Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BID - 6116 ROBERT BENSON RESERVOIR DAM IMPROVEMENTS
F, City of Financial Services Purchasing Division ort Collins 215 N.11ins,C 80522loor PO Box 580 Fort Collins. CO 80522 970.221.6775 P u r�asg 970221.6707 fc9011.cwNpvchasing ADDENDUM No. 3 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6116 Robert Benson Reservoir Dam Improvements OPENING DATE: 3:00 P.M. (Our Clock) October 21, 2008 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: The Opening Date has been changed to 3:00 P.M. (Our Clock) October 21, 2008 No further questions will be accepted. CLARIFICATIONS AND ADDENDA ITEMS O. Is there a spec section for the passive anode? Is this a prepackaged weight, or the weight of the anode itself? Is this zinc? Magnesium? A. There is not a specification section for the anodes. Contractors shall provide a magnesium anode. The weight listed in the plans is the anode weight — not prepackaged. O. Can you help me understand the steel pipe? I can't figure out if you want coal tar coated, tape coated, or some other coating. A. Specification Section 02615 allows for either coating. AWWA C203 outlines the coating requirements for Coal -Tart applied coatings. AWWA C209 addresses tape wrap. The Contractor shall maintain a consistent coating system for the entire principal outlet installation. It is recommended that the Contractor use the AWWA C209 specification as it is easier to apply in cold weather applications. This specification calls for spirally wrapped tape, 55 percent overlap, 50 mils minimum thickness. O. What type of joints are to be provided - butt welds, welded bells, 0-rings, flanges? A. This question was addressed in Addendum Number 1. The Contractor is advised that considering a hydrostatic test is required, flanged end sections will likely be needed. The test parameters shown above apply to both the 24-inch principal outlet and the 10- inch irrigation outlet. The 6-inch toe drain will be visually inspected as installation occurs. The 1-1/2" stainless steel/DR 11 flushing pipe will be visually inspected during installation. Q. What are the extents of installation of the 1-1/2" flushing line included as part of the 12-inch irrigation line installation? A. It is expected that this flushing line will daylight into the irrigation wet well at STA 0+00 (Sheet C10) with a solid, galvanized vertical riser pipe connected to the inside of the manhole ending with a brass 1-1/2" threaded fitting, capped. The penetration of this line through the manhole shall be sealed with link -seal similar to that of the 12-inch irrigation line shown on sheet IRR1. Q. Please clarify the hydraulic operation of the irrigation line leading to the wet well. A. The 12-inch irrigation line is intended to hydraulically connect the reservoir to the irrigation wet well. This will be accomplished through the installation of the intake screen, 12-inch irrigation pipeline, intermediate manhole and wet well manhole. The manhole shown at STA 1+65 (Sheet C10) shall include a bolt down lid as noted on detail 8/13, Sheet C12. The plans shall be modified to include construction of the 10-inch 0900 PVC irrigation line continuous through this manhole providing a 10-inch MJ by 10" flanged DI tee with blind flange for future access and testing. The gate valve shown at STA 1+49 shall be moved to STA 1+75 to isolate the intermediate manhole. Q. Is the project tax exempt? A. Yes. The project is tax exempt extending to permanent materials incorporated into the project. The city has supplied a tax exempt certificate inside the contract documents and will provide their tax exempt number to the successful bidder. Q. The specifications call for the rip rap color to be blue -gray. Historically this supplier has been the Andesite mine near Lyons. They are no longer in business. Will the city consider a change to this specification? A. Yes. Section 02375, Part 2 — Products; Subsection 2.01 A, Item 5 is hereby revised to read as follows. The color of the riprap shall be as approved by the Owner prior to delivery to the project site. Riprap color shall be consistent on the entire project. A specific color is not required for this work as the riprap is buried. The Contractor shall mix the Class 12 (Type M) riprap with onsite topsoil material prior to placement and finish the work with 6-inches of topsoil covering as shown on Sheet C12. Q. Is there geotextile fabric required around the toe drain bedding/fliter material? A. No. Detail 3/12 on sheet C11 outlines the toe drain bedding requirement. CDOT Class A (3/4" minus) filter material is required as bedding/filter material. The slotted PVC SCH 40 toe drain line should include slots 1 /8" (max) in width spaced evenly along each pipe segment spaced approximately every 6-inches. Q. When will be the last day for questions on this project? A. The city will accept questions from contractors on this project until end of business (5 pm MST), October 9, 2008. for Payment or otherwise). ENGINEER'S written decision therein will he final and binding upon OWNER and CONTRACTOR, unless, within ton days after the date of any such decision, either OWNER or CONfRA(-F0R delivers to the other and to ENGINEER written notice it intention to appeal from ENGINEER'S okcisiom andh) an appeal Crum LNGTNEER's deuivott is taken within the time Iimirs and in Accordance with the procedures set forth in Exhabit GC -A, 'Dispute Resolution Agreement', entered into between OWNER and CONTRACTOR pursuant to Article 16. car (ii) if no such Depute Resolution .4greemem has ben entered iota a fo mml proceeding is instituted try the appealing party in a forum of competent jurisdiction to cNercnse such rights or remedies as the appealm, party may have with respect to ENGINhFSs decision unless otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will ref Ic subject to the procedures of paragraph 9.11 Decisions on Disparce 911 ENGLNEER will be the initial innipreter of the requirements of the Contract Documents and judge of the - acceptability of the Work thereunder. Clatms, disputes and other matters refuting to the acceptability of the !fork or the interpretation of the requirements of the Contract I'incu rents 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 Tunes will be referred mitadly 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 EN'GE9MR and the other party to the ;Agreement pmmpLkv (but in no event later than thity days) after the slam of the occurrence or event giving rise thereto, and written supPpporting dams will be submitted to ENGINEER and the other party within sixty days after the start of such o ccumncc or event untcss ENGINEER allows an additional period of time for the submission of additional o more accurate data in support of such claim, dispute o other matter. The opposing party shall submit any response to ENGINEER arc] the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allmvs Additional time). LNGINCER will render a lomnd decision in writing within thirty days after receipt of the opposing party's submittal, if any. in accordarue with this pmagraph ENGUgMRS written decision on such claim, dispute ur oher matter will be final and binding upon OWNER and CON'TR.AM OR unless(i) an appeal from ENGfNEER's decision is Taken within the time limits and in accordance with the procedures set forth At T—%IIMIT GC -A, "Dispute R solution •Agnomen", entered into IxtAcen OWT.oTF.R And CONTRACTOR pursuant to Article 16, or (n) if no such Dispute Rsolution Agreelnem has been entered intcA a hrrttten notice of intention to appeal from ENGINEER's written decision is delivered tw OWNER or CONTRACTOR to the other and to ENGM-ER within Thirty days after the date of such decision and A formal proaxeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights o rcmcdres as the Appealing tarty' may have with respect W such claim, dispute m other matter in socordana with applicable Laws and Regulations within sissy days of the dire of such EICDC GF.. .RAI. 00`1fAT1OM 19INS G990F hiss we OTY OF FORT COLLINS MODffiCAnCINS IREV 4n0110l decision, unless other risc agreed in writing by OWNTR And CONTRACTOR. 9. 12 When functioning As interpreter and judge under paragraphs 9 In and 9.11, ENGINTEER wdl not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any, artery, me tiort or decision rendered in good faith in such capacity. The rendering of A decision by ENGINEER pursuant to pamemplts 9 10 nr 9.11 with respect to any well claim, dispute or other matter (except am• which have been waived by the making ur acceptance of final payment as provided in paragraph 14_15) will be a condition prcccdemt to any asercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matterpurwranl-hrtialriG. 9.13. Limitations on ENGIA£ER's Awthorin• and Respondbifities: 9111 Neither ENGINEER's authwily or responsibility under this Article 9 or under ANY other provision of the Contract Doctunens not any densien made hy EN('TIN'i±ER in good faith either to exercise or not exercise such authority or responsibility or the undertaking. uncercist or Perfomance of am authority nr responsibility by ENGINEER shall create, mpox or give rise to any dun owed by ENGINEER to CONTRACTOR Any Subcontractor, Am Supplier, any other peerwn or oganiztion or to any surety for or employee or agent of any of than. 9. 13.1_. CJGDMER will not supervise, direo. control or have authority over ur be responsible for CONIRACTOR's meansmethods, techniques sequcnocs or procedures of conswction or the safety Precautions and programs incident thereto, or for anv failure of CONTRACTOR to comply with Laws am) Regutatios applicable to the furnishing or Performance of the Work. ENGINEER will nonbe responsible for CONTRACTOR's failure to perform or famish The Work in Accordance with the Contmcl Dnovmems. 9A 3.3. h-NGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Suppticr. orof an)' other person a organization performing AT furnishing any of the Work 9.13.4hSGLNEER's review of the final Application ['or Payment and accompanying doovmenmtion and all maimensnce and operatinn,.grinstructions, schedules. guraamees, Bonds And cettilirates of ireput10r4 tests and approvals And other documentation required to be delivered by paragraph 14. 12 will only be to dletermme generally that their cuntent complies with the rettowenrems of, and m the case of unifictles of mspeetica , tests and approvals that the results certified indicate compliance with the Connect Documents. 9.13.5 The dim iutions upon authority alul responsibility set forth in this paragraph 9.13 shall also apply to SNGINHER's Consulmm,, Resident project Represcnwtive and asisiss nt% ARTICLE 10—CIIA.NGES IN TILE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from e, time to timorder additions, deletions or revisions in the Work. Such additions, deletions or revision% will he authorved by a Written AmerndnteriL a Change Order. ur a Work Chnnge Detective. t!pon receipt of any such document. CONTRACTOR shall prompptily proceed with the Work involved which will Be par tinned under the applicable candinons of the Contract Documents (except as Otherwise apesdiiaaRy provided). 102. If OWtiER and CONTRACTOR are unable to agree its to the extent, if any. of an adjustment in the Contract Ric or an adjustment of the Contract Times that should be allowed as a result of a Were Change Directive. I claim may be made therefor .vs provided in Article I I car .Article 12. I (1.3. CONfRAC. I OR shall not be entitled to an Increase in the Contract Price or an eaension of the Contract Times with respect to any Work performed that is no required by the Conuact Ihxumenls as amended, modified and supplemented as pawided in paragraphs 3.5 ant 3.( except in the case of an emergenceas provided in paragraph 6.2.3 or in the case of uncovering Work as provided in Paragraph 0 9, 10.4. 0\V\11K anal CONTRACTOR shall execute appropriate Change Orders recommended v BNGfN K:RR (o1' Written Amendments) covering. 10,4 1. changes In the Work which are (i) odered by OWNER pursuant to paragraph 10 I, (u) required leohuse of acceptance of dejeetive, work wider paragraph 1 3.13 or wnecting defecrive Work umicr paragraph 13 14, IT (in) agreed to by the panics'. 10q.3. charges in the Contract Price or Conruel 'I' ima which are agreed to by the purties; and 104 1 changes in the Cannot Price or Contact limes which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 911 pUrlded tint. in lieu of executing Inv slid, Change Order, an appeal may h taken Gnat my • such decision in accordance with the Provisions of the Contract Douument and applicable Laws and Regulalioru, but dame env such Appeal, CONTRACTOR shall cam on the Work and adhere to the progress schedule as provided in paragraph 6.29 106. If notice of any change of ectirc the general scope of the Work or the provisions of the Control l Documents FJCr% CFTfF.ILtI, i ol,TeITIoxx 191 nA i 199, Fn6am Ir aT• OF FORT COLLAS SICitt9CA'11Oh'S IREYJQOIyp (including. but nut limited tu. Contract Ries oc Cururact 'I mi is required by the provisions of any Bond to be given to a suety, de giving of any such notice will be CONTRACTOR's responsibility. and the amount of each applicable Bond will be, adjusted accordingly. :1RTICLE 11—CWUNGE OF CONTRACT PRICE I1.1. The Contract Price consutwes the total compensation (subject to authorized adjustments) Payable to CONTRACTOR for performing the Work. NI dories responubilities and obligatiore resigned to or umk mkcn by CON] RACT OR shell Ix at CONE RACfORs expanse without change in the Commct Ric,. 11.2. The Contract Price may only 1x changed by a Change Order or by a Writen .amendment Am claim far an adjustment in the Contract Price shall he Mated on written notice delivered by the party mating the claim to the Other party and to RNoINEER promptly (but in no event later than thirty days) alter the start of the Occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amours of the claim with supporting data shall be delivered within sixty days after the start of sudn occurrence or event (unless ENGLNEBR allows additional time for claimant to suhn, additional m more accurate'ham in support of the claim) and shall be eceumpaniod by claimant's written statement that the adjustment claimed wirers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjusnncnt in the Contact Price shall he determined by RN'GINF:RR in accodancc with paragraph 911 it OWNER and CONTRACTOR cannot otherwise agree on the anoint involved. NO claim for an adjustment in the Contract Prim will be valid ifnd submitted in accordance with lhu, paragraph I I: 11,3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Pnoc will he determined ac full hws: 11.3.1 where the %Vmk involved is covered by unit Prices contained in the Contract IkH:umenm by application of such unit prices to the quantities of the 'Joins involved (subject to the provisions of paragraphs I L VA through 1 I ^.3, inclusive), 11.3.2. where the Work involved is act covered Irl. unit prices contained in the Contract Documents by a mutually agreed payment basis. including lump sum twhich mile 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 Cavnma Documents and agiccment to a lump sum is not reached under paragraph 1 I.3.2, can the haais of the Cott of the Work (determmed as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.67). Coil of the Nark: IIA. The term Cost of the Work means the sum of all costs riccessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER. such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include am. of the costs iwmiecd in paragraph 11.5� IIA 1. payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schdulNs of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superimendems, foremen and other personnel employed full -tone at the site. NkToll costs fee employees not employed full -tine on the Work shall to apportioned on the basis of then time spent tar the Work. pavroll costs shall okhi `" —' he limited to salaries and amges plus the coal of fringe benefits which shall include social security contributions, unemployment excise and payroll taxes, workers' compensation health and retirement benefits. bontema, veahaiali applicable thereto. The expenses of performing Work after regular working hours on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized bw OIArNER. I I A 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in omnection therewith All cash discoums shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments. in which caw the cash discounts skull accrue to OW1tiR NI trade discounts, rebates and ref irtds and reruns horn sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that thcv may be obtained. 11.4.3. Payments made by CONTRACTOR to Ilse 5u(xontractars far Work lxrionned or furnished by - Subcontractors If required by OWNER FXDC6F.. ,R.4 CONTNTIOM 1y1041100F.rilam 24 w CYTYOF FORT C'OLUMMODTICAT1OM. tREV420001 CONTRACTOR shell obtain competitive bids from Subcontractors acceptable to OWNER and CONI'RAC'I'OR and shall deliver such bid, to OWNER who will then dctcmtine, with the advice of ENGINEER. which bids, if any, will be accepted. If any subxintrma provides that the Subcontractor is to be paid on the basis of Cost of the Wak plus a lee, the Subcontractors Cost of the Work and fee shall he detmnined in the same manner as CONTRACTOR'S Cast of the \Fork and fee as provided in paragraphs I I A, 11.5, 11.6 and I 1 7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicahle. 11.4.4. Cost, of special consultants (including but nor limited to enigmects, architects, testing laboratories, surveyors, atmmcy's and accountant,) employed tor services specifically related to the Work. I I A 5. Supplemental costa including the following 11,4.5.1, The proportion of notroswry transportation travel and subsistence expenses of CON' I'RAC'I'OR's employees incurred in discharge of duties connected with the Work. 114. ,2 Costincluding tmnslxmntlon and maimenarcr. of all materials, supplws. equipment, mmchmery, appliances, office and temporary facilities ai the sne and land tools not owned by the workers, which are consumed in the perfrmance of the Work, aril eat loss market value of such items used but not cunsomed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all cdxrstruaion equipment and machinery and the pans thereof whether rented from CONTRACTOR or others in accordance with mmral agreements approved he OWNER with the advice of ENGr TER. and the. costs of uanspartation loading. unloading, installation dismnmLng and removal thereof —all in accordance with temps of said rental agreements. The rental of any such equipmem. machinery or parts shall cease when the use thereof is no longer necessary for the Work 1145.4 Sxlcs, consumer, use or similar taxes related to the Work, and for which CONp'R.A(-1 OR is liable, imposed by laws and Regulations. I L4 S.S. Deposits lost for causes other Ilion negligence of CONTRACTOR 1mv Subcontractor or anyone directly or mdireafv employed by any of them or for whose acts am em of thmay b< liablc, and royalty payments aml fears for permits and licenses. 114.5b. Losses and damages (and related expenses) caused by damage to the Work. not eompenssatcd by insurance or otherwise. sustained by CONTRACTOR in comacc-tiolt with the performance and furnishing of the Work (except looses and damages within the deductible amounts of properly utsurance esmhlished by OWNER in accordance with pamgraplt i.9), provided they have resulted from causes other than The negligence of CONTRACTOR, anv Subconurnim. or anyone dvecth or indirectly employed by any of them a for wtwse- Acts any of them may Ix liable. Such losses shall include settlements made with the wratert consent and approval of OW?v'LR No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONIRACf OR's fee. u however, anv such loss nr damage requires reconstrucucm and CONTRACTOR is placed in charge thereof. CON'fRAM OR shall he paid for services a fee proportionate to that stated in pwmgraph 1 I o.2, 11A5.7 The eat of utifitits, fuel and sanitary lacil ities at the site 114.5 S. Minor aspetues such us telegrams. long distance telephone calls, telephone service at the sue, esprescage and similar petty man items in connection with the Rork. 11.459. Cast of premiums for additional Honds and insurance required bemuse of changes in the Work 11.5 The Tenn Cost of the Work shall not include am' of the. following 11.5.1. Payroll costs and other compensation of MY1RAC'fOR's officen. exacuaves, pnncipwls lot partnership and sole proprietorships), general managers. engineer,. archilGCL( cmmators, attorneys, auditor., Accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general admumisaation of the Work and not sp ocificalW included in the agreed upon schedule of job classificaticros referred to in paragraph 1141 or specifically covered by paragraph 1IAA—all of which are to be considered Tichousuative costs covered by the CONTRAC'FOR's fee. I15 2 F'_vpenses of C'ONTRACfOR's principal and branch offices other than CONTRACTOR'., office at the site 11.5.3. Any pun of CONCR•\CTOR's capital expenses, including interest as CONTRACTOR'S capital employed for the Work rind charges against. CONTRACTOR for delinquent papnents. If.54. CoM of premium. fir all Heinds and fir all instarame whether or not CONTRACTOR is required by the (Witran Documents to purchase and maintain The same (excr.'ln for the cost of premiums covered by .subparagraph 11 4 5 9 ahovc) 11.5.5, Costs due to doe negligence of CONTRACTOR. anySuhcontructor, or anyrne directly or indirectly employed by one of them or for whose was any ofihern may be liable. includine but not limued to. the correction of dglmme Work. disposal of malCTlal. or eclmpmCm ssnmglV wpplied and making good any damage to property 11.56. Other overhead or general expense ousts of me kind and the costs of any item not specificei and expressly included in paragraph 11 .1. 11_6. The CON "rHACI'OR's ice allowed to COYI'RACIOR for overhead and profit shill be determined as follows: 11 6 1. a mutually acceplahle heed fee, or 11.6.2if a fixed fee is not agreed upon then a fee leased on the following percentages of the tanous portions of the Cost oft e Work 11.6.2. I. for costs incurred under paragraphs I1.a.1 and 11,42. the C'ONT RAM OR's fee shall be fifteen percent I 11 for costs incurred under paragraph 11 4.3, the CON1'R:\CI'ORs lee shall le five percent. 11.6. 2.3, where one or more Livia of saboonnans are rn the basis of Cast of the Work plus A fee aril no fixed fee is Agreed upon, the intent of paragraphs 11 4 I. 11 4 2, 11 4.3 and plot.`_ is That the Subcmlraetur who actually performs nr fomishes the Work. it whatever net. will be paid a fee of fifteen percent of the coats incurred by such Subcontractor under pamerapis 11 A 1 and 11 4 2 and that an, higher tier Sutx"tracmr and COIJTRAC109 will inch he prod a fee of five percent of the amount paid to the tern -lower tier Subcontractor, to be negotinleul in good faith with the.QW.\TR but nor to z'tmed five pet coot of the amount fund to the next lower tier Subcomtraclpr. 11.6.24. no tee shall be payable on the basis of casts itemized under paragraphs I IA 4. 11.4.5 and 11.5; 116.= 5 the amount of credit to be allowed by CONRACTOR to (ANER for any change which results To a net decease in cost wdl be the amount of the actual net decrense in cost plus a deduction in CONTRACTOR'S fee by :n amount equal to five per end of wch net decrease: and 11.6 2.6. when both additions and credits are Imelved in any one change, the adjustment in CONITRACTOR's fee shall be computed on the basis of the net change in accordance with panegmphs 1 i.o,:,l through 11 (i 1s, Inclusive. It 7. Whenever the eat of anv Work is to he FJ4 GF. . I. ('O'.nITIOTI 191aR UYYa Postiuu ]S w: C117Y OF FORT C'OUiva MULa1flCA'pi FS aRE1' J'IOiTIa determined purstanL to paragraphs 11.4 and 11.5. CONTRACTOR will estahlish and maintain records thereof in accordance with generally accepted accounting Practices and submit in form acceptable to ENGINEER an itemized cost hreekdown together with supporting data Cnah Allnawnces: I 1 8. It is understood that CONTRACTOR has included m the Contract Price all allowances so named in the Contract Documents and shad erase the Work so cwercd to be furnished and performed fur such sums as may be acceptable to OWNER and ENGINEER CONTRACTOR agrees that. 11,91, the allowances include the out to CONTRACTOR (less arty applicable trade discounts) of materials and equipment required by the allowances to be delivered st a site, and 92 applienbk tales, and 11.81. CONTRACTOR'S cants tit unloading and handling on the site, labor, installation costs, overhead, Profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of tie foregoing will he valid Prior to final pavment, an appropriate Change Order will be issued as recommended by ENGLNLER to reflect actual amounts duc CONS"RACI OR on account of kkork covered by allowances, and the Contract Price shall be crresPondingh adiumal 11.9. Unit price lbbrk: 11.9.1. Where the Contract Documents provide that all or pan of the Work is to be t init Price Work_ morally the Contract Rice will he deemed to include fix all Unit Pace Work an amount equal to the sum of the established unit prices for each separately identified stem of Unit Prier Wok tunes the estimated quantity of each item as indicated in the ;lgreemem. The estimated quantities of items of Unit Price Wok arc not guaranteed and are solely for the purpose of comparison of Aids and determining an initial Contract Price. Determinations of the actual quantities end classifications of Unit Rice Work performed by CONTRACTOR will ix made by ENGINEER in accordance with paragraph 9. 111 11.9_2, Each tail price will be deemed to include air amount considered by CONTRACTOR to he adequate to cove CONTRACTOR's overhead arcs profit lot each separately idcraMcd item. 11.9.3. CAVNER o CONTRACTOR may make a claim for an adjustment in the Contract Rice in accordance with Article I I if. 11.9.3.1 _ the quarait}' of any item of Unit Pasco Work performed by CON'T RAM OR differs. materially and significantly from the estimated quantity of such item inliemed in are Agreement: FJCDC GF—RAL COhTFT10Dt4 1910A 1199a E.Atiuo �� vn7T5'OFFORTCODLLI,\SMOOIFICAnC,NSIUV4nnpn and 1 19.3.2. there is no corresponding adjustment with respect to AM other item of Work and 11.9.33. el CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional el;pe se or OWNER believes that OW'NIM is entitled to a decrease in Conlrae Rice and the ponies art trouble to agree as to the amount of easy such increase ca daTease. 