2 lbs. of Davis Color No. 5237 "San Diego Buff' per sack of cement. The surface of the Exposed Aggregate
Concrete shall be sealed and protected from drying by applying Davis W-1000 Clear Cure and Seal, or approved
equal. "San Diego Buff' shall be used for all exposed aggregate concrete in the median.
Truncated Dome Panels: Pedestrian Access Warning Cast Iron Plates — East Jordan Iron Works Model 7005-71.
Detectable warnings on new curb ramps shall be truncated domes of the dimensions shown in the plans. Domes
shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all
Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of
producing the pattern of domes as shown in the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM
C 936.
It is the Contractor's responsibility to adequately protect their work from damage by weather (including cold, heat,
rain, wind), 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 will not be paid for separately, but shall be included in the work.
Subsection 608.05 is revised to include the following:
The Concrete Driveway (6"), Sidewalk (6"), Access Ramps w/Landings (8"), Drive Approach (6") and Concrete
Crosspan/Apron (9 1/2") items will be measured by the square foot of finished flatwork. The price for the Access
Ramps (8") shall include the truncated dome panel landing area. Ramp area shall be measured from the back of
the curb to the back of the walk from point of curb return to point of curb return.
Subsection 608.06 is revised to include the following:
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 34
South Lemay Avenue Widening Project (2006)
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
608-01 Concrete Sidewalk (6") — (SF)
608-02 Concrete Pedestrian Access Ramps with Truncated Domes (8") — (SF)
608-03 Concrete Drive Approach (6") — (SF)
608-04 6" Concrete Driveway Replacement — (SF)
608-05 Hi -Early Concrete (24 Hour) — (CY)
608-06 FlowableFillConcrete —(CY)
608-07 Exposed Aggregate Median Splashblock (4") — (SF)
Date: May 10, 2006
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous flatwork, access
ramps, drive approaches, and driveways, complete -in -place, including haul, concrete materials, finishing the surface,
saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, protection from staining existing
concrete from washing the exposed aggregate, cutting the plastic used to separate the different colors as specified in
these specifications, and as directed by the Engineer.
END OF SECTION
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 35
SECTION 00300
•Gkl
PROJECT: 5983 South Lemay Avenue Widening Project
Place 215 North Mason Street, 2nd Floor
Date June 16, 2006 @ 3:00 p.m.
1. In compliance with your Invitation to Bid dated
5 15 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% GAB
($ ) 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: SAFECO Insurance Company, One Safeco Plaza, Seattle, WA 98185.
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by
the CONTRACTOR under one of the items listed in the Bid Schedule,
irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through 52�—.
7/96 Section 00300 Page 1
South Lemay Avenue Widening Project(2006)
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised as follows:
Subsection 609.01 is revised to include the following:
Date: May 10, 2006
This work shall consist of the construction of cast in place vertical 6" curb and gutter, 6" outfall curb and gutter (1-ft
pan), and concrete lined irrigation ditch accordance with the details and these specifications. The unit price bid per
linear foot of curb and gutter, no sidewalk, includes construction of 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 4000 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 & Gutter (18") - (LF)
609-03 Driveway Curb Cuts (25' Width) - (EA)
609-04 R&R Vertical Curb and Gutter — (LF)
609-05 R&R Concrete Sidewalk - (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
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 36
South Lentay Avenue Widening Project (2006)
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:
FCLWD WATER LINES ITEMS
Date: May 10, 2006
This work shall include installing ductile iron pipe (DIP), gate valves, tees, bends, tapping saddles, plugs, reaction
blocks and joining to existing lines and other items as shown on the plans and as designated by the Engineer. This
work shall meet the requirements of the current Fort Collins -Loveland Water District Standards. It shall be the
Contractors responsibility to purchase and familiarize themselves with these specifications; they can be obtained at
5150 Snead Drive Fort Collins, Colorado.
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 619.06 is revised to include the following: The contractor will be required to install the irrigation tap
and meter pit to Fort Collins Loveland Water District the installation of the backflow preventer and access steel
cage to City of Fort Collins Irrigation Specifications. Parks and recreation will have to finial inspection will have to
be coordinated by the contractor. .
Subsection 619.05 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by O.
619-01 20" x 8" Tapping Saddle & 8" Valve/Tap-TB-Valve Box/FCLWD Spec — (EA)
619-02 8" C-900 Water Main — (LF)
619-03 8" x 2" Temporary Blow -Off— (EA)
619-04 8" 22.5 Ductile Degree Bends — (EA)
619-05 Tie to Existing Irrigation — (EA)
619-06 3/4' Irrigation Service & Meter Pit/Copper-Corp-Curb Stop/FCLWD Spec & COFC Spec Backflow
Preventer/Metal Screen Cover — (EA)
The above prices and payment shall include full compensation for famishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in installing ductile iron water pipe and valves, connecting to
existing water lines according to the Fort Collins -Loveland Water District Standards, complete -in -place, as shown
on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\13id Docs\Construction Specs\Technical Specs
Technical Specs - 37
South Lemay Avenue Widening Project (2006)
REVISION OF SECTION 630
TRAFFIC CONTROL DEVICES
Section 630 of the Standard Specifications is hereby revised as follows:
Subsection 630.01 shall be revised as follows:
Date: May 10, 2006
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 Contractors responsibility to protect his work zone and to protect Pedestrians
and Bicyclists from potential hazards arising from his work until such time as the work has been completed and can
be opened to traffic.
Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item.
In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern.
Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the
hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will be
subject to the Engineer's discretion.
Traffic control devices shall be removed from the site immediately upon completion of the Work, but not before the
concrete has cured sufficiently to allow vehicular traffic to use it.
Message Boards — Will be placed to the plan designed by the City of Fort Collins. This item will be paid for per
day (Day).
Traffic Control —The scope for the traffic control has been described under Section 01580 Traffic Regulation. This
item will be paid for as a lump sum (LS).
Subsection 630.02 shall include the following:
All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the
MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be
maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out
information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed
out information, information written in long -hand style, etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid
confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents
affected by any information the sign may present.
Subsection 630.05, the second paragraph shall include the following:
The reflective material shall be AP1000 Polyester (Reflexite Corporation), 3M Type III or Transparent (Reflexite
Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than the types named
as approved by the Engineer.
Subsection 630.08 shall be revised as
control on this Droiect is the
P:1.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 38
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
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 11, 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
qualifications shall be submitted for approval of the Lead TCS reDlacement.
Payment for the TCS shall be included in the lump sum pay item.
P:\Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 39
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
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 proiect traffic control diary which shall become part of the Cit�'sproiect 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.
(12) Shall perform a minimum of Five (5) complete site checks per day, during day light hours,
including weekends and/or as requested by the City of Fort Collins representatives.
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. Traffic Control
devices as per the provided traffic control plans are minimum requirements, additional devices, signage may be
required after initial set-up is completed This applies to all phases of 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 ().
630-01 Specialty Signs 3" Letters on 48" x 48" — (EA)
630-02 Message Boards (4 Boards for a total of 6 Days) — (Day)
PAStreet Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 40
South Lemay Avenue Widening Project (2006) Date: May 10, 2006
630-03 New Jersey Barriers —(LF)
630-04 Type III Barricades — (Section)
630-05 Traffic Control — (LS)
Flaggers and all incidental equipment will not be measured and paid for separately, but shall be included in the
Work. The flaggers shall be provided with electronic communication devices when required. These devices will
not be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but
shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and
paid for separately, but shall be included in the Work. The Contractor may provide larger construction traffic signs
than those typically used in accordance with the MUTCD, if approved; however, no additional payment will be
made for the larger signs. The City shall not be responsible for any losses or damage due to theft or vandalism.
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing.
NOTE: Full closures on arterials and collectors, including those listed above, will be allowed under extreme
circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be approved a
minimum of one week prior to the commencement of work and/or the time required to adequately notify the
public through the media.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: Full closures on all residential streets shall be allowed as shown on the traffic control plans only if
approved by the City Traffic Division.
END OF SECTION
P:\.Street Oversizing\South Lemay Avenue Widening Project 2006\Bid Docs\Construction Specs\Technical Specs
Technical Specs - 41
_ CTLITHOMPSON
SUBGRADE INVESTIGATION AND
PAVEMENT DESIGN
SOUTH LEMAY AVENUE WIDENING
FORT COLLINS, COLORADO
Prepared For:
CITY OF FORT COLLINS
Engineering Department — Street Oversizing
281 North College Avenue
P.O. Box 580
Fort Collins, Colorado 80522-0580
Attention: Mr. Quentin Egan
Project No. FC03658-135
December 29, 2005
Revised March 9, 2006
4001 Automation Way I Unit 2011 Fort Collins, Colorado 80525
Telephone:970-206-9455 Fax:970-206-9441
TABLE OF CONTENTS
SCOPE
1
SITE AND PROJECT DESCRIPTION
1
FIELD AND LABORATORY INVESTIGATION
2
SUBSURFACE CONDITIONS
3
GRADING
4
EXPANSIVE SOIL MITIGATION
5
PAVEMENT DESIGN
6
PAVEMENT SELECTION
7
PAVEMENT MATERIALS
8
Asphaltic Concrete
8
Aggregate Base Course
10
Fly Ash Treatment
11
CONSTRUCTION DETAILS
13
MAINTENANCE
13
LIMITATIONS
14
FIGURE 1 - LOCATIONS OF SUBGRADE BORINGS
FIGURE 2 - SUMMARY LOGS OF EXPLORATORY BORINGS
APPENDIX A - LABORATORY TEST RESULTS
SWELL/CONSOLIDATION TEST RESULTS
GRADATION TEST RESULTS
TABLE I - SUMMARY OF LABORATORY TEST RESULTS
APPENDIX B - DESIGN CALCULATIONS
APPENDIX C - MATERIAL PROPERTIES AND CONSTRUCTION CHECKLIST
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658.135
SCOPE
This report presents the results of our geotechnical investigation for the
proposed widening of South Lemay Avenue, from Nassau Way to Carpenter Road,
in Fort Collins, Colorado. The purpose of this investigation was to obtain
information regarding subsurface conditions within the alignment of the proposed
widening. The report presents geotechnical design and construction criteria for
the roadway widening in general conformance with Chapters 5 and 10 of the
Larimer County Urban Areas Street Standards dated January 2, 2001 (repealed
and reenacted October 1, 2002) as adopted by the City of Fort Collins.
Our report includes a description of the subsoil and bedrock found in our
exploratory borings, laboratory test results, recommended pavement section
alternatives and construction and materials guidelines. The recommendations
contained herein are based upon laboratory test results, Larimer County Urban
Area Street Standards, the American Association of State Highway Transportation
Officials (AASHTO) 1993 "Guide for Design of Pavement Structures," and our
experience.
SITE AND PROJECT DESCRIPTION
The project site consists of approximately 3,000 feet of South Lemay
Avenue from the intersection with Carpenter Road north to the intersection with
Nassau Way, in Fort Collins, Colorado (see Figure 1). The existing road is two-
lane aspha[t-paved with curb and gutter along the west side and narrow paved
shoulder along the east side. The north portion of the roadway alignment is
bounded by Provincetowne (west) and Stanton Creek (east) subdivisions. The
south portion is bounded by vacant land (west) and rural residences (Lemay
Avenue Estates and Emerson Acres, east). A concrete ditch is present on the east
side of the road throughout the northern portion of the widening alignment.
Overhead power lines are also present along the east side of the entire alignment.
The roadway alignment generally slopes down toward the south, as do the
adjacent grades. Four 30 to 42-inch storm culverts cross under the alignment, at
a low point in the roadway, approximately 500 feet north of Carpenter Road.
CITY OF FORT COLLINS - STREET OVERS121NG PROGRAM
SOUTH LEMAY AVENUE WIDENING 1
CTL I T PROJECT NO. FC03658d35
S:\PROJECTSIFC03600 - FC036881FC03658.000 - South Lomay Ave. Wldenin01133U. Re0ohs1R11FC03858.135 R1 Lemay Wldening, revised.r0
The City of Fort Collins, Engineering Department Street Oversizing
Program provided us with "50% Street and Utility Plans for South Lemay Avenue
Widening (2005)," dated October 2005. Project plans are to widen the road to the
east to accommodate four travel lanes with curb and gutter and a median in the
north portion of the project. In addition, improvements are planned to the north
side of Carpenter Road for turn lanes. We understand the existing pavement will
be pulverized and used for base course and soil stabilization. New pavement will
then be placed on the widened roadway.
FIELD AND LABORATORY INVESTIGATION
Our field investigation consisted of 8 borings drilled to depths of 5 to 10
feet. Six of the borings were drilled along the alignment of the proposed South
Lemay Avenue widening, on the east side of the existing road. Two of the borings
were drilled on the north side of Carpenter Road for the proposed turn lane
improvements. The approximate locations of our borings are illustrated on Figure
1. The borings were drilled on November 30, 2005, with a 4-inch solid stem, truck -
mounted auger. Bulk samples were obtained from the upper 10 feet of the borings
and California samples were obtained from selected intervals within the borings.
The number of blows from a 140-pound hammer falling 30 inches, required to
drive the California samplers, were recorded and are presented on our summary
logs of the borings, Figure 2.
Laboratory testing was performed in general accordance with AASHTO and
ASTM methods to determine index properties of the soils sampled and subgrade
support values for those soil types influencing the pavement design. To evaluate
potential heave, swell -consolidation testing was performed on 4 samples of the
clay and claystone under a pressure of 150 psf. The soil types were classified and
grouped, and a Hveem stabilometer test (R-Value) was performed on a composite
sample of the clay soils. Two samples were tested for water-soluble sulfate
content. Results of laboratory tests are presented in Appendix A and summarized
in Table A -I.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 2
CTL I T PROJECT NO. FC03658-135
S9PROJECTS1FC03600 - FC036"WC03658.000 - South Lemay Ave. Wldening1t3512. ReportslRPFC03658.135 R1 Lenuy Widening, rovisedAl
8 BID SCHEDULE (Base Bidl
Project: South Lemay Avenue Widening (2006)
Date: 05/10/2006
SpeciItem Description
Number p
Estlmatetl
Quantity Unit
Unit Cost
ttem Coat
South Lemav Avenue Widening:
202-01 Remove Pipe (RCP, CMP, PVC)
415 LF
12..75.:
5 , 291 , 25
202-02 Remove Existing FES (30" & 42" RCP)
4 EA
350.20
1,400.80
202-03 Remove Landscape Timbers and Concrete Block in Driveway (Lot 1 of Emerson Acres Subdivision)
202-04 Remove Concrete Irrigation Manholes
202-05 Remove Concrete Spitler Box
202-06 Remove Existing Irrigation Brick Vault 6' x 6' Wide x 12' Deep
202-07 Remove Concrete Ditch
202-08 Remove Curb And Gutter
202-09 Remove Concrete Sidewalk
202-10 Saw Cut Asphalt
202-11 Rotomill Asphalt Pavement (Carpenter Road - 2" Depth)
202-12 Pulverize Asphalt In Place (5"-10" Depth)
202-13 Remove Existing Rip -Rap
202-14 Transport Existing Rip -Rap To Drake & Ziegler
202-15 Remove & Replace Existing Barricade (Type III)
202.16 Remove Tree Stump (Grinding)
202-17 Remove Fence (Various Types)
202-18 Remove & Provide Temporary Mailbox
202-19 Cap Irrigation Sprinklers
1
LS
525.30
525.30
2
EA
726.15
1,452.30
2
EA
533.55
1,067.10
1
LS
1,072.25
1,072.25
1100
LF
2.50
2,750.00
235
LF
11.60
2,726.00
1356
SF
0.55
745.80
1156
LF
1.15
1,329.40
2666
Sv
2.90
7,731.40
10167
Sv
1.95
19,825.65
289
Sv
9.25
2,673.25
203
Cv
7.50
1,522.50
1
EA
151.50
151.50
2
EA
113.50
26.60
883
LF
1,30
1,147.90
3
EA
103.00
309.00
2
EA
103.00
206.00
SUBSURFACE CONDITIONS
One boring (S-1), drilled on Carpenter Road, encountered approximately 8
inches of asphaltic concrete (AC) pavement over approximately 8 inches of base
course. The pavement/base course was underlain by clayey sand fill with
occasional gravel. Boring (S-2), drilled on the unpaved shoulder of Carpenter
Road, encountered clayey sand fill, natural sandy to silty clay and claystone
bedrock. The claystone was encountered at a depth of 3.5 feet.
Four of the borings (S-4, S-5, S-6 and S-8), drilled on South Lemay Avenue,
encountered approximately 9 inches of asphaltic concrete (AC) pavement over
approximately 15 to 20 inches of clayey sand fill with occasional gravel. The fill
was underlain by sandy to slightly silty clay with occasional organic material and
gravel lenses (S-5 and S-6). The remaining borings (S-3 and S-7), drilled on South
Lemay Avenue, encountered similar thicknesses of asphaltic concrete and fill,
over weathered and relatively unweathered claystone bedrock. The claystone was
encountered at depths of 3.5 and 7 feet.
We tested samples of the natural sandy to silty clay and claystone in the
laboratory. These samples contained between 33 and 69 percent clay and silt -
sized particles (passing the no. 200 sieve), had liquid limits between 34 and 69
percent, and plasticity indices between 24 and 52 percent. The samples classified
as A-2-6, A-2-7, A-6 and A-7-6 in accordance with the AASHTO classification
method with group indices ranging from 3 to 34. The more plastic of these clays
and claystone were found in borings S-3, S-4 and S-7.
Three samples of the clay and one sample of the claystone were tested for
swell potential by wetting the samples after application of a 150 psf pressure. The
samples of clay and claystone swelled between 0.4 and 3.3 percent. Based on the
results of laboratory testing and City of Fort Collins requirements, we believe
swell mitigation will be required for the Lemay Avenue widening.
Hveem stabilometer testing (R-Value) was performed on a composite
sample of representative clay soils from the subgrade alignment. The composite
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 3
CTL I T PROJECT NO. FC03658-135
& PROJECTSWC03600 - FC0369%FC03658.000 • South Leavy Ave. Wldenln0\135\2. Repons1R11FC036S6-135 R1 Lemay WidwIng, rovised.rd
sample classified as A-7-6 soil, with a liquid limit of 56 percent and a plasticity
index of 40 percent. The Hveem testing resulted in an R-Value of less than 5,
since the sample squeezed out of the mold.
Soluble sulfate concentrations of 0.11 and 0.48 percent were measured on
two samples. The purpose of the sulfate testing was to determine the risk of
increased swelling if chemical stabilization of the subgrade is performed and the
likelihood of sulfate attack if portland cement concrete is used. Sulfate
concentrations above 0.5 percent can cause an adverse reaction between the
sulfates and the stabilizing agent, resulting in heaving of the subgrade if lime or
fly ash stabilization is performed. Based on the results found, the sulfate
concentrations should be reevaluated during the fly ash mix design (if selected)
and verified in the field during construction. The use of sulfate resistant cement
is recommended at this site.
Groundwater was not encountered during drilling of our borings.
Groundwater levels will vary seasonally and with changes in precipitation and
irrigation amounts in the surrounding area. However, we do not anticipate
groundwater will impact the proposed roadway construction. Groundwater may
be encountered if excavations deeper than 10 feet are made.
GRADING
The preliminary grading plan indicates cuts and fills of up to about 3 feet
will be made along the proposed widening alignment. We understand the existing
irrigation ditch will be removed. Prior to commencing grading, any organic and
deleterious material should be removed. Wet, soft soil may also be encountered
in low areas. This material should be removed to expose stable soils prior to
placing fill.
Fill placed at the site should be moisture conditioned to between 1 percent
below and 2 percent above optimum moisture content and compacted to at least
95 percent of standard Proctor maximum dry density (ASTM D 698). Fill should be
free of organic or other deleterious material.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 4
CTL I T PROJECT NO. FC03658-135
&WROJECTSIFC05600 - FC076WFC07656.000 -South Leinay Ave. Wldonhg113512. Reporti;WIFC05656.135 R1 L"ay Widening, revl6ed.rt1
EXPANSIVE SOIL MITIGATION
Expansive soils are present in the subgrade at this site. The presence of
expansive soils implies that pavements may heave and be damaged. The risks
associated with swelling soils can be mitigated by design, construction and
maintenance procedures. The subgrade soils tested had a moderate swell
potential over the majority of the alignment. We believe the swell potential of
these soils can be controlled by moisture conditioning and fly ash treatment.
Moisture conditioning and fly ash treatment are discussed below.
We understand the City is concerned about the risk of heave of the
subgrade due to possible adverse reaction between the sulfates and the fly ash
when stabilization is performed. We met with Mr. Quentin Egan and Mr. Rick
Richter with the City of Fort Collins Engineering Department, on February 23,
2006, to discuss this concern and potential options to help mitigate the risk of
heave due to potential ettringite formation. Our recommendations, as discussed
and agreed upon by Mr. Egan and Mr. Richter are presented below.
1. A 3 to 4-inch thick layer of the pulverized asphalt should be tilled
into the subgrade to a depth of 12 inches.
2. CTL I Thompson will then collect samples of the tilled subgrade at
intervals of 500 feet along the roadway alignment. The samples will
be returned to our laboratory and tested for soluble sulfate
concentrations. We estimate results of testing will be available
within approximately 2 to 3 days.
3. If one or more of the sulfate test results indicate a sulfate
concentration of 0.5 percent or greater, then we recommend double
treatment of the subgrade with fly ash. If the sulfate concentrations
are below 0.5 percent then the subgrade can be treated with a single
application of fly ash as recommended in our PAVEMENT
MATERIALS section below.
4. If double treatment is necessary, based on the sulfate test results,
then we recommend first treating the subgrade with 6 percent fly
ash and allowing the treated subgrade to cure for a period of at least
two weeks. This should allow a sufficient time for ettringite
formation to occur. After the two week period, the subgrade should
be treated again with 8 percent fly ash. This will help to break up
any ettringite formation that has occurred and provide a more stable
base for the pavement section.
CITY OF FORT COLLINS - STREET OVERS121NG PROGRAM
SOUTH LEMAY AVENUE WIDENING 5
CTL I T PROJECT NO. FC03658-135
S:XPROJECTSTC03600 - FC036991FC036S6.000 • South Lamy Ave. Widening113W. RaportsIR11FC03658-135 R1 Lemay Widening, revlsed.rH
5. Fly ash treatment recommendations presented in the PAVEMENT
MATERIALS section of this report should be followed for each of the
double treatment applications.
PAVEMENT DESIGN
We used the AASHTO design method in accordance with City of Fort
Collins requirements for pavement design calculations. The portion of South
Lemay Avenue addressed by this report is classified as a 4-lane arterial with a
design Equivalent Daily Load Application (EDLA) of 200. These EDLA values are
converted to Equivalent Single Axle Loads (ESALs) for a twenty-year design life.
Hveem testing resulted in an R-value of less than 5. Therefore, we performed
pavement design calculations using an R-Value of 3 to represent the highly plastic
clays and claystone encountered in the subgrade.
Our recommended pavement design section for the South Lemay Avenue
widening is presented in Table I below. The City desires to use a pavement
section consisting of asphaltic concrete on aggregate base course over fly ash
treated subgrade. We understand the City plans to treat the existing subgrade
with a minimum of 12% fly ash in the upper 1 foot for expansive soil mitigation
purposes. According to the Larimer County Urban Area Street Standards, as
adopted by the City of Fort Collins, credit for strength gain is not allowed for fly
ash treatment in this manner.
In order to use fly ash treated subgrade in the pavement section
calculations, a mix design must be performed and the soil/fly ash mixture must
achieve a minimum 7-day compressive strength of 150 psi. Our scope of work did
not include design of a soil/fly ash mixture. If plans change, we are available to
perform a soil/fly ash mix design.
Portland cement concrete pavements were not considered as we
understand the City wishes to match the existing pavement surface. Additional
discussion regarding advantages and disadvantages of the pavement alternatives
and their expected performance is included under PAVEMENT SELECTION. The
following table presents a pavement section recommended for fly ash treated
subgrade.
CITY OF FORT COLLINS -STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING s
CTL I T PROJECT NO. FC03658.135
S;WROJECTMFC03600- FC036991FC03658.000-Sofh Lamy Ave. Widening%135U. ReporWRITC03858.135 RI Len y WWMhp, tovlsed.M
TABLE
RECOMMENDED PAVEMENT SECTION
UN 'IL INt;Hk:b VI- f-LT Asti ! KtA I tU ZWUUKAUt'
"Provided fly ash mix design Indicates minimum compressive strength of 150 psi
PAVEMENT SELECTION
The City of Fort Collins generally requires a pavement section consisting of
asphalt over aggregate base course. Asphalt over aggregate base course has had
variable reported performance history in swelling soil environments. Some
municipalities believe base course provides a flexible layer to help distribute swell
of the subgrade and may reduce the likelihood of longitudinal cracks. Conversely,
there have been problems where base course has "pushed" into wet clay
subgrade. A geotextile fabric, such as Mirafi 500x or equivalent, can be used to
help separate the subgrade and aggregate base course thereby reducing co -
mingling of the aggregate base with the subgrade soil over time. We regard the
use of geotextile fabric as optional for this project. The base course may also
allow moisture to infiltrate under the pavement causing the base course to lose
strength when wetted. An alternative to aggregate base course would be to use
recycled asphalt or concrete base course.
Asphaltic concrete over stabilized subgrade with or without aggregate base
generally performs well in soils exhibiting moderate swell characteristics. The
asphaltic concrete pavement over stabilized subgrade has a higher fatigue
resistance than the other alternatives and will effectively reduce potential heave
related damage to the pavement. We understand the City will likely use this
alternative for this project. We believe serviceability will be increased, and
maintenance reduced, if asphaltic concrete over stabilized subgrade is used.
Stabilization done during winter months (when soil temperatures are 40*F or
CITY OF FORT COLLINS -STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 7
CTL I T PROJECT NO. FC03656-135
S:IPROJECTSIFC03600 • FC036991FC03658.000 - South Lc=y Ave. Wldening113512. ReportsIR11FC03658.135 Rt Le=y Widening, revlsed.nt
lower) should consist of either fly ash or a lime and fly ash combination. Curing
and strength gains of fly ash treated soils will decrease significantly in cooler
weather.
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 up to 20%
reclaimed asphalt pavement (RAP). A iob mix design is
with
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 3t4 or 1/2 inches developed on the
fine side of the maximum density line should be used.
4. Total void content, voids in the mineral aggregate (VMA) and voids
filled should be considered in the selection of the optimum asphalt
cement content. The optimum asphalt content should be selected at
a total air void content of approximately 4%. The mixture should
have a minimum VMA of 14% and between 65% and 80% of voids
filled.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 8
CTL I T PROJECT NO. FC03658-135
S:IPROJECTStFCO2900 - FC076WFC07650.000 - South Lemay Ave. WiduningFt 2512. RepoeslR AFC0 65a.135 R I Lom y W Idoning, mised.rtf
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. 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. Paving should only be performed when subgrade temperatures are
above 40°F and air temperature is at least 40°F and rising.
8. Hot mix asphalt should not be placed at a temperature lower than
245°F 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.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 9
CTL I T PROJECT NO. FC03858-135
S;TROJECTSIFC03600 - FC036295FC03656.000 -South Lemay Ave. YQdenl gMS2. RepoAs%R11FC03656.135 R1 Lemay WIdeninp, re lsed.rtf
Lr
Aggregate Base Course (ABC)
A Class 5 or 6 Colorado Department of Transportation (CDOT)
specified aggregate base course should be used. A recycled
asphalt or concrete alternative, which meets the Class 5 or 6
designation, is also acceptable.
2. Aggregate base course should have a minimum Hveem stabilometer
value of 77. Aggregate base course or recycled concrete material
must be moisture stable. The change in R-value from 300 psi to 100
psi exudation pressure should be 12 points or less.
3. If used, geotextile fabric (Mirafi 500x or equivalent) should be placed
over the approved subgrade within 24 hours prior to placement of
aggregate base course or recycled asphalt/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 asphalt/concrete should be laid
in thin lifts not to exceed 8 inches, moisture treated to within 2% of
optimum moisture content and compacted to at least 95% of
modified Proctor maximum dry density (ASTM D 1557, AASHTO T
180).
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 inspected.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 10
CTL ( T PROJECT NO. FC03658-135
S:TROJECTSIFC03600- FC0369e1FC03659.000- South Lemoy Ave. Widening11 W. RopurtsIR14FC03656-135 R7 Lenuty Widening, revlsed.rtl
Fly Ash Treatment
We recommend the following general procedures for construction of fly
ash stabilized soils in cohesive materials based on requirements from Chapter 22
of the Larimer County Urban Area Street Standards, guidelines and information
published by The Western Ash Company' and the American Society of Civil
Engineers2 (ASCE), and our experience.
1. The subgrades should be shaped to final line and grade.
2. The fly ash used should meet requirements specified in ASTM C 593
and C 618.
3. Fly ash should be spread with a mechanical spreader from back of
curb to back of curb for detached sidewalks or back of walk to back
of walk for attached sidewalks.
4. Fly ash and subgrade soils should be mixed, and water added until a
homogeneous, uniform mixture is obtained that is within 2 percent
of laboratory determined optimum moisture content in accordance
with ASTM D 558.
5. The fly ash/soil mixture should be compacted to at least 95% of the
mixtures maximum dry density (ASTM D 558) if subsequent sub-
base and/or base courses are to be placed.
6. The subgrades should be re -shaped to final line and grade.
7. Mixing, compaction and final shaping should be completed within 2
hours of addition of water to the fly ash/soil mixture.
8. The subgrade should be sealed with a pneumatic -tire roller that is
sufficiently light in weight so as to not cause hair -line cracking of
the subgrade.
9. The City requires a minimum of 2 days curing prior to paving (the
surface of the stabilized area should be kept moist during the cure
period by periodic, light sprinkling if needed). Strength gains will be
slower during cooler weather. The City of Fort Collins requirements
specify that traffic is not permitted on the treated subgrade during
the curing period.
'"In Place Soil Treatment With Class C Fly ash", Western Ash Company.
2"Use of Self -cementing Fly ashes as a Soil Stabilization Agent, Fly ash for Soil Improvement",
American Society of Civil Engineers, Geotechnical Special Publication No. 36, October, 1993,
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 11
CTL i T PROJECT NO. FC0365a-135
S=\PROJECTSWC03600 - FC036"%FC03658.000 - South Lcnuy Ave. WidenlnM13W. RoponskRAWC03658-135 R1 Lemay Widening, mvised.rtl
10. We should be given a minimum advanced notice of at least 48 hours
to prepare laboratory specimens to determine the fly ash/soil
mixtures maximum dry density and optimum moisture content in
order to meet the 2-hour compaction requirement specified above.
11. 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.
12. Once final subgrade elevation has been reached and the subgrade
compacted and inspected, 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.
The treated areas will gain greater strength if they are allowed to cure for 1
to 3 days prior to paving. Previous experience indicates the target strength of the
fly ash/soil mixture should be approximately 160 psi at 7 days for 12 percent fly
ash. Compressive strength specimens prepared during construction are required
to receive full credit for the treated subgrade in pavement section calculations.
Laboratory compressive strength specimens should be made and cured
according to ASTM D 1632. Field cured specimens should be made according to
ASTM D 1632 and cured in a protected area, such as a shallow covered pit,
adjacent to the treated subgrade. If compressive strength specimens are not
prepared during construction, the allowed credit for the treated subgrade will not
be used in the pavement section design calculations. Strength gains will be
slower during cooler weather, and are unlikely when the soil temperature is less
than 40 degrees (F). Construction traffic on the treated subgrade prior to
pavement section construction should be limited and the subgrade should be
protected from freezing or drying at all times until paving.
Moisture treatment without chemical stabilization may be preferable in
detached sidewalk subgrade areas to reduce problems associated with
landscaping. Maintaining moisture contents near optimum will be critical during
subgrade preparation of these areas to achieve a stable surface. We believe
moisture treatment of the upper 12 inches of sidewalk subgrade should be
effective. Moisture treatment of the sidewalk subgrade soils should occur as
CITY OF FORT COLLINS -STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 12
CTL I T PROJECT NO. FC03658-135
S:IPROJECTSTC03600 - FC036991FC03658.000 - Soulh Lowy Ave. Wldening{135U. ReportskRIVC03658435 R1 Lowy Widening, revlsed.rtl
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
South Lemay Avenue Widening Project
BID NO. 5983
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
June 16, 2006 — 3:00 P.M. (OUR CLOCK)
Project: South Lemay Avenue Widening (2006)
Date: 05/1012006
SpeUttem
Number
Description
Estimated
Quantity
Unit
Unit Cost
Item Cost
203-01
Unclassified Excavation (Including 8" of Existing Road)
1,865
CY
6.20
11,563.00
203-02
Embankment -(CIP)
4,304
CY
5.80
24,963.20
203-03
Stockpile & Place Pulverized Asphalt
2439
CY
5.50
13,414.50
203-04
Clear and Grub
1
LS
11,051, 90
11,051.90
203-05
Borrow ABC (Class 5 or 6) - (CIP)
100
TON
11.90
1,190.00
203-06
Muck Excavation - (CIP)
361
CY
28.85
10, 414. 85
203-07
Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth
1876
CY
3.45
6,472.20
203-08
Temporary Access - All Weather Road (2000' x 12')
657
TN
13.40
8,803, 80
203-09
Median Splashblock/ Hardscape Shaping - (CIP)
8962
SF
0.75
6,721.50
203-10
Potholing
1
Ls
3,605.00
3,605.00
203-11
Flowfill Section Over Shallow Utilities
600
LF
13.80
8,280.00
203-12
Import Screened Topsoil 3" Depth (BOC to sidewalk) - (CIP)
158
CY
12.35
1,951.30
208-01
Erosion Control
1
LS
4,099.40
4,099.40
210-01
Adjust Manhole Ring/Cover
8
EA
430.05
3,440.40
210-02
Modify Manhole
1
EA
1,423.45
1,423.45
210-03
Adjust Valve Box (FCLWD)
7
EA
168.50
1,179.50
210-04
Abandon Water Service
2
EA
597.40
1,194.80
210-05
R & R Existing Water Meter Pit To New ROW Location
3
EA
1., 945 . 65
5,836.95
210-06
Reset Mailbox United States Postal Standards
3
EA
180.25
540.75
210-07
Relocate Gate to ROW
1
LS
309.00
309.00
close to the time of sidewalk construction as possible. The acceptable time
period between subgrade treatment/preparation and sidewalk construction is
variable depending on the time of year, weather conditions and other factors.
However, the final subgrade surface must be protected from freezing or excessive
drying until such time as the pavement section is constructed. Periodic sprinkling
of the subgrade surface, covering the subgrade, or other protective measures may
be required. Additional guidelines for subgrade preparation are presented below.
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 developed and
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. A recommended
maintenance program is outlined in Appendix C.
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING 13
CTL I T PROJECT NO. FC03658.135
S;%PROJECTS)FC03600 - FC036991FC03658.000 -South Lemey Ave. Wldeninp113512. ReporWRPFC03656.135 R1 Le y WIdenina, revlsed.rtt
LIMITATIONS
The pavement and construction recommendations are based upon our field
observation and testing, minimum traffic levels, and design criteria required by
the City of Fort Collins and the AASHTO design methods. The design procedures
were formulated to provide sections with adequate structural strength. Routine
maintenance, such as sealing and repair of cracks, is necessary to achieve the
long-term life of a pavement system. If the design and construction
recommendations cannot be followed, or anticipated traffic loads change
considerably, we should be contacted to review the recommendations.
We believe the geotechnical services for this project were performed in a
manner consistent with that level of care and skill ordinarily exercised by
members of the geotechnical engineering profession currently practicing under
similar conditions in the locality of the project. No warranty, express or implied, is
made. If we can be of further service in discussing the contents of this report, or
in the analyses of the proposed pavement systems from a geotechnical point of
view, please call.
CTL I THOMPSON, INC.
Gary A. Diewald
Project Engineer
(4 copies sent)
Reviewed by:
R.B. "Chip" Leadbetter, III, PE
Project Engineer
CITY OF FORT COLLINS - STREET OVERSIZING PROGRAM
SOUTH LEMAY AVENUE WIDENING .14
CTL I T PROJECT NO. FC03658-135
&WROJECTSTC03600 . FC0369ZFC03658.000 - Smth Lamy Ave. Widenlrg113517. ReportslR11FC63658.135 R1 Lenny Widening, revised.rif
j IL—,-�-
NASSAU WAY
PRONNCE ROAD
Z
O
F-
4
U
O
J
W
H
Z
X of
m
IL
Qo
C/)�
ur 0
Qm
U:D
_ U)
p o LL
Z ? O
t1
w �•
J
N ,
OYOl11f31N7
w
O LL
om�
0/
OD O
-j U) M
O�
z�
UU °p
O�
O
U)WU
Z,U.
J gj
Z
0<
U
�dLU
OLL UJO:
v a
F—
U0
CARPENTER ROAD SOUTH LEMAY AVENUE
S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-S
0
26/12
15/12 ►b�, ►�� ►d'�� s�af30112 5015��50112
�
b
i
us ' del ' '
' /1 ' 11 ' `• i
.-,1
i
do
LIJ
40
00
10
LEGEND:
ASPHALTIC CONCRETE
w r�
w L
BASE COURSE
w
LL
a
FILL, SAND. CLAYEY, OCCASIONALLY GRAVELLY, STIFF TO VERY STIFF, MOIST. BROWN TO
w
0
GRAY BRWON
CLAY, SANDY TO SLIGHTLY SILTY, STIFF TO VERY STIFF, MOIST. OCCASIONAL ORGANICS,
BROWN TO DARK GRAY (CL,CH)
GRAVEL, CLAYEY, DENSE, MOIST, BROWN TO REDDISH BROWN (GC)
i7
GRAVEL, SANDY. VERY DENSE, SLIGHLY MOIST, REDDISH BROWN (GP)
®
WEATHERED CLAYSTONE, FIRM TO HARD, MOIST, OLIVE BROWN
CLAYSTONE, VERY HARD, MOIST, OLIVE BROWN (BEDROCK)
DRIVE SAMPLE. THE SYMBOL 26/12 INDICATES 26 BLOWS OF A 140-POUND HAMMER
FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES.
BULK SAMPLE FROM AUGER CUTTINGS.
NOTES:
1. THE BORINGS WERE DRILLED ON 11130/2005, USING 4-INCH DIAMETER
CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG,
2 BORING LOCATIONS WERE STAKED BY A REPRESENTATIVE OF OUR FIRM,
3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN
THIS REPORT.
SUMMARY LOGS OF EXPLORATORY BORINGS
CITY CF FCRT COLLINS STREET OV FRSIZING
SCUTH LE.MAY AVENUE WOENING IdOG51 FIGURE 2
CTLI TPROJECT NO FCCG65&135
a
APPENDIX A
LABORATORY TEST RESULTS
CITY OF FORT COLLINS - STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658.135
S:WROJECTSIFC00600 - FC006991FC00658.000 -South Loney Ave. WidoningN35U. RepartstR11FC00658405 R1 Lem y Wideuing, revisod.rtl
7
6
4
3
2
L
I
,
i
I
EXPANSION
I
_RESSURED
Ul
D
E 7
O
I I(�
{�
'
�
I
3 �
7-1
17
�
4
't
f
t
�
i
I
j
i
i
I
1 i
0., 1.0 10
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL) SAMPLE DRY UNIT WEIGHT=
From S-2 AT 2 FEET SAMPLE MOISTURE CONTENT=
CITY OF FORT COLLINS
STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658-135
100
106 PCF
t9.3 %
Swell Consolidation
Test ResUlts FIG. A-1
z
0
a
a
x
w
0
z
0
W
W
x
IL
0
U
7
6
5
4
3
2
I
j
i
+
-
i
`
+
t
� r
_
�
ill
;
I
1
I
t
I
1
-PRESSIRE
N
E I
C
1.
T_
S
i
i
A
i
A.
I
t
i
0.1 1.0 10
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CH) SAMPLE DRY UNIT WEIGHT=
From S•4 AT 4 FEET SAMPLE MOISTURE CONTENT=
CITY OF FORT COLLINS
STREET OVERSIZING
SOUTH L.EMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658-135
100
103 PCF
22.1 %
Swell Consolidation
Test Results FIG. A-2
u
3
2
O
to
z
Q
a -1
x
w
0
z -2
O
CC .3
a
2
O
U
.q
0.1 1.0 10
APPLIED PRESSURE - KSF
Sample of WEATHERED CLAYSTONE SAMPLE DRY UNIT WEIGHT=
From S-7 AT 2 FEET SAMPLE MOISTURE CONTENT=
a
2
z
O 0
W
z
a
a -1
x
w
e
z 2
O
V5
N
w
C -
a 3
2
O
U
1
RESSUR
DU
T
W
I
I
I
100
108 PCF
19A %
E
'
1
,
�EXPANS
_
ON
ND
R
C
T
j
PRESSURED
E-10WETTM
I
-q
0.1 1.0 10 100
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL) SAMPLE DRY UNIT WEIGHT= 105 PCP
From S-8 AT 2 FEET SAMPLE MOISTURE CONTENT= 20.1 %
Swell Consolidation
CITY OF FORT COLLINS Test Results FIG. A-3
STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658-135
0
HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR.
7 HR. TIME READINGS
U.S. STANDARD SERIES CLEAR SOUARE OPENINGS
45VIN
IS MIN. SO.MIN. 19MIN, 4VIN. IMIN.
'2C0 1100 '50*40'20 '18 11018 '4 3,B* 3'4' 11Y 3'
516'8'
10
.. _.
0
90 ,
-..
.. ._ _. .. ._..
10
80
. ....
._ _ ...
20
i 70 _
_.
_._ _. .. ...
30
Z
N
C
i60
__ -
_ .. .. .. .. ....
40
w
r
U50 ._
.. _. .: .
_. _. ... :.
70
ti
z
rt
w
¢
nW
_. _. ...
.. .. _. _ __.. _.
60
w
w
20
._. _... _.
_. 80
to
go
.001
0.002 006 ow .016 .037
-074 A49 297 .590 1A9 2.o 2.38 4.76 SS2 19A 36.1 75.2
127 200
042
IS2
DIAMETER OF PARTICLE IN MILLIMETERS
Sample of SAND, CLAYEY (SC) GRAVEL 12 % SAND 43 %
From S-2 AT 0 TO 4 FEET SU M,AY ' 45 % LIQUID LIMIT 34 %
PLASTIOTY INDEX 24 %
HYDROMETER ANALYSIS
I SIEVE ANALYSIS
25 NR,
7 HR. TIME READINGS
U.S. STANDARD SERIES - CLEAR SOUARE OPENINGS
46 MIN.
15 MIN. 60 WN. I9 MIN. 41Ak IJAN.
'200 '9 '30*40'SO *16 'Iola '4 3.8' 3'•I' 1�- 3'
S'6' 8'
100
.. _ _..
. - ..
p
90
10
_ .
_..
20
z 70
-
30
w
z
cc
z
F
50
_ ..
_ . .. . _ _ -
50
w
w
It
a 4p
60
w
a
30
_ ... _.
_. _._. .. ... .. ._
70
20
___. .. _.
.... .. ..... .._ _.
80
10
_ ,..
.. -
90
p
___
1C3
Mt
0 002 C05 C09 019 .037
.074 .149 297 1.19 2.0 2,33 4.76 9S2 19.1 36.1 76.2
127 200
p 42593
DIAMETER OF PARTICLE IN MILLIMETERS
Sample of SAND, CLAYEY (SC)
From S-4 AT 0 TO 4 FEET
CITY OF FORT COLLINS
STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658-135
GRAVEL 16 % SAND
51 %
SILT S CLAY 33 % LIOUID LIMIT
38 %
PLASTICITY INDEX
26 %
Gradation
Test Results
FIG. A-4
IN
HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR,
7 HR. TIME READINGS
U.S. STANDARD SERIES CLEAR SQUARE OPENINGS
46 MIN,
16 AUN, W WIN 19 PAN. 4 MIN.
I MIN. -200 .1m 'S0 140.30 '1• *Vo l$ '4 3W 34• 1%* 31
6'9. 6'
90
.. .. _. _
- 10
i 70 :
.. _ _..... _.. _..: _. ..... __. ....
30
w
i�
60
_ ..
.... 40
w
r
w 50
so
me
w
a40
._. .
.. _._ .... _.._. _. _.. _. .._._...._ ..... _.,.. ....- .....
___. 6o
w
30
_
_
70
20 :
_
90
10,
__ _ ... _ _.
_ 90
p_,
. _
_._. _ .. ..... ......._.-.._. ....__._. _ ,. .. .,.....__,_- , w...,.._.-._..
Irn
X01
0402 .005 009 019
.037 .074 .140 2970.42590 1.19. 2.0230 4.76 9.52 19.1 36.1 762
127200.
DIAMETER OF PARTICLE IN MILLIMETERS
Sample of SAND, CLAYEY (SC) GRAVEL 16 % SAND 51 %
From S-5 AT 0 TO 4 FEET SILT & CLAY 33 % LIQUID LIMIT 40 %
PLASTICITY INDEX 29 %
HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR. 7 HR. TIME READINGS
U.S. STANDARD SERIES
CLEAR SOUARE OPENINGS
45 MIN. 15 PAIN. 60 MIN. 19 MIN. 4 MIN. I MIN. '200 1100 150 '40 '30 116
110 '6 -4 18'
314' IW 3'
5 6' 6'
100
_ .. _. .-. _.
. ..... .. ...._
.. _... ... ._
,..... ....__..
0
90
_ .. .... __
.. ...... _
-.... ..... ..... _. _
.. _..... _. __
10
60
-_- _ ..-. ..
_... _. . .
......__ . _...
.:..... _.....
.. 20
70
.....
_.....
.__ . .....
........ .........
3060
w
40
50
, . _ .. _ .-
_.. ..
... ...
.....
. 50
uW�J
6
y�
R
40
60
_... _ . _.. ..
_.. _. _.
.... -
-...._ .....
... 70
20
. ... _ .... ..
_.
.. ..-.
....
,_ . 90
10
.... _. ..
... _ ...
._..._. .. .
90
.._. __ .._...
__. _--._....,
....-_....
100
001 0.002 .005 OQo .019 .007 ,074 .149 .297 SW 1.19
2.0 2.38 4.76 9.52
19.1 38.1 76.2
127 200
0
DIAMETER OF PARTICLE IN MILLIMETERS
SANDS
GRAVEL
CLAY (PLASTIC) TO SILT (NON -PLASTIC)
FINE I IAEDIU,
ICOARSEI
FINE
I COARSE I COBBLES
Sample of
From
CITY OF FORT COLLINS
STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658-135
GRAVEL % SAND
SILT & CLAY % LIQUID LIMIT
PLASTICITY INDEX
Gradation
Test Results
FIG. A-5
Project: South Lemay Avenue Widening (2006)
Date: 05/10/2006
Spec/nem
Number
Description
Estimated
Quantity
Unit
Unit Cost
Item Cost
304-01
Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP)
7615
TON
11.15
84,907.25
304-02
Aggregate Base Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP)
100
TON
16.80
1 . 680 - 00
304-03
Gravel Shoulder - Class 5 or 6 Aggregate Base (4" Depth)
45
TON
12.40
558.00
306-01
Reconditioning (8")
937
SY
1.20
1,124.40
307.01
Option A - Flyash Subgrade Stabilization - ( 6%)
23502
SY
4.40
103, 408.80
307-02
Option A - Flyash Subgrade Stabilization - (8%)
23502
SY
4.40
1031,408.80
307-03
Option A - Flyash Operation Mobilization
1
EA
2,423.05
2,423.05
403-01
Hot Bituminous Pavement - Grading S-100 (3" Depth) - (PG 64.28)
3,607
TON
55.60
200,549.20
403-02
Hot Bituminous Pavement - Grading SG-100 (4" Depth) - (PG 64-22)
4,809
TON
38.55
185,386.95
403-03
Overlay Existing Lemay- Grading S-100 (2" Depth) - (PG 64-28)
2,038
TON
56.25
114,637.50
403-04
Overlay Existing Carpenter- Grading S-100 (2" Depth) - (PG 64.28)
576
TON
60.40
34, 790. 40
403-05
Asphalt Leveling Course 3/4 Grading S-100 (PG 64-22)
400
TON
46.55
18 , 620. 00
403-06
Asphalt Paver patching Carpenter Rd. - Grading SG-100 (4" Depth) - (PG 64-22)
200
TON
49.30
9,860.00
403-07
Asphalt Patching - Grading SG-100 (4" Depth) - (PG 64-22)
50
TON
87,30
4 , 36 5 - 00
420-01
Geotextile Paving Membrane
200
SY
2.15
430.00
506-01
10'x45' Type L Rip -Rap, 6" Topsoil (CIP Per Detail)
55
SY
27.40
1,507.00
506-02
6'x6' Type L Rip -Rap, 6" Topsoil (At the end of Curb and Gutter for Erosion Prevention)
3
EA
381.10
1,143 . 30
603-01
42" RCP Class III
101
LF
149.75
15,124.75
603-02
42" RCP Class III FES
3
EA 1 , 822.05
5,466.15
603-03
30" RCP Class 111
25
LF
97.75
2,443.75
TABLE A-1
SUMMARY OF LABORATORY TEST RESULTS
HOLE
DEPTH
(FEET)
TYPE
MOISTURE
(%)
DRY
DENSITY
(PCF)
SWELL TEST pATA
PA SING
NO. 200
SIEVE
(%)
ATTERBERG
LIMITS
R-VALUE
AASHTO
CLASSIFICATION
GROUP
INDEX
WATER
SOLUBLE
SULFATES
(%)
SOIL TYPE
SWELL
(%)
APPLIED
PRESSURE
(PSF)
LIQUID
LIMIT
0/)
PLASTICITY
INDEX
N
S-1
0 TO 4
BULK
39
41
29
A-7-6
5
SAND, CLAYEY (SC)
S-2
2
CAL
19.3
106
2.0
150
CLAY, SANDY CL
S-2
0 TO 4
BULK
12.5
45
34
24
A-6
6
SAND. CLAYEY SC
S-3
OT04
BULK
1
39
58
43
A-7-6
9
SAND, CLAYEY SC
S-4
0 T04
BULK
14.0
33
38
26
A-2-6
3
SAND, CLAYEY (SC)
S-4
4
CAL
22.1
103
3.3
150
0.480
CLAY, SANDY CH
S4
4 TO 9
BULK
69
69
52
A-7-6
34.
CLAY, SANDY CH
S-5
0 TO 4
BULK
13.9
33
40
29
A-2.6
3
SAND, CLAYEY SC
6-6
0 TO 4
BULK
35
48
35
A-2-7
5
SAND. CLAYEY SC
S-7
2
CAL
19.4
108
3.1
150
0.110
WEATHERED CLAYSTONE
S-7
0 TO 4
BULK
38
55
42
A-7-6
8
SAND, CLAYEY SC
S-7
4 T09
BULK
51
61
46
A-7-6
18
CLAYSTONE
S-8
2
CAL
20.1
105
0.4
150
CLAY, SANDY (CL
S-8
0 TO 4
BULK
29
44
32
A-2-7
3
SAND, CLAYEY SC
COMBINED
S-3 S-6, S-7
0 TO a I
BULK
36
56
40
< 5
A-7-6
7
SAND, CLAYEY (SC)
Cn of FOffT COU.N5
9TpJE"ovEAS&Zw
SOUTH LWAY OWME W OMM
CR I T PROJECT HO. iC036M 135
Page 1 of 1
mim
APPENDIX B
DESIGN CALCULATIONS
CITY OF FORT COLLINS - STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC07658-175
S:iPR0JECTS1FC07600 • FC006991FC05656.000 • South Lemay Ave. WidenlrUM5Q. RaportslRlWC07658.175 RI Lomay Widenln0, revlsod.Nll
Project: South Lemay Widening
Job No. FC03658-135
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 =
1,460,000
psi
psi
Ipsi
2.0
90
0.44
3
29834
1 29834
DESIGN STRUCTURAL NUMBER (SN) = 1 4.97
Full Depth AC Thickness on Subgrade is 11.3 inches
What is the AC Layer Coefficient ?
What is the ABC Layer Coefficient ?
What is the FASS Layer Coefficient?
0.44
0.11
0.10
7.5 inches AC over 15.2 inches Aggregate Base Course
1=1inches AC over 1=1inches Fly Ash Stabilized Subgrade
7.1 inches AC over 6.0 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. FC03658-135 FIGURE B-1
APPENDIX C
GUIDELINE MAINTENANCE RECOMMENDATIONS
MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS
CITY OF FORT COLLINS - STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO, FC03658-135
SAPROJECTS%FC03600 • FC036991FC03658,000 - South Lomay Ave. Wldening1135+Z, Roporis1R11FC03658-135 R1 Lomay WIdentaq. revl3e0.rt1
APPENDIX C
GUIDELINE MAINTENANCE RECOMMENDATIONS
MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS
A primary cause for deterioration of pavements is oxidative aging resulting
in brittle pavements. 'fire loads from traffic are necessary to "work" or knead the
asphaltic concrete to keep it flexible and rejuvenated. Preventive maintenance
treatments will typically preserve the original or existing pavement by providing a
protective seal or rejuvenating the asphalt binder to extend pavement life.
Annual Preventive Maintenance
a. Visual pavement evaluations should be performed each spring or
fall.
b. Reports documenting the progress of distress should be kept
current to provide information on effective times to apply preventive
maintenance treatments.
C. Crack sealing should be performed annually as new cracks appear.
2. 3 to 5 Year Preventive Maintenance
a. The owner should budget for a preventive treatment at approximate
intervals of 3 to 5 years to reduce oxidative embrittlement problems.
b. Typical preventive maintenance treatments include chip seals, fog
seals, slurry seals and crack sealing.
3. 5 to 10 Year Corrective Maintenance
a. Corrective maintenance may be necessary, as dictated by the
pavement condition, to correct rutting, cracking and structurally
failed areas.
b. Corrective maintenance may include full depth patching, milling and
overlays.
C. In order for the pavement to provide a 20-year service life, at least
one major corrective overlay should be expected.