11.9.3.4. CONTRACTOR ud:nm%Icdees That the OWNER has the gat to add or delete items a the —Rid tv—c'la--� _t t�arain _s at. OW'NRI - sole discretion without_afTe4mg the Contract Price of any "me tntgg_tterm so Iggg_gs die 'Itatoo_�x addition dos rM exceed twenty-five hers t sf the. original local Contract Price. ARTICLE 12—CHANCE OF CONTRACT TIMES 1=.1. I he Contras T'MCS (or N4ileslons) may tmly he changed by a Change Order or a Written Amendment. _Viy claim fa an adjustment of the Coneracl Times (or filestm es) shall be based on nTinen notice delivered by die partymaking the claim to the other Party and to LNIGINEER promptly (but in no event later than thdm• days) alter the occurrence of the event giving rise to the claim and staring the general nature of the claim Notice of the exient of the claim with supporting data shall be delivered within sixty days alter such occurrence (unless ENGINEER allows additional time to ascertain nmdxc accurate data in support of the claim) and shall he accompanied by the claunarf, written statement that the adjusmncnt claimed is the entire adjustment to which the claimant has reason to believe it is emitled as a result of the occurrence of said event. All claims Rrr adjustment in the Contract Times (o Ulestones) shall be determined Iw ENGINTEER in accordance with paragraph9,11 if OW'NT,R and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Cornet Times (or Milestones) will be valid if not submitted in accordance with the reyuvements of this pampaph 1".1. 1;.3 All time limits stated in the Contract Documents ITC M the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any pert of the Work within the Conuact. Times (du Milestones) due to delay beevond rho control of CONTR-ACTOR, the Contract Times for hfaemanes) will be "ended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 1_'.I. t3clays heyond the control of CONTRACTOR shall include, tint act be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors perfommmg other work as contemplated by Article 7, fires, floors, epidemics, abnormal weather conditions or acts of Gai Lmla}s attributable to and within the control of A Subcantracta or Supplier shall be deemed to he delays within the control of CONI PACfOR. 1'4. Where CONTRACTOR is pmvcnwd from completing any pan of the Work within the Contract T intes (or Milesllorrres) due to delAv beyond the control of bah OWNER and CONTRACTOk an extension of the Contract Times (or Milestones) in an Amount equal to the time IM due to such delay shall he CONTRACTOR's sole and eeclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person a urganilbtion or to any surety for or cmphoyce or agent of any of them. for cennagcs rinsing out of or resulting front (1) delays caused Is,' or within the control of the CONTRACTOk, or (a) delays beyond the control of both parties including. but not limited to, fares, Roads, epidemics, abnormal weather conditions, acts of Godor acts or neglect by trtdity owners a other contractors performing other work na contemplated by Article 7. ARTICLE 13-TESTS ,1rN'D INSPECTTOMS; CORRECTION, REMOVAL OR ACCEPTAINC'E Or DEITCFlI'T WORK 13.1. h'Mice ufDefects, Prompt notice of all aLloctnve Wdxk of which OWNER or LNGENTLER have actual knowledge will be given to CONTIWCTOTC All r4fecrire Wok may, be rejected. corrected a necepted as provided in this Article 13. 4ecew to R art. 13.?. OWNT?R, HNGINRER. ENG[NHRW% Consultants other representatives and Ixrsonnel of (JWPsER independent testing laboratories and governmental agencies with jurisdictional uverens will have access to the Work at reasonable times for their observation. inspecting and testirg CONTRs\CTOR slmll provide them proper anti safe conditions fa such ocnac and advise them of CONTRACTOR'S site safety procedures and gaugrams sr Ural they may comply theravithasapplicable. Teary and lnspec d,ms. 13 3. CONTMACTOR shall give EN;GfN8ER timely notice of readmevc of the Work for all required inspeAinns tests or approvals, and shall cooperate with uspection and testing personnel to facilitate required inspections or tests. 13,4. OWNER shall emplo) and pay for the services of an tmkr>endem teslmg labamtm• to perform all mapections, tests, a approvals required by the C of,A, Dacumems except. 13.4.1, for inspection: tests or approvals caw•erccl h)' paragraph 13.t hcicw; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 139 below shall be paid as provided in said fnmgr aph 13.9, and 13,4.3. as otherwise specifically provided in the Contract Documents. 13.i If Lams or Regulations of any ppuuhire body having iurmliction require any Work (a pan thereof) specifically 10 he inspefxed, tested a- Approved by an employee a other representative of such public body. CONTRACTOR shall assume full respansibility fa arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and famish ENGINEER the required cerulicutw of mspechat, a approval. CONTRACTOR shall also b: responsible for artmgmg and oblawng mod shall pay all costs an connection with Any, inspeetinns. tests a Approvals required for OWNER's and EIVGINLLR's Acceptance of materials or equipment to be incorporated in the Wort;, or of matmals• mot dksigrts. a eqqutprnem sularnmed to approval prior to the Work CWork CTOWs purchase thereof for woorpomtion in . 13.6. If any Work (a the work of others) that is to be Inspected tested or appre ed is covered by CONTRACTOR without written concunemv of ENGINEER, it must. if requoned by ENGINEER- he uncovered for observation. 117 Urwovering Work as provided in rumgiph 13 d shall he at CONI'RAC'IOR's cagtertse unlaa� CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to edwdT the same Audi L1'GTNEER has nil acted with reasonable pronpmess in response to such notice. Uncovering Rork: 139 If am Wok is covered contrary to the vernier, request of PNWNE6R. it must it` requested by TTIGINTI ER, bv uncovered fa P,VGINEER's observation and replaced at CONTRACTORS expense. 139. If ENGINEER considers it necessary or advimble that covered Work be observed by L•NGINLLR a inspected or tested byothers, CONTRACTOR at ENGINELR's requesL shall uni expo;: or otherwise make available for observation. inspection or testing as HNCHNEER may require, that portion of the W,r. in question furnishing nil necessary labor, material and equipment 11 it is found that such Work is &,/game. CONTRACTOR shall troy, all claims, cost-, icsses anti damages caused by, arising oar of or resulting from such UAC0VTM- eNpo sai observation, Inspection and testing And of salisfanory replacerttent or recortstrttetiorL (including bin not limited to all cans of repair or replacement of work of others), and OW'NDR shill be eneded to an appropriate decrease in the Contract Price, and, if the parties arc unable to agree as to the Amount thereof may make a claim therefor as provided in Article 11. If. however, such Wok is not found to he aijeenve, (:ONIRACTOR slanll be allowed an inacasc in the Contract Ence or an extension of the Contract 'r imes our Milestones), or both, dameh' ca"b'tabl, to such FJc (IRNEIt.a. ronrotnots artof atvsn Eama 27 rr. (I rY OF FORT COUIt.S (REV 440011 onWvering, exposure, observation, insfmction testing, replacement and reconstruction, And, if the Ironies are unable m Agree As to the Amount or extent thereof CONfRA("IOR may make a claim therefor as provided in ,Articles I I arch C. 0W91'ER hfa V Crop tie 14'arA: 13.1 o. if the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to famish a perform the Work in such a way that the completed Work will confomt to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; hosvever, this right of OWNER to step the Work shall not give rise to any dory on the part of OWNER to exercise this right far the benefit of CONMACTOR or Any surety or other party Correction or Riunamf ofDefective Wort 13 11 If required by ENGINEER, CONTRACTOR shill Ixomplly, as directed. either correct all defective Work.. whether or out fabricated. installed or competed, or, if the Wort; has been rejected by FNGI NEER. remove it from the site and replace it with Work that is not ciefeeiine. CONI RAC'I'OR shall pay all claims. casts lasses and damages caused by 1Y resulting front such correction of removal (including but not limited to all casts of repair or replacement ot'work of otlters), 13.12. Correction Period: 13 1= I If within one Year two year after the date of Substiamial Completion or such longer period of time as ma}he prescribed by Laws or Regulations or he the terns of any applicable special guarantee required lay' the Conanet Documents or by any specific provision of the Contract Documerus, anv Nilork is found to he */� cn ee, CONI'RAC"rc)R shxill promptly. without cos te, OWNER and in accordance with OWNER's written imiructiom. (i) correct such defective Work oT_ if it has been rejected by OWNER, remove it from the site And replace it widr Work that is riot �fevfive, and (ii) satisfactorily correct or remove and replace any damage to oher Work or thr work of others resulting therefrom. It CONTRACTOR does not promptly comply with the terms of such instructions, or in an cmagerwy where delay would cause serious risk of loss ar damage. OWNER may have the &tarn ve Work corrected or the rejected Work removed and replaced and all claims costs, louses and damages caused by of resulting from such removal and replacement (utcluding but not limited to all cons of repair or replacement of work of others) will be paid by CONTRACTOR 13,1?'_ In special circumstances where a particular item of equrpmem is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may sort to run from an carlior dine if so provided in the Specifications or h' Wrincn Amendment. 13 12.3. Whore defective Work (anal damage to other og EKDCOENERAL CONDIT10t4 1910E 1199A F.3um) ens CITYOFFORT C'OLL!\S MODIFICATIONS 0( 4C0faa Work resulting therefrom) has been corrected. removed or replaced under this paragraph 13.12. the correction period hereunder with respect to such Work will be extended for an additional period of one-year two wars after such correction or removal and replacement has been satisfactorily completed lecrprance ofDefecm a 14ark: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and. prior to ENGINEER'S recommendation of final paylnarL also pNCIINF'F,R) prefers in aceelx it OWNER may do ai CONI'RAC'I'OR shall pay all claims costs, losses and damages attributable to OWNER's evaluation of and detcnninntitur to accept such defectivv Work (such costs to Ix approved by EN(MhER as to reasonableness). If any such acceptance occurs prior to INGLNEER's roo mmemlmion of final payment, a Change Otdci will be issued mcorpomting the necessary revisions in the Contract Documents with respect w the Work: and OW'IN'ER,bu U be entitled to an appropriate deawm m the Contract Price, and. if the parties are unable to agree as to the Amount thereof, OWNER may make a claim therefor - as provided in Article 11. If the ncceptance occurs after such recommendation an appropriate amount Will he paid by C'ONTRACI OR to OWNER. Off NER hfap Correct Defeetier Work: 13.14, If CON IR.ACI'OR tails within a reascsrahle time after writen notice iron FNGLNLER to correct d fecrive Work or to remove and rcptRw rejected Work as required h' L•NGINTLR in accordance with paragraph 13.11, or If CONTRACTOR fails to perform the Work in Auwrdance with the C'ommct Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven cinve v%Tincn notice to CONTRACTOR correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditioasly. In connection with such correowe and remedial action OWNER may exclude CONTR\CTOR from all or pan of [lie site, take possession of all or pan of the Work, and suspend CONTRACTOWs .services related thereto take possession of CONTRACTOR's tcols appliances, construction equipment and machinery at the site an(] incorporate in the \i ark all materials and equipment Resod at the site or for which OWNER has Paid CONTRACTOR but which Are stored elsewhere CONIRACOR shall allow (7W'NER OWNER's represtai ives agents And employees, OWNIR's other WrNactars and FNGTINTER and FNCTNF.F.R'.s Comulrams access to the site to enable OWNER to exercise the rights and remedies taller this paragraph NI claims, costs, losses and damages incurred tv summed by OWNER in exercising such rights and remedies will be charged Against CONTRACTOR and a Change Order will be issued incurpomtmg the necessary revisions in the Contract Documents with respect to the Work; and O\VNER shall he entitled to an appropriate doereau in the Commct Price, and if the parties are unable 0 agree As to the amount thereat, OWNER may make a claim therefor as provided in Article II. Such claunti costs, losses And damages will include but not be limited to all coas of repair a replacement of work of others destroyed or damaged by co rection, removal or replacement of CONTRAC"I'OR's de/aerive 1Vork. CUNT"KA('I'OR shall not be allowed an estenicn of the Comtnd Tires (or Mile.9mes) because of anv May in performance of the Work aaribumble to the esercise Iry 0117VLR of OW1'ERS rights and remedies her sunder. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of I -slues- 14 1 The schedule of values established as provided in }snagraph ..9 will serve as the basis for progress payments and will be incorlwrated into a form of Application fen Prrvmctn acceptable to ENGINEER Progress payments on account of lktil Price Work will be based on the number of units completed. App6mtion for Progress PikP/nearC 14,2 At least twenty days before the date esuhI d ed for each progress payment (('ut not more often'loan once n month), CONTRACTOR shall submit to ENGINEER for review an Applimliot for Pnvmem Wiled cut and signed bs CON"fRAM 'OK au'eting the Work completed as of the date of the Applicatico and aceomlmnied by such suppalirg documentation as Ls required by the Cemlmct Documents If pawner is requested on the basis of materials and equipment not incorporated in the Work but delivered and variably stnred at the site or at another location agreed to in w'rihna doe .application for Payment Shall also be acc mtpanied by a hill of sale, invoice or other dncumentation warranting that OWNER has received the materials and equipmrnt free and clear of all Lien said evidence that the materals and equipment are covered tw appropnat< properly insurance and other arrangements Iu hoed OYNER's interest tlwrM all of which will he eatislhcuxy to OWNER The amoum cf r tzinage with respect to PrO01M1 Pnvmmts will be as stipulated in the .Agrrement. Ann' funds that SF AYiMCW by the OWE R shell not be sabred to Substitution by the CONTRACTOR nrnh §,copes or am arrangements unolv= on c , or cuntgman sh n. Rv cxxutm th, atmlint on f rratm nl form the (ON7'I:.aC fOR_erpresslt wmves his_rieht to the Mrx.lits of Colaadn Key .sod �talutc 1d n?4-Sol-1111 it 5eq COATR4CTORk Riarnurft• of Title: 14.3. CONTRACTOR tearrurs and guarantees that title to all Work, materials and equipment covered by am APPlicabon for Payment whether incorporated in the Project or not. will Pass to OWNER no later than the time .fr. yment Get and clear of all L'. Rniew of liplicatinnsfor Pmgrtco Papnrenf 144. FNGINHHR will, within ten days after receipt of cad- Application for Nvment, either indicate in writing a ,tense oFrvtnnt. mnmtnons I v t nx n Pao Faeuu .m ❑TY GP FORT COW tag MC�IFlCAnON.S n1EV � 90n0) recommendation of pa)ment and present the Application to OWNER, m return the Application to ("ON']RACI OR tadicating in writing FNGINHER's reason for refusing to recommend payment. In the loner case, CONTRACTOR maymake the necessary corrections and resubmit the Appfiurtion Ten dat s after presentation of the Appbanion for Payment W OVNINER with INOIN'GGR's recommendation dx amount recommended will (subject m the provisions of the last ,,menace of Dimgraph 14 7 become due and when due will be paid by OWNER to CONTRACTOR 145. ENGINEER'S recommendation of any payment requested in an Application fa Payment will contdute a representation by ENGINEER to OWNER.. based on E.NtiLNEER's on -site observation of the attuned Wort: as m espencra:cd and qualified design Irofessional and on LNGINEER's review, of the Application for Pavmenl and the acconpanyirg data and scM.dulcs, that to the b" of F NGLV&LR's Imowledge- information and belief. 14.5.1 the Work has progne.ssed to the Tinian indicated. 14. 5.2 the quaity of the 14'mk is generally' in accordance with the Contract Ikmuments (subject to an evaluation of the Work as a functioning whole prior to at upon Subsufm al Completion. to the results of arty subsequent tests called for in the Contract Documents, to a final dverminatinn of jusmille, nand classifications for boil Fite Work under paragraph 9, 10- and to any other yunlificauots stated in the recommendation), and 14.5.3. the conditions Precedent to CONTRAC'fOR's being entitled to such payment appear to have been fulfilled awfar as it u F.'NG IN EHR's respomiluiity to observe the Work However, hy' recommending any such royment ENGINEER will not thoeby ho de,mai to hay, represented that. 0) eshauative Or continuous cri sire mspedims have Ixen made to check the quality or the opatmiN of the Work Myond the res ubklhics sNclfically assigned to LNGINLER in the Contract Documents or (H) that there may not be other matter, a uesucs between the panic that might entitle CON'I'RACI'OR to be paid additionally by Qk%*NEK a mtitic OWNER to withhold payment to CONTRA(' 1 Uk. W 6. I-NGINEER'S recornmerslation of any Irevment, including final pavnnent shall not mean tnin [NGIhTGPe is respcxsihk for CONPRACTOR's means. method,. techniques, sequences or lxcwedures of cc",,dion er die safety Pmcaution and lxogmms incident thereto, Or for any failure of CONTRACTOR to emph with Laws and Regulations applicable to the furnishing Or perfo-snot of Work. or for am failure of CONTTRACIOR to perform a ftanish Wars: In accordance with the Contract Documrnts. 14.7. HNGINHH'R may refuse to recommend the whole a any pan of any payanent if, in HNUINHEk'3 opinion it would he incorrect to make the representation to OWNER referred to in paragraph 14.i. ENGINEER ma}' else refuse W recommend any such payment, a, because of subsequently discovered evidence or the results of subsequent inspections a lasts, nullify any well payment previously recommended. to well extent as mar be necessary in ENGLNEER's Opinion to protect OWNER from loss because: 14.7.1 the Work is defecnrv, or completed Work has been damaged requiring correction or replacement. 143.2, the Contrail Price has been reduced b}, Written .Amendment nr Change Order. 14.73. OWNER has been required to correct A?fecnve Work or complete Walk in amardance with paragraph 13.14. or 14.74. F,GLNEER has actual knowledge of the Occurrence of any of the n'ems enumerated in pnmgmphs I5 2.1 Ihrwgh 15. `_ 4 indusire. OWNER may refuse to make puymem of the full amount recommendeJ by ENGINEER because: 14.7.5. claims have been made against OWNER on amount of CON'IR.4(7l'OR's performance Or fumishing of the Work. 14.7 fi Liens have been filed in connection wall the Work, esmpt whac CONTRACTOR hxs deliverd a specific LsNad satisloaon. to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling UTANER W a set- off against the amount recommended nr 14.7N OW\HR has actual kmtmldge of the oecurrenee of any of the -enrs enumerated in paragraphs 14.7.1 through 14 7.3 a puragraphs 15.2 I through 15.2 4 inclusive: but OWNER must give CONTRACTOR immedime wriaen notice (with a sup W ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to lit, O41,TER and CONTRACTOR- when CONT`kAC1'OR meant- to OWNER's satisfaction the masons for such action. Substantial Completim: 14.9. When CONTRACTOR wnsidas the entire Work ready for its intended use CONTRACTOR shall notify OW'IsfER and EgGLN'EFR an writirfg that the entire Work is subsaanlmlly' complete (except for items specifically listed by CONTRACTOR as ireonplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a masnnable time thereafter, OWNER. CONTRACTOR and ENGLEER shall matte an inspection of the Work to determine tlx: status of completion If hNGINHER does not consider the Wort; substantially complete. F.NGINhF.R will notify CONTRACTOR in writing giving the reasons therefor If ENGINEER IErCDC GFNEk.M. t`ON[AT101Jfi 1910.R t1990 frfliwo 30 rev❑Ty pF FGRT CVLG�MOD6IC.ATIU'`'S 11iEV J00001 considena We Work substantially complec, ENGINETR will prepare and deliver to OW'NFR a tentative certificate of Substantial Centpletion which shall fix the date of Buhxtandal Completion. 'there shall he attached to the mrtifiate it tentative list of items to be completed Or cortecteJ befnrc lintl payment OWNT-Rshull have seven days after receipt of the tenrntive certificate during which to make written obiection to ENGINEER as to am' provisions of the certificate N' attached list. If, after considering such objections, ENiGLNELR concludes that the Work is net substantially complete, ENGINEER will within fourteen days after submission of the tentative miriacale to OWNER notify CONTRACTOR in writing_ staling the reasons therefor. If, after consideration of OWNER's chicctiuns hNGINEER considers the Work substantially complete. ENGINEER will within said fourteen davtl execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes Gom the tentative certificate as ENGINEER believes justified offer consideration of any objections from OWNER. At the time of deliver' of the tentative catificme of Substantial Completion ENGL\uEER will deliver to OWNER and CON'fR.4CTOR a written recommendation as to division Of nxinsibilares pending final payment between OWNER and CON'f RAC7'OR wall respmt to ucunry. Operation- safety, maintenance, bent. utilities, insurance and warranties and guarantees, unless OWNET% and CONTRACTOR oex a otherwise in writing and so inform HNGINEh'R in writing prior to ENGINFER's issuing the definitive certifione of Substantial Completion, EP:GINL•ER's aforesaid recommendation will be binding OR OWNER anti CONTRACTOR until final paymnent 14.1) OWNER shall have the right to exclude CONTRACTOR from the Work afar the date of Substantial Completion, but OW`vFR shall alfvv CONTRACTOR reasonable access to oempicte or correct items cn the tentative list, Partin! (%rilim(ion: 1410, Use by OWNER at OWN'ER's opticm of any sub,wMiallg completed pan of the Work, which O has specifically been identified in the Contact Documents, or (ii)OWNIR ENC➢,EER and CONTRACTOR agree wmiltutes a wpamtely functioning and usable part of the Work that can he used by OWNER for its intended lwrpo:e without significant interference with C0\tTR.4CTOR's performance of the remainder of the Work, may be accomplished }viol' to Substantial Completion ofall die Work suhiea to die following 14.10,LOWNER of MV time RRRI request CONTRACTOR in writvtg to permit OWNER w use any such pan of the Work which OWNER believes to be ready fur its intended use and substantial), completes I CCONTR.4CfOR agrees that such pet o[ the Work is subWumially cumplde CONTRACTOR will certify to OWNER and ENGINEER that such Iran of the Walk is suhstanually complete and request FNGINHER to issue a certificate Of Suhstilotial Completion for that pan Of the Walk CONTRACTOR at any timr may wtify OWNER and ENGINEER in tinting that CONTRACTOR considers any such pan of the Work rends for its intended ue c and mlimmially complete and request F.N(HNEF.'R to issue a certificate of Subsamial Completion for that pan of the Work Within a reasonable time after either such ralue9. OWNER CONTRACTOR and FNGINEER shall make an irepiCtwn of that Iran of the Work to deAennine its srmms of completion If LN GINEE2. dais nol consider that pan of the Work Rat IV substantially complete. ENGINEER will nMifi OWNER and CONTRACTOR in writing giving the reasonstherefor. If ENGIN I KR considers that pan of the Work to be substantially complete, the provisions Of paragraphs 14.8 and 14 9 will apply with respect to cemficatron of Suhstamial Completion of that pan of the Wok and the division of responsibility' in reNpact thereof and access thereto. 14. 102 No occupancy or separate operation of pun of the Work will be accomplished prior to compliance with the requirements of Farafn iph 5.1 y in respec of property insurance. pant 1&%jaecdon: 14.1 I Upon rvntten notice Croat ('ON'IRAC'fOK that the entire Work or tin ngreed portion thereof is complete, ENGLNEER wdl make a final inspection with OWti'ER Post CONTRACTOR and will natty CONTR\CTOR in writing of all rarticnrlms In which this inspection reveals that the Weak is incomplete Ix Afcuive. CONTRACTOR doll immediately take such measures as are nceessary to complete such work or temaiy such deficiencies Pinar Applicatianfrrm' Payment 141: After CONTRACTOR has completed all such corrections to the sofisfaction of'LNGTNEER and delivered m locordmcc with the Contract Uocumema All nmmmenmice and npemnng instrucuons, s:hrd,llcs guarantees. Grinds. cenifieates or other evidence of insumm:e required by paragraph 54, cenihc,lRa of impaction, marked -up record documems (as provided in paragraph 6. 19) and other documents. CONTRACTOR may make application for final payment following the pmcalure Rmr prrnae>N payments The final Application for Puvmela shall be ac:ompunicd (except as previously delivered) by (i)all dricumentation eafled for in the Contract Documents, including but not limited to the evidence of insurance required ov subparagraph ?Ali, ill)consent of the surety, if anv, to I"in:d pavment, and (ic) complete and legally effeetirc r Jews or waivers 1 Soleilactory in OWNOZ) of all Linens misung out of w filed in connection with the Work_ In lieu of such releases or wirers of Lams and as approved by O\V_NT.k CONTRACTOR may furnish receipts of releases in full and andavit of CONTRACTOR that, (n) the releases and rcmipis include all labor, en, ice; materal and equipment for which a Lien could be filed, and (ii)all payroll, material and equipment bills. and other indebtedness connected with the Wok for which OWNER or OWNh.'R's pmrerty might in any way he responsible have been paid Or othcrwisc sinstied If any Subcontractor or Supplier faIIS FJCI GFNFRAI.(b. ITioNS I a104I I990 FdGml 11 ❑Ty OF FORT COLLINS MCOMCATifi?:.S rRE'y 4 ]mU to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral selisfncmry to OWNER to indemnify OWNER against any Lien Releases n waivers of Bens and the consent of Ole smery to finale caymcnt are to R Ix .ba iued on dorms confomatn„g to the"Crrmal nl'the Olb'NT;R'S stanih4rd forms Mond m the PrLited manual. Final Pa1'menr and Acepim ow 11 13. 11. on the Isaac of HNGTNEER's observation of the Work during construction and final inspectiorn and E'N NNEHR's revimy of the final Application for Pavmew and naompanpung documentation as required by the Contract Liocumcnte FNGINFE'R is satisfied that the Wok has been completed and CONTRACTOR'S otha- ohligations under the Contract Documents have been fulfilled. ENTGINIMER will- within tell days after receipt of Ole final Application for pavmeaL indicate in wrong UNGLNEER's recommendation of payment and present the Application to OWNER for pnvnment. At the same time LNGINLE•R will also lave Armen notice in O\e'NT.R mud CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14,15, Othensise, I ENGINEER will refom the Application to CONTRACTOR, indicating in writing the reasons for refusine to recommend final pavmcnL in which case CONfkAUTOR shall make the racciry corre :tiom arut rewbmit the Application Thirty days after presentmina to OWNER of the Application arld acconpanvmg dacumcnwuOa in appwopnate faxm and subsame and with ENGINEER's recommendmwn and notice oT accepahilip', the amount recommended Iw ENGINEER will become due mid will he paid by OWNER to CONTRACTOR subject to mrligraph 176of he u'aneraI Conditions. 1414 If unou h no fault of CONTRACTOR final completion of the Work is signiftcaMly delayed and if ENGINEER so eemtirms. OWNER shall, upon receipt of CONTRACTOR'S final Application for payment and rccommenlatitm of ENGINIEER and without temairatumn the Agreement, make payment of the balance due for that Portion of the Work fully completed and accepted If the remaining balance to N held In,by O\ANILR for Work not fully completed Or connected is less than the retainage sdpulmed in the Agreement, and if fkands have bran furnished w required in paragraph 5,1. the written consent Of the surety to the payment of the balance due for that Ixminn of the Work fully completed and accepted shall be submitted by CONTRACOR to F.NGINEFJt wish the Application for well pnvniem. .Such pnyment Shall be made under the terns and conditions governing final payment, except that it "if not eonAimte a waiver of cla Nls @river of Cfaincl: 14.IS - S" The making and acceptance nl' final payment will constitute, 14. 15.1.e waiver of all claims by OWNHK Against CONMACTOR, racer, claims arising from unscitled Liens, fiom da/eerh.e Work appearumg after it �. Does the city or its engineer have an estimate of flow coming into the reservoir that might indicate the amount of water needing management during construction? A. We have not investigated the amount of flow entering the reservoir. Contractors can visit the jobsite along the west end of the reservoir and see a certain amount of flow entering the lake area. Q. Will the city address any prairie dog or other wildlife issues associated with construction? A. Yes. The city believes there are no prairie dogs on site at this time. The city will evaluate the site prior to construction and mitigate any potential issues that might arise. 0. Will the design engineer provide an AutoCAD drawing of the site as part of the bid package? A. Anderson Consultants has provided the design drawing to potential contractors through the following link. https://backup.cbeyond. neVfile.asp? I D=tG+4c+dQU V3aYBJ FFk9W VvutYU+NO4z+zkS 1 OJ IXaU3Axfh8iTtVow==url This drawing file is provided for information only. The drawings and specifications issued as part of the bid package are to be the basis of bidding the work. 0. What is the availability of construction water for the site work? A. The Contractor may obtain construction water in two ways. They may pump water from the Robert Benson Reservoir area or obtain a hydrant water meter from the Fort Collins - Loveland Water District (FCLWD). FCLWD will charge a meter deposit and per gallon use rate for the water used from their system. The water from Robert Benson is free to use as the city owns the water rights. Contractors shall use potable water for all grout mixes permanently incorporated into the project. Non -potable water can be used for embankment moisture control. Q. Please clarify the units associated with item no. 30 in the Bid Schedule. A. Bid Item No. 30 Irrigation — Isolation Gate Valve shall be changed from Lump Sum (LS) to Each (EA). Q. Please clarify the material specifications for both the steel and PVC pipe. A. Section 02615 Steel Pipe is revised to include the following section. Part 2 — Materials 1.01 Steel Pipe Steel pipe shall conform to AWWA Standard C200 with a working pressure rating of 150 psi. AWWA C200 pipe shall be straight or spiral seam. The minimum wall thickness shall be 7 gage for pipe 6 inch through 24 inch diameter and 1/4 inch for pipe 26 inch diameter and larger. final inspection pursuant to paragraph 14.11, from failure to comply with the Cbramuct Documents or the terms of any special guarantees specified therein, ar from CON PLACl'OR's continuing obligations udder du Contract Docmnerim and 14.15 2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE IS -SUSPENSION OF WORK AND TERMINATION ORiAWN Afa1.9dspmd Wbr1:: 15.1, At any time and without cauw, OWNER may suspend the Work o any porticm thereof fa a period of nut more than article dhvs by notice in writing to CONTRACTOR and E)SGLN6I3t which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work co the date so flied CONTRACTOR shall he allowed an adjusunent in the Contract Rim or an extension of the Contract Timcs, or both dirctly atrrihtuahleto sin• such suspension if CONTRACTOR makes an approval claim therefor as provided in Articles I 1 and C. 014AER Af (I- Terminute: 15'. Upcm the occurrence of any one or more of the following n,enrs: 1 i'.1. if CONIR.ACTOR persistently fails to perform the Weak in ru;cordance with die Contract Documents (including, but nM limited lo, failure resupply sulTicicnt skilled workers or suitable materials or equipment a failure to adhere to the progress schedule established under paragmph2.9 as adjusted from time to time pursuant to paragraph 5.6):. 15 22. if CONTRACTOR disregsirds Lies is Regulations of any public badly havingjurisdiction 1 t'_S. it CONTRACTOR disregards the authority of ENGINEER: ar I i 2 4 if CONTRACTOR otherwise violates in any substantial way any provisions of the Gmbact Documents. OWNTL•R may. after giving CONTRACTOR (and the surety, if any) seven days writen notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and rake possession of the Work and of all CON'IRACTOR's tools, appliances construction equipment and machinery at the site and use the same to ten full meat they could he used by CON"1'RA(-'i'OR (without liability w COMIRACIOR for trespass at "version). incorporate in the Work all materials and equipment stored ai the site or for which OWNTER has lend WriCCF.NTRN, cOMmo`iS 191418 41990R'bi o 32 .,1W C+F FORT C'OLLIM mein ICAnoG siuv4rooio CONTRACTOR but which we stared elsewhere. and finish the Work nsOWN}R may deem eapediem. In such else COW kACTOR shall not be entitled In receive any further payment until the Work is finished If the unpaid balance of the. Contract Rice exceeds all claims, costs Irises and clarnages sustained by OWNER arising not of or resulting from completing the Work such ri.vm wdl be paid to CONIRA('IDR. If such claims, ou6, losses and damages exceed such unpaid balance. CONTRACTOR shall pay the difference to O NTER. Such claims, curls, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Charge (order provided that when exercising any rights or remedies under this paragraph OWNER shall not he required to obtain the lowest price far the Work performed. 15.3. Where COINTRACTOR'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 thireaficr sCVrUe Any retention o payment of moneys due CO\TRACTOR by OWNER will out release CONTRACTOR from liabifity. 154. Upon sewn days written noice to CONTRACTOR and ENGINEER- OWNER may, widiout cause and without prejudice to any other right or remedly of OWNER, elect to terminate the .Agreement. In such case. CONTRACTOR shall be laid (without duplieadon of any ilems) I Sp.l for completed anJ acceptable Work executed in accordance with the Conunet Documents prior to the el7ective date of terminatidm including fair and reasonable sums for overhead ant profit an such Work. 1; 42, for expenses sustained prior to die effective date of termination in perforimml; services and firmashume labor, materials or equipment as required by the Contract Documents in connection with uncompleted Word- plus fair and reasonable sums f r overhead and profit on such expenses: 1549. for all claim& costs, losses and damages incurred in settlement of terminated contracts with Subcontractors. Suppliers and others: and 15 4d for reasonahle rmenses directly at[nhutable to termination. CONTRACTOR shall flat Ix paid on account of loss of anticipated profits or revenue or other ecorronmic Ices arising out of or resulting fivm such termination. CONTRACTOR Nay Stop Work ar Termimue: Ls 5. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more tan ninety days by OWNER or under an order of court or other public authority. or liN(i 1NEFli fails to act on any Application for payment within thirty days after it is submitted or OWNTER fails for darn days to pay CONTRACTOR arty sum finally determined to be due. then CONTRACTOR may, upon seven days' wntren nonce to OWNER and ENGINEER- and provided OWNER or EN(UNF:ER do not remedy such suspension or failure within that time. terni mte the Agreement and recover from OWNER payment on the same terms res provided in pamgaph 15.4. In lieu of ientimatirg the Agrennan and without pejudice to any, other right Or remedy, if ENGINEER has failed to act on an Application for Payment within thiny days after it is submitted, or OW:NE-R has failed for thirty days to pay CONT P.%CTOR any sum finally determined to be due. C•ONTRAi-TOR may upon seven days' written notice to OWNER :aid ENOINEER sinlltr the Work until payment of all such amounts due CONTIUCIOR, including interest thereon The pmv isions of this paragraph 13.5 arc not attended to preclude CON-rR.ACTOR from making claim under Articles I 1 and 12 for an increase in Contract Price or Contract Tunes or otherwise for expensrs a damage dually attributable io CONTRACTOR'S stopping Work as pertained by this paragraph .ARTICLE 16-DISPUrE RESOLLTION' If and to the cetent that OWNER and CON I'k AC'I'r)R have agreed on the method and procedure for resolving disputes hehveen them that ntmarise under this Agreement, such dispute resolution method and procedure, it•any, shall be, as s.-t forth in Eshiha GC -:A Dispute Resolution Agreement", to be attached hereto and atn le a part hereof. If no such agreement on the method and Ixocedine for resolving such disputes has been rtrched, and subject to the provisions of paragraphs 9.10, 9A 1 and 9 12, OWNER and CONI'RACI OR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respst of am' dispute ARTICLE 17-N11SCELLANEOUS Giving Notice. 17.1. Whenever any provision of the Contract Documents requires the givine of written notice, it will he deemed to have been validly given if delivered in person to the individual or Ina member of the firm, or in an otYcar of die corporation for when it is intended or if delivered m or sent by registered or certified mail, postage prepaid to the last business address mown to the giver of the notice. 172. Computation of Tune: 17.2.1. When am' period of time is referred to in the Contract Documents by daps, it will be computed to exclude the first and include the past day of such penal. If the last day of env such renod falls an a Saturday or Sunday or at a din, made a legal holiday by the law• of the applicable jurisdiction. such dev will Ix omitted from the computation. 1 T2 A calendar day of twenty-four hours measured from midnight to the nevi midnight will connitute a day Notice of Claim: 17.3, Should OWNER or CONBAC'IOR suffer injury or damage to person or property because of am, error, mission or act of the other pang or of any of the ether pnnys employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first Observance: of such ugury ur damage. 1'he provuiac of this paragraph 17.3 shall not be construed as a sethstitute for; Or a waiver of the provisions of any applicable statute of limitations or repose.Cm ulative Rementies. 17.4 The duties and obligations imposed by those. doneral Conditions and the rights and remedies available hereunder to the panics hereto, and, in particular but without limitation, the wartemies, euamm ees and obligations imposed upon CONTRACTOR Iry paragraphs 6,12. 6.16. 6.3t), 6.31, 6,32, 13.1. 13.12. 13.14. N 3 said 15 2 and all of the rights and remedies available to OWNER and FNGiNEER thereunder, are in addition to, and are not to he construed in am wav as a limitation of am' rights and remedies available io an)' or all of them which are otherwise imposed Or available by Laws or Regulations by spatial warranty or gmzranice nr by other Imm isiomc of the Contract Davmcna. and the prod isiom of this paragraph will be as efrectwe as J repeated specifically in the Contract Doeuermis in connection with etch particular duty, ohligatiot right and remedy to which they apply. Professional Fees and Court Coen Included: 17- W'hencver rcterenev is made to "claims, acts. bases and damages", it shall include m each caw, but not be Invited t to. all lies mid charges of engineers, archiRas, attomeys and other professionals and all court rx whitration mother dispute resolution costs 176. The laws of the $aim of Colorado apple to this imcmcnt Refvrvncz to two Pertinent Colorado statutes sae es follows 176.1. Colorado IL-5•iscd Statutes rt'RS 8-17-lull require that Colorado let,- be employed to perform the Work k t the -roans of tot I' the gat pet e I lljrl^_oj of each. typx or__- _of_labor Lit die several clxssifiaaoas of skilled and common labor employed on the -project Colorado Labor means -any person who is a bona fide, reaidc3p 4f Irk: Stak_pf Colsrade at the ttmr yr employment, without discrimmatnon as to race, color, axed, age, reltmon or sc.x 176' If a claim is filed. OWNER n reuuired I, lau_i CRS 3&26-11i7) to withhold from all oavmrnts to CON 'I'RAC'fOR suflieimt funds to insure the rmtment of all claims fix labor, materials, team hire sustenance, prrn'aionq 1srovender. or other _supplies used or consorted by CONTRACTOR Or his rrc C.F`raxnr.rowotnons .your iIvan aorta 33 err MY OFFORT CaLllNs MCaaFICAnONS 11E 42001) F.KDC GF'.JF8,1L CGhTNT10115 151 UA tl5f0 E�tiliap 34 xi CITY OF FORT ILLRN% MOD1FICAW,W5 VJn,M) !This page left Mack nnenlionally. j gCT)C CEiJEkAI. CONpITIOFS I91 OA I I99ti Fdlivu W aTY OF FORT COUI\5 MOIAFI CA'TIO\S IRFV a 40avi F.KDCCF F,Ra CON Tl ON% 19164 1199n661iIw 36 w,d TY OF FORT C'OLLIMMODO CATIONS IREVJQVWI EXHIBIT GC -A to General Conditions of the Construction Contract Bch-veen OWNER and CONTRACTOR DISPL7TE RESOLMON AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the ConStuction Conrad between MliN R and CONTRACTOR is amended to include the following agreement of doe parties_ 16.1. M claims, disputes and other manors in question herwecn OWNER and CON' ]"RAM OR raising out of or relating to the Contract Documents or the breach thereof (except or claims which have been waived by the making or acceptance of foal payment as provided b. paragraph 14,15) will be decided by arbitration in accordance with the Ccrsvuction Industry .Arbitration Rules of the American Arbitration Axwrciatiorl then obutinvy;. subject to the limitations of the Article 16. This agreement co to arbitrate and any other agreement or consent to arbitrate entered in o in accordance (herewith as provided in this Article 16 will be specifically, enforceahle under the pro ailing law of anw awn having jurisdiction 16. 'No demand for m'btralion of any claim, dLputa or other matter that is required w be relined to ENGINEER initially for decision an accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a hvrilie t decision or (b) the thirty-Grsl day after the parties have presented their evidence to ENGMHkk if a written decision has are been Tendered by UNGINEER before that date, No demand for nthltratmn of am' such claim. dispute or other matter will be made later than thirty days afro the date on pinch ENGINEER has rendered a written decision in resMct thereof in accordance with paragraph 9. 11, and the failure to demand arbitration within said thirty days' period will result in LNGL'NTGR's decision berg final and binding upon OWNER and CONTRACTOR If ENGRQUR rendem a decision after arbitration proceedings have been initiated such decision may be counted as evidence but will not supersede the arbitration proceedings, accept where the decision is acceptable to the parties concemcd. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.I0 will he made pater than ten days after the puny making such demand has delivered written notice of intention to appeal as provided m prtmgmph 9.IU. 16.3. Notice of the dernand for rubitrnlion will be taped in writing with the other party to the Agreement and with the American labaralt. Association and a copy will be scn W ENO INUR for information The demand for arbitration will he made within the Ihitt�41a, or ten-day period specified in paragraph 16? 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 he made alien the date when institution of legal or equitable proceedings based on such clam. dispute or other muter in question would be barred by the applicable statute of lautatiws. wr ❑T\' OP PORT COLLISS MODIFiCAT10hS IRHV 5i59) 16.4. Except as provided in paragraph 16.5 below, no arbitration ansing out of or rekmng to the Contmct Documents shall include by consolidation, joinder or in any other manner any, other person or cntine (including ENGINEER EVGINEER's Consultant and the officers directors, agents, employees or constraints of any of them) who is nor a party to this contract unless: 164 1. the inclusion of such other person or entity is forded necessary if complete relief is to be afam one_ those who are already ponies to the attainment, anti 164.'_. such other person or entity is subctantialh, involved in a question of law or fact which is common to those who arc already parties to the arbitration and which will arise in such proceedings, and 16.43, the written consent of the other person or vntity sought to be included and of OWNER and CONTRACTOR has been obtained lie such inclusion. which consent shall make specific reference to this paragraph: but no such consent shall corsitwle consent to arbitration of any dispute not specifically described m such consent err to arbitration with any pain not specifically identified in such consent. 165, Notwithstanding paragraph 164, if a claim, dispute or other manor in question between OWNER and CONTRACTOR involves the WcrA of a Subcontractor. either OWNER or CONTRACTOR may join such Sulwonaadnr as a party to thearbitration hcawem OWNER and CONTRACTOR hereunder CONTRACTOR shall iradude in all subctmtmcls required by paragraph 6 1 I a specific provision wherebv the Subcontractor consents to being jointed in an arbitration between OWNER and CON"I FACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cauw of action in fevx of Suh:cxamctor and against OWNER ENGINEER or I:\GIATLR's Coruultants that does not otherwise exttt 16.6 The award rendered by the arbivators will be final, ludsment may b: entered upon it in nny court having jurisdiction thereof and it will not be subject to modification or appeal. MT OWNER and CONTRACTOR agree that 1hq shall first submit any and all unsettled claims. counterclaims, disputes and other matters in question between them arisirL out of or waling to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under die t_onstruction Industry Mediation Rules of the American Arbitration Association prior to either of them iitimirlg against the filter a demand fir arbitmum pursuant to paragraphs 1(,.1 through 166, unless delay in militatingau arbitron would irrevocably prejudice one of the parties. I he respective thirty and ten day time limit, within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 ahove shall he suspended with respoet to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days offer the termination of Ube mediation. The mediator of tiny olupute submitted to mediation under this Agreement shall nM serve as arbitrator of such dispute urilm otherwise agreed Ca' -AI F_ICDCO6N Al, CONDMONS 19MS(199d F.dliail w, CITY OF FORT COl. MS MODMCATIOM,1 V9,9U ® T 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 reports of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Investigation Fairport Dam and Robert Benson reservoir, Fort Collins, Colorado by MFG, December 19, 2005 Contractor may rely upon the accuracy of the technical data contained in the documents, but not upon non -technical 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: None SC-5.4.7 Additional Insureds A. The City of Fort Collins and Anderson Consulting Engineers, Inc., shall be included as additionally insured on the Certificate of Insurance. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage - $100,0001$100,0001$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. Section 00800 Page 1 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). END OF SECTION Section 00800 Page 2 The specifications do not include a section specifically related to the C900 irrigation pipe installation. However, the PVC irrigation pipe shall conform to AWWA C909; Class 150, DR18. Q. Please clarify the installation of the principal outlet head gate shown on sheet C9 and on sheet S1. The installation is detailed differently on each sheet. A. The head gate shall be installed according to the drawing on sheet C9. This installation is atypical for a head gate. It is designed such that the weir opening in the box maintains the water surface elevation of the lake while this gate is in a closed position. The gate is specified as a Waterman Canal Gate Model #C-20. This model allows for up to 10-feet of unseating head against the back side of the gate. Here, there will only be 5.7 feet of unseating head. This type of gate installation is not leak -proof. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. SECTION 00900 ADDENDA, MODIFICATIONS, AND PAYMENT 00950 Contract Change Order 00960 Application for Payment CHANGE ORDER NO. PROJECT TITLE: ROBERT BENSON RESERVOIR DAM IMPROVEMENTS CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ 0.00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $15,000 cc: City Clerk Project File Engineer Contractor Architect Purchasing Section 00950 Page 1 SECTION 00960 APPLICATION FOR PAYMENT In accordance with attached page. July 2006 Section 00960 Page I DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 3I3-26.114(1 XaXXIX) 101 DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAIL URE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. RegistratioNAcccunlNo. (to beassigned byDOR) Pedod 0170-750 999 $0.00 89 - k h ^+' a .:;rrnn "'' *SI Kfi r i1F 'L T`S.v "r (m rwsh im uw-x a s h 4x z "Ki e "I",Sr i'Gdy,l� !s yga 4�yrva R NyS Jr- Min � �r 1 y �� o � � � +8$ k �. 3,z '�.# z ,; '. 1. ab �?:r'�fii F.' a 6. res -ae 3." r e'M1`a. .I. "f .s e,7r „ a w ° 4 .uz if" . Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employers Identification Number: Bid amount for your contract: $ Fax Number. Business telephone number. Colorado withholding tax account number. ✓ ,�, TmA :es .`e,_k�.^ yf^ 'P, .�5 npF"�.- slrb`d*=k:}syy , w ; e� R. �r �n m �+ 3 5' p�iEBFACiIrii '$1��' ?W?�¢ e fyv'+1`V° FA"kkk! tie 1 w ce w,, a I r, eSi( d 11'ibf'drlft'S.'�1(1�78 le,R* rN, 5Yr—'f ii ih. m' ;.?.�r...4r:,..As;,..*::a s:rxi,., `son , .." oinl.ngsi9watat;e5£Paeit116 3�;8aftach'e)d,.''F. , Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year EMimated Month Day Year construction start date: completion date: i I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer. i Date: DO NOT WRITE BELOW THIS LINE Special Notice Contractors who have completed this application in the past, please note the following changes in procedure The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac- tors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89- 12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed- ing numbers will be issued by. the Department of Revenue. DO NOT enter what you believe to be the next`in sequence as this may delay processing of your application. DIVISION 1 - GENERAL REOUIREMENTS SECTION 01010 SUMMARY OF WORK SECTION 01140 CONTRACTOR'S USE OF PREMISES SECTION 01145 SPECIAL PROJECT PROCEDURES SECTION 01180 UTILITY SOURCES SECTION 01270 MEASUREMENT AND PAYMENT SECTION 01310 PROJECT MEETINGS SECTION 01320 CONSTRUCTION SCHEDULES SECTION 01330 SUBMITTALS SECTION 01425 STANDARD REFERENCES SECTION 01450 MATERIALS TESTING SECTION 01555 TRAFFIC REGULATION SECTION 01635 SUBSTITUTIONS AND PRODUCT OPTIONS SECTION 01650 MATERIAL DELIVERY, STORAGE, AND HANDLING SECTION 01710 SITE CONDITIONS SECTION 01715 TREE, LANDSCAPE, VEGETATION, AND WETLAND PROTECTION SECTION 01720 FIELD ENGINEERING AND SURVEYING SECTION 01745 ENVIRONMENTAL CONTROLS SECTION 01780 CONTRACT CLOSEOUT Robert Benson SECTION 01010 SUMMARY OF WORK PART GENERAL 1.01 SECTION INCLUDES Furnish all labor and install all materials for the rehabilitation of the Robert Benson Dam, including but not limited to the following items: The project includes the rehabilitation of the existing Robert Benson dam; including stripping and rebuilding the existing dam embankment, the construction of a new principal outlet pipe, a new irrigation intake pipe, new riprap slope protection, and the construction of a new emergency spillway. 1.02 WORK SEQUENCE A. The Work Sequence is to be submitted as part of the construction schedule required in Section 01320. Construction of the project shall begin within seven (7) calendar days of the date of Notice to Proceed. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Tune" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) Robert Benson Dam 01010-1 Summary of Work The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent activities. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his .project schedule and amendments thereto which result from the "unusually severe" weather condition. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. To any preference, priority, or allocation order duly issued by the Owner. Robert Benson Dam 01010-2 Summary of Work 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. Other than the conditions above, Contractor is permitted to start the work at any location within the project site. The Contractor shall adhere to the construction traffic control requirements delineated in Section 01555 and on the Drawings. 1.03 UNDERGROUND UTILITIES A. It shall be the responsibility of the CONTRACTOR to verify the existence and location of all underground utilities along the route of the work and to coordinate the construction schedules with these utility owners. B. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and from field potholing, however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the CONTRACTOR only, and no responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or completeness. C. The CONTRACTOR shall field verify all utilities and coordinate construction with utility owners prior to starting construction. The CONTRACTOR shall be responsible for protecting utilities during construction and scheduling utility adjustments to eliminate conflict with progress of the work. D. The CONTRACTOR shall notify the ENGINEER immediately of any field condition not consistent with the contract documents. E. The CONTRACTOR will be responsible for repairing or paying for the repairs to any damaged utilities. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01010-3 Summary of Work THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01010-4 Summary of Work r Financial Services City of Purchasing Division 215 N. Mason St Floor 6rt Cochasinllins PO Box 580 Fort Collins, CO 8052522 970.221.6775 Purg 970.221.6707 07 fcgov.com/purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Robert Benson Reservoir Dam Improvements BID NO. 6116 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, October 16, 2008 - 3:00 P.M. (OUR FORT COLLINS CLOCK) SECTION 01140 CONTRACTOR'S USE OF PREMISES PART1 GENERAL 1.01 SECTION INCLUDES A. The CONTRACTOR may use the OWNER's property designated within the construction limits shown on the Drawings for equipment and materials as long as he confines his operations to those permitted by local laws, ordinance and permits and meets the following requirements: 1. Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premised. 3. Move any stored products which interfere with operations of the OWNER. 4. Obtain and pay for use of additional storage or work areas needed for operations. 1.02 LIMITS OF CONSTRUCTION A. The CONTRACTOR must maintain all of his construction activities within the OWNER's property and/or construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the CONTRACTOR, from appropriate authorities or private property owners, outside of these areas. Contractor to fence all easements and work areas. The temporary permits must be secured and paid for by the CONTRACTOR at no extra cost to the OWNER. Any temporary permits secured must be in writing and a copy of same provided to the ENGINEER. 1.03 SECURITY A. The CONTRACTOR shall at all times be responsible for the security of his facilities and equipment. The OWNER will not take responsibility for missing or damaged equipment, tools, or personal belongings of the CONTRACTOR. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01140-1 Contractor's Use of Premises THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01140-2 Contractor's Use of Premises SECTION 01145 SPECIAL PROJECT PROCEDURES PART 1 GENERAL (Not Applicable) PART 2 PRODUCTS (Not Applicable) PART EXECUTION 3.01 CONSTRUCTION TRAFFIC CONTROL A. The CONTRACTOR, with input and cooperation from the OWNER, will prepare the construction traffic control plans and specifications for construction of the project. The traffic control plan shall be submitted at least 7 days prior to the start of traffic control activities. Any changes to the approved traffic control plan will need to be submitted to the City of Fort Collins and/or the Larimer County Traffic Departments at least 48 hours prior to instituting the proposed changes. B. The CONTRACTOR shall provide to the City of Fort Collins and/or Latimer County Traffic Departments a detailed construction schedule for the work, including production rates, estimated closure times for streets and intersections, if any, and material delivery and haul routes. C. Section 01555 Traffic Regulation is provided as a guide to items of work the CONTRACTOR will be responsible for, and that may not be specifically referenced in the construction traffic control plan. Such items include providing access to fire hydrants, access for emergency services, and provision of warning signs and lights around the work zone, especially during non -work periods. 3.03 NATURAL AREAS Due to the project being located entirely within a city designated Natural Area the CONTRACTOR shall abide by the Natural Areas rules and regulations set forth by the City of Fort Collins Natural Resources Department. END OF SECTION RobertBensonDam 01145-1 Special Project Procedures TIIIS PAGE INTENTIONALLY LEFT BLANK Robert Benson Dam 01145-2 Special Project Procedures SECTION 01180 UTILITY SOURCES PART1 GENERAL 1.01 SECTION INCLUDES A. Names and telephone numbers of affected agencies and utilities in the area are listed below for the CONTRACTOR's convenience. The CONTRACTOR assumes all responsibility of contacting these agencies and verification of telephone numbers. 1. Water a. City of Fort Collins (970) 221-6700 b. Fort Collins —Loveland Water District (970) 226-3104 c. East Latimer Water District (970) 493-2044 2. Sanitary Sewer - City of Fort Collins (970) 221-6700 Boxelder Sanitation District (970) 498-0604 South Fort Collins Sanitation District (970) 226-3104 3. Stormwater - City of Fort Collins (970) 221-6700 Latimer County (970)498-5700 4. Natural Resources — City of Fort Collins (970) 221-6600 5. Park Planning — City of Fort Collins (970) 221-6360 6. Electrical a. City of Fort Collins (970) 224-6157 b. Platte River Power Authority (PAPA) (970) 226-4000 c. Western Area Power Administration (WAPA) (970) 461-7298 d. Poudre Valley Rural Electric Association (PVREA) (970) 226-1234 e. Public Service Company (PSC) / Xcel Energy (800) 895-1999 7. Engineering — City of Fort Collins (970) 221-6605 Latimer County (970) 498-5700 8. Traffic — City of Fort Collins (970) 224-6062 Latimer County (970) 498-5700 9. Gas - Xcel Energy (800) 895-2999 10. Telephone - Qwest (970) 222-2414 11. Cable TV - Comcast (970) 484-7166 12. One -Call Utility Locates 811 PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) Robert Benson Dam 01180-1 Utility Sources END OF SECTION THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01180-2 Utility Sources SECTION 01270 MEASUREMENT AND PAYMENT PART GENERAL 1.01 SECTION INCLUDES A. The work performed under this Agreement shall be paid for on both a Unit Price basis and Lump Sum basis for individual line items at the rates for the respective items on the Bid Schedule. The quantities provided on the Bid Schedule are only estimates of the actual quantities of the work to be performed, and are only included for purposes of making the award and establishing a basis for estimating the probable cost of the Work The actual amounts of work performed and materials famished for unit price bid items may differ from the estimated quantities. The basis of payment for work and materials bid as a unit price will be the actual amount of approved work done and materials furnished. Payment shall be made only for those items included in the Bid Schedule. All costs incurred shall comply with the provisions of these Specifications and shall be included in the unit price bid for the associated items in the Bid Schedule. Except as may be otherwise stipulated, no material, labor or equipment will be furnished by the OWNER. The quantity of work which will be considered for payment is the actual number of units completed in accordance with all relative Specifications. This basis of measurement and payment for each proposal item will be described below. The following provides a general listing of contract bid items along with a brief summary of the work and materials included, but not limited to, in the unit price or lump sum price for each bid item. Refer to the Specifications and Drawings for additional information. 1.02 PAY ITEMS Mobilization and Field Overhead No unit measurement for payment will be made for any of the work, materials and equipment required for mobilization and field overhead. This work consists of the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project. This item shall include the establishment of the CONTRACTOR'S offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include temporary fencing around project work and driving areas, and any other fencing/security items as deemed necessary by the CONTRACTOR. This item also includes obtaining permits and CONTRACTOR testing. This item may also include provision of required bonds, insurance and preparation of the project schedule. The removal of the CONTRACTOR's equipment, supplies, excess j materials, and cleanup of the site are also included in this item. Payment will be made as the work progresses. Fifty percent (50%) of the lump sum bid price will be paid at the time of the first monthly progress payment. An additional thirty percent (30%) will be paid when one-half the original contract amount is earned. The remaining twenty percent (20%) will be paid upon final acceptance of the project. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Robert Benson Dam 01270-1 Measurement and Payment Pay Item Pay Unit Mobilization and Field Overhead LS 2. Traffic Control No unit measurement for payment shall be made for any of the materials, work and equipment required. The payment shall be total compensation for all labor, equipment, materials, maintenance, and all incidentals necessary to prepare, implement, and maintain the approved Traffic Control Plan in accordance with the Drawings and accepted Traffic Control Plan. The work also includes but is not limited to the installation and maintenance of all required barricades and signs. Payment will be made as work progresses. Fifty percent (50%) of the lump sum bid price will be paid when twenty five (25%) of the original contract amount has been earned; an additional thirty percent (30%) will be paid when fifty percent (50°/u) of the original contract amount has been earned; and the remaining twenty percent (20%) will be paid upon final acceptance of the project. Pay Item Pay Unit Traffic Control LS 3. Clearing and Grubbing No measurement for payment shall be made for any of the materials, work, and equipment required. Payment will be made as work progresses on a percentage lump sum basis. The payment shall be total compensation for all labor, equipment, materials, maintenance, and all incidentals necessary to prepare, implement, and conduct the clearing and grubbing, in accordance with the Drawings and Specifications, including all costs associated with the disposing of materials off -site. Pay Item Pav Unit Clearing and Grubbing LS 4. Reservoir Dewatering No unit measurement for payment will be made for this work. Work includes all equipment, temporary power, labor and materials for implementation of measures to control surface water and groundwater. Pay item also includes all work necessary to obtain the required Stormwater Management Permit and the Construction Dewatering Permit from the Colorado Department of Health. Also included are all equipment, labor and materials for evaluation, design, construction, and monitoring of dewatering. Robert Benson Dam 01270-2 Measurement and Payment Payment shall be made based on the percentage of all work completed at the time of each Progress Payment. Pay Item Pay Unit Construction Dewatering LS Construction Maintenance Dewatering No unit measurement for payment will be made for this work. Work includes all equipment, temporary power, labor and materials for implementation of measures to control surface water and groundwater. Pay item also includes all work necessary to obtain the required Stormwater Management Permit and the Construction Dewatering Permit from the Colorado Department of Health. Also included are all equipment, labor and materials for evaluation, design, construction, and monitoring of dewatering. Payment shall be made based on the percentage of all work completed at the time of each Progress Payment. Pay Item Pav Unit Construction Dewatering LS 6. Construction Surveying and Staking No unit measurement shall be made for this item. Work includes providing all equipment, labor, and materials required to provide Construction Surveying for construction of all work items for the project including: Staking of horizontal and vertical alignments; overlot grading; subgrade elevations; off -sets; temporary control points; re-establishment of land monuments; and, all appurtenance features of the work. The unit price bid shall include all of the CONTRACTOR'S costs of whatsoever nature to perform the Construction Surveying as required for the construction of the Project in accordance with the Drawings and Specifications. Payment shall be made based on the percentage of all work completed at the time of each Progress Payment. Pay Item Pay Unit Construction Surveying LS Remove Concrete Rubble and Riprap The measurement for removal of this item will be made on a lump sum basis. The lump sum price bid for this item shall be fall compensation for removing, hauling and disposal of such items including existing concrete rubble, and all Robert Benson Dam 01270-3 Measurement and Payment other work necessary to remove these items in accordance with the Drawings and Specifications. Replacement of riprap, trees, or vegetation outside of the pay lines due to the CONTRACTOR'S failure to protect existing, undisturbed materials shall not be paid for and shall be replaced at the CONTRACTOR's expense. Pay Item Pay Unit Remove Concrete Rubble and Riprap LS 8. Landscape -Remove Vegetation and Small Trees The measurement and payment for the Removal of Vegetation and Small Trees will be on a lump sum basis in accordance with the Drawings and Specifications. The ENGINEER will mark all trees and vegetation to be removed and paid for under this item. All other miscellaneous tree and shrub removal shall be included in Clearing and Grubbing. Payment will be made upon completion of the work in accordance with the Drawings and Specifications. The lump sum price bid for each item shall include all of the CONTRACTOR'S cost of whatsoever nature to complete the tree and vegetation removal including: furnishing and transporting all materials, labor, and equipment; excavation and removal of tree and stump and root system; backfilling and compaction; and, all other related and necessary materials, work, and equipment required to perform the work in accordance with the Drawings and Specifications. Pay Item Pay Unit Landscape -Remove Vegetation and Small Trees LS 9. Remove Existing Principal Outlet Measurement for payment for the removal of the Principal Outlet shall be on a lump sum basis. The lump sum cost shall include all the work, materials and equipment required for the removal and disposal of the principal outlet pipe, the stone outlet box, and concrete diversion structure. Payment for this item shall be made based on the actual percentage of work complete at the time of each monthly progress payment. Pay Item Payer Remove Existing Principal Outlet LS 10. Strip and Stockpile Topsoil from Existing Dam and New Spillway Measurement for payment for topsoil removal shall be on a lump sum basis for soil removed to a depth of six inches over the construction area.. The lump sum cost shall include all the work, materials and equipment required for topsoil Robert Benson Dam 01270-4 Measurement and Payment 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 excavation and storage. Erosion control measures for the topsoil stockpile shall be covered under a separate item. Payment for this item shall be made based on the actual percentage of work complete at the time of each monthly progress payment. Pay Item Pay Unit Strip and Stockpile Topsoil from Existing Dam and New Spillway LS 11. Unclassified Excavation 12. Muck Excavation 13. Embankment (Complete In Place) 14. Haul and Disposal The measurement for payment of unclassified excavation will be the total number of cubic yards of material excavated according to the final Drawings. Unclassified excavation shall consist of excavation of all materials on the site to final grades, excluding the bid items listed in Section 02220. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its original state. Unclassified excavation shall be measured from the drawings and cross sections, and the plan quantity will be paid for by the cubic yard. Muck excavation shall include excavation of unsuitable material and haul and disposal of unsuitable material. Muck excavation shall also include the cost of materials used to replace muck excavation. Muck excavation of material from rain or weather damage will not be paid for and is entirely the CONTRACTOR'S responsibility. This item will be measured in the field and will be paid for by the cubic yard. If unsuitable subgrade is encountered and the ENGINEER directs the CONTRACTOR to overexcavate the material, the CONTRACTOR shall use uniformly graded 1 1/2" rock. This item will be measured in the field and will be paid by the cubic yard per ticket of material used. Embankment (Complete In Place) shall include all excavated material, which is placed as embankment and compacted to final grades as specified in Section 02315. This item shall include placement and compaction of excavated material that has been determined as suitable from the on -site excavations. This item will be measured from the drawings and cross sections and the plan quantity will be paid for by the cubic yard. Haul and Disposal shall include the total number of cubic yards of earthen material required to be excavated in the vicinity of the drainage channel and hauled from the site. No measure for payment will be made of the excavation of any materials which are classified as material to be removed under clearing and grubbing, topsoil, muck excavation, installation of riprap and bedding, structure construction, pipe and pipelines, concrete structures, box culverts, concrete Robert Benson Dam 01270-5 Measurement and Payment sidewalks, inlets, manholes, or demolition as described in the Specifications. This item will be measured from the drawings and cross sections and computed by the average end area method (no allowance for shrinkage or swell) for the area excavated. Pay Item Pav Unit Unclassified Excavation Cy Muck Excavation Cy Embankment (Complete In Place) Cy Haul and Disposal Cy 15. Concrete Sill The measurement for payment of the concrete sill shown on the Drawings, will be the total amount of cubic yards dimensioned on the Drawings, completed in place, and accepted. No measurement for payment will be made for items placed outside of the dimensions as shown on the Drawings unless directed by the ENGINEER. The unit price bid per cubic yard shall include all of the CONTRACTOR's costs of whatsoever nature. The price bid shall include: excavation; furnishing and placing the concrete and steel reinforcement; forming; furnishing and applying curing compounds; finishing the edging the concrete surfaces; joints and joint materials; furnishing and compacting all materials required for preparation of a stable subbase; backfilling; and, all other related and necessary materials, work, and equipment required to construct the concrete sill in accordance with the Drawings and Specifications. No measurement for payment shall be made for replacement of materials damaged by the CONTRACTOR in his operations. Ray Item Pay Unit Concrete Sill Cy 16. Principal Outlet-24-inch Steel Pipe The measurement for payment of pipe will be the actual number of linear feet of pipe installed, completed in place, measured along the center line of the pipe from inside the face of manhole to inside face of manhole, from inside face of manhole to given station, from given station to given station, or from center of manhole to center of manhole with deductions made of the internal diameter or dimensions of manholes or structures. The unit price bid per linear foot of pipe shall include all of the CONTRACTOR's costs of whatsoever nature required for constructing the specific pipeline. The price bid shall include: locating and protection of the existing utilities in and along the pipe length; removing and disposing of existing pipeline as required; famishing, transporting, and installing all pipe and materials; adjusting location of existing small utilities, and valves; tapping and/or connecting to pipes or structures, and famishing and installing fittings or Robert Benson Dam 01270-6 Measurement and Payment specials not otherwise provided for elsewhere in the Documents; and jointing materials including: O-rings, gaskets, bolts, concrete collars, connecting bands and other miscellaneous items as required to construct the specific pipeline; excavation; constructing the specific bedding including the furnishing, placing, and compacting of sand, gravel and rock, as required for bedding, protective coatings or wrapping; pipe casings backfilling including the famishing, transporting, and placing; method of backfill and compaction as specified; trench supporting; protection of aboveground and underground utilities and service connections; disposal of debris, and damaged materials; testing; inspection; and, all other related and necessary materials, work, and equipment required to construct a complete operable pipeline in accordance with the Drawings and Specifications. Pay Item Pay Unit 24-inch Steel Pipe LF 17. Sand Cutoff Wall The measurement for payment of the sand cutoff wall will be the total number of cubic yards of sand required to be placed as specified on the Drawings or as otherwise directed by the Engineer. The unit bid price shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: excavation and backfill; fiunishing and placing sand for the cutoff wall; and all other necessary materials, work, and equipment required to construct the cutoff wall in accordance with the Drawings and Specifications. Pay Item Pay Unit Sand Cutoff Wall CY 18. Concrete Pipe Encasement (24-inch Steel Pipe and 10-inch PVC Pipe) The measurement for payment of the concrete pipe encasement will be the total number of lineal feet of pipe encased with concrete as specified on the Drawings or as otherwise directed by the Engineer. The unit bid price shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: furnishing and placing concrete for the pipe encasement; and all other necessary materials, work, and equipment required to construct the pipe encasement in accordance with the Drawings and Specifications. Pay Item Pay Unit Concrete Pipe Encasement LF Robert Benson Dam 01270-7 Measurement and Payment 19. Principal Outlet - Concrete Outlet Box with Slidegate No separate measurement for payment shall be made for any of the work, materials, and equipment required to complete construction of these items. Payment will be made upon completion of the work in accordance with the Drawings and Specifications. The lump sum bid price shall include all of the CONTRACTOR's costs of whatsoever nature. The price bid shall include: Excavation and disposal of material; furnishing and placing the concrete for the box, footings and transition structures; forming; furnishing and placement of reinforcing steel and expansion joints; finishing and edging; structural excavation; furnishing and compacting all materials required for preparation of a stable subbase; furnishing and compacting all select structural backfill and other backfill material; famishing and compacting imported backfill material if no suitable on -site material is available; furnishing and installing bolts, washers, and anchors; slidegate; protection and/or relocation of aboveground and underground utilities and service connections; and, all other necessary materials, work, and equipment required to construct the structures in accordance with the Drawings and Specifications. Pay Item Pav Unit Principal Outlet - Concrete Outlet Box with Slidegate LS 20. Principal Outlet — Inlet Headwall for 24-Inch Steel Pipe The measurement for payment for the construction of the specified structure will be the individual structure, complete and in place. The unit price bid per structure shall include all of the CONTRACTOR'S costs of whatsoever nature. The unit price bid shall include: furnishing, transporting, and installing all materials; sheeting and/or bracing; concrete; joint sealant and grout; reinforcing; removal of all surfacing material outside of the prescribed trench width; backfrlling and compaction; fumishing and compacting imported backfill material if no suitable on -site material is available; and, all other related and necessary materials, work, and equipment required to construct the structure complete in accordance with the Drawings and Specifications and as implied by the Contract Documents. Pay Item Pay nit Inlet Headwall for 24-inch Steel Pipe EA 21. Principal Outlet— Outlet Headwall and Wingwall The measurement for payment for the construction of the specified structure will be the individual structure, complete and in place. Robert Benson Dam 01270-8 Measurement and Payment The unit price bid per structure shall include all of the CONTRACTOR's costs of whatsoever nature. The unit price bid shall include: furnishing, transporting, and installing all materials; sheeting and/or bracing; concrete; joint sealant and grout; reinforcing; removal of all surfacing material outside of the prescribed trench width; backfilling and compaction; famishing and compacting imported backfill material if no suitable on -site material is available; and, all other related and necessary materials, work, and equipment required to construct the structure complete in accordance with the Drawings and Specifications and as implied by the Contract Documents. Pay Item Pay Unit Outlet Headwall and Wingwall EA 22. 