CITY OF FORT COLLINS - STREET OVERSIZING
SOUTH LEMAY AVENUE WIDENING
CTL I T PROJECT NO. FC03658.135
S9FROJECT&FC03600 - FC036MFC03658.000 -South Lemay Ave. Wldening113512. RepartslRITC03658-t35 RI Lomay Widening, rovisedAl
No Text
Project: South Lemay Avenue Widening (2006)
Date: 05/10/2006
Spec/Item
Number
Description
EsUmstad
Quantity
Unit
Unit Cost
Item Cost
603-04
30" RCP Class III FES
1
EA
1136.10
1,136.10
603-05
Install Concrete Field Collar
4
EA
103.00
412.00
604-01
10' Type R Inlet
1
EA
5,058.35
5,058.35
604-02
Median Underdrain Pipe System - (4" Perforated Pipe)
507
LF
10.95
5,551.65
604-03
Median Underdrain Pipe System - (4" Solid Pipe)
194
LF
18.85
3,656.90
604-04
4" Median Under Drain Clean Out
8
EA
88.60
708.80 _
604-05
Tie To Existing Storm Sewer Manhole for 4" Underdrain (Core Drill and Connect with Non -shrink Grout)
2
EA
731.30
1,462.60
604-06
8"SDR-35 Sewer Main
467
LF
39.70
18,539.90
604-07
Tie To Existing Sanitary Sewer Manhole Per FCLWD Spec
1
EA
746.75
746.75
604-08
4' Diameter Sewer Manhole
1
EA
2,569.85
2,569.85
604-09
Remove Existing Sewer Stub
60
LF
27.05
1,623.00
604-10
4" PVC Conduit Sleeving
620
LF
8.45
5,239.00
607-01
Orange Safety Fence
2300
LF
1.25
2,875.00
607-02
Smooth Wire Fence
883
LF
2.45
2,163.35
608-01
Concrete Sidewalk (6")
937
SY
27.65
25,908.05
608-02
Concrete Pedestrian Access Ramps with Truncated Domes (8")
60
SY
95.05
5,703.00
608-03
Concrete Drive Approach (6")
750
SF
3.80
2,850.00
608-04
6" Concrete Driveway Replacement
576
SF
3.80
2,188.80
608-05
Hi -Early Concrete (24 Hour)
50
CY
88.00
4,400.00
608-06
Flowable Fill Concrete
300
CY
56.00
16,800.00
Project: South Lemay Avenue Widening (2006)
Date: 05/10/2006
Spec/Item
Number
Description
Estimated
Quantity
Unit Unit Cost
Item Cost
608-07
Exposed Aggregate Median Splashblock (4")
8962
SF 4.00
35,848.00
609-01
Vertical Curb & Gutter (30")
2780
LF 9.40
26,132.00
609-02
Outfall Curb & Gutter (18")
2842
LF 9.50
26,
999.00
609-03
Driveway Curb Cuts (25' Width)
3
EA 456.4
1,369.20
609-04
R & R Vertical Curb and Gutter
50
LF 26.20
1,310.00
609-05
R & R Concrete Sidewalk
20
SF 7.60
152.00
619-01
20" x 8" Tapping Saddle & 8" Valve/ Tap -TB -Valve Box/ FLWD Spec
2
EA 4,135.45
8,270.90
619-02
8" C-900 Water Main
141
LF 38.70
5,456.70
619-03
8" x 2" Temporary Blow -Off
2
EA 460.40
920.80
619-04
8" 22.5 Ductile Degree Bends
2
EA 290.45
580.90
619-05
3/4" Irrigation Water Service & Meter Pit / Copper -Corp -Curb Stop/ FLWD Spec & COFC Spec Backflow Preventer/Metal Screen Cover
1
EA 2 , 590 . 45
2,590.45
Subtotal South Lemay Widening Quantities:
$
1,289,666.85
Landscaping Quantities:
2810-01 Irrigation 0 SF
2000-01 Dry Land Seed
2000-02 Topsoil - 60/40 compost mix for center median
0.30 AC 1,751.00 525.30
288 Cv 14.40 4,147.20
Subtotal Landscaping Quantities: $ 4,672.50
Project: South Lentay Avenue Widening (2006)
Date: 05/10/2006
Spec/Item Description Estimated Unit Unit Cost Nam Cost
Number Quantity
Miscellaneous Quantities:
-
Contract Bond
625-01
Construction Surveying
626-01
Mobilization
630-01
Specialty Signs 3" Letters On 48" x 48"
630-02
Message Boards (4 Boards for a total of 6 Days)
630-03
Jersey Barriers
630.04
Type III Barricades
630.05
Traffic Control
1.00
LS
13560.40
13,560.40
1.00
LS
12886.05
12,886.05
1.00
LS
13509.90
13,509.90
7
EA
87.55
612.85
6
DAY
618.00
3,708.00
50
LF
24.20
1,210.00
8
SECTION 231.75
1,854.00
1
Ls
45863.35
45,863.35
Subtotal Misc. Quantities:
$
93,204.55
TOTAL PROJECT COST (South Lemay Widening with OPTION "A" Flyash, Landscaping Quantities, Misc. Quantities)= $ 1,387,543.90
One Million Three Hundred Eighty-seven, Five Hundred Forty -Three Dollars
Ninety------------------------------------------------------------------------------------ Cents
ALTERNATE "B" FLYASH QUANTITIES:
Flvash Quantities:
307-01 Ontion B - Flvash Subgrade Stabilization - H 2%)
23502 BY 5.15 121,035.30
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:
Compa
/G a6
i ature Date
Kenneth R. Ball, General Manager
Title
00239
License Number (If Applicable)
(Seal - if Bid is by corporation)
,I
Attest:CJq yy Ci
A ress 1800 North Taft Hill Road
Fort Collins, CO 80521
Telephone 970-407-3600
7/96 Section 00300 Page 8
I
SECTION 001110
5TD UOND
KNOW
ALL MEN
BY
THESE PRESENTS: that we, the
undersigned
zi-n Principal,
and
Safeco
Insurance Company Of Amerind___,,,,,,,.
ar. Surety, arc,
ire-r.Pby
lrelci ind
fjimly
bound unto the C: ter of Fort Collins,
Colorado, as
oWNEIIt,
.in the :;nm
of
$ 5% Of Amount Bid
for the
paymr-nl:
t)f which,
well
and truly to be mado, w(- hereby joinLly
and severally
bind ouruelvos, successors, and assigns.
THE CONDITION of this obligation is sur.h that whereas the Principal. ha:;
:;ubfili I I.(Ad Lo C}r(: City of Fort Collins, Colorado the ac:cornpanying Bid and
hi:r;c:hy rm)(10 1 part. hr.reof to enter into a Construction Agreement: for the
c;t1,t:1 ruc:t i.on of Fort. Collins Project, 1r983 South Lemay Avenue Widening
P170jc.cl:.
NOW THEREFORE,
(nl if said Bid shall be rejected, or
(},) t F :;Biel Bid :3hai 1, be accepted and the Principal shall execute and dei ver
a Cuntrzict in tho form of Contract at.t,lr_hed hereto (properly completed in
ncordance with said 13i.d) and shall furnish a BOND for his fe ithEul
performance of said Contract, and for paymctnt. of all persons performing
labor or furnishing materials in conm <:reion therewith, and shall in ail
either respecrs perform the Agreement created by the acceptance of said
Bid, then this obligation shall. be void; otherwise tho same shall remain
in Lorce and effect, it being expr.esn.ly undorstood and agreed that the:
liability of the Surety for any and ,ill, claims hPrreunder shall, in no
event, exceed the penal amount of this obligation as hotrein stated.
The Surety, for value received, hereby stipulates and agreas that the
otrl.iy,st: c)ns of said Surety and its BOND :shall be in no way impaired or
.ifrocIcri by any extension of the time within which the OWNER may accept such
Bid; and said Surety doc;t hereby waive notice of any such extension.
Surety Companies executing boncls must. be, alit:hozized to transact businoss in
tho Far.ate of co.lorado and be accepted by Lhe OWNER.
7/96
Section 00410 Page 2
TN WLTNESfi, WHEREOF, l:he Principal and ChEe Suroty have hereunto set.. their hand.;
an'1 :_;�..;1:: Phi^ 16th day of June _, 2006, and much of them as ,aro
corporZiLions have caused their corporate to be hereto affixod and th. sr>
r resent.:; to be sighed by their proper offerers, the day and year first set
fc'irP.h alx�ve;-
PRINCIPAL
Name: Lafarge North America, Inc. dba Lafarge
West, Inc.
Add L t';:; : 215 N. Mason Street, 2nd Floor
Fort Collins, CO 80 4
Kenneth R.._,Ball, Agent
n'r'rE,sr .
Hy:
Witness,
(SEAL).
j
SURETY
Safeco Insurance Company Of America
Safeco PI
Seattle, WA 98185 (800) 332-3226
BY:
Debra J. Sca r ugh
Title: Attorney- In-Fac
7/96 Section 00410 Page 3
s
'+r
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
No. 6957
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
##KEVIN B. ALEXANDER; JEFFREY C. CAREY; LAURA E. COON; MELISSA D. EVANS; MARY T. FLANIGAN; MICHAEL C.
FROST; DAVID M. LOCKTON; RONALD J. LOCKTON; CLAUDIA MANDATO; KERRY A. MARVEL; CHRISTY M. MCCART;
PATRICK T. MOUGHAN; JAMES C. PATEIDL; PATRICK T. PRIBYL; DEBRA J. SCARBOROUGH; CAROLYN VAN HAAREN;
CLIFFORD B. YOUNG; Kansas City,
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
14th day of March 2006
,w4DAe j uJ
STEPHANIE DALEY--WATSON,SECRETARY
MIKE PETERS, PRESIDENT, SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(t) The provisions of Article V, Section 13 of the By -Laws, and
A copy of the power-of-attomey appointment, executed pursuant thereto, and
(III) Certifying that said powerof-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attomev are still in full force and effect.
have hereunto set my hand and affixed the facsimile seal of said corporation
day of JUN t 6 2006
.Siotlts/
STEPHANIE DALEY-WATSON, SECRETARY
Safeco® and the Safeco logo are registered trademarks of Safeco Corporation.
WEB PDF
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: Lafaree West. Inc
2. Permanent main office address: 1800 North Taft Hill Road Fort Collins, CO 80521
3. When organized: 1989
4. If a corporation, where incorporated: Delaware
5. How many years have you been engaged in the contracting business
under your present firm or trade name? 7 Years
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
City of Fort Collins 2006 Overlay, $2,874.030.00 Fall 2006
Trailhead Subdivision $1,334,099.72 Avgnar 2006
Brightwater Subdivision $1,066,201.08 July 2006
Medical Center of the Rockies $1,0082626.00 December 2006
7. General character of Work performed by your company:
Asphalt Paving, Aggregate and RediMix Supply
8. Have you ever failed to complete any Work awarded to you? NO
If so, where and why?
9. Have your ever defaulted on a contract? NO
If so, where and why?
10. Are you debarred by any government agency? NO
If yes list agency name.
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.
City of Fort Collins 2005 Overlay $2,116,886.00, 12/05, Fort Collins, Paving
Observatory Village, $2,261,000.00, 9105. Fort Collins. Paving
The Meadows, $1,723,202.00, 12/05. Fort Collins. CO Paving
12. List your major equipment available for this contract.
7/96 Section 00420 Page 1
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-3
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
00635 Certificate of Substantial Completion
00635-1
00640 Certificate of Final Acceptance
00640-1
00650 Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660 Consent of Surety
00660-1
00670 Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-34
Exhibit GC -A
GC -Al - GC-A2
00800
Supplementary Conditions
00800-1 - 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1 - 00950-2
00960
Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
SOILS
REPORT
Whatever is necessary to complete the project.
13. Experience in construction Work similar in importance to this
project:
City of Fort Collins 2005 Overlay
Larimer County 2005 Overlay
City of Greeley 2005 Overlay
14. Background and experience of the principal members of your organization,
including officers:
Bob Cartmel VP 20+ years
Steven B. Peterson VP/GM 20+ years
Kenneth R. Ball GM 20+ years
15. Credit available: $
16. Bank reference: Wells Fargo - (503) 721-5252
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
Yes
18. Are you licensed as a General CONTRACTOR? Yes
If yes, in what city, county and state? City of Fort Collins, Larim6that
class, license and numbers? General Contractor #00239
19. Do you anticipate subcontracting Work under this
Contract? YES
If yes, what percent of total contract? 22%
and to whom? Please see attached schedule of subcontractors
20. Are any lawsuits pending against you or your firm at this time? NO
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL
$10,000,000.00
What company? SAFECO Insurance CO of America
22. What are your company's bonding limitations? $80,532,000.00
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 8:00 this 16th day of June . 20 06•
7/96 Section 00420 Page 2
Lafarge,,{dest, Inc.
Byo ffer, :
Title: Kenneth R. Ball, General Manager
State of Colorado
County of Larimer
Kenneth R Ball
being duly sworn deposes and says that he
is General Manager of Lafarge West, Inc. and that
(Title) (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 16 day of
June 20 06
Notary Publi
Tamara J. Wag er
My commission expires
5/23
�: ,SOTARY ••�
PUBLIC
9�OF CpIOeP�O
7/96 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 150 of the contract.
ITEM
Dirt &
Concrete
Flyash
Fencing
Rotomilling
Seeding
SUBCONTRACTOR
Quality Traffic Control
Gerrard Excavating
Express Concrete
Son -Haul, Inc.
Armadillo Fencing
Don Kehn Construction
A&M Landscaping
7/96 Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date: June 21, 2006
TO: Lafarge North America, Inc. dba Lafarge West, Inc.
PROJECT: 5983 South Lemay Avenue Widening Project
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated June 16, 2006 for the above
project has been considered. You are the apparent successful Bidder and
have been awarded an Agreement for 5983 South Lemay Avenue Widening
Project.
The City of Fort Collins will use option "B" Flyash Subgrade
Stabilization.
TOTAL
PROJECT COST (South Lemay Widening with OPTION "A"
Flyash,
Landscaping Quantities, Misc. Quantities=
$1,387,543.90
Option
A - Flyash
Subgrade Stabilization -
307-01
(6%)
23502
SY
$4.40
- $103,408.80
Option
A - Flyash
Subgrade Stabilization -
307-02
(89s)
23502
SY
$4.40
- $103,408.80
307-03
Option
A - Flyash
Operation Mobilization
1
EA
$2,423.05
- $ 2,423.05
Option
B - Flyash
Subgrade Stabilization -
307-01
(12%)
23502
1 SY
$5.15
+ $121,035.30
TOTAL
PROJECT COST (South Lemay Widening with Option "B"
Flyash,
Landscaping Quantities, Misc. Quantities=
$1,299,338.60
The Price of your Agreement is One Million Two Hundred Ninety Nine
Thousand Three Hundred Thirty Eight Dollars and Sixty Cents
($1,299,338.60).
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 July 6, 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.
9/12/01 Section 00510 Page 1
2. You must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders, General
Conditions (Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will
entitle OWNER to consider your Bid abandoned, to annul this Notice of
Award and to declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will
return to you one (1) fully -signed counterpart of the Agreement with the
Contract Documents attached.
City of Fort Collins
OWNER
me B. O'Neill, II, CPPO, FNIGP
ctor of Purchasing & Risk Management
7/96 Section 00510 Page 2
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 21 day of June in the year of 2006 and shall
be effective on the date this AGREEMENT is signed by the City.
The Citv of Fort Collins (hereinafter called OWNER) and
Lafarge North America, Inc.
dba Lafarge West, 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 Bid 5983 South
Lemay Avenue Widening Project and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by North Star Design, who is hereinafter called
ENGINEER and who will assume all duties and responsibilities and will have the
rights and authority assigned to ENGINEER in the Contract Documents in
connection with completion of the work in accordance with the Contract
Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete by October 1, 2006 as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions by October 11, 2006.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not
completed on time. Accordingly, instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
7/96 Section 00520 Page 1
1) Substantial Completion:
One Thousand One Hundred Fifty Dollars ($1,150) for each calendar
day or fraction thereof that expires after October 1, 2006 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 October 11,
2006, the 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: One
Million Two Hundred Ninety Nine Thousand Three Hundred Thirty Eight Dollars
and Sixty Cents ($1,299,338.60), 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. 900 of the value of Work completed until the Work has
been 50o completed as determined by ENGINEER, when the retainage equals 50 of
the Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 1000 of the Work completed. 900 of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application
7/96 Section 00520 Page 2
for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 950 of the Contract
Price, less such amounts as ENGINEER shall determine or OWNER may withhold in
accordance with paragraph 14.7 of the General Conditions or as provided by
law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of
the Contract Documents, Work, site, locality, and with all local conditions
and Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and
tests of subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of the
General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
7/96 Section 00520 Page 3
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
7.2.2 Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4Consent of Surety
7.2.5 Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as
follows:
Sheet
1
Cover
Sheet
2
General Notes
Sheet
3
Typical Sections
Sheet
4
Horizontal Control Plan
Sheet
5
Right -of -Way Map
Sheet
6-7
tility Remove, Replace and Installation Plan
Sheet
8
Water and Sanitary Sewer Plan, Profile and Details
Sheet
9-10
Remove, Replace Plan
Sheet
11
Lemay/Carpenter Intersection Plan
Sheet
12-13
Lemay Avenue Plan and Profile
Sheet
14
Lemay Avenue Overlay Area
Sheet
15-16
Lemay Avenue Control Line and Median Plan and Profile
Sheet
17-18
Grading Plan / Storm Sewer Plan and Profile
Sheet
19-20
Erosion Control Plan
Sheet
21-22
Signing and Striping Plan
Sheet
23-27
Cross Sections
Sheet
28-29
Landscape and Irrigation Plan
Sheet
22-23
Signing and Striping Plan
Sheet
30-32
Details
7/96 Section 00520 Page 4
SECTION 00020
INVITATION TO BID
07/2001 Section 00020 Page 2
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers N/A to N/A, inclusive.
7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General
Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
7/96 Section 00520 Page 5
OWNER: CITY OF FORT COLLINS CONTRACTOR: Lafarge North America, Inc.
By ' �y
RIN ATT C I T MA A
By:
DAMES B. O'NEILL II, CPPO, FNIGP
I ECTOR OF PURCHASING
AND RISK MANAGEMENT
dba Lafarge West, Inc.
Kenneth R. Ball
PRINTED NAME
Title: General Manager
Date: `a D/j RT Date: 6/27/06
�p ••......•Cps
.4 (CORPORATE SEALk w
Attest: it t:
City Cle k •.
Tamara J. Wa ei, �� ct Admi
C•••N•� •.••••/
Address for giving notices: p�ORAp ddress for giving notices
P. 0. Box 580
Fort Collins, CO 80522
Approved s to Fo m
As stand)City Attorney
Lafarge West, Inc.
1800 North Taft Hill Road
Ft. Collins, CO 80521
LICENSE NO.: 00239
7/96 Section 00520 Page 6
SECTION 00610
PERFORMANCE BOND
Bond No. 6429774
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Lafarge North America, Inc. dba Lafarge West, Inc.
(Address) 1800 N. Taft Hill Road, Fort Collins, CO 80521
(WXX)W4A1T(k1(*Rj) , (X�(X)FAVE kA)f)"jfO , (a Corporation) , hereinafter referred to as
the "Principal" and
(Firm) Safeco Insurance Company of America
(Address) Safeco Plaza, Seattle, WA 98185 (800) 332-3226
hereinafter referred to as "the Surety", are held and firmly bound unto City
of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as the "OWNER", in the penal sum of
* in lawful money of the United States,
for the payment of which sum well and truly to be made, we bind ourselves,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 21st day of June, 2006, a
copy of which is hereto attached and made a part hereof for the performance of
The City of Fort Collins project, 5983 South Lemay Avenue Widening Project.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said Agreement during the original term thereof, and any extensions thereof
which may be granted by the OWNER, with or without Notice to the Surety and
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by
reason of failure to do so, and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default then this
obligation shall be void; otherwise to remain in full force and effect.
* One Million Two Hundred Ninety Nine Thousand Three Hundred Thirty Eight Dollars and 60/100 ($1,299,338.60)
7/96 Section 00610 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 27thday of .rune ,
2006 .
IN PRESENCE OF: Princip L rge North America, Inc. dba Larfarge West, Inc.
00,
CZ
2Z-
G�
(Title)
1800 N. Taft Hill Road, Fort Collins, CO 80521
(Address)
(Corporate Seal)
IN PRESENCE OF: Other Partners
By:
By:
IN PRESENCE OF:�j Surety Safeco Insurance(C2lmpany of America
Hai ( By: L//%"��1 ✓►`V'J /�//�.�/L� c`—
Melissa D. Evans, Attorney —In —Fact
By: Safeco Plaza, Seattle, WA 98185 (800) 332-3226
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
7/96 Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No. 6429774
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Lafarge North America, Inc. dba Lafarge West, Inc.
(Address) 1800 N. Taft Hill Road, Fort Collins, CO 80521
(xl%txxbc�RbDxbt�t ta:d) , (xkx)F ciZZ(kRZfA U) , (a Corporation) , hereinafter referred to as
the "Principal" and
(Firm) Safeco insurance Company of America
(Address) Safeco Plaza, Seattle, WA 98185 (800) 332-3226
hereinafter referred to as "the Surety", are held and firmly bound unto the
City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as "the OWNER", in the penal
sum of * in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 21st day of June, 2006, a
copy of which is hereto attached and made a part hereof for the performance of
The City of Fort Collins project, 5983 South Lemay Avenue Widening Project.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in such Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor, performed in such Work
whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
* One Million Two Hundred Ninety Nine Thousand Three Hundred Thirty Eight Dollars and 60/100 ($1,299,338.60)
7/96 Section 00615 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 27th day of ,June
2 OD6
PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
q
I -
(Surety Seal)
North America,
1800 N. Taft Hill Road, Fort Collins, CO 80521
(Address)
Other Partners
e West, Inc.
Surety Safeco Insurance Com ny of America 2
By: _ 10 �yG7/Jz-�1�
Melissa D. Evans, Attorney -In -Fact
By: Safeco Plaza, Seattle, WA 98185 (800) 332-3226
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
7/96 Section 00615 Page 2
Safeco Insurance Company of America
POWER General Insurance Company of America
:. . Safeco Plaza
tb OF ATTORNEY Seattle, WA98185
No. 6957
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
}}KEVIN B. ALEXANDER; JEFFREY C. CAREY; LAURA E. COON; MELISSA D. EVANS; MARY T. FLANIGAN; MICHAEL C.
FROST; DAVID M. LOCKTON; RONALD J. LOCKTON; CLAUDIA MANDATO; KERRY A. MARVEL; CHRISTY M. MCCART;
PATRICK T. MOUGHAN; JAMES C. PATEIDL; PATRICK T. PRIBYL; DEBRA J. SCARBOROUGH; CAROLYN VAN HAAREN;
CLIFFORD B. YOUNG; Kansas City, MI$$O lllk####}### R}}}}k}#kkk#kk#######}}}}}k}kkkk###########}######}#}}}}}}k}kk
its true and lawful a8omey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
14th day of March 1 2006
STEPHANIE DALEYt-WATSON,SECRETARY MIKE PETERS, PRESIDENT, SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the powerof-attomey appointment, executed pursuant thereto, and
(III) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this
S-0974/DS 4/05
day of JUN 'i 2006
3DJS
STEPHANIE DALEY-WATSON, SECRETARY
SafecoO and the Safeco logo are registered trademarks of Safeco Corporation.
WEB PDF
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
ACORDm CERTIFICATE OF LIABILITY INSURANCE 04/01/2007
DATE(MMIDOIYY)
1 06/26/2006
PRODUCER
Lockton Companies
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
444 W. 47th Street, Suite 900
HOLDER. THIS CERTIFICATE DOES NOTME AND, EXTEND OR
Kansas City Mo 64112-1906
ALTER THE COVERAGE AFFORDED E
(816) 960-9000
INSURERS AFFORDING COVERAGE
INSURED LAFARGE WEST, INC.
1060502 NORTHERN PAVING
INSURER A: AMERICAN HOME ASSURANCE CO.
INSURERB: NATIONAL UNION FIRE INS CO.
INSURER C INS CO. STATE OF PA
1800 N. TAFT HILL ROAD
INSURER D ILLINOIS NATIONAL INS. CO.
FORT COLLINS CO 80521
INSURER E'
COVERAGES LAFN001 FK INS 1RER SIICAUTHORIZATE OF EDRREPRESENTATIVECORSPRODUCERTE
ISSUING
A OAND THE CERTIFICATENTRACT EHOLDE11,
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
GENERAL LIABILITY
A X COMMERCIAL GENERAL LIABILITY
X CLAIMS MADE 0 OCCUR
LIMIT APPLIES PER:
AUTOMOBILE LIABILITY
A X ANY AUTO
A ALL OWNED AUTOS
A SCHEDULED AUTOS
A X HIRED AUTOS
B X NON-OWNEDAUTOS
AGE LIABILITY
ANY AUTO
GL3919992
CA3802975 (AOS)
CA3802976 (MA)
CA3802978 (TX)
CA3803458 (VA)
CA3802977 (OR)
NOT APPLICABLE
EXCESS LIABILITY
OCCUR FICLAIMS MADE NOT APPLICABLE
❑
UMBRELLA
_.. DEDUCTIBLE FORM
04/01 /2006 I 04/01 /2007
04/01 /2006 1 04/01 /2007
COMBINED SINGLE LIMIT
$
2,000,000
(Ea accident)
BODILY INJURY
$
j{}(}(J{xxx
(Per Person)
BODILY INJURY
$
XXXXXXX
(Per accident)
PROPERTY DAMAGE
$
XXXXXXX
(Per accident)
OTHER THAN
AUTO ONLY:
C WORKERS COMPENSATION AND WC4784594 (AOS) 04/01/2006 04/01/2007 X Fr 'Ga
B EMPLOYERS' LIABILITY WC4785228 (OR) E.L. EACH ACCIDENT $ 2,000,000
C WC4785861 (WI)/WC4785277 (NJ) E.L. DISEASE - EA EMPLOYEE $ 2,000,000
E.L. DISEASE - POLICY LIMIT $ 2.000.000
D OTHER WC4785225 (FL)
D WORKERS COMPENSATION WC4785862 (MI)
1 D WC4785226 LA, ND, OH, WA, WV, N 1Y)
DESCRIPTION OF OPERATIONSILOCATWNSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
SOUTH LEMAY AVENUE WIDENING PROJECT. RE: CITY OF FORT COLLINS IS ADDITIONAL INSURED (EXCEPT ON WORKER'S COMP)
AS RESPECTS OPERATIONS OF THE NAMED INSURED WHERE REQUIRED BY WRITTEN CONTRACT.
2603892
CITY OF FORT COLLINS
215 NORTH MASON STREET, 2ND FLOOR
FORT COLLINS CO 80524
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED REPRESENTATIVE
ACORD 25S (7197) For Auesdon•regarding this contadad,wne.rladed InU,o weak•esection above and specify the client «a'LAFNoo1'• ®ACORD CORPORATION 1988
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:
5983 South Lemay Avenue Widening Project
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: Citv of Fort Collins
CONTRACTOR: Lafarge North America, Inc.
dba Lafarge West, 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.
By:
CONTRACTOR
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
substantially complete and will assume full possession of the project or
specified area of the project at 12:01 a.m., on
responsibility for heat, utilities, security, and insurance
Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
.17
The
under the Contract
AUTHORIZED REPRESENTATIVE DATE
7/96 Section 00635 Page 1
SECTION 00020
INVITATION TO BID
Date: May 15, 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 June 16, 2006, for the South Lemay Avenue Widening Project; BID NO. 5983.
If delivered, they are to be delivered to 215 North Mason Street, 2Id 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 intersection and
arterial street improvements from Trilby Road south to Carpenter Road
(approximately 5280 linear feet). Nassau Way to Carpenter( approximately 2350
linear feet) the scope includes widening Lemay Avenue to a four lane arterial
street from its existing two-lane configuration, and interim widening at the
Lemay/Carpenter intersection to accommodate auxiliary turn lanes. A full
closure has been granted to construct all necessary improvements. The City of
Fort Collins Pavement Maintenance Program is coordinating rehabilitation and
overlay work on Lemay Avenue with this project. Roadway improvements include
the installation of curb -and -gutter, asphalt paving, rotomilling operations,
flyash operations, bike lanes, some landscaped medians, and storm and sanitary
sewer installations.
The Contractor will provide Traffic Control and Construction surveying. The
Contractor will be required to work with our traffic control supervisor. This
project will be done under a full closure. A total of 4 message Boards for 6
days will be required to notify the traveling public prior/during project
construction.
All Bids must be in accordance with the Contract Documents on file with The
City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado
80524.
Contract Documents will be available May 18, 2006.
A prebid conference and job walk with representatives of prospective Bidders
will be held at 10:00a.m., on June 2, 2006, at 281 N. College Ave, Conference
Room A, Fort Collins.
07/2001 Section 00020 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20
TO: Lafarge North America, Inc. dba Lafarge West, 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, 5983 South Lemay Avenue 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
In conformance with the Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following
date:
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
7/96 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Lafarge North America, Inc. dba Lafarge West, Inc. (CONTRACTOR)
PROJECT: 5983 South Lemav Avenue Wideninq 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: Lafarge North America, Inc.
dba Lafarge West, 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: Lafarge North America, Inc. dba Lafarge West, Inc.
PROJECT: 5983 South Lemav Avenue Wideninq 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 00650 Page 3
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (12198) C
COLORADO DEPARTMENT OF REVENUE V
DENVER CO 26i
2-2416
(303) 232-24 t 6 CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1Xa)CAX)
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you area p plying must be used only for the purpose of purchasing construct ion 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 oft he 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.
Aseparate 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 ofthe subcontractors. fSeereverseside).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO SE DENIED.
RegatatioriAccoLri No. to be assigned by
gad
0170-750 999
( 1 $0.00
89 -
. ���Y IWFt?FI�I�'1-1XJN
trade narnefUbA
oaner. Partner, or corporate name
Mailing address (City. State. Zip).
Contact Person
- Mail address.
Federal Employers Identficalion Number
am ount Tor your contrac-17-
1-axlNumber.
Business telephone raimber
Wors o withholding tax amount number.
z: o { COnIT�Ci O7 $'yN1iYCYC
$1d .
_ antl tl bonta4l Ing atyns T sis oY4
r
Ylrttlf t bjr
ame or exempt organization ass own on contract).
Exemptorganimatin s number
98 -
Address of exempt organizaton IZip)
Fin nclpa Contact at exemp organzaTo—n
Principal con ac s eep one number:
Physical location of projectsite (give actual address wfien applicable and lilies and/or County (ies) where project is located)
Scheduled Moth Jay Year
Estimated Month Day Year
construction start date:
completion date'.
I deal under penally of perjury in the second degree that tare statements made in this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corpora e o Eer
Tile of cor—p—oraig officer
e.