6-inch PVC Toe Drain incl. gravel pack The measurement for payment of the 6-inch toe drain will be the actual number of linear feet of pipe installed, completed in place, measured along the center line of the pipe from inside the face of manhole to inside face of manhole, from inside face of manhole to given station, from given station to given station, or from center of manhole to center of manhole with deductions made of the internal diameter or dimensions of manholes or structures. The unit price bid per linear foot of pipe shall include all of the CONTRACTOR's costs of whatsoever nature required for constructing the specific pipeline. The price bid shall include: locating and protection of the existing utilities in and along the pipe length; furnishing, transporting, and installing all pipe and materials; adjusting location of existing small utilities, and valves; tapping and/or connecting to pipes or structures, and furnishing and installing fittings or specials not otherwise provided for elsewhere in the Documents; and jointing materials including: 0-rings, gaskets, bolts, connecting bands and other miscellaneous items as required to construct the specific pipeline; excavation; constructing the specific bedding including the furnishing, placing, and compacting of sand, gravel and rock, as required for bedding or drainage, protective coatings or wrapping; pipe casings backfilling including the famishing, transporting, and placing; method of backfill and compaction as specified; trench supporting; protection of aboveground and underground utilities and service connections; disposal of debris, and damaged materials; testing; inspection; and, all other related and necessary materials, work, and equipment required to construct a complete operable pipeline in accordance with the Drawings and Specifications. Pay Item Pay Unit 6-inch PVC Toe Drain incl. gravel pack LF 23. Staff Gage The measurement for payment of the staff gage will be on a lump sum basis as specified on the Drawings or as otherwise directed by the Engineer. Robert Benson Dam 01270-9 Measurement and Payment The lump sum bid price shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: excavation .and backfill; concrete base; furnishing and placing the wooden gage; and all other necessary materials, work, and equipment required to construct the staff gage in accordance with the Drawings and Specifications. Pay Item Pay Unit Staff Gage 24. Survey Monument LS The measurement for payment of survey monuments will be the total number of monuments installed as specified on the Drawings or as otherwise directed by the Engineer. The unit bid price shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: excavation and backfill; furnishing and placing the monuments; and all other necessary materials, work, and equipment required to construct the cutoff wall in accordance with the Drawings and Specifications. Pay Item Pay Unit Survey Monument EA 25. Riprap (Class 12) The measurement for payment of riprap will be the total number of cubic yards of riprap required to be placed as specified on the Drawings or as otherwise directed by the ENGINEER. Measurement does not include the thickness of the bedding. The unit price bid per cubic yard of riprap placed shall include all of the CONTRACTOR's costs of whatsoever nature. The item shall include: famishing, transporting, and placing all riprap; excavation, compaction, backfilling, removal and disposal of excavations and debris; Type lI bedding material; geotextile fabric; compacted fill required to bury riprap; and all other related and necessary materials, work, and equipment required to place the riprap in accordance with the Drawings and Specifications. Pay Item Pay Unit Riprap (Class 12) CY 26. Irrigation-10 inch PVC Irrigation Pipe Robert Benson Dam 01270-10 Measurement and Payment The measurement for payment of this item will be the actual number of linear feet of 10" PVC irrigation pipe and 1-1/2" flush piping installed, as measured along the centerline of the waterline pipe from intake screen to center of wet well, with deductions made for the internal radius of wet well; however, no measurement for payment will be made for pipe removed or damaged due to negligence or unauthorized operations by the Contractor. The work includes all equipment, labor, materials, fittings, and all incidentals necessary to excavate, place, bed, and backfill the 10" PVC irrigation pipe and flush piping as well as penetrations through the dam and lining system. Upon completion of construction, restoration of final grade and turf reseeding along disturbed earth, in accordance with the Drawings shall be completed. Pay Item Pav lnit Intake Pipe LF 27. Irrigation Intake Screen The measurement for payment of this item will be made on a lump sum basis. The lump sum price bid for this item shall be full compensation for all labor, materials, and equipment necessary to install intake screen as shown in the plans. Pav Item P---TTnit Intake Screen LS 28. Irrigation - Wet Well/Manhole The measurement for payment of this item will be made on a lump sum basis. The lump sum price bid for this item shall be full compensation for all labor, materials, and equipment necessary to supply, install and waterproof the wet well (manhole sections) as shown in the plans, including core drilling/cast-outs for pipe penetrations and fabricating and installing the temporary wood cover. Pay Item Pav Unit Wet Well/Manhole LS 29. Irrigation -Manhole The measurement for payment for the construction of the specified manhole will be the individual structure, complete, and in place. The unit price bid per manhole shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: furnishing, transporting, and installing all materials; sheeting and/or bracing; concrete; reinforcement precast cones or flattop; brick, mortar, plastic joint sealant and grout; manhole steps, ring and cover; watertight manhole frame and bolted lid where required; constructing and shaping of the base invert including all pipe incorporated within the manhole; construction of required stub -outs and connections including pipe Robert Benson Dam 01270-11 Measurement and Payment and plugs; removal of all sod and other surfacing material outside of the prescribed trench width; backfilling and compaction; furnishing and compacting imported backfill material if no suitable on -site material is available; and, all other related and necessary materials, work, and equipment required to install the manhole complete in accordance with the Drawings and Specifications. Pay Item Pay Unit Manhole EA 30. Irrigation - Isolation Gate Valve The measurement for payment of this item will be made on a lump sum basis. The lump sum price bid for this item shall be full compensation for all labor, materials, and equipment necessary to install the isolation gate valve as shown in the plans, including the valve box, concrete thrust block, and making connections to the intake pipe. Pay Item Pay Unit Isolation Gate Valve LS 31. Miscellaneous Metals - Trash Racks The measurement for payment for the construction of the specified trash racks will be on a lump sum basis for the individual structures, complete, and in place. The lump sum price bid per trash rack shall include all of the CONTRACTOR'S costs of whatsoever nature. The price bid shall include: furnishing all materials necessary to fabricate the trash racks; fabrication; coating; and, all other related and necessary materials, work, and equipment required to install the trash racks complete in accordance with the Drawings and Specifications. Pay Item Pav Uni Miscellaneous Metals - Trash Racks LS 32. Landscape -Tree Removal (>12" Diameter) The measurement and payment for Tree Removal will be the total number of trees removed as shown on the bid schedule and measured and accepted by the ENGINEER in accordance with the Drawings and Specifications. The ENGINEER will mark all trees to be removed and paid for under this item. All other miscellaneous tree and shrub removal shall be included in Clearing and Grubbing. Payment will be made upon completion of the work in accordance with the Drawings and Specifications. The unit price bid for each item shall include all of the CONTRACTOR'S cost of whatsoever nature to complete the tree removal including: furnishing and Robert Benson Dam 01270-12 Measurement and Payment transporting all materials, labor, and equipment; excavation and removal of tree and stump and root system; backfilling and compaction; and, all other related and necessary materials, work, and equipment required to perform the work in accordance with the Drawings and Specifications. Pay Item Pay Unit Landscape -Tree Removal (> 12" Diameter) EA 33. Landscape - Ground Preparation and Seeding Measurement for payment for ground preparation and seeding of the disturbed areas of the project shall be based on acres or parts thereof which are seeded and crimped with certified straw in accordance with the project specifications. The acre unit cost shall include all of the CONTRACTOR'S costs including all labor, materials and equipment needed to fine grade, drill seed, and crimp straw in order, to reseed all disturbed areas. Payment for this item shall be made based on the actual quantity of work complete at the time of each monthly progress payment. Pay Item Pay Unit Ground Preparation and Seeding ACRE 34. Erosion Control - Silt Fence The measurement for payment of silt fence will be the actual number of linear feet of silt fence installed. The work includes all equipment, labor, materials, maintenance, and all incidentals necessary to prepare, implement, maintain, remove the silt fence upon completion of construction, repair and reseed ground along fence line, in accordance with the Drawings. Pay Item Pay Unit Silt Fence LF 35. Erosion Control —Tracking Pad No unit measurement for payment will be made for this work. Work includes all equipment, labor and materials required for the construction and maintenance of the tracking pad at the entrancelexit to the construction site. Tracking Pad detail is shown in Construction Drawings. Item includes removal of Tracking Pad at the conclusion of work under this contract. Measurement for payment for the construction of the tracking pad shall be the entire tracking pad complete and in place. Pay Item Pay Unit Robert Benson Dam 01270-13 Measurement and Payment Tracking Pad EA 36. Erosion Control — Sediment Trap/In Channel BMP The measurement for payment of the sediment trap will be on a unit basis. Payment will be made for each trap furnished, placed, and maintained. The work includes all equipment, labor, materials, maintenance and all incidentals necessary to prepare, implement, maintain, and ultimately remove the trap in accordance with the Drawings and Specifications. Pay Item Pam Sediment Trap/In Channel BMP EA END OF SECTION Robert Benson Dam 01270-14 Measurement and Payment SECTION 00020 INVITATION TO BID Rev 10/20/07 Section 00020 Page 2 SECTION 01310 PROTECT MEETINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Pre -Construction Conference: A Pre -Construction Conference will be held after the Notice of Award and before the Notice to Proceed. The conference shall be attended by: 1. CONTRACTOR and CONTRACTOR's Superintendent 2. CONTRACTOR's and Subcontractors 3. ENGINEER 4. OWNER 5. Others as requested by the CONTRACTOR, OWNER, or ENGINEER Unless previously submitted to the OWNER, the CONTRACTOR shall bring to the conference a tentative schedule of the construction project, including the scheduled shop drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. CONTRACTOR's tentative Schedule 2. Permit applications and submittals, including 404 Permit (to be obtained by Owner), 402 Permit, Erosion and Sediment Control Plan, Stormwater Management Plan (SWMP), and Traffic Control Plan 3. Transmittal, review and distribution of CONTRACTOR's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders 8. Use of premises, office and storage areas, staging area, security, housekeeping, and OWNER'S needs 9. CONTRACTOR's assignment of safety and first aid Robert Benson Dam 01310-1 Project Meetings B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency, if approved by the OWNER, ENGINEER and CONTRACTOR. These meetings shall be attended by the OWNER, the ENGINEER, the CONTRACTOR's representative and any others invited by these people. The ENGINEER will conduct the meeting and the ENGINEER will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01310-2 Project Meetings SECTION 01320 CONSTRUCTION SCHEDULES PART1 GENERAL 1.01 SECTION INCLUDES A. Prepare detailed schedule of all construction operations and procurements to be reviewed by parties attending the preconstruction conference. The schedule shall be approved by the OWNER and ENGINEER prior to Notice to Proceed. 1.02 FORMAT AND SUBMISSIONS A. Prepare construction and procurement schedules in a graphic format suitable for displaying scheduled and actual progress. The construction schedule shall clearly identify the critical path for the project and shall also identify all critical procurement items. B. Submit four (4) copies of each schedule to the OWNER and ENGINEER for review. The ENGINEER will return one copy to the CONTRACTOR with revisions suggested or necessary for coordination of the Work with the needs of the OWNER or others. 1.03 CONTENT A. Construction Progress Schedule 1. Show the complete work sequence of construction by activity and location. 2. Show the dates for the beginning and completion of major task items. At a minimum, show the following items: • Removal of trees and concrete rubble. • Stripping of the existing dam. • Construction of the Principal Outlet • Construction of the Emergency Spillway. • Placement of the buried riprap on the upstream face of the dam. • Revegetation 3. Show projected percentage of completion for each item as of the first day of the month. B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. Robert Benson Dam 01320-1 Construction Schedules 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials. 1.04 PROGRESS REVISIONS A. Submit revised schedules and reports when changes are foreseen, when requested by OWNER or ENGINEER, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. 1.05 OWNER'S RESPONSIBILITY A. OWNER's review is only for the purpose of checldng conformity with the Contract Documents and assisting CONTRACTOR in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving CONTRACTOR from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General Conditions.. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01320-2 Construction Schedules SECTION 01330 SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES A. Requirements: Where required by the Specifications, the CONTRACTOR shall submit descriptive information that will enable the ENGINEER to determine whether the CONTRACTOR's proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. 2. The CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The CONTRACTOR shall verify that all features of all products conform to the requirements of the Drawings and Specifications. The CONTRACTOR shall ensure that there is no conflict with other submittals and notify the ENGINEER in each case where its submittal may affect the work of another CONTRACTOR or the OWNER. The CONTRACTOR shall ensure coordination of submittals among the related crafts and subcontractors. 3. Submittals will be reviewed for overall design intent and returned to CONTRACTOR with action to be indicated by the ENGINEER. It shall be the CONTRACTOR's responsibility to assure that previously accepted documents are destroyed when they are superseded by a resubmittal as such. 4. It shall be the CONTRACTOR's responsibility to ensure that required items are corrected and resubmitted. Any work done before approval shall be at the CONTRACTOR's own risk. B. Submittal Procedure: 1. Unless a different number is called for in the individual sections, six (6) copies of each submittal and sample are required, four (4) of which will be retained by the ENGINEER. The CONTRACTOR shall receive two (2) copies in return. Faxed submittals will not be accepted. 2. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. Robert Benson Dam 01330-1 Submittals 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with requirements for completion. 4. The right is reserved for the ENGINEER to require submittals in addition to those called for in individual sections. 5. Submittals regarding material and equipment shall be submitted directly to the ENGINEER and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: `=-Y," where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. 7. If the CONTRACTOR proposes to provide material, equipment, or method of work that deviates from the Contract Documents, it shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: 1. Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on the CONTRACTOR's judgment of their conformance to the requirements of the Drawing and Specifications. Other features and characteristics are specified in a matter that enables the CONTRACTOR to determine acceptable options without submittals. The review procedure is based on the CONTRACTOR's guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item functions: 2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the ENGINEER will review the submittal and return copies. The returned submittal will indicate one of the following actions: Robert Benson Dam 01330-2 Submittals a. If the review indicates that the material, equipment, or work method complies with the Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN'. In this event, the CONTRACTOR may begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be marked "FURNISH AS NOTED". The CONTRACTOR may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. C. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the CONTRACTOR shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". d. If the review indicates that the material, equipment, or work method do not comply with the Specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the CONTRACTOR shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN"or "FURNISH AS NOTED". D. Drawing: 1. The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials famished by CONTRACTOR to explain in detail specific portions of the work required by the Contract 2. CONTRACTOR shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the ENGINEER without evidence of CONTRACTOR's approval will be returned for resubmission. 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. CONTRACTOR shall stamp his approval on shop drawings prior to submission to the ENGINEER as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: "(CON'TRACTOR's Name) represents that we have determined and verified all field dimensions and measurements, field construction Robert Benson Dam 01330-3 Submittals criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings, the Contract Documents, and General Conditions". Marks on drawings by CONTRACTOR shall not be in red. Any marks by CONTRACTOR shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements, CONTRACTOR shall describe such variations in writing, separate from the drawings, at time of submission. All such variations must be approved by the ENGINEER. If ENGINEER approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. 6. Should the CONTRACTOR propose any item on his shop drawings or incorporate an.item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the ENGINEER's preliminary review), the CONTRACTOR shall, at his own expense, replace the item with another item that will perform satisfactorily. E. Certificates: For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. F. Samples: Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. G. Effect of Review of CONTRACTOR's Submittals: Review of drawings, data, methods of work, or information regarding materials or equipment the CONTRACTOR proposes to provide, shall not relieve the contractor of its responsibility for, errors therein and shall not be regarded as an assumption of risks or liability by the ENGINEER or the OWNER, or by any officer or employee thereof, and the CONTRACTOR shall have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED" shall mean that the OWNER has no objection to the CONTRACTOR, upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Robert Benson Dam 01330-4 Submittals PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01330-5 Submittals THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01330-6 Submittals SECTION 00020 INVITATION TO BID Date: September 25, 2008 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on October 16, 2008, for the Robert Benson Reservoir Dam Improvements; BID NO. 6116. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 6116 Robert Benson Reservoir Dam Improvements. This will include furnishing all labor and installation of all materials for the rehabilitation of the Robert Benson Dam, including but not limited to the following items: The project includes the rehabilitation of the existing Robert Benson dam; including stripping and rebuilding the existing dam embankment, the construction of a new principal outlet pipe, a new irrigation intake pipe, new riprap slope protection, and the construction of a new emergency spillway. 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 September 25, 2008. A prebid conference and job walk with representatives of prospective Bidders will be held at 1:00 p.m., on October 2, 2008, at 215 North Mason, Training Room, 2nd Floor, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: htt2s://secure2.fcgov.com/bso/louin.jsp 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. Rev 10/20/07 Section 00020 Page 1 SECTION 01425 STANDARD REFERENCES PART GENERAL 1.01 SECTION INCLUDES A. Reference to standards, specifications, manuals, or codes of any technical society, organization, of association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or laws or regulations in effect at the time of opening of Bids, except as may be otherwise specifically stated. However, no provision of any referenced standard, specifications manual or code (whether or not specially incorporated by reference in the Contact Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to ENGINEER, or any of ENGINEER's Consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work. Whenever used in the Contract Documents, the following abbreviations will have the meanings listed: AASHTO American Association of State Highway and Transportation Officials 444 North Capital Street, N.W., Suite 225 Washington, DC 20001 ACI American Concrete Institute P. O. Box 19150 Detroit, MI ACPA American Concrete Pipe Association AISC American Iron and Steel Institute 150 East 42nd Street New York, NY 10017 AISI American Iron and Steel Institute 150 East 42nd Street New York, NY 10017 ANSI American National Standards Institute, Inc. 1430 Broadway New York, NY 10017 AREMA American Railway Engineering and Maintenance -of -Way Association 8201 Corporate Drive, Suite 1125 Landover, MD 20785 ASCE American Society of Civil Engineers 345 East 47th Street Robert Benson Dam 01425-1 Standard References New York, NY 10017 ASTM American Society of Testing and Materials 1916 Race Street Philadelphia, PA 19103 BOCA Building Officials and Code Administrators 17926 Halstead Homewood, IL 60430 CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing, Steel Institute 180 North LaSalle. Street Chicago, IL 60601 CSI Construction Specifications Institute DIPRA Ductile Iron Pipe Research Associations EPA Environmental Protection Agency FEDSPEC Federal Specifications General Services Administration Specification and Consumer Information Distribution Branch Washington Navy Yard, Building 197 Washington, DC 20407 FEDSTDS Federal Standards (see FEDSPEC) ICBO International Conference of Building Officials 5360 South Workman Mill Road Whittier, CA 90601 MILSPEC Military Specifications Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 NIST National Institute of Standards and Technology NPC National Plumbing Code NSC National Safety Council Robert Benson Dam 01425-2 Standard References OSHA Occupational Safety and Health Act U.S. Department of Labor Occupational and Health Administration San Francisco Regional Office 450 Golden Gate Avenue, Box 30617 PCA Portland Cement Association PCI Prestressed Concrete Institute PS Products Standards Section - U.S. Depart. of Commerce SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction Building News, Inc. 3055 Overhead Avenue Los Angeles, CA 90034 TCA Title Council of America UBC Uniform Building Code Published by ICBO UL Underwriter's Laboratory 207 East Ohio Street Chicago, IL 60611 UMC Uniform Mechanical Code Published by ICBO UPC Uniform Plumbing Code Published by IAPMO PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01425-3 Standard References THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01425-4 Standard References SECTION 01450 MATERIALS TESTING PART1 GENERAL 1.01 SECTION INCLUDES A. Provide such equipment and facilities as are required 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 found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the work. B. Tests shall be made by an accredited testing laboratory selected by the OWNER. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). C. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.02 OWNER'S RESPONSIBILITIES A. The OWNER shall be responsible for and shall pay all costs in connection with the following testing: 1. Soils compaction tests. 2. Trench backfill. 3. Tests not called for by the Specifications of materials delivered to the site. 4. Concrete tests. 1.03 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, CONTRACTOR shall also be responsible for and shall pay all costs in connection with testing required for the following: 1. Concrete materials and mix designs. 2. Gradation tests for embedment, fill and backfill materials. 3. All performance and field testing specifically called for by the Specifications. 4. All retesting for work or materials found defective or unsatisfactory, including tests covered under 1.02 above. Robert Benson Dam 01450-1 Materials Testing 5. Water quality testing required by discharge permits. 1.04 TRANSMITTAL OF TEST REPORTS Written reports of tests and engineering data furnished by CONTRACTOR for ENGINEER's review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the OWNER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the ENGINEER and one (1) copy to the CONTRACTOR within seven (7) days after each test is completed. . PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01450-2 Materials Testing SECTION 01555 TRAFFIC REGULATION PART1 GENERAL 1.01 SECTION INCLUDES A. Conformance: Latimer County Traffic Control Regulations, City ofFort Collins Work Area Traffic Control Handbook, Manual ofUnifonn Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority havingjurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. B. Operations on or about traffic areas and provisions for regulating traffic will be subject to the regulation of governmental agencies having jurisdiction over the affected areas. C. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. D. Keep fire hydrants and water control valves free from obstruction and available for use at all times. E. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. 1.02 TRAFFIC CONTROL PLAN A. The Traffic Control Plan is to be used as a guideline for the CONTRACTOR. Adjustments to the approved plan may be required by the OWNER based on actual traffic operation. B. Traffic control shall be provided by the CONTRACTOR. 1.03 FLAGMEN A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional authorities. B. Shall be properly equipped and certified by ATSSA. 1.04 WARNING SIGNS AND LIGHTS A. Provide barricades and warning signs for: 1. Open trenches and other excavations. 2. Obstructions, such as material piles, equipment (moving or parked), piled embankment. B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise. C. Protect roads and driveways by effective barricades on which are placed acceptable Robert Benson Dam 01555-1 Traffic Regulation warning signs. D. Barricades and warning signs must be acceptable to the ENGINEER. 1.05 PARKING A. The CONTRACTOR shall designate parking areas with the approval of the OWNER for the use of all construction workers and others performing work or, famishing services in connection with the project so as avoid interference with public traffic, OWNER's operations, or construction activities. 1.06 ROADWAY USAGE BETWEEN OPERATIONS A. At all times when work is not actually in progress, CONTRACTOR shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between CONTRACTOR and OWNER and all authorities having jurisdiction over any properties involved. 1.07 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 unit costs for the work items which will require work area safety control devices. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01555-2 Traffic Regulation SECTION 01635 SUBSTITUTIONS AND PRODUCT OPTIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Description: This section describes the procedure required by the CONTRACTOR for product substitutions. 2. Requests for Substitution: a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. C. Other types of equipment and kinds of material may be acceptable to the OWNER and ENGINEER. d. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by ENGINEER and the OWNER. 