UV NU WKIIL ldtLVW INib LINt:
Section 00670 Page 1
Special Notice
Contractors who have completed this application in the past, please note the following changes in procedure
The Department will no longer issue individual Certificates of exem 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 89i# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
Section 00670 Page 2
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANT ARD GENERAL, CONDITIONS OF THE CoNs,rRtiCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL. CONDITIONS 1910-8 (1990 EDITION
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
TABLE OF CONTi NTS OF GENERAL CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number S'fidc
Number
Number & Title
'dumber
l DEFINITIONS ........... ......._....__._... _._
__1
2 PRELIMINARY MATTERS _ _
_.3
11
Addenda..._.._ ..............._ ..........
_-.1
21
Delivery of Bonds_
3
L2
Agreement..........................................1
22
Copies oflkxumenGs....... ............. ....3
13
Application for Payment,,..,. ,_.,__
__ 1
23
Commencement of Contract
L4
Asbestos....... -.__. _..
.-. A
Times; Notice to Proceed _...._..
3
1.5
Bid .... ........................ ........ ......
... ..... 1
24
Starting the Work _........._.._._......3
i.6
Bidding Documents_,._...-....._...._.1
25-2.7
Before Starting Construction;
1 7
Bidding Requirements,_,,..,,...,
,- 1
CONTRACTOR's Responsibility
LS
Bonds,_ .............................................
I
to ReporL Preliminary• Schediles,
L9
Change Order_--, .............
1
Delivery of Certificates of
1.10
Contract Documents_-
1
Insurance _ -.
3-4
1.11
Contract Price .......... ......... _-
._.._...1
2.S
PreeonstructiunConference
._4
1,12
CantractTimes,... ................... ._
..... 1
29
Initially Acceptable Schedules_ _._..4
1,13
CONTRACTOR .........................
_.....1
1,14
*feerhy ................. .............................
1
3. CONTRACT DOCIMENTS. INTENT,
1,15
Ihawings. ......... __ ....
_ ---)
AMENDING,
REUSE'_ _ _. _.....
4
Lib
Effective Date of the Agreement_
1
3.1-32
intent _ _
4
1.17
ENGINEER, „ ..
1
3.3
Reference to Stundards and Speci-
1.18
ENGINEER's Consultant,., ,._,.,.,.
„__I
fications ofTechnical Societies;
1,19
Field Order ....................... .
-__.l
Reporting and Resolving Dis-
1.20
General Requirements ,,,,,,,,,,,,,,,,,,,,,,,,,2
crepancies.................................
4.5
1 1-1
Hazardous Waste
2
3A
Intent of Certain Terms or
1.22.a
Laws and Regulations; Laws or
Adjectives........ I............................5
Regulations_,__ ......................_.......2
3.5
Amending ContractDocunents._..._.5
122.b
Legal Holidays ..... __......,...._....__.._-_2
3.6
Supplementing Contract
123
Liens .... ............ ... ........
2
Documents- ..... ..... ......... __._5
L24
Milestone.._ ............... _._.......
__ 2
3.7
Reuse ofDocumcuts. ...._....._...._..5
1.25
Notice of Award
2
1.26
Notice to Proceed ................................
?
4- AVAILABILITY
OF LANDS,
1.27
OWNER ................... .__..._..-.....____2
SUBSURFACE AND PHYSICAL CONDITIONS;
128
Partial Utilization
2
RFiFF.RENCE POINTS
5
1.29
PCBs .................. .................... .._...,.-2
4.1
Availability of Lands ............... .....
5-6
1.30
Petroleum „_.- ............ ...__._--._......-2
42
Subsurface and Physical
1.31
Project
Conditions.._...i.
1.32.a
--------- ....... .---------------- ...........2
Radioactive Meserial ............................2
4.2.1
...
Reports and Ihawngs......................
0
1.32E
Regular Working Hours,,,,,,,,,,,,,__..._.
2
4,12
Limited Reliance by CONTRAC-
1.33
Resident Project. Representative,,,.,,-,
.2
TOR Authorized; Technical
1.34
Samples ............................ .........__._il
Data ..... ......__.............................6
1.35
Shop Drawings........ ...._.............._.....
2
42.3
Notice of Differing Subsurface
1.36
Specifications .....................................
2
or Physical Conditiuns.......... ........
6
1,37
Subcontractor ... -- ........... --- .............2
4.14
ENGINEER'sReview ............ ,,,,,,,,„,6
1.38
Substantial Completioq .......................
2
4.2.5
Possible Contract Lktcuments
1.39
Supplementary Conditions„-......
__2
Change_._ ................_- .._
..6
1.40
Supplier, ..................
, .....
4.2.6
Possible Price and Times
1-41
Underground Facilities, ..............
....... -3
Adjustments ............._._.......-_..r7
1.42
Unit Price Work. .........................
...... 3
4.3
Physical Conditions --Underground
1.43
Work...........................................
......3
Facihtics,............ ..........................
7
1.44
Work Change Dircctive,,,,,,,,_,,........
,.3
4.3.1
Shown or Indicated _........ ......
,... 7
1.45
Written Am endment ....... ..............
. _3
4.3.2
Not Shown or Indicated ... .........
7
4.4
Reference Points
7
ii EKW.. (ENFRAL CONDITIONS 1910.8 (199a U)MON)
wt CITY OF FORT C011INS MODIFICATIONS (REV 9f99)
Article or Paragraph
Page
Article or Paragraph
Pace
Number Y'Iitle
Number
Number &
Title
Number
4.5
Asbestos, PCBs, Petroleum,
6.25
Submittal Proceedures; CON-
118zardous Waste or
TRACTOR's Review Prior
Radioactive Material ....... ...........
,?-8
to Shop Drawing or Sample
Submittal
t 6
5. BONDS AND INSURANCE .................................
8
6,26
Shop Drawing & Sample Submit-
5.1-5.2
Performance, Payment and Other
tals Review by ENGINEER ......
16-17
Bonds _ ..............._... ...... ...............
,. 8
6-27
Responsibility for Variations
53
Licensed Sureties and Insurers;
From Contract Documents
,_ 17
Insurance
Certificates of .............
....
.... 8
6.28
Related Work Performed Prior
5-4
CONTRACTORsLiability
to ENGINEER's Review and
Insurance, ......... ..........................
nsurance.....................................
Approval of Required
5.5
Ot1`NER'sLiability Insurance ..... ....
.....
Submittals.._.-......___.. ..__..17
5.6
Property Insurance ... ....... .............
.9-10
6.29
Continuing the Wor).._._..__.__.
17
5.7
Boiler and Machinery or Addi-
6.30
CONTRACTOR's General
tionalProperty Insurance ............
_..Ill
Warranty and Guarantee
17
5.8
Notice of Cancellation Provision
10
6.31-6.33
Indemnification
17-18
5.9
CONTRACTOR's Responsibility
6,34
Survival of Obligations...................18
for Deductible Amounts
lti
510
Other Special Insurance ...... ..,,._.,._10
7. OTIIERWORK...
5.11
Waiver of Rights- ................ __..........
11
Ti-7.3
Related Work at Site ...
... _18
5.12-5 13
Receipt and Application of
7.4
Coordination -
18
Insurance Proceeds
10111
5,14
Acceptance of Bolds and lnsa-
8. OWNER'S
RESPONSIBILITIES ........................
) 8
ance; Option to Replace ...... ,- ,
-...11
8 1
Communications to CON-
5.15
Partial Utilization --Property
TRACTOR., .... _ ._.._.. __
_ 13
Insurance ...... ...................... ............11
S.2
Replacement of ENGINEER .........
...IS
8.3
Furnish Data andPay Promptly
6. CONTRAC.I'OR'S
RESPONSIBILITIES __..........11
When Due..................................18
6.1-6 2
Supervision and Superintendeneq .......
11
8.4
Lands and Easements. Reports
6.3.6.5
Labor, Materials and Equipment,-,
11-12
and Tests„ _ _
18-19
6.6
Progress Schedule,_._„_,,,,,,,,,,,,,,_._..12
8.5
Insurance...._..._
19
6.7
Substitutes and "Or -Equal" Items;
8.6
Change Orders_.,_._
9
CONTRACTOR's Expense;
8.7
Inspections, 'Tests and
Substitute Construction
Approvals... ................................
19
Methods or Procedures;
8.8
Stop or Suspend Work;
ENGINI ER's Evaluation. ....... .....
12-13
Terminate CONTRACTOR's
6.8-6.11
Concerning Subcontractors.
Services-, ...... ................ .............
19
Suppliers and Others;
8.9
Limitations on OWNER'S
Waiver of Rights ... .............. .......
13-14
Responsibilities._._...-., _..__..,..19
6,12
Patent Fees and Rnyalties..................
14
8,10
Asbestos PCBs, Petroleum,
6.13
Permits ...............
_.14
Hazardous Waste or
6.14
laws and Regulations., ........ ............
i4
Radioactive Material_
19
6.15
Taxes,, _ ,,,,,,,,,,,,,,,,,,,,......... ....... ,
14-15
8.11
Evidence ofFinancil
6.16
Use ofPremisers. .......... .................
__15
Arrangements.. _..........__............19
6.17
Site Cleanliness.,... I.. I .... ...._..............
15
6,18
Safe Structural Loading ..................
..15
9, ENGINEER'S STATUS DLi MNG
6.19
ReeordDocumants......... ._.................15
CONSTRUCTION.......... .................
..........
19
6,20
Safety and Protection ------ .__,,,-„„-15.16
9.1
OWNER's Representative,___._
6.21
Safety Representative ........................16
9.2
Visits to Site. ,........... _..................
19
19
6.22
Hazard Communication Programs ..
.... 16
93
Project Representative..._ ....... ..ly?1
6.23
Emergencies_.....,,,,,, ,,,;
16
9.4
Clarifications and Interpre-
6.24
Shop Drawings and Sample*..............16
cations........................................
2l
9.5
Authorized Variations in AWk.
..... -21
ai E)CDC GENERAL CONDITIONS 1910-8 p 990 EDI.1101,J)
w! CITY (&' FORT COLONS MODIFICATIONS {REV 9/99)
The Contract Documents and Construction Drawings may be examined online at:
1. City of Fort Collins BuySpeed: 'isp
2. Mercury-LDO Reprographics: www.mercury-1do.com
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.
Construction Document Ordering Instructions
(Download a complete P1anWell 4.0 Ordering Guide from www.planwell.com)
1.
2.
GO TO: www.mercury-ldo.com
SELECT: Denver Links: "Plan Well"
rl
07/2001 Section 00020 Page 2
Article or Paragraph
Number & *1 itle
5.
6,
Page Article or paragraph Rage
Number Number & ride Num her
4.5 Asbestos, PCBs, Petroleum,
I lazmdous Waste or
Radioactive Material ...... ........ 7-8
BONDS AND INSURANCE ... ...... ..........
5.1-5.2
Performance, Payment and Other
Bonds ................
8
53
Licensed Sureties and Insurers;
Certificates of Insurance.... .............
.. S
54
(_ONTRACfOR`s Liability
Insurance ..................................
_9
5.5
OWNERs Liability Insurance ..... 11-
... - 9
56
Property Insurance......_ ..... ..........
9-10
5.7
Boiler and IMachincry or Addi-
tional Property lnsoranoe ........ .......
JO
5,8
Notice of Cancellation Protision ...
10
5.9
CON'TRACTORs Responsibility
for Deductible Amounts.1.1 ... 1
1110
Other Special Insurance.... .- ... ........
10
Waiver of Rights_ ............. .... ......
-.11
5,12-5,13
Receipt and Application of
Insurance Proceeds .....................10.11
5.14
Acceptance of Bonds and Ins%-
ancet Option to Replace ...... ... .........
11
5.15
Partial Utilization -Property
Insurance, ......................................11
CONTRACTOR'S RESPONSIBILITIES ...............11
61-62
Supervision and Superinteridenci; .....
_ 11
6.3-65
Labor, Materials and Equipment.-
11-12
6.6
Progress Schedule, , .....
.... 12Z
6.7
Substitutes and "Or -Equal" Items;
CONTRACTORs Expenft;
Substitute Construction
Methods or Procedures.
ENGINEERS Evaluation ... __ ...
1243
6.8-6.11
Concerning Subcontractors,
Suppliers and Others;
Waiver of Rights-,_ ...................
)3-14
612
Patent Fees and Royalties ................
... 14
6.13
Permits-.._.._......._.__
6.14
Laws and Regulations ........................14
6.15
Taxes .... ... .... ......... _ .......
14-15
6.16
i
Use of Premises ................................
15
6.17
Site Cleanliness ................................
15
6,18
Safe Structural Loading .....................15
6,19
Record Documents_.--- .... .................15
6.20
Safety and Protection-_ . - _ . ....... ....
15-16
6.21
Safety Representative,-.--,_............
_J6
-
Hazard Communication Programs.,,,,,
16
6.123
Emergencies .....................................16
6.24
Shop Drawings and Sample* ....
.... 16
6.25
Submittal Promeduresi CON-
TRACTOR's Review Prior
to Shop Drawing or Simple
Submittal
16
620
Shop Drawing & Sample Submit-
tals Review by ENGINEER,
16-17
6.27
Responsibility for Variations.
From Contract Documents
17
6.28
Related Work Performed Prior
to ENGINHER's Review and
Approval of Required
Submittals..
17
629
Continuing the Work
17
6.30
CONTRACTORs General
Warranty and Guarantee,
17
6,31.6.33
Indemnification,
634
Survival of Obligations ........ ..........
18
7 OTHERWORK
7.1-7.3
Related Work at Site
18
7.4
Coordination,
18
9, OWNER'S
RESPONSIBILITIES ........................
IS
91
Communications to CON-
TRACTOR _
is
8.2
Replacement of ENGINEER .....
...... IS
8.3
Furnish Data andPay Promptly
Alien Due ___ ......................
__18
84
Lands and Easements: Reports
and Tests-,
- 18-19
8.5
Insurance„_._____....___ . ......
8.6
Change Orders.....__.-_
83
Inspections, Tests and
Approvals ........... .......................
19
8.8
Stop or Suspend Work'.
Terminate CONT RACTORs
Services
... 19
8.9
Limitations on OWNER'S
Responsibilities ...... 1.1 r I - .........
19
8,10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material ..............
19
8.11
Evidence of Financial
Arrangements..................
_19
9. ENGINEER'S STATUS DMILNG
CONSTRUCTION........ ... ....... .... ...
19
9.1
OWNEWs Representative....__.......
19
9.2
Visits to Site......,,__._
93
Project Representative,,,... ...
19-21
9.4
Clarifications and Interpre-
tations._
21
9.5
Authorized Variations in XMrk .
..... 21
iri E-W-W MNFRAL COMMONS 1910-8 (1990 RX110N)
w/ CITY OF FORT COMMSMODIFICAMNS (RFV 9199)
Article or Paragraph Page Article or Paragraph
Number JL I isle Number Number & Title
96
Rejecting De�lecfive Work , _ . .
___ 21
0 7-99
Shop Drawings, Change Orders
and Payments.._.....,....._ .............21
9 to
Determinaticris for t'nit Prices
711 22
9,11-9 12
I)ccisions on Disputes, ENGI-
NEER as Initial Interpreter,
9,13
Limitations on ENGINEER's
Authority and Responsibilities,
224-23
CHANGES
IN"[1-11' WORK . ......
1 23
fit I
OWNEK's Ordered Change .........
..... �23 14,
10.2
Claim for Adjustment
103
Work Not Required by Contract
Documents_.,....__
23
14.) 4
Change Orders.
23
10.5
Notification of Surely
23
CHANGE OF CONTIZACr vRici,
11 1-11 3
Contract Price, Claim for
Adjustment. Value of
the Work ...... ...
2324
11A
Cost of the Work .......... .....
24-25
11.5
Exclusions to Cost of the Work.
25
11 6
CONTRACTOR's Fee
... 25
113
Cost Records..,........_-._
25-26
11.8
Cash Allowances .....
11.9
Unit Rice Work
26
CHANGE OF CONTRACT TIMES.. ..... ....
121
Claim for Adjustment.
12.2
Time of the Essence
26
U. 3
Delays Beyond CONTRACTOKs
Control ......... _1 .... . ....
112.4
Dclayit Beyond OWNER'sand
CONTRACTORs Control ......
TESTS AND INSPECTIONS. CORRECTION'
REMOVAL OR ACCEPTANCE OF
DEFECUEE WORK .......
27
13.1
Notice of Defect% .......... .......... ......
27
13.1.
Access to the Work,
227
1333
Tests and Inspections,
CONTRACTOWs Cooperation-...._.
1-7
13.4
OWNEIRs Responsibilities;
Independent Testing Laboratory .......
27
13.5
CONTRACTORs
Responsibilities- _ .. ...... _ .. .....
13.6-137
Covering Work Prior to Inspec-
tion, Testing a Approval„___ ... . ....
27
13.8-119 Uncovering Work at ENGI-
Page
Number
NEFR's Request..... _........... _
7-28
13.10
OWNER May Stop the Work ...........
28
13.11
Correction or Removal of
Defective WoTk .......... I ... I ........
.... 28
13.12
correction Period ...... ... ........
__ 28
13.13
Acceptance ol[Defeclive Work ....
.... 28
13,14
OWNER May Correct Defective
Work __ _ ...................
28-29
PAYMENTS TO CONTRACTOR AND
14.1
Schedule of Values.._ ....... .......
_29
14.2 .
Application for Progress
Payment.__..._ .... ___ ...... .......
29
143
CONTRACTOWs Warranty of
Title ...........................................29
14.4-14,7
Review of Applications for
Progress Payments - �.., .... 1 ...
1-9-30
14.8-149
Substantial Completion ............
...... 30
14.10
Partial Utilization ... _.__ ........ _30-31
14.11
Final Inspection ........ ............
1 31
14.12
Final Application for Payment ........
31
14.13-14-14
Final Payment and Acceptance ...
1131
14.15
Waiver of Claims, . . ......... __ ---
31-32
15. SUSPENSION OF WORK AND
TERMINATION ........... __ .................... ............
32
15.1 OWNER May Suspend Work ..........
32
15.2-15.4 OWNERMay'rcrminatc...,
15.5 CONTRACTOR May Stop
Work or Terminate .................
32-33
16 DISPUTE RESOLUTION ..................................33
17. MISCELLANEOUS ....... ........... ......... _ .........
_33
111 Giving Notice ........ .........
.... _ 33
IT2 Computation of Times ...................33
173 Notice of Claim .......... I ... 1
.... 33
17.4 Cumulative Remediesk ..................
_33
17.5 Professional Fees and Court
Costs Included ...............
...... _33
IT6 Applicable State Laws,_, ...........
33-34
intentionally left blank.......................................
EXHIBIT GC -A: (Optional)
Dispute Resolution Agreement .....................GC
-Al
16.1-16.6 Arbitration ........ _ _ ....... __GC
-Al
16.7 Mediation......._ ............... ......
!3C-Al
LJCDC GrXffLALCONDITIONS 1910-809" M-1710N)
w/C.ITY OF FORT C01JJNS MODMCAMNS (REV91991)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General ('Onchfions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insunince......., 5.14
dq .petive Work 10 4 1, 13 5, 13.13
final Payment- 912, 1415
insurance-, ... ..... ...... .... .. ..... . .. 14
other Work, by CONTRACTOR
Substitutes and 'Or -Equal' Items' 671
Work by OWNER 6 lo
634
Access to the__
Lands. OWNER and CONTRAC-FOR
responsibilities._., .......4.1
site, related Work.........___...._..- ....... ... . ....... T2
Work, ..... .... 13 1 1314, 149
Acts or Omissions--, Acts and Omissions_
CONTRACTOR 69 1,0133
HNGINPlik 6 20, 9 133
OWNTH R 6.20, 8.9
Addenda --definition of (also see
definition of Specifications)._.. (16, 1.10.6.19). 1.1
Additional Property Insurances ........................... 51
Adjustment -;-
Contract Price or Contract
Times ..............1.5.3.5, 4.1. 4.12, 43.2
.... 4.53, 9.4, 95, 1 o 2-10.4,
....... .. 11, 12, 14,8, IS 1
progress schedule, ...... .... ..... 66
Agrccm ent--
definition of ............................................. ........ i 2
"All -Risk" Insurance, policy form ............. .. .... _ ., 5.6.2
Allowances, Cash ... .................. ......... __ ........... 11 8
Amending Contract Documents .............. ........ ....... 3.5
Amendment. Written --
in general, . � . . ...... 1.10, 1.45, 3.5, 5,10, 5A4 66.2
............ I ....... .... 4 .8.2, 10A, 11.2
12.1, 13122. 14,72
Appeal, OWNER or CONTRACTOR
intent to ........... _9. 10, 9.11, 10.4, 16,2, 16.5
Application for Payment --
definition of......................................................1.3
ENGINEFRs Responsibility ............................... 9.9
final payment ----
...... ..... 9.13.4,9A33,14,11 14 15
in general.........._... .... .... 2.8, 2,9, 5.6.4, 9. 10, 15.5
progress payment..,.,,._......11 .......... - .... 14.1-14.7
reV'0W Of ...... 11111--1 _ 14.4-143
Arbitration ....... ............ __ ............. ...... 16.1-16.6
Asbestos—
claims pursuant thcretp, ........... _4_5.2.45.3
CONTRACTOR authorized to stop Work,,.. . .4.5.2
definition of...___ ......... .... ......... ... 1.4
Article or Paragraph
Number
ONVM-'R responsibility for,.
_4 5.1, 8.10
possible price and times change ....
.......... 14.5.2
Authorized Variations in Work- ....
�3.6. 625, 6.27, 9.5
Availability of Lands
A. 1, 8.4
Award, Notice of --defined ...... .
............ 125
Before Starting Constructim, .... ......
.......... ... I ... Is - _18
Bid --definition of„-..1.5(1 1, 1,10,13,33,
4.2 6-4.
6.13, 11.4.3, 11.9. 1)
Bidding Documents --definition
of
......... J.6 (6.8.2)
Bidding Requirements --definition
of ....... 11 ....... __ ....... ......
1 7 (1.1, 4 2-6,2)
Bonds --
acceptance of
- 5.14
additional bonds
11.4.5.9
Cost of the Wvrk,. .........
........... . 11.5.4
definition of
1.8
delivery of,,,,,,,..,,,_,,, ..............
........ 71, 5.1
final Application for payment .. .
....... 14.12-14-14
general ......................................
1,10, 5-1-5.3, 5.13,
. .. ..... .
9,13, 10.5,14.7.6
Performance, payment and Other.,
..... ..... ... . 5. 1-5. 2
Bonds and Insurance --in general.._.........._...._..........5
Builder's risk 'all-risk" policy form.._._ ........ _ ...... 5.6.2
Cancellation Provisions, Insurance. ,, 5,4.11, 5.8, 5.15
Cash Allowances....................................................11.8
Certificate of Substantial Completion.. 11.38, 6.30.2,3,
_14.8, 14.10
Certificates of Inspect ion. 9.13.4, 13.5, 14.12
Certificates of Insurance 17. 5.3. 5AA1. 5,4.13,
5.6.5, 5.8. 5.14.9.13.4, 14.12
Change in Contract Price --
Cash Allowances 11,8
claim for price
adjustment,..... 4.1, 4.2.6, 4.5. 5.15, 6.8.2, 9.4
....... . _ 93. 9,11, 10.2. 10.5, 11.2. 13.9,
........ ........... .J3.13,13,14,143,15A, 15.5
CONTRACTOFVs fee .........................................11.6
Cost of the Work
general., ........ .......
.. . ... 11.4-11.7
Exclusions to
11.5
Cog Records
in general .... ...... 19, 1 A4, 91 .10.4.2,
10,43. 11
Lump Stan Pricing ...... _ .................................
11-3.2
Notification of Surety ... .......
...... ....... _.M5
Scope of, ...... ........ ...................
JO.3-10.4
Testing and Inspection,
Uncovering the Work ......... ___
............... ... 13.9
Ejcw (,ENtxAL coNwnom igio-it og" Eornoto
w/ CITY OF FORT MLLM MODIFICATIONS (AEV 91")
1_7nit Price Work 11.9
Article or Paragraph
Number
Value of Work.
Change in Contract'rimes-
('laim for times adjustment ........
4,11 42.6. 45, 5.15,
... &8.2, 9.4, 9,5, 911,
10,2, IV5, 12.1,
_ ............13 9, 13,13, 13
14, 14.7, 15,1, 15.5
Contractual time iimitg
___._..12.2
Delays beyond CONTRACTOR's
control_ . .- ........ _.....
_ __.. -.)2.3
Delays beyond OWNER's and
CONTRACTORscontrol........
_...- ._......12.4
Notification ofsurety ..... _... _ ....
........... .... 10,5
Scope of change..... _ _ .
.........10.3-10.4
Change Orders--
AcceptanceofDefective Work___,,.
---13-13
Amending Contract Documents ...........................15
Cash Allowances
11.8
Change of Contract Price.___..-_
_...._.........11
Change of Contract Times.,,,,,-,
__.._-_.........-lam
Changes in the Work .__........_-._..-..._-...._....JO
CONTRACTOR's fee........................................11.6
Cost of the Work- .............. ..._..
.............. 11.4-11.7
CastRecords........._ ................ ........-.._...._.,.11.7
definition of ..................... ..............
..... ............. .1.9
emergencies...................................................0.23
ENGINEERs responsibility--- ....
9.8, 10.4, 11.2, 12.1
execution of......................................................10.4
Indemnifiction,,,,6.12, 0.16, 6.31-6.33
Insurance, Bonds and. -.-_,,,
... 5.13, 10.5
OWNER may terminate.... _ ..... ...
...... .......15.2-15.4
OWNER's Responsibility.. .. _ ..................
8.6, 10.4
Physical Conditions -
Subsurface and.............................................4.2
Underground Facilities-- ...........
-.1,,,,,,,,,,,,,,4.3.2
Record Documents„_._„„_.-.... _.
6.19
Scope of Change...._.................................10,3-10.4
Substitutes., . ........... __,..............,._......6,7.3,
6,8.2
Unit Price Work- ................. ....................__...11.9
value of Work, covered by.. . ................
............ . 11.3
Changes in the Work .............. ............
..... __ ._.... -..10
Notification of sway. .......... ......
_.... -... .-...... ....10.5
OWNER's and CONTRACTORS
responsibilities ......... ... ............
____ ...... ..... 0.4
Right to an adjustment.....
Scope of change.___ .......
........ ....... 103-10A
Claims --
against CONTRACTOR.......... „_
.................. _.6.16
against ENGINEER..._ ..................
_............... 6.32
against OWNER.........................._...................0.32
Change of Contract Prie n...............
_.......... 9.4, 11.2
Change of Contract Times,,,,,,,,,,,,,,,,,,,,,,,,,
9.4, 12.1
CONTRACTORS-....-.- ----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
h
CM, FRACI OR's Fec 116
Article or Paragraph
Number
CONTRACTOR'S habihty„- ..... -.5.4, 6,12, 6,16, 631
Cost of the Rork _ _
l 1 4, 11.5
I)ecisions on Disputcs,,,.,._............ ,- ........
9.11, 9.12
Dispute Resoluuon .... .... ......
,..... .--_16.1
Dispute Resoluticxr Agreement „...........
_,... 16-1-16.6
ENGINE -ER asinitial interpreter. ......
_ . _.._.-_.9,11
Lump Sum Pacing _ _ ...
_ _ 11.3.2
Notice of
17.3
Oib'NFRs.,,,,.... ... 9.4, 95,9,11,
102, I1,2, 11.9
12.1. 13.1), 13.13,
13.14. 17.3
01y'NER's liability ....
_... 55
ONNNIER may refuse to make payment__,
Professional Fees and Court Costs
Included__ _ _ __......_.
_ _ ITS
request for formal decision on ......... ....._............
9.11
Substitute Items
6 7.1.2
Time, Extension _ __- .. _ .,---._
12.1
Time requirements _.... _ ... ......... _
... .9.1 L 121
Unit Price Work
11,9-3
Valueof........................._......._.......................1,13
Waiver of -on Final Payment ................
14.14, 14,15
Work Change Directive.-___..._....__...__...__._.10-2
written notice requirecJ.,9.11, 11.2, 12.1
Clarifications and Interpretations-, ..
3.6,3, 9A. 9.11
Clean Site . _ ... _ _ _. _... _. .. _ ..
_ 6.17
Codes of Technical Society, Organization
or Association....._............._............................3.33
Commencement of Contract Timer
_13
Communications --
general .............. ....... ......6.2,
6.9.2, 8.1
Ilazard Comm unication Programs_ ............
....6.22
Completion --
Final Application for Paymeal ..........................14.12
Final Inspection_ . -.,, .....
..... .._.._.14,11
Final Payment and Acceptance„ .... .........
14.13-14.14
Partial Utilization,._ ........................_,..........
14.10
Substantial Completion _,_ ...... _-1,38,
14-8-14.9
Waiver of Claims.___
J 4. 13
Computation of Times ............ _......... -.._.._17,11-17.2
2
Concerning Subcontractors, Suppliers
and Others .................._ _..._-._....6.8-6,11
Conferences --
initially acceptable schedules, _-, _. _„ _,,,,,,,._
_., _ _.19
preconstruction..................................................2.8
Conflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report ...... ......_.....
_ . _. 2.5, 3.3.2
Construction, before starting by
CONTRACTOR ........ ......
2, 5-17
Construction Machinery, Equipment, etc,
...... ,,,........ 6,4
Continuing the Work ........ ...... .....................
6.29, 10.4
Contract Documents -
Amending.........................................................3.5
Bonds.- ........__ .__.._.. _-._........_...._.__._.,.5.1
FJCiX' CIENFR.AL CONDITIONS 1910-8 (19" WITION)
wl CITY OF FORT C(N,i- M MODIFICATi ONS (RGV 9?99)
Cash Allowances jig
Article or Paragraph
Number
Change of Contract Price ............... I ....................
1 I
Change of Contract Times
Changes in the Work.................................lil.4-105
check and verify ............. .._...... _._....__
....__.2.5
Clarifications and
Interpretations.......-_,,,.,.._.,_.,,12. 3.6, 9A, 9 11
definition of ........... _........... .....................
..1.10
ENG[NEER as initial interpreter of _ „----.,,9,11
ENUINEER as OWNER'S representative..............9.1
genera]3
Insurance_..... ..._........ ........_..._........-..___
53
Intent _...._.,._-......... ....._........3.1-3.4
.................
minor variations in the Work._ ..................
.3 6
OWNER's responsibility to furnish data ......
___ 8.3
OudNFR's responsibility to make
prompt payment . .......... ....._..- 83, 14A.
14.13
precedence..._ .. ....... ....... ,..3.1,
3.3.3
Record Documents......_..._._....
6.19
Reference to Standards and Specifications
of Technical Societies...................................3.3
Related Work ..................... .......... .....................
7.2
Reporting and Resolving Discrepancies....
..2.5, 3.3
Reuse of .....-_.....
_3.7
Suppl ern enting................... ....... _.......-.....,
.... _ .. 3.6
Termination of ENGINEER'SEmplo}mlent
.._. K2
Unit Price Work...............................................I1.9
variations... .... ...................... __;3.6,
6.23, 6.27
Visits to Site, FNGINEBR s._. _ _ . _ _ ._......
_. 9.2
Contract Price -
adjustment of., 3.5, 4.1. 9.4. 10.3,
11.2-1 L3
Change of .......................
...I 1
Decision on Disputes, ......... ..............................
9.11
definition of......................................................1.11
Contract Times --
adjustment of ...___ ..................3.5, 4.1, 9.4, 10.3, 12
Change of ................ ....12.1-12.4
Corn mencement of .............. _ .....................
_..... 2.3
definition oF,......._............................................1.12
CONTRACTOR -
Acceptance of Insurance...._ .... ......... ......._.._---
5.14
Communications................................._.,.6.2,
6.9.2
Continue Work ......... .......... .....................6.29,
10.4
coordination and scheduling,,, .......... __ .........
0.-9.2
definition a( .....................................................1.13
Limited Reliance on Technical
Data Authorized.._............._.._.................4.2.2
May Stop Work or Terminate ....... ..............
...... IIS'S
provide site access to others,,,,,,,,,,,,,,,,,,,,,,,
7.2, 13.2
Safety and protection-, 43.1.2, 6.16. 6.18,
..................................... 6.21-6.23, 7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal, .......... ....... _ ........ ..........
6, 25
vii
Stop Work, requirements _ _ _ 4 4 2
CONTRACT"OR's--
Article or Paragraph
Number
Compensation .__ _
11.1-11.2
Continuing Obligation_ ...... ........... .........
14,15
Defective Work ...... 9.6. 13.10-13.14
Duty to correct tfective Work_ . _.-
..... 1311
Duty to Report --
Changes in the Work caused by
Emergency- _ _..
. _...6.23
Defects in Work of Others..............................73
Differing conditions ....... .... . .. .._...._
4,23
Discrepancy in Documents, .......2 5, 13,2,
6.14.2
Underground Facilities not indicated.
........4.3.2
Emergencies.-_ __
623
Equipment and Machinery Rental, Cost
of the Work .........................................
J 1.4.5.3
Fee --Cost Vlus... _. .-11 4 5 6. 113.1,
11 6
General Warranty and Guarantee
6;3t1
Hazard Communication Programs.,,._...,__.
....6,2:
Indemnification..__..._ .. ....... -6.12, 6.10,
6.31-6.33
Inspection of the Work ...............................
7.3, 13.4
Labor, Materials and F.quipmen4....................6.3-6.5
Laws and Regulations, Compliance by .........
..,6.14,1
Liability Insurance_ _.............................
5.4
Notice of intent to Appeal ,,,,,,,,,,,,,,,,,,,.....
9,10, 10A
obligation to perform and complete
theWork....................................................6.30
Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,
6.12
Performance and Other Bonds „ _
3.1
Permits, obtained and paid for by ... ........_.........
0.13
Prugress Schedule,..,.,._....._...........Z6, 2.8. 2.9, 6.6,
...... .............._.........-........6.29, 10A, 15.2.1
Request for formal decisionon disputes,,,,,
9.11
Responsibilities --
Changes in the Work ......................._....._
10.1
Concerning Subcontractors, Suppliers
and Others........_ ...........................
6.".11
Continuing the Work .... ........ .........„_.6.29,
10.4
CONTRACTOR'S expense...........................0.7.1
CONTRACTOR'S General Warranty
and Guarantee ....... ......... __.__........-_.6.30
CONTRACTOR'S review prior to Shop
Drawing or Sample submittal ... ..............
Coordination ofWork........_....._...............6.9.2
Emergencies,_ ............ _ .....................
........ 6.23
ENGINEER:s evaluation, Substitutes
or "Or -Equal" Items .... ...... ..... .......6.7.3
For Acts and Omissions
of Others ................ _.........,6.9.1-6.9.2, 9.13
for deductible amounts,insurance...................5.9
general........................................61 7.2,
7.3, 8.9
Hazardous Communication Programs .....
-.... 6.22
Indetnni ficatim...................................6.31-633
U)CDC GLNERAL COMAMNS 1910.8 0 "0 EDIl70N)
wJ CITY OF FORT MI.LINS MODIFICATIONS (RF.Y 9i99)
Labor, Materialsand Equipment
Laws and Regulations 6.14
Liability Insurance. ............. 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents
6.27
Patent Fees and Rcwalties............._,___.......-.6.1^_
Permits _...._ . __._....._........_..0-13
ProgressSchedule
6.6
Record Documents
6.19
related Work performed prior to
ENGINEWs approval of required
submittals.- ......... .. ...
_...6.28
safe structural loading
...6.18
Safety and Protection __- 620,
7.2, 13.2
Safety Representative_.
Scheduling the Work.................................6.9.2
Shop Drawings and Samples __.__.._....624
Shop Ihawings and Samples Review
by ITGINEER
6.26
Site Cleanliness -- _ _
__-..617
SubmittalRocedures-,,,,,6.2,5
Substitute Construction Methods
and Procedures._......................__....._672
Substitutes and "Or -Equal" Items.,,._...,.,,-„
6.7.1
Superintendence. _._..... ..._........................0.2
Supervision_ _. .............__.....61
Survival of Obligations .......... ......................
6,34
Taxes.........................................................6
15
Tests and Inspections .. _.... _..._....
13.5
To Report _.........___ ........... .... ......
...... ._ 23
Use of Premises6.16-6.18,6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal.........................................6.25
Right to adjustment for changes in the Work ..... 10.2
Tight to claim... ...... 4, 7.1, 9A, 9.5, 9.11,
10.2,11.'_-,
_,11,1_-11.9, 12.1, 13.9, 14.8, 15.1,
15.5, 17.3
Safety and Protection .......... ...... 6.20-6.22, T2, 112
Safety Representative . ..._......................
6.21
Shop Drawings and Samples Submittal;.. ...
6.24.628
Special Consultants__,_...
Substitute Construction Methods and Procedures 6.7
Substitutes and "Or -Equal" Items,
Expense.............. ............... ....... ....... 6.7.1,
6.7.2
Subcontractors, Suppliers and Others,,_., ...
6.8-6.11
Supervision and Superintendence ......... 6.1,
6.2, 6.21
Tares, Payment by....... .......... __.................6,15
Use of Prem ises, ,...... _.... _ . _ .
...........
6.1 &6.18
Warranties and guarantees._......................6,5,
6.30
Warranty of Title ................
34.3
Written Notice Required --
CONTRACTOR stop Work or terminate
--„-..15.5
Reports of Differing Subsurface
and Physical Conditions_....................4.2.3
Substantial Completion_ ._. ..... .... _........
14.8
VM
CON I' RAC'I't )RS--other.
Contractual Liability Insurance.
ConVactual Time Limits,
Coordination--
5A_ 10
Article or Paragraph
Number
CON'fR=AC'1'OR'sresponsibility. ........
.-_ .6.9.2
Copies of Documents.....__..........
'-'-
Correction Period . .. ........... .........
.... .13. ]2
Correction, Removal or Acceptance
of Defective Work—
in general...................................10A.1,
13.10-13,14
Acceptance of Defective Work........ ..._
_.. _13.13
Correction or Removal of
Defective Work.......... ,. ....6.30,
13.11
Correction Period . _..._ ._.
13.12
OWNER May Correct Defective Work ...
-..13.14
OWNER May Stop Work ......................
........ ...13.10
Cost --
of Tests and Inspections_.... _, .. _.....
13 4
Records]1.7
Cost of the Work—
Bonds and insurance, additiotlal,,,,,,,11.4.5.9
Cash Discounts_ ................. .....................
_j 1.4.22
CONTRACI'OR's Fee ...... _................._-.„_..
_ 11.6
Employee Expenses.
L4.5.1
Exclusionsta.,....-..._................ ..........__...-...,11.5
General 11.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages, ....................................
11.4.5.6
Materials and equipment.._......._....._
_...._- 11.42
Minor expenses ................._............
11.4.5.8
Payroll costs on changes, ............. ..................11.4.1
performed by Subcontractors ....... ..................
...1,4.3
Records113
Rentals of construction equipment
and machinery_._. ... _..... ..... ...... ..........
.31.4.5.3
Royalty payments, permits and
license fens_ ................11.4.5.5
Site office and temporary facilities,-„_,-..„..,
l L4.5 2
Special Consultants, CONTRACTOR's............
31.4.4
Supplemental__ __.......... ................ ....
...... 11.4.5
Taxes related to the Work, ..... _ ...... .............
11.4.5.4
Tests and Inspection. __................ _,.....
............ 13.4
Trade Discounts_ ............... . ...........11.4.2
Utilities, fuel and sanitary facilities ,,,- ..........
11.4.5.7
Work after regular hours. . .... ....... _ ... .........
_IL4.1
Covering Work._........................ ....... .........
13.&13.7
Cumulative Remedies .............. _ _-............-,,,
_ 17,4.17.5
Cutting. fitting and patching,...... _.......,...I ...............
7:2
Data, to be furnished by OWNER_ - ..................
......... R3
Day —definition of . ....... .......... .................. ...........
,17.2.2
Decisions on Disputes ...... ............ ............ ,.....
9.11, 9.12
defecthy--definition of_ ........ .......... ........
......._...1.14
dejectiva Work—
Acceptance of, ................ ......................10.4.1,
13.13
EKixD aE13Em CONurnONS 1910 -3 (19% EDITION)
w/ CITY OF FORT COII MS MODMCATIONS (RFV 91")
Correction or Removal of I i1A 1, 13-11
Corrcction Period .,_..,1112
in general .... ............... , ............_.....13. 14.7, 14.11
Article or Paragraph
Number
Observation by ENGINEER ............ ....................
9.2
OWNER May Stop Work...__,
Prompt Notice of Defects._ ... _. _ . ........_13
i
Rejecting....... _........... ......
.....96
Uncovering the Work - _.. ..
Definitions ...-
Delays ..............._........,.....,4 1, 6.291 12.3-12.4
Delivery of Bonds, . ..... -.. .............1
Delivery of certificates of insurance...... _ ..... _ . _.....
2 7
Determinations for Unit Prices _. ........
Differing Subsurface or Physical Conditions --
Notice of...... ....._....4.2.3
FNGINEFXs Review ....._.................. ............
.4.2.4
Possible Contract Documents Change, .....
-
Possible Price and Times Adjustments
4 2 6
Discrepancies -Reporting
and Resolving..___ ........
_..2,5, 112,6.14.2
Dispute Resolution --
Agreement .... ...................................
......... 16.1-16.6
Arbitration........._,.. _ _..._.. ..
---__ ,.._ 16.1-16.3
generall6
Mediation...... _........ .................
16.6
Dispute Resolution Agreement
_. _- ..16.1-16.6
Disputes, Decisions by ENGINFER ..................9.11-9.12
Documents --
Copies of
2.2
... ._.
Record 6.19
Reuseof ..............._........ _,.._ .................-.......
3.7
Drawings --definition of .... ........ ..........
L 15
Easements................._..........................................4.1
Effective date of Agreement -- definition of .............J.16
Emergencies_ ............ ............_......_
6.23
ENGINEER -
as initial interpreter on disputes,,,,,,,,,_
9.11-9.12
definition of
1.17
Limitations on authority and responsibilitic.j,....
9,13
Replacement of,,,.... _._.................. ...................
8.2
Resident Project Representative.,,_..,_.._
..9.3
ENGINEER's Consultant -- definition of .......
l8
ENGINEER's--
authority and responsibility, limitations
can.. _.....9, 13
Authorized Variations in the Work_ ..........
9S
Change Orders, responsibility for. ....9.7,
10, 11, 12
Clarifications and Interpretations, ...... .
..3-6.3,9.4
Decisions on Disputes ..... ......... .................9.11-9.12
defective Work, notice of ................ .............
.13.1
Evaluation of Substitute Items.... _. _.................0.7.3
Liability ....... ........... ........ I ... -............. .......
6.32, 9.12
Notice Work is Acceptable..._ .......... .....
..._... 1413
Observations...........................................6.30.2,
9.2
OWNER'sRepresemstive__..
Payments to the CONT RACTOR,
Responsibility fur . .............. ............ ........ 9.9, 14
Recommendation of Payment .............. _ .. _14A, 14,13
Article or Paragraph
Number
Responsibilities --Limitations on.,,_,, ..........
9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions ,...... ............
........_
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.__..
9,11-9.12
F,NGINF,F.R's Responsibilities ................9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilities__,
._9.13
OW'NER's Representative ..... _. .......
_.... .... 9.1
Project Representative,.-._-._-....-_ .......__...9.3
Rejecting DqJ chve Work ...... ........................
9,6
Shop Drawings, Change Orders
and Payment,_......_.. _.........,
9.7-99
Visits to site .................... ..................
. 9?
Unit Price determinations..............................9.10
Visits to Site __.._...... ..._ _...-...__..._-_......9.2
Written consent required,,,,,,,,,,,,,,,
7.2, 9.1
Equipment, Labor, Materials and.........._..........,
6.3-6.5
Equipment rental, Cast of the Work
_ 11.45.3
Equivalent Materials and Equipment„_ ......
_,,,,_,617
error or wnissions............. ............. ........................
6.33
Evidence of Financial Arrangements_..,.,. _...
........ ...$.11
Explorations of physical conditions ........................
4.2.1
Fee, CONTRACTOR's--Costs Plus ...........................11.6
Field Order --
definition of,_..._......._.,.._.._.......-_................1.19
issued by ENGINEER.,.,,.,,,_„
-3.6.1.9.5
Final Application for Payment_ ....................... ..................
14.12
Final Inspection .......... ............. ........... .................
J 4.11
Final Payment --
and Acceptance-_.__„......14.13-14.14
Prior to, for cash allovences ........ -„-..........
.......
General Provisions..........................................17.3-17.4
General Requirements_
definition of ...... __ ..........................................1.20
principal references tq._........... 2.6, 6A,
6.6.6.7, 6.24
Giving Notice_ _...... ___ _............ .............
... _...... 17.1
Guarantee of Work —by CONTRACTOR„_.....
6.30, 14.12
Hazard Communication Programs ..........................6.22
Hazardous Wasto--
defnitionof.....................................................J.21
general..... -........ .......... ...
...... .._..... 4.5
OWNER's responsibility for ...............................
8.10
E.KI)C OFNERAL CONDITIONS 1910.8 (1990 EDITION)
wl CITY CND FORT COLLINS MODIFICATIONS (REV A''99)
Indemnification .__.-..6.1? 6.16,6.31-6.33
Insurance.__..... .....__ _.. _...
_ __..;.3
Initially Acceptable Scheduleq-_,.......
_2-9
11reeedence.__..i
1, 3.3.3
Inspection--
Reference It).. ................
Certificates of. ....... . _._...............9.13.4, 13.5.
14.12
Safety and Protect ion ... ....... ......-. _ ...620, 13.2
Final ...... -.__.. _...
...-_14 11
Subcontractors, Suppliers and Others_
6.8-6.11
Article or Paragraph
Article or
Paragraph
Number
Number
Special, required by ENGINEER............_.........,9.6
Tests and Inspections..___..._....._._..
_._13.5
Tests and Approval ............ ............... 8.7,133-13.4
tlseofPremises-....,,_....,_.__ _..._.-_.._._.6,16
Insurance--
Visits to Site ..._........_...... _ _.__._
..............
R2
Acceptance of, by OWNER ...... ............
__....5.14
Liability Insurance --
Additional, required by changes
CONTRAM'OR's...............................................
±A
in the Work— ..._............._...................11.4.5.9
OIUNER's,.... _._................ ......
Si
Before starting the Work ....................................
2.7
Licensed Sureties and Insurers.,.,.. __
Bonds and --in general, ..........
.........,5
Liens—
... ........
Cancellation Provisicris._.. _..........
........ 5.8
Application for Progress Payment _.... __
___ l42
Certificates of ..... _..... .-...... 27,5,5.3,5.4-11,5.4,13,
CONfRACfOR'sWaarantyofTnie__ _
14.3
.............5.6.5, 5.8, 5,14, 9.13-4,
14,12
Final Application for Payment ........ ..................14.12
completed operations._.._.._....... ....__.....,5.413
definition of.,,. . _,......__. _ __
__ 121
CONTR4CToR's Liability__ .... .. ....
-...... --5.4
Waiver of Claims ... . ... ..... ..__ ....
14 15
CONTRACTOR's objection to coverage„ ...
_,..... 5.14
Limitations on ENGINEER's authority and
Contractual Liability.... ..._....... ......
._-.54.10
responsibilities ..... -..... ....-........ _..
_ 9.13
deductible amounts, CONTRACTORs
Limited Reliance by CONTRACTOR
responsibility .................5.9
Authorized .............................. ...... .........-_.....
u.2
Final Applieaion for Payment_.,-_,,,,,,,,,,,,,,,,,,
14-12
Maintenance and Operating Manuals --
Licensed Insurers.-_.,.. ..........
5.3
Final Application for Payment
1.4.12
Notice requirements, material changes ........
5.8, 10.5
Manuals (of others)--
OptiontoReplace, .___.. .......... .
.... ...5.14
Precedence,....... ..-._...... __ .._.
:33.3.1
other special insurances ................................
....5AO
Reference to in Contract Documents ..............
._3.3.1
OWNER as fiduciary for insuredq....... .......5.12-5.13
Materials and equipment--
OWNER'sLiability_,..-
.5.5
furnished by CONTRACTOR
63
OWNER'sResponsibility.........
8.5
not incorporated in Work, _,,..........
_. _14.2
Partial Utilization, Property Insurance...............5.15
iatcrials or equipment --equivalent „_,., „
..4.7
Property ............. .___ ...... .......... ___ .... .....
5.6-5.10
Mediation (Optional).-_... .... ...... ._...... ..........
__16.7
Receipt and Application of Insurance
Milestones --definition of,,,,,,,,, ,
...1.24
Proceeds..............................................5.12-5.13
Miscellaneous. -
Special Insurance ....................---........
......5.10
Computation of Times ........ ...... _....__._..._....
7.2
Waiver of Rights,,,,_,._ ...................
....5.11
Cumulative Remedies_ ........... ...... _.._....,.......
17A
Intent of Contract Documentg............ ......... .........
3.1-3.4
Giving Notice..,,,,,,.., ..... ...... I .... ,,,..,..-...,,.,
... .1Z1
Interpretations and Clarifitations .... .... __.-,,,,..3.6.3,9.4
Notice of Claim.__..................__..,_173
Investigations of physical condition;., ........................12
Professional Fees and Court Coasts Included,,.,.,._
37.5
Labor, Materials and Equipment_ .... _...........
, ._k.3-6.5
Multi -prime contracts .......... ........ ............ ...._..._.7
Lands—
Not Shown or Indicated.,_-..._._,._,
432
and Easements............_ ........ ___ ....... ...............
$.4
Notice of --
Availability of .... .......................... ...........
....4.1,8.4
Acceptability of Project_ ...... ...... ......,..........,
... 4.13
Reports and Tests.,., ........ ..,......... ........_......_,._.
A
Award, definition of... ...... ..-.._...,
1.25
Laws and Regulations --Laws or Regulations--
Claim ...... ............... .............._.......... ..........
..,17-3
Bonds ............. ....... ____ ...... ... ._............
5.1-32
Defects.13.1
Changes in the Work ....... ...--- ................ ,..----
_104
Differing Subsurface or Physical Conditions.
_,..4.2.3
Contract Documents .........................................3.1
Giving
CONfRACTOR's Responsibilities... ..... ...........
6.14
Correction Period, defective Work ....................13.12
Tests and Inspections ...... .,........
..133
Cost of the Work, takes...............................11.4.5.4
Variation Shop Drawing and Sampl¢............
,..,4.27
definition of, ....... -............ .._- .... -......... -.........
.1.22
Not ice to Proceed--
general6.14
definition of......................................................1
<G
Indemnification ...... ._......................... ......
6.31-6.33
giving of. ......... ....... .....- ........ ...... ..... .........
_23
CJCDC OENFRAL CONDITIONS 1910-8(1990 UATION)
wl CITY OF FORT COMM MOD[FICATIONS (REV 9,1"1
Notification to Suretv
10's
Observations, byIiNGlNlil:R
6.30,9.2
Occupancy of the Wok,,.,._.„_
S.15, 6.30.2.4, 14,10
Omissions or acts by CONTRACTOR... _.. _.. _6-9, 9A3
Open Poril policy form, Insurance
...... ,,
Option to Replace ...... ...... .....................................
5..14
Article or Paragraph
Number
"!h' Equal" Items__ ....__..........
........ _....._..4.7
Other work 7
Overtime Work --prohibition of -.._.......
............. 6.3
OWNER --
,Acceptance of de.Pent e Work ....................
....... 13,13
appoint an ENGINEER._._---_._.......................8.2
as fiduciary .... _.... ..... .... -.......,-...5.12-5.13
Availability of Lank. responsibility.,,_,-,_.,_
1.]
detinitionof_...._
_......_..:1•«7
data, furnish
8.3
May Correct D?fecrive Wok .......... _.
....... I ........ 13,14
May refuse to make payment
19 7
May Stop the Work..
May Suspend Work,
Terminate_.._ _._ _. 1.8,
13.10. 15.1-15.4
Payment, make prompt ......... ............
$ 3, 14.4, 14,13
performance of other work,, ....... _ ............
...... 7.1
permits and licenses, requirements,_„
.._... _..6.13
purchased insurance requirements.._
...,_ - 5.6-5.10
OW'NER's--
Acceptance of the Work .,,, ...__., ._..
. b-30.2.5
Change Orders, obligation to execute,,,,.,
fi.6, 10,4
Communications ............................... ..................
8,1
Coordination of the Work
74
Disputes, request for decision,_,,,,, _..............
.I1
Inspections, tests and approvals_„ ..............8.7,
13.4
Liability Insurance_.. _.. ..
__..,5.5
Notice of Defects..._ ............ .
Representative --During Construction,
ENGINEER's Status_.. -_,---- . ............_._....9.1
Responsibilities_
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material ............._
8. IQ
Change Orders .............................................
8.6
Changes in the Wok.... ._.._.-....- ._.........10.i
communications..._._........__..........-_.._._„8.1
CONTRACTORsresponsibilities, ..........
....._8.9
evidence of financial arrangements.,,8.11
inspections, tests and approvals,,..._,,,_...,,,,,
8.7
insurance.....................................................
8, 5
lands and easements ............. ._..................
8.4
prompt payment by _
8.3
replacement of ENGL TERR ......................
.....0.2
reports and tests.. .., .
8.4
stop or suspend Wok_. .. _. ... ... �.8, 13.10, 15.1
terminate CONPRACfOR's
services.._-_.. _ ... .........._.8.8,
15.2
separate representative at site ............ ..................
P,3
testing, independent_...._.., _ 134
use or occupancy
of the WcvSc ....................._.,a.15, 6.30.2.4, 14.1b
written consent or approval
required ....... .............. -.._. _ 9 1, 63, 114
EjcDc aENERAt, comrnoNs 1910 �3' t1990 rim-noro
WICITY OF FORT COLLINS M0D11RCA*n N9 (RBV 9199)
Article or Paragraph
Number
written notice required_ _
TI, 9 4- 9.11,
1 ?
119, 147, 1 i 4
PCBs --
definition of
.1 29
general ..... .......... ..........
... ... ..... 4 4;
OWNER's responsibility ftr
-S.10
Partial Utilization --
definition of--
.1 28
general 030.2.4, 14.10
Property Insurance
5 15
Patent Fees and Royalties........._........_........_.,......
12
Payment Bands
5 .1-5.2
Payments, Recommendation of.
_14*14 7, 14 13
Payments to CONTRACTOR and Completion
—
Application for ProgressPayments.
14 2
- CMTRACTOR's Warranty of Title
143
Final Application for Payment__, ,,,,,,,,,,,,,__,,,,IA
12
Final Inspection
14 11
Final Payment and Acceptance
14 13-14 t4
general --- .... .. _ .........
.8,3, 14
Partial Utilization
14, It)
Retainage............................. ..............
............ 1, 4 2
Review of Applications for
Progress Payments.........
14 4-14 7
prompt payment..
Schedule of Values..., ---
Substantial Completion__
148-14,9
Waiver of Claims.............................................14A5
when payments due................................14
4, 14,13
withholding payment_._ ... .. .
- - 14.7
Performance Bonds
Permits
6.13
Petroleum --
definition of ...... ................ ............
............ j.30
general..............................................................4
5
OWNER!s responsibility for. .. ......
..$.10
Physical Conditions --
Drawings of, in or relating to... .... _ .... ..
.4,21,2
ENGINEER's review . ..... ................
4-2.4
existing structures,
422
general 4.2.1.2.................... ........
.. .... ...
Notice of Differing Subsurface or, ....... ..
___ .... 4.2.3
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustments..............4.2.6
Reports And Drawings ............. ........... ...........
4.21 1
Subsurface and,....-.-_.._..._..._...4,2
Subsurface Conditions.. ......
Technical Data, Limited Reliance by
CONTRACTOR Authorized
2.2
Underground Facilities --
general................................. ...... ......
...... :43
Not Shown or Indicaed
4.3_1
Protection of.........................................43,
6 20
Article or Paragraph
Number
Shown or Indicated._ .._..._ . ...... ..... ........4.3.1
Technical Data
.... 4,12
Preconstruction Conference ................... .................
28
Preliminary Mattcrs__ , , 1 ...... ......... .......
I L L ... L112
Preliminary Schedules..........._._........_ ..........._........
2.6
Premises, Use of._........... .. .. ....... . ......
6.16-6.18
FTice, Change of"Contract ... ... ........
....... I I
Nice. Contract --definition of
1-11
Progress Payment, Applications for-, ....... ............
14,2
Progress Payment-rctainage ... ......... ..
_ --- . . 14.2
Progress schedule, CONTRACTOWs... ......... 2- 6. 2, 8, 19,
6,6, 6,29, 10.4.
15.2.1
Project --definition of
131
Project Rept-mritative-_
ENGINEER!s Status DuritigConstruction ......