3. Submission of Requests for Substitution: a. After Notice to Proceed, the OWNER/ENGINEER will consider written requests for substitutions of products, materials, systems or other items. b. The ENGINEER reserves the right to require substitute items to comply color and pattern -wise with base specified items, if necessary to secure "design intent". C. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products: i. Product identification, including manufacturer's name. ii. Manufacturer's literature, marked to indicate specific model, type, size, and options to be Robert Benson Dam 01635-1 Substitutions and Product Options considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. iii. Name and address of similar projects on which product was used, date of installation, and field performance data. 3) For construction methods: i. Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier/Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution, which subsequently become apparent. 4. Substitutions: a. Request sufficiently in advance to avoid delay in construction. Robert Benson Dam 01635-2 Substitutions and Product Options The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director Rev 10/20/07 Section 00020 Page 2 5. CONTRACTOR's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer, indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. C. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating `or equivalent" after specified product, CONTRACTOR must submit request, as required for substitution, for any product not specifically named. 6. Rejection of Substitution or Optional Item: a. Substitutions and/or options will not be considered if. 1) They are indicated or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01635-3 Substitutions and Product Options TBIS PAGE INTENTIONALLY,LEFT BLANK. Robert Benson Dam 01635-4 Substitutions and Product Options SECTION 01650 MATERIAL DELIVERY, STORAGE, AND HANDLING PART1 GENERAL 1.01 SECTION INCLUDES A. Equipment, products and materials shall be shipped, handled, stored, and installed in ways which will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the ENGINEER. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION RobertBenson Dam 01650-1 Material Delivery, Storage, and Handling THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01650-2 Material Delivery, Storage, and Handling SECTION 01710 SITE CONDITIONS PART1 GENERAL 1.01 SECTION INCLUDES A. General: The CONTRACTOR acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, water flow rates and levels in irrigation ditches and canals or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the OWNER or included in these Documents. Failure by the CONTRACTOR to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work 3. The CONTRACTOR warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the OWNER. The OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the OWNER. PART PRODUCTS 2.01 INFORMATION ON SITE CONDITIONS A. Any information obtained by the ENGINEER regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the ENGINEER upon request. Such information is offered as supplementary information only. Neither the ENGINEER nor the OWNER assumes any responsibility for the completeness or interpretation of such supplementary information. Differing Subsurface Conditions: a. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally Robert Benson Dam 01710-1 Site Conditions recognized as inherent in the character of work covered in these Contract Documents, the CONTRACTOR shall promptly, and before such conditions are disturbed, notify the ENGINEER in writing of such changed conditions. b. The ENGINEER will investigate such conditions promptly and following this investigation, the CONTRACTOR shall proceed with the work, unless otherwise instructed by the ENGINEER. If the ENGINEER finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the ENGINEER will recommend to the OWNER the amount of adjustment in cost and.time he considers reasonable. The OWNER will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 2. Underground Utilities: a. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans, however, it is .expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the CONTRACTOR only, and no responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or completeness. PART 3 EXECUTION 3.01 GENERAL A. Where the CONTRACTOR's operations could cause damage or inconvenience to railway; telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the CONTRACTOR. B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose anyutilitywithout first obtaining penmission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. C. The CONTRACTOR shall protect all utility poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the ENGINEER and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation ofthe interfering structure. D. The CONTRACTOR shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. E. Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages. as a result of the CONTRACTOR's failure to protect Robert Benson Dam 01710-2 Site Conditions utilities encountered in the work. F. If the CONTRACTOR while performing the Contract discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the OWNER, utility, and the ENGINEER in writing. G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. H. The CONTRACTOR shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the ENGINEER. 3.02 INTERFERING STRUCTURES A. The CONTRACTOR shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 3.03 FIELD RELOCATION A. During the progress of construction, it is expected that minor relocations ofthe work will be necessary. Such relocations shall be made only by direction of the ENGINEER. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the ENGINEER before continuing with the construction in order that the ENGINEER may make such field revision as necessary to avoid conflict with the existing structures. If the CONTRACTOR shall fail to so notifythe ENGINEER when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. 3.04 EASEMENTS A. Where portions of the work are located on public or private property, easements and permits will be obtained by the OWNER. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the OWNER. It shall be the CONTRACTORS responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The CONTRACTOR shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the OWNER, shall be the responsibility of the CONTRACTOR as specified herein. The CONTRACTOR shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the ENGINEER, the CONTRACTOR will be required to furnish the OWNER with written releases from property owners orpublic agencies where side agreements or special easements have been made by the CONTRACTOR or where the CONTRACTORS operations, for any reason, have not been kept within the construction right-of-way obtained by the OWNER. Robert Benson Dam 01710-3 Site Conditions B. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the CONTRACTOR shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. 3.05 LAND MONUMENTS A. The CONTRACTOR shall notify the ENGINEER of any existing Federal, State, City, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the CONTRACTOR's expense. When Government monuments are encountered, the CONTRACTOR shall notify the ENGINEER at least two (2) weeks in advance of the proposed construction in order that the ENGINEER will have ample opportunity to notify the proper authority and reference these monuments for later replacement. END OF SECTION Robert Benson Dam 01710-4 Site Conditions SECTION 01715 TREE, LANDSCAPE, VEGETATION, AND WETLAND PROTECTION PART1 GENERAL 1.01 SECTION INCLUDES A. The work for this section consists of protecting existing trees, landscape, wetlands and adjacent vegetation. The CONTRACTOR must take special care to avoid damaging existing trees and vegetation in areas that do not need to be disturbed to complete construction. PART 2 PRODUCTS (Not Applicable) PART EXECUTION 3.01 SUBMITTAL REQUIREMENTS A. The CONTRACTOR shall submit a plan for on -site haul of materials prior to construction. The plans shall include points of access to and from the site and shall show a workable system of on -site haul routes that protect existing landscaped and wetland areas. This plan shall be submitted to the ENGINEER for his review and comment prior to the commencement of any work. The plan will be discussed with the CONTRACTOR to insure protection of existing vegetation, but the ENGINEER shall not dictate haul routes or construction methods to the CONTRACTOR. Note that the Natural Resources Department may dictate haul routes within the city designated Natural area. 3.02 CONSTRUCTION REQUIREMENTS A. Protected areas will be marked in the field, one time, by the OWNER and ENGINEER. No access of construction vehicles or workers on foot is permitted through protected areas. No material shall be stockpiled; no equipment shall be parked or repaired within these areas. B. Trees and vegetation to be saved that do not fall within the limits of protected areas shall be marked one time in the field by the OWNER and ENGINEER. The CONTRACTOR shall erect fencing ifthere is risk of damage caused by construction operations. Vehicular and pedestrian traffic shall be limited to performing work in areas marked. Through traffic, and stock piling of equipment and materials are not permitted within marked areas. C. No construction roads are to be created within the drop lines of any trees or other vegetation designated to be saved without approval of the ENGINEER. D. All trees which will be preserved, but are within the limits of construction, must be protected from all damage associated with constructionL A sturdy, physical barrier (florescent orange in color) must be fixed in place around each tree for the duration of construction. This barrier will be placed no closer than 6 feet from the trunk, or 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 snow fence attached to T-posts driven into the ground, and must act as an effective deterrent to deliberate or accidental damage of each tree. Actual materials and location of barrier must be approved by the OWNER's Robert Benson Dam 01715-1 Tree, Landscape, Vegetation, and Wetland Protection representatives (i.e. Natural Resources and City Forester) and ENGINEER.The cost of these tree protection measures are to be home solely by the CONTRACTOR. E. The movement or storage of equipment, material, debris, or fill within these required protective barriers is completely prohibited. F. Any trees damaged during construction shall be immediately repaired by an approved tree surgeon. Any tree judged by the ENGINEER to be damaged beyond repair shall be removed at the CONTRACTOR's expense. For each tree erroneously removed or damaged beyond repair, an assessment shall be immediately withheld from the CONTRACTOR's progress payments. This assessment shall be equal to the value of the tree prior to damage. This assessment shall be determined by a tree appraiser, selected by the OWNER and paid for by the CONTRACTOR. The cost for hiring the appraiser shall also be withheld from the CONTRACTOR's progress payments. In addition to the paying of the assessment, the CONTRACTOR shall replace each damaged tree per OWNER'S standards for tree mitigation. G. The CONTRACTOR shall pay an assessment if he disturbs any grasses, shrubs and/or cattails located within the.protected areas. The assessment shall not exceed one dollar ($1.00) per square foot of disturbance, and will be immediately withheld from the CONTRACTOR's progress payments. In addition to the paying of the assessment, the damaged vegetation shall be replaced with an equal value per square foot of damage. Replacements shall be planted in accordance with the provisions outlined in these Specifications. Damaged wetland areas shall be replaced and then seeded with a wetland seed mix in accordance with these Specifications or as directed by the ENGINEER. END OF SECTION Robert Benson Dam 01715-2 Tree, Landscape, Vegetation, and Wetland Protection SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 01720 FIELD ENGINEERING AND SURVEYING PART GENERAL 1.01 SECTION INCLUDES A. Surveying: PART PART 3 1. The CONTRACTOR will provide construction surveying for the project 2. 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 reestablishing a destroyed monument. 6. The CONTRACTOR shall be responsible for transferring the information from the construction staked to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the OWNER. Supervision: The CONTRACTOR shall have supervision, knowledge of the project requirements and proper installation, and construction procedures, available in the field at all times that work is progressing. PRODUCTS (Not Applicable) EXECUTION (Not Applicable) END OF SECTION THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 01720-1 Field Engineering and Surveying SECTION 01745 ENVIRONMENTAL CONTROLS PARTI GENERAL 1.01 SECTION INCLUDES A. The work of this section consists of obtaining permits and providing environmental controls consistent with regulatory permits through the duration of the work required under this project. PART PRODUCTS wl�Ti - 171NWI f.9 A. Dust Control: Dust control agents may be necessary in addition to wetting down with water. Dust control agents may be used only after prior approval by the OWNER. PART EXECUTION 3.01 Dust Control Application: A. The CONTRACTOR shall execute work by methods to minimi a raising dust from construction operations. B. The CONTRACTOR shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is a direct result of construction activities. The use of non -approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the OWNER. The CONTRACTOR shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. C. The OWNER will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the OWNER. The CONTRACTOR shall be expected to maintain dust control measures effectively whether the OWNER or ENGINEER specifically orders such Work 3.02 PRESERVATION OF NATURAL FEATURES 3.03 A. Confine operations as much as possible. Exercise special care to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. A. Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Robert Benson Dam 01745-1 Environmental Controls Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on - site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. 3.04 DISPOSAL A. Disposal of Waste (Unsuitable) Materials: All material determined by the ENGINEER to be waste will be disposed. of in approved landfill in a manner meeting all regulations.. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., to be bome by the CONTRACTOR. B. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. C. Excess excavation shall become the.property of the CONTRACTOR and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. D. The CONTRACTOR is to immediately inform ENGINEER of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. 9"1b 01"Q l,Ci A. No burning of debris will be permitted. 3.06 WATER CONTROL A. The project work is located within a natural drainage course is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent developed areas and storm water pipes and .ground water flows from saturated soils or other ground water sources. Refer to Section d2240 for Water Control and Dewatering requirements. 3.07 NOISE CONTROL A. All mechanical equipment shall be equipped with the best available mufflers to reduce noise. The CONTRACTOR shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the CONTRACTOR as necessary to show that the permitted levels are not being exceeded. 3.08 PERMITS A. All work must be performed in accordance with all applicable regulatory permits. It shall be the responsibility of the CONTRACTOR to obtain a Groundwater Discharge (402) Permit from the Colorado Department of Public Health and Environment for any dewatering operations that will be discharged into any Robert Benson Dam 01745-2 Environmental Controls drainageways, open channels, or irrigation ditches. The CONTRACTOR shall be responsible for any testing required under the 402 Permit. It shall also be the responsibility of the CONTRACTOR to apply for and obtain a State of Colorado Stormwater Discharge Permit and to prepare and gain approval of a Stormwater Management Plan (SWMP). All costs for this permit shall be the responsibility of the CONTRACTOR. B. The OWNER will obtain the following permits: 404 permit City of Fort Collins Floodplain Permit C. It shall be the responsibility of the CONTRACTOR to prepare and obtain an approved Erosion and Sediment Control Plan from the OWNER. The CONTRACTOR must obtain all other applicable permits. END OF SECTION Robert Benson Dam 01745-3 Environmental Controls THIS PAGE INTENTIONALLY LEFT BLANK Robert Benson Daze 01745-4 Environmental Controls SECTION 01780 CONTRACT CLOSEOUT PART GENERAL 1.01 SECTION INCLUDES A. The following project closeout procedure defines the responsibilities of the CONTRACTOR, OWNER, and ENGINEER in closing the project: Step 1: CONTRACTOR advises the ENGINEER in writing that he has reached "Substantial Completion" and provides a list of items to be completed or corrected. Closeout may be conducted by areas or portions of the work if requested by the OWNER. Step 2: ENGINEER inspects the work to determine if it is substantially complete, and issues a Certificate of Substantial Completion plus a "Punch List" of items to be completed or corrected. Substantial. Completion -Definition 1. Reference General Conditions, Substantial Completion Step 3: CONTRACTOR completes and/or corrects all punch list items and notifies the ENGINEER in writing that his work is ready for final inspection. At this time, a final application for payment is submitted. Step 4: ENGINEER makes final inspection. When the work is found to be acceptable under the Contract Documents, and the Contract fully performed, the ENGINEER will issue a final Certificate for Payment. B. Final Paperwork: Prior to Final Payment and Acceptance, the CONTRACTOR shall deliver the following items to the ENGINEER: 1. CONTRACTOR's Two -Year Correction Period. 2. All Guarantees, Warranties and Submittals, as specified. 3. Receipts for Extra Materials Delivered to the OWNER. 4. Final Application for Payment. 5. Consent of Surety to Final Payment. 6. CONTRACI'OR's Affidavit of Release of Liens. 7. Releases from Property Owners for Special Easements. 8. Project Record Documents. Robert Benson Dam 01780-1 Contract Closeout 9. Red -lined as -built drawings (ak.a. "Drawings of Record" or "Record Drawings"). C. Definition for Substantial Completion 1. All of the following work must be complete: a. North and South spills complete including concrete sills, concrete block revetment mats, and backfilling. b. All cut/fill work along the top of the berm at both spill locations complete. C. All final grading complete at the borrow sites. d. All buried riprap in place, and all ground preparation complete. D. Definition for Final Completion 1. All Work must be complete for Final Completion. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION Robert Benson Dam 01780-2 Contract Closeout DIVISION 2 — SITE WORK SECTION 02220 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 02230 CLEARING AND GRUBBING SECTION 02235 NATIVE SOIL SECTION 02240 WATER CONTROL AND DEWATERING SECTION 02315 EXCAVATION AND EMBANKMENT SECTION 02320 TRENCH EXCAVATION AND BACKFILL SECTION 02370 EROSION AND SEDIMENT CONTROL SECTION 02375 RIPRAP AND BEDDING SECTION 02615 STEEL PIPE SECTION 02710 AGGREGATE BASE COURSE SECTION 02770 SIDEWALK, CURB AND GUTTER WALKS, TRAILS, DRIVEWAYS AND MISCELLANEOUS CONCRETE SECTION 02900 LANDSCAPE PLANTING SECTION 02920 GRASSES SECTION 02921 GROUND PREPARATION FOR SEEDING Robert Benson Dam No Text SECTION 02220 REMOVAL OF STRUCTURES AND OBSTRUCTIONS PART1 GENERAL 1.01 SECTION INCLUDES A. This work consists of the removal and disposal of trees, slope and ditch protection, pump station structure, footings, abandoned piping, conduits and direct bury cable, abandoned utility services, curb, gutter, pipes, sidewalk, appurtenances, fences, foundations, pavements, pavement markings, and any other obstructions that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled. B. Materials removed and not designated to be salvaged or incorporated into the work shall become the property of the CONTRACTOR. C. Materials removed and designated to be salvaged shall become the property of the OWNER. 1.02 RELATED SECTIONS A. Section 02230 — Clearing and Grubbing B. Section 02315 — Excavation and Embanlmaent PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 CONSTRUCTION REQUMEMENTS A. General: The CONTRACTOR shall raze, remove, and dispose of all structures and obstructions which are identified on the project, except utilities, structures and obstructions removed under other contractual agreements or as otherwise provided for in the Contract Documents, and salvable material designed to remain the property of the OWNER. Prior to removing structures the CONTRACTOR is responsible for having all utilities disconnected and for all expenses associated with disconnecting and abandoning utility service lines. Payment for any utility disconnection shall be included in the unit price for structure removal. The CONTRACTOR and ENGINEER shall field measure and agree upon the quantity to be removed before the work commences. Should the CONTRACTOR Robert Benson Dam 02220-1 Removal of Structures and Obstructions 1.0 2.0 M SECTION 00100 INSTRUCTIONS TO BIDDERS DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 5-160 of the Code of the City of Fort Rev 10/20/07 Section 00100 Page 1 fail to request the ENGINEER to measure any work, the CONTRACTOR will not be compensated for materials that were not measured by the ENGINEER. The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul disposal, and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for each bid item. B. Salvable Material:, All salvable material designated in the Contract or by the ENGINEER to remain the property of the OWNER shall be removed without damage, in sections or pieces which may be readily transported, and shall be stockpiled by the CONTRACTOR at specified locations within the project limits. The CONTRACTOR shall safeguard salvable. materials and shall be responsible for the expense of repairing or replacing damaged or missing material until it is incorporated into the work, or is loaded onto the OWNER'S equipment by the CONTRACTOR. C. Ste: Removal of signs shall include removal of posts, footings, pedestals, sign panels, and brackets. Concrete adhering to salvable sign posts shall be removed. Removal of sign panel shall include removal of the panel and its attachment hardware from the existing installation and adjusting the spacing of the remaining panels. D. Pavements. Sidewalks. and Curbs: All pavements, sidewalks, structures, curbs, gutters, etc., designated for removal, shall be disposed of off -site by the CONTRACTOR at his expense. Sawing of concrete and asphalt shall be done to a true line, with a vertical face, unless otherwise specified. The minimum depth of a saw cut shall be 2 inches. For reinforced concrete, the minimum depth shall be 2 inches, or to the depth of the reinforcing steel, whichever occurs first. Sections of concrete or asphalt which, due to the CONTRACTOR'S negligent..operations, crack or break beyond the limits of construction, shall be saw cut, removed and replaced at the CONTRACTOR'S expense. The limit and responsibility of the repair will be determined by the ENGINEER. All saw cutting associated with removal items shall be considered incidental to the work and will not be measured or paid for separately under this item. END OF SECTION Robert Benson Dam 02220-2 Removal of Structures and Obstructions PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 02220-3 Removal of Structures and Obstructions SECTION 02230 CLEARING AND GRUBBING PART1 GENERAL 1.01 SECTION INCLUDES A. This work consists of clearing, grubbing, removing, and disposing of vegetation and debris within the limits of the project site as shown on the Drawings and as required by the Work. Vegetation and objects designated to remain shall be preserved free from injury or defacement. 1.02 RELATED SECTIONS A. Section 02315 - Excavation and Embankment PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. The OWNER will designate all trees, shrubs, plants, and other objects to remain. Any object that is designated to remain and is damaged shall be repaired or replaced as directed by the OWNER, at the CONTRACTOR's expense. Clearing and grubbing shall extend to the toe of fill or the top of cut slopes, unless otherwise designated. All surface objects, trees, stumps, roots, and other protruding obstructions not designated to remain shall be cleared and grubbed, including mowing, as required. Undisturbed stumps, roots, and nonperishable solid objects located two feet or more below subgrade or embankment slope may remain in place. In areas to be rounded at the tops of backslopes, stumps shall be removed to at least two feet below the surface of the final slope line. Except in areas to be excavated, all holes resulting from the removal of obstructions shall be'backfilled with suitable material and compacted in accordance with Section 02315. No material or debris shall be disposed of within the project limits. All cleared timber shall be removed from the project and shall become the property of the CONTRACTOR. All trimming shall be done in accordance with good tree surgery practices. The maximum tree diameter included for removal in this section shall be 12 inches. The CONTRACTOR shall scalp the areas within the excavation or embankment grading limits. Scalping shall include the removal from the ground surface of sawdust, and other vegetation matter. END OF SECTION Robert Benson Dam 02230-1 Clearing and Grubbing THIS PAGE. INTENTIONALLY LEFT BLANK. Robert Benson Dam 02230-2 Clearing and Grubbing SECTION 02235 NATIVE SOIL PART1 GENERAL 1.01 SECTION INCLUDES A. This work consists of stripping, salvaging and stockpiling native soil, and excavating suitable native soil from stockpiles, contractor sources, available sources, or from the approved natural ground cover to place on designated areas. It shall include the placing of native soil upon constructed cut and fill slopes after grading operations are completed. 