----- 9.3
Project Representative, Resident. -definition of.-
_.. 1.33
Prompt payment by OWNER ... ............ ...........
...... 83
Properly Insurance --
Additional.
gCnerii15.6-5. 10
Partial Utilization......
1410.2
receipt and application of procce(J4 .............
5.12-5.13
Protection, Safety and- ...... ..................... 6.2".21,
13.2
Punch list
11
Radioactive Material—
definticin of
1.32
generaKS
OWNER's responsibility fas: .......... ...................
$.10
Recommendation of Payment, ... _ ............ 14.4, 14.5, 14.13
Record Documents...1. .... 6.19,14.12
Records, procedures for maintaining ....... ... ....
1.8
Reference Points
4.4
Reference to Standards and Specifications
of Technical Societies .........................................3.3
Regulations. Laws and (or) . .....................................
6 14
Rejecting Defeefive Work..._........__._..
96
Related Work—
atSite ................. .................. ............ -
..... 7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review,,,,,,,,,,,,,,,,,,,,
ei-n
Remedies. cumulative_,........._........-.._..........
17A. 17,5
Removal or Correction ofDqfecfivv
13,11
rental agreements. OWNER approval re4uire4
.... 11.4.5.3
replacement of ENGINEER, by OWNER ....................
8-2
Reporting and Resolving
Discrepancies ...............................2.5, 3.3-2.
6. 14.2
Reports --
and Drawings .....................................4.2.1
and Tesi:i,� OWNER!sresponsibility ............
___.$A
Resident and Project Representative—
definition of ........
33
Provisionfor_.._ ...................... __ ..... .... ......... _ ...... 9.3
Xii EXVC GENERAL CONDITIONS 19104 (1990 EDITION)
wl CITY OF FORT COLUNS MODIFICATIONS aTV 91")
I
4
5
SELECT: Public Planroom: "GO"
Mercury/LI.,o Colorado
PlanWeir
Digital Document Management 6 Distribution
User Name
, 7,7Frc.7 an
�;v &Atl�nq tretel
Passwoea:
''.. No Login llaeuod
t iad Yog.p.:tf@Yla g3
wv amempx yer9
sign up now
AulhMtuM Mcnss Onty!
0r1n mozahomiC, biC
10d"¢ ze
v. Vitt
SELECT: the desired "Project Number" from the list
CLICK: "Most Current Set" to View the list of documents available for
the project
Drder items by clicking llv 57 cart iron:
Stat Order
ltemBrowser
.'�,
"ifPath:
B Most
uurrenr
Spt Az of 1�1J2005
14 44 OOMountain
�'-Ga Ufue Set
QFevisien 1
'
(' QJRevi=ion 2
^f
�a-1
JW
Issue Set
7/29/2002 Architectural
24%36
LBW -
'
i
�A2
Issue Set
7/29/2002 Architectural
24%36
L8W -
Revision 2
2(10(2004 Architectural
24%36
LBW -
�A=4
Issue Set
7/29/2002 Architectural
24%36
LBW
'
EhA=5
Revision 1
11/12/2003 Architectural
2036
LBW -
6. CLICK: Sheet
No. to vie
7. CLICK:
to
add a s
ecific
document to your
"Shopping Cart"
8. CLICK: I Start My Order �] 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:
Marie Owens 970-484-1201, mowens@mercury-ldo.com
David Bacon-720-220-7683, dbacon@mercury-ldo.com
07/2001 Section 00020 Page 3
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR'S_,_,_„__, 6,2
Responsibilities—
C0N*rRACTOR`s-m general, ............ _ ............ _.... 6
ENGLNEER's-in general
Limitations on._._.._.
OWNER's-in general...__ .__..... ,,.,.._.__
.. 8
Retainage ... _.... _......_ _.. _.... _ ..-
_._ 142
Reuse ofDocuments.._....._..._..__,.
.37
Review IA, CONTRACTOR: Shop Drawings
and Samples Prior to Submittal --- ...-__.
.....
Review of Applications for
Progress Payments. _
Right to an adjustment;.,..
Rights of Way .... .... __...
_ 4.1
Royalties, Patent Fees and ......................................
3.12
Safe Structural Landing_ ...
_ 6 18
Safety --
and Protection . _..... .......... ...4.3.2,
6.16. 6,18,
. .........6.20-6.21,
7.2, 13.2
general ............ ...............................
.........? , 20-di 23
Representative, CONTRACTOR's....
I ................ 6 21
Samples --
definition of ........... ............... ,,.........
....... ....... 1.34
general................ ............. -... ..................
6.24-6.28
Review by CONTRACTOR .............
.. ........ -.-..6,25
Review by ENGINEER..............................k.26,
6.27
related Work....................................................62%
submittal of ...._..._ .......... ....._....__..-.__.
_ 6.24.2
submittal procedures.. . .............
6?5
Schedule of progress..,. .........................
6, 2.8-2.9, 6.6,
.......................................,6.29,
Schedule of Shop Drawing and Sample
Submittals ..... ........................ F,6,
2.8-2.9, 6.24.6,28
Schedule of Values ... ._............ ..-..._.-._2.6,
2.%-2-9, 14.1
Schedules --
Adherence tq
_.. J 5Z I
Adjusting,..........._._...
6.6
Change of Contract Times.................................10A
Initially Acceptable .......... _........ .
.............2.8, 2.9
Prelim inary........................................................
2.6
Scope of Changes.......................................10
3-10.4
Subsurface Conditions,........._...........................4.2.1.I
Shop Drawings --
and Samples, general ................................
6,24-6.2%
Change Orders & Applications for
Payments, and...._._ .......
.......9.749
definition of..........................................._..,,....1.35
ENGiNEER's approval of ........ ...............
........... 16.2
ENGINEER"s responsibility
for review .....................................
9.7, 6.24-6.28
related Work .................:
_.._.. .6,28
review procedures ..............................
2.8, 6.24-6.28
Article or Paragraph
Number
Suhmittal required ___ ... .__._
__.624.1
Submittal Procedures........................................6.25
use to approve substitutions _
6,73
Shown or Indicated ....... .................. ........_..........
. a,3.1
Site Access . - ...
7.2. 13.2
Site Cleanliness.__._ _.....
_...-_ F 17
Site, Visits to--
byENGINEER, _ ..__ .... _. ._. ._ .._.9.2.
13.2
by others
_ _ _13.2
"special causes of loss" policy form,
insurance,_.._.-.-
_..
definition of. .. _...
.-...._5.6.2
_.1.36
Specifications—
definotion of .....
L36
of Technical Societies, reference to3.3.1
precedence. ....._....................... _....................3.3.3
Standards and Specifications
of Technical Societies,
Starting Construction. Before_ _ .....
_..-.2.5-2.8
Starting the Work _... .. _ - ........................
_ 2.4
Stop or Suspend Work—
hy CONTRACTOR ................................. ..........
1S.S
hvOWNBR_..._.._._..... __......__ 3.8, 13.10, 15.t
Storage of materials and equipment„__ .....-_,
_, 4.1, 7,2
Structural Loading, Safety ... _._,..._..............6.18
Subcontractor—
Concerning,.... .................. ....... ......
6.8-6.11
definition of.....................................................1.37
delay. ....
waiver of rights _..._...... .._._....
_0.11
Subcontractors --in general ...... .................. .....6.8-6.11
Subcontracts --required provisions..,,_... S.11, 6.11,
11 A3
Submittals --
Applications for Payment..................................14.2
Maintenance and Operation Manuals_.,,._
....... 14,12
Procedures ...............
,4-25
Progress Schedules ........ ...........___...........2.6,
2.9
Samples .. _ _ _ ......
6.24-6.28
Schedule of Values ....... ..............................2.6,
14.1
Schedule of Shop Drawings and Samples
Submissions........_ .... ......................2.6,
2.8-2.9
Shop Drawings.... _..... ...... _... _................
6.24 b.28
Substantial Completion --
certification (if .......................... 630.2,3,
14.8-14.9
definition of............................................._.....1.38
Substitute Construction Methods or Procedures.,,.....b.7.2
Substitutes and "Or Equal' Items..._
--6,7
CONTRACTOWs Expense ..............._... .....,6.7.13
ENGINF.,ER's Evaluation,.,,.-._._.....
_63.3
E9�1"......,. _ _........................................6.7.1.1
Substitute Construction Methods
E)CDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COI-I.INS MODIFICATIONS W.V 9i99)
'remporary construction facilities __....____..
4.1
Article
or Paragraph
Article or Paragraph
Number
Number
or Procedures_ ............ _ ............. ...............
6.72
Termination--
Substitutc Items .. ...............
6..12
by CONrRA(71'OR _. _ _
_ 15 5
Subsurface and Physical Conditions--
by OWINFR....................................._,
x.S, 15.1-L5,4
Drawings of, in orrelatagto....
4?.1.2
ofENGINEER'semployment
FNGP,VFP_R's Review _ _,. -.._._
4-2A
Suspension of Work-in general
general .... _........ ._..... ...... .......... _...........
......... 4.2
Terms and Adjectives_ _-. _.._ ._..
_._.....,. .__.. 3A
Limited Reliance by CONTRACTOR
Tests and Inspections_
Authorized.,____- ..... _._ _ .
_. 4.2.2
Access to the Work, by others ._.._.
13.2
Notice of Differing Subsurface or
CONTR.ACTOR's responsibilities,,,,.,_
...............13 5
Physical Conditions ..... ._...-._...4.2.3
cost of 13.4
Physical Conditions,,,,,.. „,____._,.4.2.12
covering Work prior tq._.,..-
13.6-13 7
Possible Contract Documents Change...
... .... 4.2.5
Laws and Regulations (or),
13.5
Possible Price andTimesAdjustments ...
....... ... 4.2.6
Notice of Defects _._ _.....__.-_..
.13A
Reports and Drawings ............. ..
_„_4.2.1
OWNLR May Stop Work....
_.13.10
Subsurfacc and,... ............... ..............
......4.2
OWNER's independent testing ......
..................... 13 4
Subsurface Conditions at the Site, „__..__,,,4.2.1A
special, required by E,NGINF.EK_....,_
96
Technical Data ............. ......__._.__..__,,,4.2.2
timely notice required
Supervision--
Uncovering the Work. at ENGINEER'S
CONTRACTOR'sresponsibility.. .............__..6.1
request __....
.. 13.8-13.9
OWNER shall not supervisq................................8.9
Times-.
FNGINF.ER shall not supervise„.............9.2,
9.13 2
Adjusting ......... .......... ..,....... .............................
6.6
Superintendence ...... .... ........ _. ... .........-..........
,2
Change of Contract_..,....... _ ._._._
___.___..._12
Superintendent. CONTRACTORsresident.
...._........ 0.2
Computation of..__..._,.._................_.._,__.-17.2
Supplemental costs ................... _
....___...............
11.4.5
Contract Times -definition oF..._....,
...........J.12
Supplementary Conditions—
day .... -.--__.... ............
-- _---17-2.2
definitionof, ........ __ .................. __ ......
.... _J,39
Milestones ......... ........................................
......... 12
principal references to.. ..... ......... ). 10, 1,IS,
22, 2.7,
Requirements--
_._.. _._...._4.2, 43, 5.1, 5.3,
5A, 5.6-5.9,
appeals_ ... -..... ... ._
_ __. --_ 9.10, 16
_.__.,.5.11, 6.8, 6.13, 7.4. 8.11,
9.3, 9.10
clarifications,
Supplementing Contract Documents_„ ...............
_,,,_ , 3.6
claims and disputes ..............
._,9.11, 111, 12
Supplier--
Commencement of Contract Times,.....,__.,,, 2.3
definition of .... ..............................................
...JAO
Reconstruction Conference ...........................
11.8
principal references to ........ .,-3.7, 6.5, 6.8-6,11,
6,20,
schedules.........................................2.6.
2.9, 6,6
_...._....._...................-__6.24, 9.13, 14A2
Starting the Work.. ..... _- _ ..
..2A
Waiver of Rights ..... _.......... .........
...0.11
Title, Wanantyof............ _........ ........
........ 14.3
Surety--
Uncovering Work ........ ........ ..................1.1.....,.13.8-13.9
consent to final payment,,,,,,,,,,,,
14.12, 14.14
Underground Facilities, Physical Conditions--
ENGINEERhasno duty to................................9.13
definition of........................ ..........................1-41
Notification of ............................ .....ML
M5, 15.2
Not Shown cr Indicated.._..._.... ........
.__._..-_ 4.3 2
qualification of ...................._......................
.5.1-5.3
protection of...._._..._........__..._._......_...
4.3. 6,20
Survival of Obligations......._.................................6.34
Shown or Indicated.... ... ......................
........... 4.3.1
Suspend Work, OWNER May .... ........... ........
J3.10,15.1
Unit Price Work —
Suspension ofWork and Term ination-,.......
..,. .......15
claims....__..................._..._.................__,.1.1.9.3
CONTRACTOR May Stop Work
definition of ................................
or Term inate,..... :...... _......... .._...................
15.5
generaill.9, 14.1, 14.5
OWNER May Suspend Work., ... .._.........
.._...... 15.1
Unit Prices -
OWNER May Terminate ................ ........
.... 15:2-i5.4
general]IJI
Taxes --Payment by CONTRACTOR .... ___ .............
6:15
Determination for .......... .....................
....._.._...9.10
Technical Data--
Use of Premises,,,,,,,,,,,,,,,,,,, .......45,1
6.16, 6.18, 6.30.2.4
Limited Reliance CONTRACTOR
by R,,,,,--.,-,.„._,4.2.2
Uhlityowners,.,-,,,,,,..„_.._-.„,_,.„¢.13, 6.:.0, 7.1-7:3, 112
'
Possible Price and Times Adjustments...._,..._.
416
Utilization. Partial..... ......... -. _1.28, 5.15, 6 30 2A, 14.10
Repots of Differing Subsurface and
Value of the Work...................................................11.3
Physical Conditions....._.._......... _._..-........4
2.3
Values, Schedule of..,._._,._,_,,.........._.2.6.2.8-2.9,
14.1
xiv
E)C'DC (IMCI AL CONDITIONS
1910.8 (1990 EDITION)
wl C1 TY OF FORT COLLINS
MODIFICATIONS (RF.V )/99)
Variations in Work --Minor
Authorized.. _.______.....-.._...__. 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGTA EER............_......................
9.2
Waiver of ('Iaims--on Final Payment ....
......14.15
XVai%er of Rights by insured parties..................j.11,
6.11
Warranty and Guarantee, General --by
CONTRACTOR
630
Warranty of Title, CONTRACTOR`s............._.......14.3
Work --
Access to
13.2
byothers...............................................................
7
Changes in the, ..............
-, 10
Continuing the,.. . ... ...... ..........
__6.29
CONTRACTORMay Stop Work
or Terminate_.........___.._..-..-_
--..... .. )5.5
Coordination of
7.4
Cost ofthe................................................)1.4-11.5
definition of, __ ...,.. .. ..._..-_.
..... _ 1-43
neglected by CONTRACTOR ....
-.. _ 114
other Work_ ..................__......._..._..
............. _.7
OWNER May Stop Work .. ........... _-......._...._.13,10
OWNER May Suspend Work....................13.10,
15,1
Related, Work at Site.....................................7.1-7.3
Staving the ........... -.................._....._.._...._
Stopping by CONTRACTOR ........ _.._.
_........ .....1.53
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 tu--,......... -„-,-,-
3.5.3, 10.1-10.2
Written Amendment --
definition of...._. ..... ..................... ....................
principal references tq..... _...... 1.10,
3.5, 5.10,15.12,
.............6.6.2, 6.8.2,
6,19, 10A, 10.4,
_.._................11.2112.1,
13,122, 14.7.2
Written Clarifications and
Interpretations., ...............................
_ 3.6.3, 9.4, 9.11
Written Notice Required —
by CONTRACTOR.............................7.1,
9.10-9.11,
._..-._... I..._ .. ....... ....... I_-
10A, 11.2. 12.1
byOWNER ...... ... 9A0.93I, 10A, 11.2, 13,14
xv GJCDC GENERAL CO?'"I IONS 1910.8 (1990 BDI-nom
wt CITY OF FORT COLLIN% M00I171CA7I ONS (REV 91")
(This page left blank intentionally)
xh EJC W GENERAL CONDITIONS 1910-8 (1990 MMON)
w/ CITY OF FORT CO[.I.tNS MODIFICATIONS (REV %99)
GENERAL CONDITIONS
ARTICLE i--DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof
1_1. Addenda. -Written or graphic instruments issued
prior to the opening of Bids which clarify. correct or
change the Bidding Requirements or the Contract
Documents.
12. Agreement —The written contract between OWNER
and CONTRACTOR covering the Work to be perfommcd
other Contract Documents arc attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Payment —The form accepted by
6'NG1WEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanioil by such supporting documentation as is
required by the Contract Doiatments,
1.4. Asbeslos--Any material that contains more than one
percent asbestos and is friable or is releasing asbestos filters
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Rid -The offer or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Doctmremr-11be advertisement or
invitation to Bid, instructions to bidders, the Bid plum, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements -The advertise ent or
invitation to Bid instructions to bidders, and the Bid form.
L& Bonk—Parformance and Payment boards and other
instruments of security.
1.9. Change Order —A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Conrad 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 aril any post Bid documentation
submitted prior to the Notice of Award) when attached as
an wdiibit to the Agreement; the Notice to proceed, the
Bonds, these General Conditiorri, the Supplementary
Conditions, the Specifications and the Drawings as the
F:tcucOENEtt LCONX110M19tos(1990Edaiai)
wf UTY OF FORT COLIAM MODIFICATIONS ptE'V 4/laael
sane are more specifically identified in the Agreement,
together with all Written Amendmeras, Change Orders,
Work Change Directives. Field Orders and ENGL\'EER's
written interpretations and clarification issued pursuant to
paragraphs 3.5. 3.6.1 and 3.6.3 an or after the Effective
Date of the ;agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4.2.1 and
4-2-1 are not Contract Documents.
1.11. Contract Price —The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11 .9.1 in the case of Unit Price Work).
1.12. Contract Times The numbers of days or the
dates stated in the Agreement (i) to achieve Substantial
Completion, and (it) to complete the Work so that it is
ready for final payment as evidenced by ENGtNEER's
written recommendation of final payment in accordance
with paragraph 14.13_
1-13 CONTRACTUR-=1'he person, futn or corporation
with whom OWNER has entered into the Agreement
1.14. defective —An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does no meet the requirements of any
inspection, reference standard test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14 i0).
1.15. Diawnrgs--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 refaced to
in the Contract Documents. Shoop drawings are not
Drawings as so defined
1.16. Elective Date of dw Agreement —The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last, of the
two parties to sign and deliver.
LIT ENGINEER —The person, firm or corporation
named as such in the Agreement.
1.18. ENGIAM's Consultant —A person, firm or
corporation having a contract with ENGINEER to furnish
services as ENGINEER's independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditiois.
1.19. Field On*r--A written order issued
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1.20 General Requirements -Sections of Division I of
the Specifications.
121. Hazardous Waite -The term Hazardous Waste shafl
have the meaning provided in Section 1004 of the Solid
Waste 1>i". I ,Act (42 U7 X' Section 6903) as amended
from time to time.
I.2_2a. Lawy and Regulations, Laws or Regulations -Any
and all applicable lmv& rules, regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies, authorities and courts having jurisdiction
1.22b. Leval Hohdays-shall be those holidays observed
by the City, of Fort Collins
1.3. Lienx-Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24 ;Milestone- .A principal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.225 Nonce ot'Awmsl-A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the . apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OW:�TER will sign and deliver the Agreement
1 26 Notice to Proceed -A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commcnce to nun and on which CONTRACTOR shall start
to perform CONTRACTORS obligations under the
Contract Documents.
137. 01INER-The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided
1 28. Partial Utilisation -Use by OWNER of a
rile-tantially completed pan of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work_
1 29 PCBs Polychlorinated biphenyls.
1.30. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.31. Project -The total construction of which the Work
to be providod under the Contraa Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents.
1.32.a. Radioactive Material -Source, special nuclear. or
byproduct material as defined by the Atomic Energy Act of
EXI)C OENERAL COt"V OTy4191c-8 (199a E6tiui)
wit CITY OF FORT COLLINS MODIFIQATIONS (kLV 4120M)
19?4 (4217SC Section 2011 ei sN) as amended from
time to time.
1.32.b. Regular Working Hours -Regular 3porl irk hours
are defined as 7.00am to 6:0(pn witless othenv_ise
s�iecifued in the General RegHT-01ents
1.33, Resident Project Representative -The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples -Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged
1.33. Shop Drawings --All drawings diagrams,
illustrations, schedules and other data or information
which are ssppcccifically prepared or assembled by or for
CONT33AGTC>R and submitted by. CONTRACTOR to
I) limmite some portion of the Work
1.36. Specifications- fhose portions of the Conmict
Documents consisting of written technical description- of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
i 37. Subcontractor --An individual, fiat or corporation
having it direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.3& Stbstm dal Completion. -The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate or Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) dorm be utilized for the purposes for which it is
incensed; or if no such certificate is issued, when the
Work is complete and ready for fund payment as
evidenced by ENGINEEWs written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete' and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof.
1.39. Supplementary Conditions -The part of the
Contract Documents which amends or supplements these
Genneral Cmditiom
IAA. Supplier -A manufacturer, fabricator, supplier,
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.AL Uridergrourd Facilities Alp pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments, and any erica-emmaits
containing such facilities which have been installed
underground to furnish any of the following services or
materials electricity, gases, steam, liquid petroleum
products, telephone or ocher communications. cable
television sewage and drainage removal traffic or other
control sustems or water.
1 42. iJnil Price Work —Work to be paid for on the hasis
of unit prices.
IA3. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
furnishing documents, ail as required by the Contract
Documents,
1.44. Nark Change Directive —A written directive to
CONTRACTOR issued on or after the Effective Date of
the ,Agreement and signed by Olk`NFR and recommended
by ENGINEER ordering an addition, deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in patragraph 4.2 or 4.3 or to
emergencies under paragraph 6.23. A Work Change
Directive will not change the Contract price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Charge
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 1(1.2.
1,45. 11hinen Amen4fimnt--A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengincering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELMNARY AfATTF.RS
Delhwy of Scads:
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
Copies of Documents:
2.2OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Wok. Additional copies
will be furnished, upon request at the cost of reproduction.
Commencement of Contract Times, Notice to Proceed
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
Ercn(:. ()ENM(AL COND1710M 191 o-s un9a Edhion)
wJ 01Y OF FORT (Cnt.LI t4S MUNFICATtONS (REV 424100)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreement
of -Rid -opening orthe •thirtieth day-after-Ahe-R active Dole
(nk't�A�xeemem;-whieheverdate-is earlier:
Starting the Work:
24. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run
Before Starting Constriction:
2.5. Before undertaking each part of the Work,
CONTRACTOR shall carefully sett yd and compare the
Contract Documents and check and verify .merit
figures shown thereon and all applicable field
measurements CONTRACTOR shall promptly report in
writing to ENGINEER any cmflicy error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work allectcd
thereby; however, CONTRACTOR shall not be Gable to
OWNER or ENGINEER for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
26.1, a preliminary progress schedule indicating
the times (numbers of days or dates) for starting and
completing the various stages of the Work, including
any Nblestones specified in the Contract Documents.
2 6.2 a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
2.61,Z1, In no case will a sc le be
acceptable which allays lash „than„21 eslgp*
days for each review by Enzft er.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into conponent parts in sufficient
detail to serve as the basis for progress payments
during construction Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work
2.7. Before any Work at the site is started
CONTRACTOR and GAt? shall o n& deliver to the
ether OWNED with copies to
ENGINEER
certificates of insurance (and other evidence of insurance
+vhiskr-eiilti+r—rrf-tlte+n--Nr--any—ar#dit4—i+tstxed--mxy
rrascrtably---reytmst r uested by OWNER) which
CONTRACTOR rind-OWespaefi_ely ere is required
to purchase and maintain in accordance with
paragraphs 5.4. i 6ancd 5.7
Preconstruetion Conference:
2.8_ Within twenty days slier the Contract Times start to
run, but before any Work at the site is started a conference
attended by CONTRACTOR, ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph _' 6.
procedures for handling Shop Drawings and other
submittals processing Applications for payment and
maintaining required records
lnidaflr Acceptable Scheduler
2.9. Unless • otherwft provided in the Contract
Documents, at least ben da . -ftwt
APOisation ftt�Itayntent before any work at the site he�vms,
a conference attended by CONIRA(TfOR. FNGINFliR
and odxrs as appropriate desnimated by OWKFR will be
held to review for acceptahiliiv to r:NGINF.FR as provided
below the schedules submitted in accordance with
paragraph 2.6. an . Div twit -1._.v... { al _I ecBlaements
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencin�cfi scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shpp Drawutg and Sample submissions will be acceptable
to) TdGINE . as providing a workable arrangement for
reviewing and processing the required subminals
CONTRACTOR's schedule of values will be acceptable to
ENGINEER as to fcrmt and substance.
ARTICLE 3--CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
intent:
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
cortccrtang the Work. The Contract Documents are
complementary; what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in aormrda= with the law of the place of the
Anject-
3.2. It is the intent of the Contract Documents to
F.rCDCOEWRALCO'%Mi 7OM1910.5(199UEd4tim)
WI CITY OF FORT COLUM N101AFK A11ONS LRGV ,ij-20 tan
describe a functionally complete project (or part thereof)
to be constructed in accordance with the Contract
Documents. Any Work, materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will he furnished and
performed whether or not specifically called for. When
words or phrases which have a well-krxnvn technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to Standards and Specifications of
Technical Societies. Reporting and Rennhing
Discrepancies:
3.31 Reference to standards, specifications,
manuals or codes of any technical society, organization
or ass ciatiom or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard specification, manual, code or Laws or
Regulations in effect at die time of opening of Bids (or,
on the Effective Datc of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.13. If, daring the performance of the Work,
CONTRACTOR discovem any, conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, martual or code or of any
instruction of any Supplier referred to in paragraph 6.5.
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) uritil an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6. provided. however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract factcuments); or
3-3.3.2. the provisions of any weh Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
crack: or instruction shall be effective to change the duties
and responsibilities of OWNER CONTRACTOR or
ENGINEER or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER.
ENGINEER or arw of FNGGN'EFR's Consultants, agents or
employees any duty or authority to supervise or direct the
finishing or performance of the Work or any duty or
authority to urntortake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents
3A. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
approved" cr terns of like effect or import are used, or the
adjectives "reasonable", "suitable", "acceptable", "proper'
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement. direction review or
judgment of ENGINEER as to the Work, it is mtealecl that
such requirement, direction, review or judgment will be
solely to mitiate, in geneml, the completed Wort: for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility crttmry to the
provisions of paragraph 9.13 or arty oilier provision of the
Contract Documents.
Amene6ng and.Srrpplemen1mg Conbaet Documents.
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
cr to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
3.5.2. a Change Order (pursuant to paragraph 10.4),
or
EICDC UENMILAL CONDITIONS 1910-9 t1990 E61iat)
W CITY OF FORT ODUA his MODIFtCA77OtdS MEN 4200m)
3 5 3 a Work Change Directive (pursuant to
paragraph 10.1)
3.6 in addition, the requirements of the Contract
Documents may be supplemented, and minor variations
and deviations in the Work may be authorized. in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3 6.2 ENGINMER's approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. EN'GINHER's written interpretation or
clarification (purwam to paragraph 9 4)
Rerse ofDmumena.
3.7. CONTRAC"TOR, and arty Subwntmctor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or irnlaec:t
contract with OIVNI ER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Speciticarcros or other documents (or copies of any
thereof) prepared by or hearing the seal o11NGiNP.IiR ar
FNGr1vT-.F.R's Cemsuhant, and (n) shall tot reuse am'' of
such Drawings. Specifications, other documents or copies
on e\tentaiom of the Project or any other project without
written consent of OWNER and LTiGI N'LER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4--AVAILABILITY OF LANDS,
SUBSURFACE AND PIIYSICAL CONDITIONS;
REFERENCE POINTS
taailabiNry ofLandv:
4.1, OWNER shall Burnish 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 1 ipon reasanabla written request;
smterttent o€-raeerd-kgel•title•endlegal-deseripticsttc+f•the
ter-u}aen-which-L#w-Wc�-is-to-be�}}�forsietl-end
OR41E1Fs inert-therairras-rteee&sary- givmg,notice
o€-er--ftlang-a- meulwruc'a--lien-egatnst--rater--lerrk-tit
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in exi
sting
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Document& If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNER's funfishing these lan ck rightsof-
way or easaneras. CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12-
"ONTRACTOR shall provide for all additional lands and
acccL's thereto that may he required for temporary
construction facilities or storage of materials and
equipment.
4.1 Subsurface and Physical Con&lionx:
4.2.1 Reports and Drawings: Reference is made to
the Supplementary Conditions for idcntifuxttion of
4.2,Ll. Subsurface Corulitiots: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents.
and
4.2.12. Plosical Conditions: Those drawings of
physical conditions in or relating to existing surface
or subsurfaoe structures at or contiguous to the site
(except I indergground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents
422 Limited Rebance by CON17L4C7OR Authorised'
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "tccunical data" contained in such
reports and drawings, but such reports and drawings are not
Comract focuments. Such "technical data" is identified in
the Supplementmv Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER F.NGngFPR or any of
1, N011vrEER's Consultants with respect to!
4,22.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.22.2. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.223. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretatioms, opinions or
information.
4.2.3. Notice of Differing Subsurface or Physical
Cauii6ons. If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed eider;
4.23.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to squire a
change in the Contract Documents, or
42.3.3. differs materially from that shown or
EKDC06NEttALC0N1)1770M t910.8 (199pE61im)
w! CITY OF FORT OOLLINS MODIFICATIONS (REV 412ODD)
indicated in the Contact Doaanents, or
4.2.3.4, is of an unusual ttrtture, and differs
materially from conditions ordinarily encountered
and generally recogn zed as inherent in work of
the character provided for in the Contmct
Documents: then
CONTRACTOR shill, promptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (exccpt in an emergency as
permitted by paragraph 6.23), notify OWNER and
ENGINEER in writing about such catlitiot.
CONTRA(:T'OR shall not thither disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of wTitten order to do so.
42.4. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of ONNER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of FNGINFERs
findings and conclusions
425. Possible Contract Docyurren[s Change: it'
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.4.3. a Work
Cha%e Directive or a Change Order will he issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Times 4,#uShmnes: An
equitable acljusttnent 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 CONTRACTORS cast
of, or time required for performance of, the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4 23.1 through 4.2.3.4, inclusive;
4.2b.2. a change in the Contract Documents
pursuant to paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9, and
4.2.6.4. CONTRACTOR shell 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 condition at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
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
M
James B. O'Neill, II, CPPO, FNIGP
Purchasing/Risk Management Director
07/2001 Section 00020 Page 4
submission of a bid or becoming Mind
under a negotiated contract; or
4 2.6.4.2_ the existence of such
condition could reasonably have been
discovered or revealed as a result of any
eeamination invesK atidat exploratidm,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR pricy
to CONTRACTOR's making such fuutl
commitment or
422 6A3- C:ONTRACfOR failed to
give the written notice within the time and
as required by paragraph 4.23.
II OWNIER and CONTRACTOR are tumble to agree on
entidemem to or as to the amount or IcNth of any, such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles 1 i and 12 However, OWNER, >NCIINEER and
ENGINEER's ('ontultants shall not he liable to
CONTRACTOR for any claims, casts, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Physical Conditions- Underground Facdlities:
4.3 1. .Strom i or hir icated; The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based on information and data
furnished to OWNFR % ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
43.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
431.2. The, cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during onnstructien, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
ohmage thereto resulting from the Work.
4.3.2. Nor Shoi4n or Inchcated. 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, prumpNt
immediately after becoming aware thereof and betfore
further disturbing conditions affected thereby or
perfuming any Work in connection therewith (except
in an emergency as required by paragraph 633),
identify the owner of such Underground Facility and
E)CI?C()b'NERAL CONLrMM 19104 (1990 Edtim)
wi C3TY OF FORT CY)LlA M M0D1MCAT)ON5 (RLY 4n000)
give written notice to that owner and to OWNER and
EivtG1NEER. ENGP\MER will prompth review the
Underground Facility and d&crmine the extent, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences. During
such time, CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as iced in pnras$mph 6.20.
CONTRACTOR, may be allowed an increase in
the Contract Price or an extension of the Contract
Tirrcs, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract Times, CONTRACTOR may make a claim
therefor as provided in Articles I i and 12. However,
OWNER, ENGINEFR and ENGINEER's
Consultants shall no be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any otter project or anticipated project.
Reference Points:
4A. OWNER shall provide engineering surveys to
establish rcferetx:e points for consum-tion which in
ENGINEWs judgment are necessary to enable
( )NTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Wok, shall 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 changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Arbmtos, PCBs, Petrole9tm, Harm taus Watre or
Radtoacttre Material:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, petroleum, hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or iralicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial clanger to persons or
pxc�aty exposed thereto in connection with the Work
at pry
OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors,Sut��l1tors or
anyatc else for whom CONTRACTOR is
responsible.
4.51:-- CONTRACTOR shall immediately: (t)stop -All
WkAi
ed
nkaa H onditioxtarkl
at
Y
suoh none M wnnug) OWNER shall pr{rmptly
eunselt with-ENGIINGER-voncermr* the necessity fca
OWNER• to 3etain a-quahf eki expert to evaluate -such
.a-eskiw-aatiut�-•iittrw:
C40NTR,4C T'UR-shall not be required to resume Werk
any -rewired -permits related -them and-delivar dto
and-nny-af eate4 arm -is or-hes-been
rendered -ale leF the festavitiit an of Wrirk,
(ir) speoe if} as3y-specciuf conditions under-whteh stash
agreo--as-to-artidemeiU-to- err
of nn--edjustmment;--if eon in
Times-eq A fesukOssuh
whielt
_U*rk
etcher-peaty--nrey-make a-akiim theretb"s pro ided-tn
Aniel,v�,v,e4'.-and-'3.
of -suet; spreiaF-%qine»-Retiee
E-0KT-R,ACTTOR- does not agree to resume such work-
ble belief=it ig nnvafe; eY dews s et
Work_4
" e`r _i1�l
m?Y-erder-�slt l�Rmrt-of
aHeeted area-te-be-deleted ftern
the V�0491 If
agree as to•et°tlemaat to or the-amount-or•iixtent ofan
as a Fasult of deleting
either, party-may-makea cktun-the 4x-as-K-ovided- n
pwtion-ef--the--Work-perforrtted- .-OWNER's own
faro orothersnaccordancewithretook7
.. .
To the iiiaest
ReBalattort.•..AWI FfiR.-. indenntiiy _ettd .. hold
lrartttlass,-.,.__-f41A'TRr1GTUR: Sutmttars:
af€t€aFsc.-- dairecte> :--enipl©Yee- --agents; --. affair
oer�ultenta-and-sub«rnlraetors--0[.aaeh -end--any-of
daerir•.Irem--end•-agairet-s}I,_ulaim�.eust� .losses -and
err teveaiad at the -
site -
E1C'.t)CGENERAL CON1?1170M 1910-8 (1990 Blom)
wl0 rY OFFORTCOLLINS MOUIFICATIONS(REV412( M)
ARTICLE. S-BONDS AND INSUILINCE
Performance. Payment and Other Bonds.,
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful Performance and
payment of all CUNITRACTOks obligations under the
Contract Dowments. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Condition All Bonds
sha11 be in the form prescribed by the Contract Documents,
except as provided otherwise by laws or Regulations and
shall be executed by such studies as are named in the
current list of "Companies Hoi Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies^ as published in
Circular 570 (amended} by the Audit Stafk Bureau of
Government Financial Opemtiomc• IIS. 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 airy Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
..U. Licensed Sureties and Insurers; Certificates of
insurance:
5.3.1. All Bonds and insurance required by the
Contract tkanments to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required Such surety
and insurance companies shall also meet such
additional requirements mid qualifications as may be
Provided in the Supplementary Conditions.
53.2. CONTRACTOR shall deliver to OWNER
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and When evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5.4. ©LuNRR-shall
CONTRACTOR's Liabifiipinsurance.
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and ns will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOKs; performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly w
indirectly employed by any of them to perform or famish
any of the Work, or by anyone for whose acts arry of them
may be liable-
5.4.1. claims under workcW compensation disability
betrc is and other similar employee henefit acts;
5.4.2 claims for damages because of bodily injury,
occupational sickness or disease, or dcatb of
CONTRACT OR's employees;
5 4.3- claims for damages because of bodily injury,
sicknem or disease, or death of any person other than
CONTRACTOR's employees;
54:4-elaif -fof-'dame8ea-ins<ued by--ouskimary
—Person—by
other reasotk
54.5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom: and
5.4.6 claims for damages because of bodily injury or
death of any parson or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The pohcies of insurance so required by this paragraph 54
to be purchased and maintained shall:
5A T with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive anda5 4 %
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER, ENGINEER, ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of wharf shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater,
5.4.91 include oarrpleted operatiovn iimuano r,
E)CDC OEMMAL CONO1TIOM 19104 (IM E(Iticed)
w/ Cr'rY OF FORT COLLINS MODIFICATIONS fREV 4t20M)
5AM, include contractual liability insurance
covering CONIRACTOR's indemnity obligations
tinder paragraphs 6.12. 6.16 and 6.31 through 6.33:
5.4.11 contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
chtmged or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR aid to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide);
5.4.12. remain in effect at least urail final payment
and at all times thereafter when CONTRACTOR may
be correcting, removing or replacing ckfeclive Work
in accordance with paragraph 13.12; and
5.4,13. with respect to completed operations
irm. rance, and any insurance coverage written on a
claims -made Masts, remain in effect for at leas two'
years after final payment (and CONTRACTOR shall
furnish OW'NFR and each other additional insured
identified in the Supplementary Condition; to wham
a certificate of insurance has been issued evidence
satisfactoq to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter)_
OWNER'sLiabiliry Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNFR's option may purchase and maintain at
OW' NER's expense OW N`ER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Comraet Documents.
Property Insurance:
56- 4ilydes-otherwiseIx©vida�in- "Supplemenwy
C<utditierns;--CrWNER...slarll -pure,. rand--ata;nfitin
of-the--full--raplacakttant- Est- tirarrol=-{sty.-to-stet
datkr6tibla--antountfr- es--rttay--.be� �evidatl--gt---tlte
PP + mYM onditicns-or-recryfrecl-by---Lews-ertd
RegueGons}-This-il�umneaa shall;
5:641. inulutia - khe .of-- - ,
entitieaa-identified-itt-the-Sttpplery.-�rtditiona;
eeeh ofwlwm-isdreined to have aft-irrutrebk-iMerr.�
aridsliaH-bar-listed-nsma insuredureddhionalmiaaedt
36:2 ..-lio-.writtari ar n--l3uikia s -Rook -°all-rt ik"--or
the---folleiw`iaS--fiari>cr�-��, 'i8htning—erctarided
oworege;- thelt;- vandalism and--malictous mischief-,
da"Iy4mike- collapse. debris removal, dermahtion
water datnege; a
Willy-rayia3red _' ,
5.63: inelude om lenses ineurre&._ir,._.d ,.rgmw-.o+r
repl"ment of any um-umi prgwty-(inel"ng-§ut not
limited -to ---fees --- u� -- of-engmews— and
architects).
or et-
another- lomion-thm was agwedj!o .,wlgtmgby
prov4de44het sash matasiels and equtpmaN #tnt a -been
hry Jti1N1, and
s gs--be-maintained-ineffect --.,Mffd
-
m�de-unlecv- ethrRvist--g�ezd--icv-in-vt�nting--.�y
9WlvI F flts�fT{)R •Had -..&4Qn=E_R-with
thirty-dnv -written nmiea additional
inched ice-whtlkit-
Fmmd:
5 7- -OWN
T-R- "I purehasr-mn fnaimain-stteh-boiler
and -machinery in suranea-aF additio nil prvpaky •utsumme
as-nmey-be- required -by the-Suppheu+�iery--F. ditieu or
bowa-and-Regtll@ttt i wlHehYW'dl ugh k`d� enter of
ONWh
lSi�lE',ll�li4l"slts-(yetLsuitmii&land
is dearaedi0}invenn.
and -
and nintnused by OWhv R itrnea or ierwa-wiee
coverage-atfordecl will not be-oaneelled- ar--metariahly
ehmged or renewal-fetuml until(it
-least t})igv dayt -prior
wnitm-n0tiitr- _ has- been- .given---ta -- E31X NgR ---and
whom-a-caitiftaate-of insurance-ltas been--i wed-imd-w}ll
«amain-- waives----prev-a u---in-----aseordanea with
Paragraph s.I+
5.9. OWNER shall not be responsible for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR Suboontractors or others in
itleFlkifitd ni-the -btipltiemaitari Genditiera-4lte-risk-of
smash--hoes-and-if-ang--of-ih�n--wisher. preperil+--in�umnes
oaverage-withuh-the_,limits-oC-seek-stnoitrds;-eac�tt 'reaY
purf3a�seand mairHeinttat-iHni purshaesan'sexpanse.
S:l�l---1f EON'I'-R�4E"}EiR-raltte>sis-er writing-}het.ot}tar
"Giml insurance be imuiul
smu'enh, :Mumma, and the eat
t7imiga-- Order--or---L4rinme --4 --to
EICDCOENER.N. CONXXnOM 191" (1990E6tian)
10 n•6CITY OF FORT COLLtNB MWtt1CKOONS t3tb-VA120W)
commencemint-of4w Work at the site: OWNER shall in
aeht�4her
5-4-1:1:--GVR%'FIt orAI 0WRA TOR intend that all
policies-purrMisad in aeoert rtca-with paragraphs 5,6
9A1TRr14 7 F
wA ,--waive --*W-fights
-feSpeaFivr-- alTitwr
end
datna8as'eat�aed'�t-et�r-ra�ltingfirem
the per+ls-oovar•r ....... nd any
NAMBble to the WarlE; sad
in---mlditioit__... W sly@.__l__. yab __Fi$}tL4--against
Cy>nsitkattts end all eUteF persom-or-eMmes identified
_''hWv''all-��te- _preeeed$_Qf
7 i.�
w ell -rights
ngeusF.. R TC7I$—. .. Sulx ontrewer5
ofD3oars cis ors arepk>yeeaand -Agents .of.any, of
them, -far-;
'41.2+ left doe to 10
d=uaa-er-..-.aoraequantal--loss -extending
beyond-,.@f--�sieal--less'-or--. Aamnga_..it,
erasing It 0147temrtti 1-__.i -- ar-other-part11
e er-rxtEi - WNW- md
eonsequantial leas the -will- mg- ci-ragMs--0f
recovery against any of CONTRACTOR. OR Subcomntctors;
Fri 4.itiT131� 1 the off+a�vv
din t>fty-ufthetn,
Receipt and Appliention of Insurance Proceedv.
5.12. Any waved loss under the policies of insurance
required by paragraphs5.6 and 57 will be adjusted with
CANNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear. subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account am, 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 he repaired or replaced the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change order or
Written Amendment.
5.13. OWNER as fiduciary "I] have power to adjust
and settle any lass with the insurers finless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of loss to OW'NER's exercise of this
Mver. If such objection he made. OWNER as fiduciary,
shall make witlement 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 slat] adjust and settle the loss with
die insurers red itt-writirig by any party-m
interesk b?WII-as tdusinq -sMfl- give-hos d--£err -the
1) Opel ties
Acceptance ofHondr and Insurance; Option to Replace:
5.14, If el' (OWNER or C,0?4RAGT-GR)
OWNER has any objection to the coverage afforded by or
orlon provisions of the Be" or insurance required to be
purchased and maintained by the esker --parry
C'ONTFACTOR in accordance with rVfcic - on the basis
of fiat -conformance with the Contract Documents, the
objectir>g-petty shaf}-sanctify the other party OWNER will
tipllfit_QQh9BAQJ_QR in writing within ten fill..m days
after receipt lefty of the certificates (gr+xketevidenee
requested) 10C2 . As required by paragraph2.7.
other steak additional-infottaetion tt fespeai_ of tasurance
Partial Utd67atf0n Property lnsumnee:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Wert: prior to Substantial
EKDC OENF.'RAL CONDITION'S 191" (1990 E61ia1)
cat O17Y OF FORT C'OLUM MODIFICATIONS(RFy 412(00)
Completion of all the Work, such use or occupancy may
be accomplished in accordance with paragraph 14.1Q
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shell consent by
endorsement on the policy or policies, but the
insurance shall not be cancelled or permitted to =pse on
account of any such partial use or occupancy.
ARTICLE 6—CON'rRACTOWS
Supendsion and Superintendence:
6.1 CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of
construction but CONTRACT fOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall he responsible to see that the
completed Work complies accurately with the Contract
Do umcnLs.
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 ureter
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
Labor. Materials and Equipment:
63. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents CONTRACTOR shall at all times maintain
good discy�line and order at the site, Except as otherwise
required far the safety or protection of persoris or the
Work or property at the site or adjacent thereto, and
except as otherwise irulicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will riot permit
overtime work or the performance of Work an Saturday,
Sunday cc any legal holiday without OWNEWs written
consent given after prior written notice to ENGINEER.
CONT�shali subaid 1a the IId4} TIC
no Tess than 48 hours in advance of arry Work to be
mrfonmed on Saturdaaay. _Sunday. Holidays or outside the
Regular Working, Hours
6.4 Unless otherwise specified in the General
Requiremcnis, CONTRACTOR shall furnish and assume
full responsibility for all materials, cyuipntent. labor,
transportation, construction equipment and machinery,
tools. appliances, fuel power, light, heat, telephone, water.
saniLnry' facilities temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing start-up and completion of the Work
641 Purcbasirae Restrictions: t:0NTRA(-f0R
must can�p� with the Civv's purchtasingrestrictions A
copy of the resolutions are available for review in the
off_icesof_the Purchasing_ and Risk Management
Division or the City Clerk's otLa.
6_4 2___Cement_. Restrictions_ Ck_of_ Fort Collins
Resolution 91-i'i cquiros that suppliers anclV. pnxlu 6
of cement or products contsmi>ffi cement to certi .that
the cement was not made in cement kilns that bum
hanardous 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 ccpressiy
run to the benefit of OWNER. If required by F-WYT dF.FR,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
Provided in the Com nict Doeumems.
Progress Schedule:
6.6. CONTRACTOR shalt adhere to the progress
schedule established in accordance with paragraph 2.9 as n
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the Merit inrticated in
paragraph2.9) proposed adjustments in the progress
schedule that will not charge the Contract Times (or
Mlkstortei). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto,
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12,
6.7. Substitutes and "Or,Equal"Itemx-
6.1.1. Whenever an itan of material or equipment is
specified or described in the Contract Documents by
using the name of a cry tram or the name of a
particular Supplier, fication or description is
intended to establish the type. function arxi quality
required. Unless the specification or description
EICDCOENERa CONDfltOM 1910E (1990 Edition
12 rat CITY OFFORT COLLINS MODIFICATIONS N.N 4J20W)
contains or is followed by words remdn that no like,
equivalent or "or -equal" item or no substitution is
permitteei, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances.
6.7.1.1, "?r-Equal" if in ENGINIX'R's sole
discretion an item of material or equipment
proposed by ('ON'rRX("IOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required, it may
he considered by HNIGI vEFR as an "or al"
item, in which case review and approval of the
proposed item may, in FNGiNEFR's sole
discretion, be accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items. If in ENUJINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify, as
an "or -equal" item under subparagraph 6.7.1 1, it
will he considered a proposed substitute item.
C NI'RA('fOR shall submit m1 icier
information as provided below to allow
F.NGTtiEFR to determine that the item of material
or equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedure for review by the ENGINTIMR will
include the following as supplemented in the
General Requirements and as F:NGINEFR may
decide is appropriate tinder the circumstances.
Requests for review of Proposed substitute items
of material or equipment will not he accepted by
FNGINFER from anyone other than
CONTRACTOR If CONTR:\CTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall fast make
written applicxtdon to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that specified The application will
state the extent; if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with UtV.NER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available mainterianco, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
IA, the resulting change, all of which will be
considered by ENGINEER in evaluating the
Cproposed substitute. ENGINEER may require
ONTRACTOR to furnish additional data about
the proposed substitute.
6.7.1.3. CONMCTOR's Expense: All data to be
provided by CONTR'CTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR' eTrnse.
6.7.2. Substitute Corstnufiorl Methods or
Pencedimer. If a siliecific means, methuhd, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the (Contract
Documents. CONTRACTOR may furnish or utilize a
substitute means, method, technique, sequence or
procedure of construction acceptable to hNGINEER
CONTRACTOR shall submit sufficient information to
allow ENGINEER, in ENGINESR's sole discretion, to
determine that the substitute proposed is equivalent to
that epgressly called fir by the Contract Dommenus
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2.
6.7.3. Engineers Evaluation: FNGTNF6R will he
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7. 12 and 6.7.2. ENGINEER will be the
sole judge of acceptability. No -or-equal" or
substitute will be ordered, installed or utilized without
FNGINFER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop Drawing. OWNER may require
CONTRACTOR to furnish at CONTRACTOR"s
expense a special performance guarantee or other
surety with respect to any "ors;qual" or substitute.
ENGINEER will record time required by
ENGINEER and ENGINEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1 2 and
6.7.2 and in making changes in the Comnict
Documents (or in the provisions of any other direct
contract with OWNER for work an the Project)
occasioned thereby. Whether or rot ENGINEER
accepts a substitute item so propor submitted by
CONTRACTOR CONTRACTO shall raimbum
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
&S. Concerning Sttbcontradors, SkMiers and
Viers:
6-8,1. CONTRACTOR shall not employ eery
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER aid
ENGINEER as indicated in paragraph 6.9.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable o un.
CONTRACTOR shall not be required to car,;
Sulx ontracax, Supp ter or other poison or organization
to furnish or perform any of the Work again% whom
CONTRACTOR has reasonable obpjecim
EJCDCGENERAL(V, MIr0M1910-8(199aE"am
WICITY OF FORT (-%)LLITt9 MODIFICATIONS (REV 9i2000)
669.
ccK- mACTOR 4rall perform trot lei than 20
percent of the Work with, its own forces (that is,
witlnut Subcontracting)The 20 txrcent requirement
fall be understood to refer to the Work the value of
------------------
which totals not less _than 0 pZrcent of the_CcmtracK
Pr .,e
6.8.2. It the Supplementary C-rhditions Diddine
Documents require the idtntity of certain
Subcontractors. Suppliers or other perwns or
organizations (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER in -advance -of the -specified
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER,—arm-+f
auserrlance.-..with- the._-SupplemrtNcuy-<::orditiens
OW'NER's or FNGINP s acceptance (either in
writing or by failing to make written objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of
any. arshpplier, or other parsarv-or
-
argaeti3atien se iderhtit+ed they Toe -revs d tin the
basis ofsewombleohjectiowalter-dui-investigation;
ire--whielr--t+nse--4:1�At�FRt>.f-=1{�jR--sMt{1-submn--an
ae:eeputl>!r- subsfiiute.-- fire-ftrtttad t-T'riea__wi4f be
adjtt�wed hy-thedikiermen-in-tlta'eost aeeasioned-hy
such substitutxw and fin -approprrime- E'luwW Order
Wing--be-ice N ill
constitute a condition of the Contract rvquring the
the t f the named SubCOMraCtms, surriliers or other
pxrsorEt or or�njr�rti(xT cn_the W'orl: unless prier
written approval is obtained from OWNER and
ENGINEER No acceptance by OWNER or
tRdiNET It of arty such Subcontractor. Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defecrive Work.
6.9.1. CONTRACTOR shall be Cully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations perfuming or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
respomsible for CONI'RACTOR's own acts and
onissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor,
Supplier or other person or organization any
contractual relationship between OWNER or
ENGINEER and any such Subcontractor, Supplier or
other person or argntnizalioq nor shall it create any
obligation on the part of OWRNER or ENGINEER to
pay or to we to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws andRegulations. OWNERo J:NGINt'VKRmay
furnish W am subcorhtracmx, suppnlier o uher »ersrm
or %&&UVAtion evidence of amounts ippa rito
CONTRAC OR in accodance with
CONTRACTOR'S "Apmficatiors Car Payment"
13
692_ CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors. Suppliers and other persons and
orgammxtions performing or furnishing any of the
Work under a direct or indirect contract with
CON "I'RACTOR CONTRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organizations performing or fitrnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10. The divisions and sections of the Specifications and
the identifications of any Drnwings shall not control
CONTRAC70R in dividing the Work among
Subcontractors or Suppliers or delineating the Work to he
performed by any specific trade
6_11 All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically bards the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINRIX Whenever-angsuc}tagreamem
is-w,it}a-it- '-}istec3-era-an
add itiomaf-insured-en the-property-inwiFanur previded-in
`—? the
CO131' ACTOR and -the- F,ubconi aetor• cw-Suppliefwill
domain -put
waives
-ah (�1
LTTl EF72 -.G Z'sOhs-nnd-all-
arising ottt e}
the - Work. If the-ireurets-ttr ony- suet- policies- require
Patent Fees and Ratwltfes:
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation at the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extern permitted by Laws and Regulations.
CONTRACTOR shall indemnify and hold harmless
OWN K ENGINI•M ENGINEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs,
losses and damages arising out of or resulting from arty
infringement of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract
Documents.
14 FX'I>C GENERA, COND1710M 191"(1990 Edition)
col C'ITY OF FORT C[)LLiNS NIOD1FICATIONS ft-V 412000)
Aermirs-
0.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licerss. CONTRACTOR shall pay all
governmental cbatges and inspection fees necessary lir
the prosecution of the Work, which are applicable at the
time of opening of Bids or, if there are no Bids, on the
Effective Date of the Agreement CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pey ail charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14• LawvandRegalatiunv:
6.14.1. CONTRACTOR shall give all notices and
comply with all laws and Regulations applicable to
furnishing and performance of the 'Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be resperosible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused bv,
arising out of or resulting therefrom-, however, it shall
to be CONTRACTOR'S primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Taws and Regulations, but this
stall not relieve CONTRACTOR of
CONTRACTOR's obligations under paragraph 3.3.2.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations or the place of the project which are
applicable during the performance of the Work.
G 19 1. OWNER is exempt from Colorado State and
lr>ca sales_ end use taxes on materials To_ be
petmarten incgrpgLated�nto the proj_Said taxes
shall not be included in the Contrzmct Prue
Colorado Departtnatt of Reyemrc
State Capital Annex
1375 Sherman Street
Denver, (oloradg, 80261
Sales and Use Taxes for the State of Colorado
Regional TrtTprtatisn District (RTD and egrtain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
]~'it iion
All anolicable Sales and Use Taxes (including. State
collected tnmes),_on_aml_items other than construction
and building materials physically incorporated into the
Protect are to be raid by CONTRAC'TOP and are to
be included n app[2gji to bid items.
Use ofPrennses-
6.16_ CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by laws and Regulations,
rights -of --way, permits and casements, and shall not
unreasonably encumber the premises with construction
equipment or other matenals or equipment,
CONTRACTOR shall assume full rc.V)ncibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
perfemnance of the Work. CONTRACTOR shall promptly
sdde with such other party by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER, ENGINEERS
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from arty claim or
action, legal or equitable, brought by any such owner or
occupant against OWNER ENGINEER or any other patty
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shalt keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall noticed net permit any pan
of any structure to be loaded in any mariner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents:
Ex-uCOFNERAt CONDMONS 1910s (1990Edttam
w!CITY Or FORTCOIJAM MODIFICATIONS(REV 42000)
619_ CONTRACTOR shall maintain in a safe place at
the site one record copy of all Dmwir4;s, Specifications,
Addenda, Written Amendments, Change Orders. Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
paragraph 9.4) in good order and annotated to shone all
charges 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, aml ffior to release of 6nn1payment these
record documents, Samples and Shop Drawings will be
delivered to ENGINEER for OWNER.
Safety and Plmecdon:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precaution and programs in connection with the Wok.
CONTRACTOR shall take all necessary precautions for
the safety of and shall provide the necessary protection to
prevent damage, injury or loss to:
620.1. all persons on the Work site or who may be
affected by the Wont:
6202 all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
620.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of omstruction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety ofpersons or property or to protect them from
damage, injury or loss, and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and atiltty rnvners when
prosecution of the Work may affect tFcem, and shall
cooperate with them in the protection, removal, relocation
and replacement of there property. All damage, injury or
loss to arty property referred to in paragraphs 6.20.2 or
6.203 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of there may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER or
ENGINEER's Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
put, to the fault or negligence of CONTRACTOR or any
SubtwrBractor, Supplier or other pawn or organization
directly or indirectly employed by any of them).