1.02 RELATED SECTIONS A. Section 02230 — Clearing and Grubbing B. Section 02315 — Excavation and Embankment PART2 PRODUCTS 2.01 MATERIALS A. Native soil shall consist of loose friable loam free of subsoil, refuse, stumps, roots, rocks, brush, weeds, heavy clay, hard clods, toxic substances, or other material which would be detrimental to its use on the project. Native soil shall consist of natural on - site ground cover or hauled material from off -site sources. Wetland native soil material shall consist of moist organic soil, including any existing wetland vegetation and seeds, to be excavated from areas as directed by the ENGINEER or OWNER - PART 3 EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. Native soil within the limits of the project shall be salvaged prior to beginning hauling, excavating, or fill operations by excavating and stockpiling the material at designated locations in a manner that will minimize sediment damage, and not obstruct natural drainage. Native soil shall be placed directly upon completed cut and fill slopes whenever conditions and the progress of construction will permit. B. No soil stockpile shall exceed ten (10) feet in height. All soil stockpiles shall be protected from sediment transport by surface roughening, watering, and perimeter silt fencing. Any soil stockpile remaining after 30 days shall be seeded and mulched. C. Native soil shall be placed at locations and to the thiclmess provided in the Contract Documents and shall be keyed to the underlying material by the use of harrows, rollers, or other suitable equipment. Robert Benson Dam 02235-1 Native Soil D. Water shall be applied to the native soil as designated in the Contract Documents, in a fine spray by nozzles or spray bars so the native soil areas will not be washed or eroded. E. Salvaged native soil exceeding the quantity required under the Contract shall be disposed of at the CONTRACTOR's expense. Wetland native soil material shall be excavated from designated areas to a minimum depth of 18 inches, or as otherwise designated. The CONTRACTOR shall prepare the relocation site to elevations specified and approved by the ENGINEER prior to excavating the wetlands. If the ENGINEER determines that this is not possible, then the CONTRACTOR shall stockpile the material in an approved area, to remain undisturbed until the relocation site has been prepared. Storage time within the stockpile shall be as short as possible. If deemed necessary by the ENGINEER, the stockpile will be protected in such a manner to preserve the wetland seed bank. Wetland native soil material shall be placed over the prepared relocation areas to a depth of 18 inches, or as otherwise designated. END OF SECTION Robert Benson Dam 02235-2 Native Soil SECTION 02240 WATER CONTROL AND DEWATERING PARTS GENERAL 1.01 SECTION INCLUDES A. The work of this section consists of controlling groundwater, site drainage, and storm flows during construction. The CONTRACTOR is cautioned that the work involves construction in and around drainage channels, local streams or rivers, and areas of local drainage. These areas are subject to frequent periodic inundation. 1.02 RELATED SECTIONS A. Section 02315 — Excavation and Embankments PART2 PRODUCTS 2.01 MATERIALS A. On -site materials may be used within the limits of construction to construct temporary dams and berms. The materials such as plastic sheeting, sand bags, and storm sewer pipe may also be used if desired by the CONTRACTOR. PART EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. General: For all excavation, the CONTRACTOR shall provide suitable equipment and labor to remove water, and he shall keep the excavation dewatered so that construction can be carried on under dewatered conditions where required by the Drawings and Specifications. Water control shall be accomplished such that no damage is done to adjacent channel banks or structures. The CONTRACTOR is responsible for investigating and familiarizing himself with all site conditions that may affect the work including surface water, level of groundwater and the time of year the work is to be done. All excavations made as part of dewatering operations shall be backfilled with the same type material as was removed and compacted to 95% of Maximum Standard Proctor Density (ASTM D698) except where replacement by other materials and/or methods are required. The cost for this excavation and backfdling shall be included in the Construction Dewatering bid item. The CONTRACTOR shall conduct his operation in such a manner that storm or other waters may proceed uninterrupted along their existing drainage courses. By submitting a bid, the CONTRACTOR acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly, and assumes all of said risk. At no time during construction shall the CONTRACTOR affect existing surface or subsurface drainage patterns of adjacent property. Any damage to adjacent property resulting from the CONTRACTOR's alteration of surface or subsurface drainage patterns shall be repaired by the CONTRACTOR at no additional cost to the OWNER. CONTRACTOR shall remove all temporary water control facilities when they are no longer needed or at the completion of the project. Robert Benson Dam 02240-1 Water Control and Dewatering Pumps and generators used for dewatering and water control shall be quiet equipment enclosed in sound deadening devices. B. Surface Water Control: Surface water control generally falls in to the following categories: 1. Normal low flows along the channel; 2. Storm/flood flows along the channel; 3. Flows from existing storm drain pipelines; and, 4. Local surface inflows not conveyed by pipelines. The CONTRACTOR shall coordinate, evaluate, design, construct, and maintain temporary water conveyance systems. These systems shall not worsen flooding, alter major flow paths, or worsen flow characteristics during construction. The CONTRACTOR is responsible to ensure that any such worsening of flooding does not occur. The CONTRACTOR is solely responsible for determining the methods and adequacy of water control measures. At a minimum, the CONTRACTOR will be responsible for diverting the quantity of surface flow around the construction area so that the excavations will remain free of surface water for the time it takes to install these materials, and the time required for curing of any concrete or grout. The CONTRACTOR is cautioned that the minimum quantity of water to be diverted is for erosion control and construction purposes and not for general protection of the construction -site. It shall be the CONTRACTOR's responsibility to determine the quantity of water which shall be diverted to protect his work from damage caused by storm water. The CONTRACTOR shall, at all times, maintain a flow path for all channels. Temporary structures such as berms, sandbags, pipeline diversions, etc., may be permitted for the control of channel flow, as long as such measures are not a major obstruction to flood flows, do not worsen flooding, or alter historic flow routes. C. Groundwater Control: The CONTRACTOR shall install adequate measures to maintain the level of groundwater below the foundation subgrade elevation and maintain sufficient bearing capacity for all structures, pipelines, earthwork, and rock work. Such measures may include, but are not limited to, installation of perimeter subdrains, pumping from drilled holes or by pumping from sumps excavated below the subgrade elevation. The foundation bearing surfaces are to be kept dewatered and stable until the structures or other types of work are complete and backfilled. Disturbance of foundation subgrade by CONTRACTOR operations shall not be considered as originally unsuitable foundation subgrade and shall be repaired at CONTRACTOR's expense. Any temporary dewatering ,trenches or well points shall be restored following dewatering operations to reduce permeability in those areas as approved by the ENGINEER. CONTRACTOR is to restore any areas disturbed by the dewatering operations to their original condition. Robert Benson Dam 02240-2 Water Control and Dewatering D. Contaminated Groundwater Control: CONTRACTOR shall not discharge contaminated water exceeding local, State and/or Federal limits to above ground channels or watercourses. END OF SECTION Robert Benson Dam 02240-3 Water Control and Dewatering THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 02240-4 Water Control and Dewatering Q. What is the interior lining, cement? A. Specification Section 02615, Part C shall include the following: 8. The interior pipe coating (lining) shall be cement mortar per AW WA C205. Interior pipe joints shall not have mortar lining unless excessively damaged during installation and welding as determined by the Engineer. Q. Is there a detail for the concrete encasement of the pipes through the dam breach? Reber? Size and shape of encasement? Will a concrete protective layer or mud mat be required on lop of the excavated subgrade through the dam breach to protect the subgrade during pipe installation and concrete encasement? A. The concrete encasement detail is outlined on sheets C9, C10 and C12 of the plans. The Contractor is to encase each pipe (principal outlet and irrigation line) in unreinforced concrete 1-foot minimum all sides. The Contractor shall take measures he/she deems necessary to protect the subgrade during pipe installation. The plans do not call for any subgrade protection. Q. How will we determine whether we are excavating muck or not. Since the muck excavation does not include under structures will muck excavation require replacement of the excavated material? Who is going to quantify where the "muck" starts and excavation stops? A. This question is largely addressed in Addendum No. 1. Muck excavation will only be paid to the lines and grades shown on the drawing. This amount is estimated to be the area upstream of the outlet works. Further muck excavation to install various project components (e.g. pipe, outlet structure, etc.) will not be measured and paid for separately. It is the Contractor's responsibility to estimate these quantities and include them in the various work items. Muck excavation that is paid for as part of Item 12 will be measured in the field by the Resident Engineer and agreed to with the Contractor. Q. On the embankment specifications requirements on moisture and density I do not see a performance spec, is this correct or are you going to specify the exact pieces of equipment we are to use to perform the embankments? A. The specifications do not dictate Contractor means and methods. The Contractor shall use the appropriate equipment to meet the embankment specification as written. Q. In regards the fills on the front and back of the dam, will this require benching to achieve a minimum of 8 ft wide work area per the specs? If so will we be allowed to bench Into the existing dam or will we have to over fill the face and then trim out the excess material? A. This question was addressed in Addendum No. 1. The Contractor will be able to bench the fills into the existing dam. Q. If Muck excavation is required for the dam breach I assume that the spec for 1.1/2" stabilization rock is not correct and we are to use previously excavated material to replace the muck, is that correct? A. Yes. The stabilization of the pipe trench will need to occur with previously excavated material. The Contractor will not be paid for Muck Excavation as part of this work but should include this cost in Item No. 18 Principal Outlet —24 inch Steel Pipe or Item No. 26 Irrigation — 10-inch C900 PVC Irrigation Pipe. 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. Rev 10/20/07 Section 00100 Page 2 SECTION 02315 EXCAVATION AND EMBANHIITENT PART GENERAL 1.01 SECTION INCLUDES A. This work shall consist of excavation, embankment fill, disposal of excess material, shaping, and compaction of all material encountered within the limits of work, including excavation and backfill for structures. The excavation shall include, but is not limited to, the native soils which must be excavated for the project work. All work shall be completed in accordance with these Specifications and the lines and grades on the Drawings. 1.02 DEFINITIONS A. Unclassified Excavation shall consist of the excavation of all materials on site to final grades, excluding the bid items included in Section 02220. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its original state. B. Muck Excavation shall consist of the removal and disposal of mixtures of soils and organic matter not suitable for foundation material and replacement with approved material. Material damaged due to rain or weather will not be paid for as Muck excavation and is entirely the responsibility of the CONTRACTOR. C. Rock Excavation shall consist of igneous, metamorphic and sedimentary rock which cannot be excavated without the use of rippers, and all boulders or other detached stones each having a volume of 1/2 cubic yard or more, as determined by physical or visual measurement. It shall also include replacement with approved material as required- D. Embankment (Complete in Place): shall consist of placing all excavated material, except material being hauled and disposed, as embankment and compacted to final grades as specified in the Contract Documents and on the Drawings. 1.03 DESCRIPTION A. This work shall consist of excavation, disposal, placement, and compaction of all material encountered within the limits of the work, and not being completed under some other item, necessary for the construction of the project in. accordance with the Specifications and the lines, grades, and typical cross -sections shown on the Drawings. All excavation will be classified, "unclassified excavation", or "muck excavation" or "rock excavation", as hereafter described. All embankment will be classified "embankment material" as hereafter described. 1.04 RELATED SECTIONS A. Section 02230 — Clearing and Grubbing B. Section 02240 — Water Control and Dewatering Robert Benson Dam 02315-1 Excavation and Embankment 1.05 QUALITY ASSURANCE A. Final topography and/or cross -sections will be surveyed of areas that are to finished grade and compared to the design section for accuracy. Final grade shall match design grades within the tolerances discussed in PART 3 EXECUTION. PART PRODUCTS 2.01 MATERIALS A. Embankment material may consist of approved material acquired from excavations or material hauled from outside the project limits, Suitable material identified on -site shall be used first for embankments and backfill. ,access excavated native soils which are not used as embankment or backfill shall become the property of the CONTRACTOR and shall be disposed of off -site by the CONTRACTOR, in a location acceptable to the ENGINEER. B. Muck excavation encountered in all areas shall also include the replacement of excavated muck with uniformly graded rock, riprap, on -site or imported soils, or other material whichever is most suitable for the specific situation encountered. The ENGINEER will determine which type of aggregate or other material which shall be used after observing the specific site conditions. PART EXECUTION 3.01 GENERAL EXCAVATION/EMBANKMENT A. General: The excavation and embankment for the project work shall be finished to reasonably smooth and uniform surfaces, Variation from the subgrade plane shall not be more than .08 feet in soil or more than .08 feet above or .50 below in rock. Where bituminous or concrete surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 feet. Materials shall not be wasted without permission of the ENGINEER. Excavation operations shall be conducted so that material outside of the limits of slopes will not be disturbed. Prior to beginning grading operations in any area, all necessary clearing and grubbing in that area shall have been performed in accordance with Section 02230 of these Specifications. When the CONTRACTOR's excavating operations encounter remains of pre -historic people's dwelling sites or artifacts of historical or archaeological significance, the operations, shall be temporarily discontinued. The ENGINEER will contact archaeological authorities to determine the disposition thereof. When directed, the CONTRACTOR shall excavate the site in such a manner as to preserve the artifacts encountered and shall remove them for delivery to the custody of the proper state authorities. Such excavation will be considered and paid for as extra work. B. Excavation: Unclassified: All excess suitable material excavated from the project site and not used for embankment shall be removed from the project site and become the property of the CONTRACTOR. Where material encountered Robert Benson Dam 02315-2 Excavation and Embankment within the limit of the work is considered unsuitable for embankment (fills) on any portion of this project work, such material shall be excavated as directed by the ENGINEER and replaced with suitable fill material. All unsuitable excavated material from excavation consisting of any type of debris (surface or buried), excavated rock, bedrock or rocks larger than 6 inches in diameter and boulders shall be hauled from the project site and disposed of. Debris is defined as "anything that is not earth which exists at the job site". Muck: Where excavation to the finished grade section results in a subgrade or slopes of unsuitable soil, the ENGINEER may require the CONTRACTOR to remove the unsuitable materials and backfill to the finished graded section with approved material. Disposal of the material shall be at the CONTRACTOR's expense. Good surface drainage shall be provided around all permanent cuts to direct surface runoff away from the out face. Rock Unless otherwise specified, rock shall be excavated to a minimum depth of 0.5 feet below subgrade within the limits of the channel area, and the excavation shall be backfilled with material shown on the Drawings or as designated by the ENGINEER. Disposal of material and replacement with suitable approved material shall be at the CONTRACTOR's expense. C. Embankment Construction: Embankment construction shall consist of constructing all fill areas, including preparation of the areas upon which they are to be placed, and the placing and compacting of embankment material in holes, pits and other depressions within the project area. Only approved materials shall be used in the construction of embankments and backfills. Approved materials shall consist of clean on -site cohesive soils or approved imported soils. On -site cohesive soils are suitable for use as compacted fill provided the following recommendations are met: Percent Finer by Weight Gradation (ASTM 6136) %:-Inch 100 3/8-Inch 70 —100 No. 4 Sieve 50 —100 No. 200 Sieve 60 (min) Liquid Limit 35 (max) Plasticity Index 20 (max) In -Situ Coefficient of Permeability 1x10.6 cm/sec Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the ENGINEER. Minor cuts and fills will be considered incidental to the work, and will not be paid for separately under this section. Robert Benson Dam 02315-3 Excavation and Embankment Ou-site cohesive soils or imported soils should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift and embankment height. On -site or imported cohesive soils should be compacted within a moisture content range of 2% below, to 2% above optimum moisture content and compacted to 95% of the Maximum Standard Proctor Density (ASTM D698). When embankment is to be placed and compacted on hillsides, or when new embankment is to be compacted against existing embankments, or when embankment is built 1/2 width at a time, the slopes that are steeper than 4:1 when measured longitudinally or at right angles to the adjacent ground shall be continuously benched over those areas where it is required as the work is brought up in layers. Benching shall be well keyed and where practical a minimum of 8 feet. Each horizontal cut shall begin at the intersection of the original ground and the vertical sides of the previous cuts. Material thus cut out shall be recompacted along with the new embanlanent material at the CONTRACTOR's expense. The ground surface underlying all fills shall be carefully prepared by removing all organic matter, scarification to a depth of 8 inches and recompacting to 95% of the Maximum Standard Proctor. Density (ASTM D698) at optimum moisture content + or - 2% prior to fill placement. Embankment material shall be placed in horizontal layers not exceeding 8 inches (loose measurement) and shall be compacted to 95% of the Maximum Standard Proctor Density (ASTM D698) at optimum moisture content + or - 2%. Effective spreading equipment shall be used on each lift to obtain uniform thickness prior to compacting. As the compaction of each layer progresses, continuous leveling and manipulating will be required to assure uniform density. For embankments which serve as berms, the downstream portion shall be "keyed" into the subsurface soils a minimum of 3 feet to enhance the stability of the slope. Materials which are removed from excavations beneath the water table may be over the optimum moisture content and will require that they be dried out prior to reusing them. Cross hauling or other action as appropriate will be ordered when necessary to insure that the best available material is placed in critical areas of embankments, including the top 2 feet of all embankments. No additional payment will be made for cross hauling ordered by the ENGINEER. Frozen materials shall not be used in construction of embankments. During the construction of channels, the channel bottom shall be maintained in such condition that it will be well drained at all times. Excavation or Embankment (Fill), and Structural Backfill work either completed or in a stage of completion that is either eroded or washed away or becomes unstable due to either rains, snow, snow melt, channel flows or lack of proper water control shall be either removed and replaced, recompacted or reshaped as directed by the Robert Benson Dam 02315-4 Excavation and Embankment ENGINEER and in accordance with the Drawings and Specifications at the CONTRACTOR's sole expense. Removed unsuitable materials shall be hauled away and disposed of at the CONTRACTOR's expense. Placing of replacement materials for removed unsuitable materials shall be purchased, placed and compacted at the CONTRACTOR' expense. D. Proof rolling with a heavy rubber tired roller will be required, if designated on the Drawings or when ordered by the ENGINEER. Proof rolling shall be done after specified compaction has been obtained. Areas found to be weak and those areas which failed shall be ripped, scarified, wetted if necessary, and recompacted to the requirements for density and moisture at the CONTRACTOR's expense. Proof rolling shall be done with equipment and in a manner acceptable to the ENGINEER. Proof rolling as shown on the Drawings or as ordered by the ENGINEER shall not be measured and paid for separately, but shall be included in the unit prices bid for the work. 3.02 EXCAVATION AND BACKFILL FOR STRUCTURES A. Poor foundation material for any of the work shall be removed, by the CONTRACTOR, as directed by the ENGINEER. The CONTRACTOR will be compensated for removal and replacement of such materials in accordance with Muck Excavation. The CONTRACTOR is cautioned that construction equipment may cause the natural soils to pump or deform while performing excavation work inside and on footings, structural floor slabs, or other structure foundation areas. Foundation materials which are: a) saturated by either surface or subsurface flows due to the lack of adequate water control or dewatering work by the CONTRACTOR; b) frozen for any reason; or, c) that are disturbed by the CONTRACTOR's work or caused to become unacceptable for foundation material purposes by means of the CONTRACTOR's equipment, manpower, or methods of work shall be removed and replaced by the CONTRACTOR at his expense. Dewatering should not be conducted by pumping from inside footing, structural floor slab, or other structure foundation limits. This may decrease the supporting capacity of the soils. Care should be taken when excavating the foundations to avoid disturbing the supporting materials. Excavation by either hand or careful backhoe soil removal, may be required in excavating the last few inches of material to obtain the subgrade of any item of the concrete work. Any over -excavated subgrades that are due to the CONTRACTOR's actions, shall be brought back to subgrade elevations by the CONTRACTOR and at his expense in the following manner. Robert Benson Dam 02315-5 Excavation and Embankment For over -excavations of 2 inches or less, either: Backfill and compact with an approved granular materials; backfill with 1/2 inch crushed rock; or fill within concrete at the time of the appurtenant structure concrete pour. 2. For over -excavations greater than 2 inches, backfill and compact with an approved granular material. All granular footings, structural floor slabs, or other structure areas shall be compacted with a vibratory plate compactor prior to placement of concrete, reinforcing, or bedding materials. B. Backfill, and fill within 2 feet of and adjacent to all structures and for full height of the walls, shall be selected non -swelling material. It shall be granular, well graded, and free from stones larger than 3 inches. Material may be job excavated, but selectivity will be required as determined by the ENGINEER. Refer to the Drawings for job specific requirements. Stockpiled material, other than topsoil from the excavation shall be used for backfrlling unless an impervious structural backfill is specified. The backfill material shall consist of either clean on -site granular materials free of stones larger than 3 inches in diameter with no more than 20% passing the No. 200 sieve, or equivalent imported materials. All backfill around the structures shall be consolidated by mechanical tamping. The material shall be placed in 8-inch loose lifts within a range of 2% above to 2% below the optimum moisture content and compacted to 95% of Maximum Standard Proctor Density (ASTM D698) for cohesive soils, or to 70% relative density for pervious material as determined by the relative density of cohesionless soils test, ASTM D4253. When specified on the Drawings or as required by the ENGINEER, Class I structural backfill shall meet the following gradation requirements: % by Weight Passing Sieve Size Square Mesh Sieves 2-Inch 100 No. 4 30 - 100 No. 50 10 — 60 No. 200 5 — 20 In addition, this material shall have a liquid limit not exceeding 35 and a plasticity index of not over 6. END OF SECTION Robert Benson Dam 02315-6 Excavation and Embankment SECTION 02320 TRENCH EXCAVATION AND BACKFILL PART GENERAL 1.01 SECTION INCLUDES A. This work shall consist of all labor, equipment and materials necessary for excavation, trenching, and backfilling for utility lines and other related work. 1.02 RELATED WORK A. Section 02240 — Water Control and Dewatering B. Section 02315 - Excavation and Embanlanent 1.03 QUALITY ASSURANCE A. In -place moisture density tests will be performed to ensure trench backfill complies with specified requirements. The following minimum tests should be expected to be performed. Trench bedding - 1 per 200 feet 2. Backfill - 1 per 200 feet B. Backfill compaction tests will be performed until compaction meets or exceeds requirements. The cost of "passing" tests will be paid by the OWNER Costs associated with "failing" tests shall be paid by the CONTRACTOR. Pipe bedding shall be tested prior to placement of backfill. Testing of all bedding and backfill material shall be done in compliance with OSHA - Excavations. 