CONTRACTOR'S duties and responsibilities for the safety
and protection of the Wok slwcontinue
ottinue until such time
as all the Wok is completed and ENGINJMR has issued a
15
notice to OWNER and CONTFLNCIOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise acpressly provided in connection with
Substantial Comple tom).
6.21. SofeorRepresentarive'
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
ocwrdinatmg any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with laws or
Regulations.
F.mffrnder
6 23in emergencies affecting the satety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop Drawings and Samples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted sclwdule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the ratmber of copies specified in the General
Requitenems. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materiels and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 6.26.
6.24.1 CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals, Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
ENGINEER to review the submittal for the limited
EXT C OENERAL CONDITIOM 191"(19" Edtim)
16 w1 CITY OF FORT OOLLINS NIORIFICA1 IONS(REV 4,1000)
purposes required by paragraph6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submidal Procedures:
6.25.1. Defore submitting each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verified.
625-11 all Geld measurements, quantities,
dimensiom specified performance criteria,
installation requirement-, materials, catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended
usc, fabrication, shipppping, handling, storage,
assembly and instal pertaining to the
performance of the Work, and
6 25.1.1 all information relative to
CONTRA('fOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents,
6.25 Each submittal will bear a stamp or specific
wnuen indication that CONTRACTOR has satisfied
CONTRACTOWs obligations tender the Contract
Documents with respect to CONTRACTOR'S review
and approval of that submittal.
6.25.3. At the time of each submissim,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample Submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation
626. ENGINEER will review and approve Shop
Drawmgs and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals wilt, after installation or
incorporation in the Work. conform to the information
given in the Contract Documents and be compatible with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequerim or
procedures of construction (except when a particular
means, method, technique, sequence or procedure of
SECTION 00100
INSTRUCTIONS TO BIDDERS
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
f-MME.ER on previous submittals.
6.27. HNGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility t t any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGIINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGiNEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval, nor will arty approval by
EN(ilNh'FR relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1
6 28. WhLre a Shop Drawing or Sample is required 1)),
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the Pertinent
suhnintil will he 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.
630. CONTR4CTOR's Genera! Warranly and
Guarantee:
6.30-1. CONTRACTOR watzmtts and guarantees to
OWNER ENGINEER and ENt INEER's Cnsultants
that all Work will be in accordance with the Contract
Documents and will not be *feelfve.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse. modification or improper
maintenance or operation by parsons other than
CONTRACTOR, Subcoitrsctors or Suppliers; or
630.1.2. normal wear and tear under normal
usage.
6.30 21. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EXW OENERAL CONDFA.OM 191" (I M Edliom
wi ('1-ry OF FORT COLLINS MODIFICATIONS (REV 4l10001
accordance with the Contract Documents or a release
of CON TRACTOR's obligation to perform the Work
in accordance with the Contract Documents.
6.30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by ENGINEER:
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.3024. use or occupancy of the Work or any
part thereof by OWNER:
6.30.2.5, any acceptance by OWN'BR or any
failure to do so.
6.30.2.6. any review and approval of a Shop
[hawing or Sample submittal or the issuance of a
notice of acceptability by ENGiNEI`aR pursuant
to paragraph 14.13:
6.302.7. any inspection test or approval by
others; or
6.30.2.8_ any correction of defective Work by
OWNER.
Indemnification:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINI R's
Consultants and the otiicem directors, employees, agents
and other consultants of each and any of them from and
against all claims, coats, loses and damages (including,
but not limited to, all foes and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution casts) caused by,
arising out of or resulting from the performance of the
Wak, provided that any such claim, cost. kiss or damage:
(i) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in pparartt tbryy any negligence or omission of a person or entity
inoiammled 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 arty employee (or the
sarvivor or personal representative of such employee) of
CONTRACTOR, arty Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
any of them to perform or tunush any of the Work or
anyone for whose acts any of therm may be liable, the
indemnification obligation under paragnaph6.31 shall not
be limited in any way by any limitation on the amount or
type of damage& compensation or benefits payable by or
for CON"TRACTOR or any such Subcontractor, Supplier or
tuber person or organization under workers compensation
acts, disability benefit acts or other employee benefit acts
633. The indemnification obl' ations of
CONTRACTOR under paragraph 6.31 shall not extend to
the liability of ENGINEER and E'NGINTENs Consultants.
ours, directors, employees or agents caused by the
professional negligence, errors or emissions of any of them.
.SuMtvd ofObligations-
634. All representations, indemnifications, warranties
and guarantees made in required by or given in accordance
with the Contract Documents, as ttc11 as all cominum
obligations indicated in the Contract Documems, will
survive firnl payment, completion and acceptance of the
Work and termination or completion of the Agreement
ARTICLE 7--OTITER WORK
Related Work at Sire.•
7.1. OWNER may perform other work related to the
Pro icct at the site by OWNERSs 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 DoLumcrw% then:
(i) written notice thereof will be given to CONTRACTOR
Prior to starting any such other work and
6 0 CONTRACTOR may make a claim therefor as
provided in Articles I I and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OW1NER's employees) proper and
safe access to the site and a reasonable opporArnrty, for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly txamect
and coordinate the Work with theirs nless otherwise
provided in the Contract D ocumeras. CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts cone together
Properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected
The duties and responsibilities of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other oomtractms to the extern that there are comparable
E1CIx: GENERAL CONUTIOM 1910-8 Q 990 E(fitmm)
is cal CITY OF FORT COLLI M MO(AFICATIONS (REV 452000)
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contmcturs.
73. If the proper execution or results of any part of
C()1N1'RACTOR'.s Work depends upon work perfumed
by others under this Article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER in writing arty delays, defects or deficiencies
in such otter work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTORS failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRAC'TORs Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coori6narhen:
T4, If OWNER contracts with others for the
performance of other work on the project at the site, the
following will be set forth in Supplementary Conditions:
7A.1 the person, firm or corporation who will have
authority and respusibility for coordination of the
activities among the various prime contractors will he
identified
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized, and
7.43. the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8—OWNER'S RESPONSIBILITIES
8A. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR thrmAENGINEER.
82, In case of termination of the employment of
ENGINEER, OWNER shall appoim an anmgmeer egaetst
whrrttt-CIDMT ACT9�o--neasnreble-vbjeetic,n;
whose starts tinder the Contract Documents shall be that
of the former ENGINEER
8.3. OWNER shell famish the data required of
OWNER under the Contract Documents promptly and
shall make psymerus to CONTRACTOR promptly when
they are due as provided in paragraphs 14A and 14,13.
8.4. OWNEWs duties in respect of providing lands
and easements and providing ergm- eermg survoys to
establish reference points are set forth in paragra4.1
and 4.4. Paragraph 4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
stntctures at or contiguous to the site that have been utilized
M ENGINUR in preparing the Contract Documents
A.- AWR 3EIt st'org
and -
forth in pankgrophs 5.5 through 5.10
&& OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7 OWNTRs responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13 A.
8.8. In connection with OWNER's right to stop Work or
suspend Work, see paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of COVI'RACPOR under certain circumstances.
8.9 The OWNER shall not supervise, direct or have
control or authority over, nor be responsible for,
CONTRACTOR'S means, methods, techniques sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with laws and Regulations
applicable to the fumishing or perlbrmance of'the Work.
OWNER will not he responsible for CONTRAC701t's
failure to perform or furnish the Work in accordance with
die Contract Documents.
SI�A--�'srespoatsnbility -an- raspeat--cif-unclisokvsed
Radioattive Afaterriek t rye rered-ar-revealed et 3}ar site is
CONTRACTORfiaanaiel
atrengalments. have bast-ia@de-to--satisfy- OWtiIxs
responsibility -in Mpeot -thareof wall -be -as sat--tbtth m the
Supplamontary, yetis.
ARTICLE 9—EiNGINEER'S STATUS DURING
CONSTRUCTION
OWNER's RWmmtative.
9.1. ENGINEER will be OWNER's representative
dwing the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's repaeserastive during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINEER
Visits to Sit,-
9-1 ENGINEER will make visits to fix site at intervals
apppxaoppxnaatc to the various stages of cormuction as
ENGR 1110 deans necessary in order to obsme as an
experienced and qualified design professional the progress
EJCDC'OENLR.AL CONDITIOM 191" (1990 Ecitim)
w/ CITY OF FORT COLLINS MMIF1CAT10NS (REV 4n(NM))
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work Based on
information obtained during such visits and observations
ENGINEER will endeavor for the benefit of OWNER to
determine, in general. if the Work is proceeding in
accordance with the Contract Ioteumertts ENGINEER
will not be required to make exhaustive or continuous un-
site inspections to check the quality cc (�taantity of the
Work. ENGINEER's efforts will be drrected toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard ON%NBR against ❑kfecttve Work. ENGINEEWs
visits and on -site obscrvation are subject to all the
limitation on ENGlNEI R's authority and responsibility
set forth in paragraph 9 13, and particularly, but without
limitation during or as a result of ENGINEER's on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct. control or have
authority ewer or he responsible for CONTRACTORs
means. mefluxis, techniques, sequences or procedures of
oonstruction or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with T.aws and Regulations applicable to the
hirnishing or Nrfomtance of the Work
131*eer Rettreseatadve:
9.3. if OWNER and E.'dG1NEER agree, ENGINEER
will furnish a Resident Project Representative to assist
ENGMER in providing more continuous observation of
the Work. The responsihilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 - and 9.13 arml in the
Condition of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not E NGINEER's Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in nataaranh 9.3
93.1. The lims in
pedainiit g to the on -site work will, in gonetal, with
the ENGINEER and -CONTRACTOR. But. e
Re)xesentative__will k the OW1 txooerly
advised about such matt" The I Mesentativ4e
dealnn�s oath subcontractors will only be through. or
with. the full knowlgdW-. ni a rove
CONI.I2ACTCilL "��
9.3 �� duties anI Rcs,.pu�bilities I�gp� native
will
9.3.2.1.Schedules - Review the txo¢res
19
schedule and other schedules prepared by the
CONTRACTOR and consult_ with the
EISGPNTER concerniriL acceptability.
9.3.__2__t _onferences__and A1xtirtw,=_Auend
meetit _with the CONTRACTOR____ h as
preconstruction conferences, progess, meetings
and other 'ob ccnferertces and prepare and
circulate copies of minutes of meetings,
9333 LiaisA)n
9-3?-31_-_--Serve as hNGiN'ERR'S liaison
with CONTRACTOR, workioa rnincipanv
through CONTRACTOR'S superintendent to
assist the CON'1_RACrOR_in understanding
the Contract Documents.
9,3:r.3:2. st in obta &am ' IyNER.
additional details_ or intamatinrt when
rewired for Proper execution of the Work
9.3 2.3.3. Adv
t_;_,ONTRAt"rOR of the commencement of
any_ Work Drawing -or
iiv— _A_S
saptplc submission d the submission hqq not
heat approved by thc_INGINEF,It,
9,�,«.�.Re�ew_oJ�«'S�k, l?`S.1Seti�lof�efectiye
Wglcjrq)ectiorvs and Tests -
9_3.2_4. I . Cattduct on•site obscstrations of
the Work In fir r e to mLt the FN01NFFR
in determining that the Work is jmcecdi in
aocardarice with the Ccmrmct Documao
932 4.3. Acca?t�penX _7Ltinl3......itu�ectors
represent= oubfic or other aeanct s having
tuttstiicticai oveLft Pro ect record resu$s
of thm inspections and report to the
ENGINEER-
93.Z..5.Iriler�xe�alipn of Contrao.4
llocumems. _ Re�xtto ENGIIR when
clarifications and interpretations of the Cantmd
Documerus ware needed and ttttmmit to
MNTRACTORZc1ali lien arid mpretatim
of the Ctxitract Documents as i sued by the
9.3.2.6. Modi6attiins Consider rind
valuate CONTRACTOR S suggestions far
WDCOENEICAL CONDIMON51910,9 (1996 E"m)
20 wt (-71Y OF FORT o ()LLINS MODIFICATIONS p2EEV 4:'IOWI
modification in DiawAn s or citieations and
report these recommendttions to rNGLnrEL;R.
Accurately trammulit to CONTRACTOR
decisions issued y the LTNGIN�L_•_R,
9.32.7. Records.
9.3.2.7.3- Record names
addresses_and tdcphoncnumhcrs_of all
CON7R.1c'TORS subcontracters grid
major suppliers of equipment and materials.
9 ,21.9 Reports.
9.3I 1 Fulnt t_ -NGiN ,LL lxt'i4iile
repons,__as required,,_pl' the pre ess,c)f the
Work_ ,and_ of _ the CQN ICTOR S
cnllPpbmlee.. wlth_ttte progs�s_ s�hgdule._�Ad
schedule of shop Drawing sampl and _e
i"ittal�:
9:3 Z§.? ____C.cnstih__with _15NGR�>; li_ itt
advance of scheeiutng_ mA�cm_.__�?'s
inspections or"start of impoutmi abases of the
Work
9,-3 -2 5 3. Draft -Proposed Charn a Orders
and Wcxk__Daee,tve, „( hpr�os_,_ obtaining
backup material Gom the CON'rRACfOR
and recommend to ENULNEER_ Chanee
Chclers. Work Dinh tive Crte haes and field
Archers
912 Retxxt immediately to
NGtNEER_and OWi\ K the occurrence of
anan_y_agg>dern,
9 .. 9 Payment Regyests Review applicau
for intent with CONTRACTOR for compliance
wi Ui procedure for their
submission and forward with recommendation to
I LNEEK noting, particularly the relationsh of
the Lrayment requested to the schedule,�of value
work coimple�
ed and materials andui_mnent
olehvered at the site but not incorporated in the
wWk -
9.3.2.10. Completion
9 3 " loa 1. Before ENGINEER issues , a
Certificate of Substannal Completim suit
to CONTRACTOR a_ list of observed items
LWuing correction or completion.
9.3.210.2. Conduct final inspection in the
company of the ENGINEER_ OWNER and
CONTRACTOR andpxenare al list of
items to ble corrected or completed.
9.3: 10.3. C�tnc'yrthat Al items un tle
final list. have been corrected or cons pried and
make recommendations _ to EI GIN�EER
concerm an aegmtsnce
933' Limitation of Authority.._The Representative shall
not
9,3 1. _Authorize „any deviations from the
CIAMPI T)aumenis or accent ki Qul ttia
matetiii pr_pquipet,!1. rt6..ualess,nuchptzasi...bv..dte
ENGINEER,,
9.33 2. Execed Itnitadons of ENGINEER'S
�S�Iy sass �t forth in the CanraM L)oct*merns
9,3.3.3. Undertake wry of_the_pcirpq biljties
of the CeA f O-f6k Suborrntractnrc or
C-QVIRAUQR:5.,-Sup�ri -mdeat
9-314— 1dYAs �a c_i to re4tia�>ays
tam or_assume _,control wzr_ anv nspect__oC_tl�e
mean % _.methods ___techijigi!es sequences or'
specdivslly calleri for nine Cprtttact I7ocutnents;
9333.Advise on or _or issue directions
p mutions eau oar. ams in ctmrtections with the
9�3.3�6. Aco:e�t Shop _Ikatvit�s_or �lJ'le
submittals from anyone other iia the
CONfRgCT, R —
9.3.3.7. Authorize OWNER to occupy
Work in whole or inpart,
93.3.8. P>iplate in saciatized Geld nr
labors tests nr ionsconducted b others
e sped ca y_ sut}wrirxd the
Clmi; fications and Interprehrrions.
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
E)CDC(IENERALC01 XIIONS191P.8(1990Edtion)
w! [31l" OF FORT ODLLINS MODIFICATIONS 0*,V 4 2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as i NGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents- Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR- If OlVNI?R or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thereof. if anv, OWNER or
CONTRACTOR may make a written efairn therefor as
provided in Article 11 or Article 12.
Authmized t$riations in Work:
9.5. ENGINEER may authorize minor variations in
the Weak fnLan the requirements of the Contract
I umetits which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will he binding on OWNER and also can
CONTRACTOR who shall perfamn the Work involved
promptly- if OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the panics are unable to agree as
m the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective Work
9A. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that confomis to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or no the
Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments,
9:7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER'S authority as to
Change Orders, see Articles 10.11, and 11
9.9. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14,
Determinations for Unit Prices.•
9,10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (try recommendation of an Application
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNS-R and
CONTRACTOR. unless, within ten days alter the date of
arty such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINIFER's decision and- (i) an
appeal from ENGINTUR's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNIsR and
CONTRACTOR Such appeal will nut be subject to the
procedures of paragraph 9.11
Decisions on Di luitev.'
9.11_ ENGINEER %vill 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
tine interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim. dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) alter the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing party's submittal, if
any, to accordance with this paragraph. ENGINEERS
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: 6) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in WMIBIT GC -A, "Dispute
Resolution Agreement% entered into between OWNER and
CONTRACTOR pursuam to Article 16, or (ii) if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal horn ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a format
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
,� ErMe3E tEKA&CONDMOM 1910-90"0 Edam)
,�
_2 W10TY OF FORT(A)LUNS MOU)1HCAT1ONSt71.F.-V4.2000)
decision, to iess otherwise agreed in uniting by OWNER
and CONTRACTOR_
9.12. When functioning as interpreter and judge under
paragraphs9.10 and 9.11. ENGINEER will not show
rivhty, to OWNER or CONTRACTOR and will not Ile
'liable in connection with any interpretation or decision
rendered in good faitb in such capacity The rendering of
a decision by ENGNEER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will he a conditionprecedent to any
exercise by OWNER or CONTRACTOR of suds rights or
remedies as either may otherwise have tinder the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matter-pursuantteAruvle-16.
9.13. Limitations an E,WI EER's Authetiry and
Regronsibitfties:•
9,13.1. Neither ENGINEF.R's authority or
responsibility under this Article 9 or under any either
provision of the Contract Documents nor any decision
made by ENGINH --R in good faith either to exercise
or not exercise such authority, or responsibility or the
undertaking, exercise or performance of any authority
or responsibility by FNGMER shall create, impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any other person or organization, or to any surety fox
or employee or agent of any of them
9.13.2. ENGINEER will not supervise, direct,
control or have authority over or be responsible for
CONTRACTOWs means, methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs mcidera thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulation applicable to the furnishing or
petfomtanoe of the Work. ENGINEER will not be
responstble for CONTRACTOR'S failure to perform
or furnish the Work in accordance with the Contract
Documents
9.13:3. ENGINEER will not be responsible for the
acts or omLvA m of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or famishing any of the
Wok.
9.13A. ENGINEER's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions, sdremults,
guarantees, Bads 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 cement complies with
the requirements of, and in the case of oxrtificatm of
inspectuon4, twits and approvals that the results
certified indicate compliance with, the Contract
Documents
9.13.5. The iimitatios upon authority and
responsibility set ionh in this paragraph 9.13 shall also
apply to SNGINEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CHANCYS IN THE NVORK
10.1. Without invalidating the Agreement mid without
notice to any surety. OWINMR may, at any time or from
time to time, order additions, deletions cr revisions in the
Work. Such additions, deletions or revisions will be.
authorized by a Written Amendment. a Change Order, or a
Work Change Directive. Upon receipt of any, such
document. CONTRACTOR shall promptly Proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in .Article 11 or
Article 12_
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to arty ((fork performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3.5 and 3.6, except
in tl� case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13 9.
10A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recvnmended by ENGINEER
(or Written Amendments) covering
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1. (ii) required
because of acceptance of defective Work ur4er
paragraph 13.13 or correcting defective Work under
paragraph I3.14, or (iii) agreed to by the patties;
10.42 changes in the Contact Price or Contract
Times which are agreed to by the parties: and
10.4:3. changes in the Contract Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9.11
Provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the Provisions of the Contract Documents
and applicable Laws aril Regulations, but during any such
CONTRACTOR shall carry on the Work and
adhere to the Program schedule as provided in
paragraph 6.29.
10.5, if notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
BJCDCOENERAL CONDITIONS 1910-3 t 19901ititian
wit CITY OF FORT C17UAM MODIFICATIONS (REV 420t1a)
(including, but not limited to, Contract price or Contract
Times) is required by the provisions of any Bond to be
given to a surety, the giving of any, such notice will be
CONTRACTOlf's responsibility, and the amount of each
applicable Bond will be adjustcd accordingly.
ARTICLE Il-CHANGE OF CONTRACT PRICE
11.1_ The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties,
responsibilities and obti$aItoas ass��ggr pied to or undertaken
by CONTRACTOR shall heat MOXIZACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a
Change Order ar by a Written Amendment Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in no
evem later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occturence or event (unless
liNGINFF,R allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event All claims for adjustment in the
Contract Rice shall be dMiTri r od by ENGINEER in
accordance with paragraph 9.11 if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3- The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved is covered by unit
Prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
paragraphs 11.9.1 through 11.9.3, inclusive),
11.3.2, where the Work involved is not covered by
unit prices contained in the Contract Doc:tunents, by a
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
Paragraph 11.6.2);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Document, and
agreement to a lump star is not reacbed under
pamgralih 11.3.2, on the basis of the Cast of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(detcnrr fined as provided in paragraph 11.6).
[bat of the Work
11 A. The tern Cost of the Work means the suns of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by O\ANNER, such costs shalt
he in amounts no higher than those prevailing in the
locality of the Project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5-
11.4.1.Payroll costs for employees in the direct
employ of CONTRACTOR in the performance of the
Work trader schedules of job classifications agreed
upon by OWNER and CONTRACTOR Such
employees stall include without limitation
superintendents. foremen and other personnel
employed full-time at the site. Payroll oats for
employees not employed firll4ime on ttte Work shall
be apportioned on the basis of their time spent on the
Work. Payroll costs shall incltade but-w 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 arat fehmnent benefits;- bennuses,
applicable thereto.
The expenses of performing 1Vork after regular
workinng haul, on Saturday. Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. Cosa of all materials and equipment furnished
and ittaorporated in the Work, including costs of
transportation turd storage thereof, and Suppliers' field
services required in connection therewith All cash
discounts shall accrue to CONTRACTOR fatless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
ciscoumts, rebates and refiunds and returns from sale of
sturpltus materials and equipment shall accrue to
OWNER, rand CONTRACTOR shall make provisons
:sob that they may be obtained
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. If required by OWNER,
` 4 F.rcbeaENEMCOFrotnor 191"(199osftai)
wf UTY OF FORT C ULLINS MODIFICATIONS (REV A2000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER which bids, if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractor's Cost of the Wok and fee shill be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs 11 A, 11.5, 11 6 and 113. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
11.4 4. Costs of special consultants (including but
not limited to cngincers, architects, testing
laboratories, surveyors, andancys and accountants)
cmphrved for services specifically related to the
Work.
11.4.5. Supplemental cents including the following:
11.4.5,1 The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in
discharge of duties connected with the Work.
11.4 S 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 consrmned in the
performance of the Work, and cost less market
value of such items used but not oontsumed which
remain the property of CONTRACTOR.
11.4.5.3, Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEER artd the
coats of transponatiom loading, unloading,
installation dismantling and removal thereof —all
in accordanoc with terms of said rental
agreements. The rental of any such equipment.
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5A. Sales, consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is Gable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR, any
Subbccdxilractdx or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liablc, and royalty payments and
fees for permits and licenses.
11.4.5A Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
perlirniance and furnishing of the Work (except
losses and damages within the deductible amounts
of property insurance established by OWNER in
accordance with paragraph 5.91 provided they
have resulted From causes other than the
negligence of CONTRACTOR, any
Suboxntractor. or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable Such losses shall include
settlements made with the written consent and
approval of OWNER. No such lasses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's £ee. It however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7 'Me cost of utilities, fuel and sanitary
facilities at the site.
11.4,5.8. Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site. expressage and similar petty cash items in
connection with the Work
11459, Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The term Cost of the Work shall not include anv of
the following:
11.5.1. payroll costs and other compensakin of
CONTRACTOR's officers, executives, principals (of
partnership and sole pxoprietorships), general managers,
engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timcke'pers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTORSs principal or a branch office for
general administration of the Work and atof specifically
included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or
specifically covered by partgraph 11.4.4—at of which
are to be considered administrative costs covered by the
CONTRACTOWs fee.
I [.5 2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTORS office at
the site.
11.5.3. Any part of CONTRACTOR's capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquentpaymerts.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and in it>isin
the same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
ER'DC t3ENERAL C0NDI710NS 191" (1990 Eritim)
w/ (1 IY OF FORT CUMANS MODIFICATIONS (REV 4,2000)
11.5.5. Costs due to the negligence of
CONTRACTOR, any Subcontractor, or anyone
dim -fly or indirectly employed by any of them or for
whose ads any of them may be liable, including but
not limited to, the correction of defective Work.
di. sal of materials or equipment wrongly supplied
and making good any damage to property.
11,5,5, Other overhead or general expense costs of
any kind and the costs of any item not specifically and
expressly included in paragraph I 1 A
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR fur overhead and profit shall be
determined as follows.
11.6.1. a mutually acceptable fixed fee. or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cog of the Work:
116.2.1, for costs incurred under
paragraphs 11.4.1 and 11.4 2, the
CONTRACTOR's fee shall be fifteen percent,
11.6.2.2. for casts incurred under
paragraph 11.4.3, the CONTRACTOR'% fee shall
be five percent;
11.6.2.3. where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the casts
incurred by such Subcontractor under paragraphs
11.4.1 and 11.4.2 mid that any, higher tier
Subcontractor and CONTRACTOR will each be
Paid afee-af-fiver-per.tt of tlta atmxtnt-paid to
diek+wer tierSulx attttaetorg to be_ntgotiatgd
llt.&o4Sl_fEi"tft...W,4�1.d11@ Q.�.�Sr,1.119i.10 �`S4i
five.ppreent of the amount paid ttfthe tx t lowef
tieS.$u124�:
11.6.2.4. no fee shall be payable on the basis
of costs itemized under paragraphs 11.4 4, 11.4.5
and 11.5;
11.6.25. the amount of credit to be allowed
by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONTRACTORS fee by an amount
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in any ate chatve, the adjustment to
CONTRACTOR' fee shd be computed on the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.5, inclusive.
11.1 Whenever the cast of any Work is to he
25
determined pursuant to paragenphs 11.4 and 11.5.
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to ENGT NTEER an
itemized cost breakdown together with supporting data.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
acceptable to Ott Nd6R and ENGINEER CONTRACTOR
agrees that:
11.8.1. the allowances include the cast v)
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 etmtemplated for the
allowances have been included in the Contract price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will he valid
Prior to final payment, an appropriate Change Order will be
issued as recommended by I-NGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall he
correspondingly adjusted.
11.9. UnirPrice Arark-
11.9,1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the surn 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. Deteunimations of the actual quantities and
classifrcatiom of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER th
accordance with paragraph 91 P.
11.9.2. Eadi unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.93, OWNER or CONTRACTOR may make It
claim for an adjustment in the Contract Price in
accordance with Article i i if:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
26 ercDC. oetEtty.COND111om1910-sarw>;dtim)
wi On OF FORT CY-)ti.l NS MODIFICATIONS (RE?V 4,7000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any caller item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contact Price as a result of having incurred
additional expense or OWNER believes that
OWNIaZ is entitled to a decrease in Contract Pnee
and the parties are unable to agree as to the
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the Bid. cr_ cha%c ��traarHitics at OWNER'S sole
diwircuun without afredmg the Contract Price of
any remaining item so long as the deletion or
uckhtnxp„dogs nut exceed Iwy&*-fivp mrccut of
the origmal total Contract Price.
AR'rfcl,B 12—CHA•NC E OYCONTRACT 11 M ;S
E! I. The Contract Times (or Milestones) may only he
changed by a Change Order or a Written Amendment.
Any claim feu an adjustment of the Contract Times (or
Milesu>t es) shall be based on written notice delivered by
the party making the claim to the other parry and to
FNGiNF%R 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 Mall be
delivered within sixty days alter such occurrence (unless
M:NGINHER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimants written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is ertified as a result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGINEER in accordance with paragraph9.11 of
OWN M- and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement,
12.3, Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond than control of
CONTRACTOR, the Contract Tithes (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
Paragre 121. Delays beyond the control of
CONT CTOR shall include. but not be limited to, acts
of neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, fires, floods, epidemics, abnormal weather -
conditions or acts of God. Delays attributable to and