1.04 PROTECTION A. Sheeting and Shoring: The CONTRACTOR shall protect excavations by shoring, bracing, sheet piling, underpinning, or other methods required to prevent any excessive widening or sloughing of the trench which may be detrimental to human safety, to the pipe or appurtenances being installed, or to existing facilities or structures. The latest requirements of OSHA shall be complied with at all times including trenching and confined space entry requirements. Robert Benson Dam 02320-1 Trench Excavation and Backtill The CONTRACTOR shall be responsible for underpinning adjacent structures which may be damaged by excavation work, including service utilities and pipe chases. B. Weather and Frost: The CONTRACTOR shall protect bottom of excavations and soil adjacent to and beneath foundations from frost. 1. Do not place backfill, fill, or embankment on frozen surfaces. 2. Do not place frozen materials, snow, or ice in backfill, fill, or embankments. 3. Do not deposit, tamp, roll, or otherwise mechanically compact backfill in water. C. Drainage and Groundwater: The excavation shall be graded to prevent surface water run-off into trench or excavation. 1. Maintain excavations and trench free from water during construction. 2. Remove water encountered in the trench to the extent necessary to provide a firm subgrade, to permit joints to be made in the dry, and to prevent the entrance of water into the pipeline. 3. Divert surface runoff and use sumps, gravel blankets, well points, drain lines, or other means necessary to accomplish the above. 4. Maintain the excavation or trench free'froin water until the structure, or pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. 5. Water shall be prevented from entering into previously constructed pipe. 6. The storm pipe under construction shall not be used for dewatering. PART PRODUCTS 2.01 MATERIALS A. 'Material used as stabilization in locations where the CONTRACTOR has been directed to muck excavate shall conform to the following "Foundation Material' gradation(s). The material shall be uniformly graded %" or 1 %," rock. .Robert Benson Dam 02320-2 Trench Excavation and Backfill 11 CDOT 9467 Sieve Size 2 1/2-Inch 2-Inch 1 1/2-Inch 1-Inch %-Inch 3/8-Inch No. 4 CDOT #67 Sieve Size 1-Inch %-Inch 3/8-Inch No. 4 No. 8 Bedding and Pipe Zone Materials: Well -Graded Sand Total Percent Passing by Weight 100 90 - 100 35 - 70 10-30 0- 5 Total Percent Passing by Weight _ 100 90 — 100 20 — 55 0-10 0- 5 Total Percent Passing Sieve Size by Weight 3/8inch 100 No. 4 95 - 100 No. 8 80 - 100 No. 16 50 - 85 No. 30 25 - 60 No. 50 10 - 30 No. 100 2 - 10 Squeegee Sand Total Percent Passing Sieve Size by Weight 3/8-Inch 100 No. 200 0-5 Robert Benson Dam 02320-3 Trench Excavation and Back5ll CDOT 467 Total Percent Passing Sieve Size by Wei¢ht 1-Inch 100 '/4-Inch 90 — 100 3/8-Inch 20 — 55 No.4 0-10 No. 8 0 - 5 Note: It will be the responsibility of the CONTRACTOR to locate material meeting the Specifications, to test its ability to consolidate to at least 70% relative density, and to secure approval of the ENGINEER before such material is delivered to the project. Relative density shall be determined as stipulated in ASTM D4253. C. Backfill: Backfill shall meet the following requirements: Use only backfill for trenches which is free from rocks, large roots, other vegetation or organic matter, and frozen material. No rocks greater than 3 inches in diameter shall be allowed. Backfill material shall be suitable for future pavement construction over all trenches. D. Cut -Off Walls: Sand Cut -Off Walls: Sand shall meet the requirements of ASTM C33 PART 3 EXECU 3.01 GENERAL The following procedures shall be followed by the CONTRACTOR in sequencing his work. A. No more than 150 feet of trench shall be left open at any time. The entire trench shall be backfilled to within 50 feet of the open trench upon conclusion of each day's work. The trench shall not be backfilled until the pipe installation is reviewed by the ENGINEER. B. Trench shall be backfilled within 100 feet of the pipe installation at all times. C. Clean-up shall be maintained within 400 feet of the trench excavation. Prior to placement in the trench, all pipe, fittings, and appurtenances shall be cleaned and examined for defects by the CONTRACTOR. If found defective, the CONTRACTOR Robert Benson Dam 02320-4 Trench Excavation and Backfill 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. Provisions for liquidated damages are set forth in the Agreement. Rev 10/20/07 Section 00100 Page 3 shall reject the defective pipe, fitting, or appurtenance. The CONTRACTOR shall advise the ENGINEER of all defective materials. All surplus excavation shall be placed, in an orderly manner. If material is stockpiled on private property, written permission must be obtained from the property owner and provided to the ENGINEER. All muck excavation, bedding, and pipe zone material shall be imported unless otherwise designated by the OWNER'S geotechaical engineer. Upon completion of the work, all plants, rubbish, unused materials, concrete forms, and other like material shall be removed from the job site. The site shall be left in a state of order and cleanliness. 3.02 MAINTENANCE AND CORRECTION A. Scarify surface, reshape, and compact to required density completed or partially completed areas of work disturbed by subsequent construction operations or by adverse weather. B. Maintain and correct backfill, fill, and embankment settlement and make necessary repairs to pavement structures, seeding, and sodding which may be damaged as a result of settlement for the guarantee period. C. The CONTRACTOR may perform such maintenance and correction by subcontract. 3.03 OBSTRUCTIONS AND DISPOSAL OF WASTE MATERIAL The CONTRACTOR shall remove obstructions that do not require replacement from within the trench or adjacent areas such as tree roots, stumps, abandoned piling, buildings and concrete structures, frozen material, logs, and debris of all types without additional compensation. The ENGINEER may, if requested, make changes in the trench alignment to avoid major obstructions, if such alignment changes can be made within the work limits without adversely affecting the intended function of the facility. Excavated materials unsuitable for backfill or not required for backfill shall be disposed of in accordance with local regulations. 3.04 TRENCH EXCAVATION All existing asphalt or concrete surfacing shall be saw cut vertically in a straight line, and removed from the job site prior to starting the trench excavation. This material shall not be used in any fill or backfill. The trench shall be excavated so that a minimum clearance of 6 inches is maintained on each side of the pipe for proper placement and densifrcation of the bedding or backfill material. The maximum clearance measured at the spring line of the pipe shall be 18 inches regardless of the type of pipe, type of soil, depth of excavation, or the method of densifying the bedding and backfill. Except as otherwise dictated by construction conditions, the excavation shall be of such dimensions as to allow for the proper pipe installation and to permit the construction of Robert Benson Dam 02320-5 Trench Excavation and Backfill the necessary pipe connections. Care shall be taken to insure that the excavation does not extend below established grades. If the excavation is made below such grades, the excess excavation shall be filled in with sand or graded gravel deposited in horizontal layers not more than 6 inches. in thickness after;being,00mpacted and shall. bemoistened as required to within 2% of the optimum moisture content required for compaction of that soil. After being conditioned to have the required moisture content, theslayers shall be compacted to the required density. The CONTRACTOR shall stockpile excavated materials in a safe manner. Stockpiles shall be graded for proper drainage. The CONTRACTOR shall place and grade the trench base to the proper grade ahead of pipe laying. The invert of the trench shall be compacted to provide a firm unyielding support along entire pipe length. 3.05 SURPLUS EXCAVATION MATERIAL Surplus excavation shall be disposed of by the CONTRACTOR at his expense. 3.06 FOUNDATIONS ON UNSTABLE SOILS If the bottom of the excavation is soft or unstable, and in the: opinion of the ENGINEER, cannot satisfactorily support the pipe or structure, a further depth and width shall be excavated and refilled to 6 inches below grade with material specified in Section 02320 2.01-A as Foundation Material: This material shall provide,a firm foundation for the pipe or structure. From 6 inches below grade to grade, the appropriate bedding material shall be placed to provide support for the pipe or structure, 3,07 PIPE BEDDING After completion of the trench excavation and proper preparation, of the foundation, a minimum of six (6) inches of bedding material shall be placed on the trench bottom for support under the pipe (See construction details). Bell holes shall be dug deep enough to provide a minimum of 2 inches of clearance between the bell and the bedding material. All pipe shall be installed in such a manner as to insure full support of the pipe barrel over its entire length. After the pipe is adjusted for line and grade and the joint is made, the bedding material shall be carefully placed and tamped under the haunches of the pipe. For all types of pipe, the limits of bedding shall be as shown on the trench section details on the Drawings. Bedding shall be compacted to 70% relative density in accordance with ASTM D4253. Care shall be exercised to assure sufficient tamping under the pipe to achieve uniform support. Robert Benson Dam 02320-6 Trench Excavation and Back:rjll 3.08 BACKFILL AND COMPACTION A. Pipes: The pipe trench shall be backfilled to the limits as shown on the Drawings. The backfill in all areas shall be compacted by vibrating, tamping, or a combination thereof to 70% relative density for sand material as determined by the relative density of cohesionless soils test, ASTM D4253, or to 95% of the Maximum Standard Proctor Density for cohesive soils as determined by ASTM D698. All backfill shall be brought up to equal height along each side of the pipe in such a manner as to avoid displacement. Bedding shall be distributed in 6-inch maximum lifts over the full width of the trench. Wet, soft or frozen material, asphalt chunks, or other deleterious substances shall not be used for backfill. If the excavated material is not suitable for backfill, as determined by the ENGINEER, suitable material shall be hauled in and utilized and the rejected material hauled away and disposed of. Backfrlling shall be conducted at all times in a manner to prevent damage to the pipe or its coating and shall be kept as close to the pipe laying operation as practical. Backfrlling procedures shall conform to the additional requirements, if any, of appropriate agencies or private right-of-way agreements. 3.09 RESTORATION A. Unsurfaced Areas: All surface cuts shall be, as a minimum, restored to a condition equal to that prior to construction. B. Surfaced Areas: All surface cuts shall be, as a minimum, restored to a condition equal to that prior to construction. All gravel or paved streets shall be restored in accordance with the regulations and requirements of the agency having control or jurisdiction over the street, roadway, or right-of-way. C. Grassed or Landscaped Areas: In landscaped or agricultural areas, topsoil, to a depth of 12 inches, shall be removed from the area of general disturbance and stockpiled. After installation of all pipelines, appurtenances and structures and completion of all backfill and compaction, the stockpiled topsoil shall be redistributed evenly over all disturbed areas. Care should be taken to conform to the original ground contour or final grading plans. END OF SECTION Robert Benson Dam 02320-7 Trench Excavation and Backfll THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 0232Q-8 Trench Excavation and Backfill SECTION 02370 EROSION AND SEDEVIENT CONTROL PART GENERAL 1.01 SECTION INCLUDES A. This work shall consist of temporary measures needed to control erosion and water pollution. These temporary measures shall include, but not be limited to, berms, dikes, dams, sediment basins, fiber mats, netting, gravel, mulches, grasses, slope drains and other erosion control devices or methods. These temporary measures shall be installed at the locations where needed to control erosion and water pollution during the construction of the project, and as directed by the ENGINEER, and as shown on the Drawings. B. The erosion control measures presented in the Drawings serves as a minimum for the requirements of erosion control during construction. The CONTRACTOR has the ultimate responsibility for providing adequate erosion control and water quality throughout the duration of the project. Therefore, if the provided plan is not working sufficiently to protect the project areas, then the CONTRACTOR shall provide additional measures as required to obtain the required protection. The CONTRACTOR shall include in his bid price for erosion control a minimum of all items shown on the Erosion Control Plan and any additional items that may be needed to control erosion and water pollution. 1.02 RELATED SECTIONS A. Section 02240 — Water Control and Dewatering 1.03 SUBMITTALS A Construction schedule for Erosion Control per subsection 3.01 B. Sequencing Plan per subsection 3.12 PART PRODUCTS 2.01 MATERIALS A. Materials may include hay bales, straw, fiber mats, fiber netting, wood cellulose, fiber fabric, gravel and other suitable materials, and shall be reasonably clean, free of deleterious materials, and certified weed free. All materials shall be submitted for approval prior to installation. B. Temporary grass cover (if required) shall be a quick growing species suitable to the area, which will provide temporary cover and will not later compete with the grasses sown for permanent cover. All grass seed shall be approved by the ENGINEER prior to installation. C. Fertilizer and soil conditioners shall be approved by the ENGINEER prior to installation. Robert Benson Dam 02370-1 Erosion and Sediment Control PART 3 EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. When so indicated in the Contract Documents, or when directed by the ENGINEER, the CONTRACTOR shall prepare construction schedules for accomplishing temporary erosion control work. These schedules shall be applicable to clearing and grubbing, grading, structural work, construction, etc. He shall also submit for acceptance his proposed method of erosion control on haul roads and borrow pits and his plan for disposal of waste material. Work shall not be started until the erosion control schedules and methods of operations have been accepted- B. The CONTRACTOR will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in his accepted schedule. Temporary erosion control measures will then be used to correct conditions that develop during construction. C. The erosion control features installed by the CONTRACTOR shall be adequately maintained by him until the project is accepted. D. In the event of conflict between these requirements and erosion and pollution control laws, rules, or regulations of other Federal, State or local agencies, the more restrictive laws, rules, or regulations shall apply. 3.02 PERMITS AND COMPLIANCE A. The CONTRACTOR must apply for and obtain a Construction Dewatering Permit 402 from and prepare a Stormwater Management Plan (SWMP) for the Colorado Department of Public Health and Environment. All costs for these permits shall be the responsibility of the CONTRACTOR. This permit requires that specific actions be performed at designated times. The CONTRACTOR is legally obligated to comply with all terms and conditions of the permit including testing for effluent limitations. The CONTRACTOR shall allow the Colorado Department of Public Health and Environment or other representatives to enter the site to test for compliance with the permit. Non compliance with the permit can result in stoppage of all work. The CONTRACTOR must apply for and obtain a State of Colorado Stormwater Discharge Permit. All costs for this permit shall be the responsibility of the CONTRACTOR. This permit requires that specific actions be performed at designated times. The CONTRACTOR is legally,obligated to comply with all terms and conditions of the permit. Non compliance with the permit can result in stoppage of all work. In addition to permit requirements, the OWNER shall also monitor the CONTRACTOR's erosion control and work methods. If the overall function and RobertBenson Dam 02370-2 Erosion and Sediment Control intent of erosion control is not being met, then the OWNER shall require the CONTRACTOR to provide additional measures as required to obtain the desired results. Costs for any additional erosion control measures shall be the responsibility of the CONTRACTOR, since he has the ultimate responsibility for providing adequate erosion control and water quality for the duration of the project. 3.03 STABILIZATION OF DISTURBED AREAS A. Temporary sediment control measures shall be established within 5 days from time of exposure/disturbance. Permanent erosion protection measures shall be established within 5 days after final grading of areas. 3.04 PROTECTION OF ADJACENT PROPERTIES A. Properties adjacent to the site of a land disturbance shall be protected from sediment deposition. In addition to the erosion control measures required on the Drawings, perimeter controls may be required if damage to adjacent properties is likely. Perimeter controls include, but are not limited to, a vegetated buffer strip around the lower perimeter of the land disturbance, sediment barriers such as straw bales and silt fences; sediment basins; or a combination of such measures. Vegetated buffer strips may be used only where runoff in sheet flow is expected and should be at least 20 feet in width. 3.05 TIMING AND STABILIZATION OF SEDMENT AND EROSION CONTROL MEASURES A. Sediment barriers, perimeter dikes, and other measures intended to either trap sediment or prevent runoff from flowing over disturbed areas must be constructed as a first step in grading and be made functional before land disturbance takes place. Earthen structures such as dams, dikes, and diversions must be stabilized within 5 days of installation. Stormwater outlets must also be stabilized prior to any upstream land disturbing activities. 3.06 STABILIZATION OF WATERWAYS AND OUTLETS A. All on -site stormwater conveyance channels used by the CONTRACTOR for temporary erosion control purposes shall be designed and constructed with adequate capacity and protection to prevent erosion during storm and runoff events. Stabilization adequate to prevent erosion shall also be provided at the outlets of all pipes and channels. 3.07 STORM SEWER INLET PROTECTION A. All storm sewer inlets which are made operable during construction or which drain stormwater runoff from a construction site shall be protected from sediment deposition by the use of filters. Robert Benson Dam 02370-3 Erosion and Sediment Control 3.08 WORKING IN OR CROSSING WATERCOURSES AND WETLANDS A. Construction vehicles should be kept out of watercourses to the extent possible. Where in -channel work is necessary, precautions must be taken to stabilize the work area during construction to minimize erosion. The channel (including bed and banks) must always be restabilized immediately after in -channel workis completed. B. Where a live (wet) watercourse must be crossed by construction vehicles during construction, a temporary crossing must be provided for this purpose. If the crossing involves a pipe or other type of conduit placed in the watercourse, the pipe shall be sized to allow unrestricted passage of all flows anticipated to be carried by the watercourse. Likewise, installation of a span -type crossing across the watercourse shall be placed so no restriction of anticipated flows occur. 3.09 CONSTRUCTION ACCESS ROUTES A. Wherever construction vehicles enter or leave a construction site, a stabilized construction entrance and Tracking Pad are required. Where sediment is transported onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. Sediment shall be removed from, roads by shoveling. or sweeping and be transported to a sediment controlled disposal area. Street washing shall be allowed only after sediment is removed in this manner. 3.10 DISPOSITION OF TEMPORARY MEASURES A. All temporary erosion and sediment control measures shall be disposed of within 30 days after final site stabilization is achieved or after the temporary measures are no longer needed as determined by the OWNER. Trapped sediment and other disturbed soil areas resulting from the disposition of temporary measures shall be permanently stabilized to prevent further erosion. 3.11 MAINTENANCE A. All temporary and permanent erosion and sediment control practices must be maintained and repaired as needed to assure continued performance of their intended function. 3.12 SEQUENCING A. The CONTRACTOR shall submit a sequencing plan for approval for erosion control in conformance with his overall Construction Plan for approval by the OWNER. Changes to the Erosion Control Sequencing Plan may be considered by the OWNER only if presented in writing by the CONTRACTOR. 3.13 SUBSTANTIAL COMPLETION OF EROSION CONTROL MEASURES A. At the time specified in the Contract Documents, and subject to compliance with specified materials and installation requirements, the CONTRACTOR will receive a Substantial Completion Certificate for temporary erosion control measures. 3.14 MAINTENANCE OF EROSION CONTROL MEASURES AFTER SUBSTANTIAL COMPLETION Robert Benson Dam 02370-4 Erosion and Sediment Control A. The CONTRACTOR will be responsible for maintaining temporary erosion control measures as specified in the Drawings and Contract Documents until such time as the disturbed drainage area has stabilized as determined by the ENGINEER and the OWNER. 3.15 FINAL COMPLETION AND ACCEPTANCE OF EROSION CONTROL MEASURES A. After the ENGINEER and OWNER have determined that the drainage area has stabilized, the CONTRACTOR shall remove all remaining temporary erosion control measures. Any damage to the site shall be repaired to the satisfaction of the ENGINEER and at no cost to the OWNER. END OF SECTION Robert Benson Dam 02370-5 Erosion and Sediment Control THIS PAGE INTENTIONALLY LEFT BLANK Robert Benson Daze 02370-6 Erosion and Sediment Control 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. Rev 10/20/07 Section 00100 Page 4 SECTION 02375 RIPRAP AND BEDDING PART1 GENERAL 1.01 SECTION INCLUDES A. The work of this section shall include excavation, grading and installation of all riprap, and bedding placed at the locations shown on the Drawings. The materials to be used for the construction of such structures shall be as specified herein. 1.02 RELATED SECTIONS A. Section 02240 — Water Control and Dewatering B. Section 02315 — Excavation and Embankment 1.03 SUBMITTALS A. The CONTRACTOR shall cooperate with the ENGINEER in obtaining and providing samples of all specified materials. The CONTRACTOR shall submit certified laboratory test certificates for all items required in this section. PART PRODUCTS 2.01 MATERIALS A. Riprap: Riprap used shall be the type designated on the Drawings and shall conform to the following: Riprap Designation % Smaller Than Given Intermediate Rock d50 Size By Weight Dimension (Inches) (Inches) Type VL (Class 6) 70 - 100 12 6 50- 70 9 35 - 50 6 2- 10 2 Type L (Class 9) 70 - 100 15 9 50- 70 12 35 - 50 9 2- 10 3 Type M (Class 12) 70 - 100 21 12 50- 70 18 35 - 50 12 2- 10 4 Robert Benson Dam 02375-1 Riprap Type H (Class 18) 70 - 100 30 18 50- 70 24 35 - 50 18 2- 10 6 Type VH (Class 24) 70 - 100 42 24 50- 70 33 35 - 50 24 2- 10 9 d50 = Mean Particle Size 1. The riprap designation and total thickness of riprap shall be as shown on the Drawings. The maximum stone size shall not be larger than the thickness of the riprap. 2. The specific gravity of the riprap shall be 2.65 or greater. 3. Neither width nor thickness of a single stone of riprap shall be less than 1/3 of its length. 4. Broken concrete or asphalt pavement shall not be acceptable for use in the work Rounded riprap (river rock) is not acceptable unless specifically designated on the Drawings. 5. The color of the riprap shall be as approved by the OWNER prior to delivery to the project site. Color shall be consistent on the entire project and shall match the color of rock to be used for all other portions of the work. Color required for this project shall be green -gray rock. 6. Minimum density for acceptable riprap shall be 165 pounds per cubic foot. The specific gravity shall be according to the bulls -saturated, surface -dry basis, AASHTO T85. 7. The riprap shall have a percentage loss of not more than 40 percent after 500 revolutions when tested in: the Los Angeles machine in accordance with AASHTO Test T96. 8. The riprap shall have a percentage loss of not more than 10 percent after 5 cycles when tested in accordance with AASHTO Test T104 for ledge rock using sodium sulfate. 9. The riprap shall have a percentage loss of not more than 10 percent after 12 cycles of freezing and thawing when tested in accordance with AASHTO Test T103 for ledge rock, procedure A. 10. Rock shall be free of calcite intrusions. 11. Each load of riprap shall be reasonably well graded from the smallest to the largest size specified. Stones smaller than the 2-10 percent size will not be permitted in an amount exceeding 10 percent by weight of each load. Control of gradation will be by visual inspection. However in the event the ENGINEER determines the riprap to be unacceptable, the ENGINEER will Robert Benson Dam 02375-2 Riprap pick 2 random truck loads to be dumped and checked for gradation. Mechanical equipment and labor needed to assist in checking gradation shall be provided by the CONTRACTOR at no additional cost. Gradation for Granular Bedding U.S. Standard Percent by Weight Passing Square Mesh Sieves Sieve Size Tie I Tie II 3 Inch 90 - 100 1 '/2 Inch 3/4 Inch 20 - 90 3/8 Inch 100 No. 4 95 — 100 0 - 20 No. 16 45 - 80 No. 50 10 - 30 No. 100 2- 10 No. 200 0 - 2 0 - 3 Granular bedding designation and total thickness of bedding shall be as shown on the Drawings. Granular bedding shall meet the same requirements for specific gravity, absorption, abrasion, sodium sulfate soundness, and freeze -thaw durability as required for riprap and specified above. C. Geotextile Fabric: Where soil conditions dictate, geotextile fabric shall be placed directly on excavated slopes, channel beds, etc. prior to the placement of any riprap bedding or riprap. The extent and location of geotextile placement will be shown on the Drawings. Geotextile fabric shall be Trevira S 1120 or approved equal under all riprap. PART EXECUTION 3.01 CONSTRUCTION REQUIREMENTS A. Channel slopes, bottoms, or other areas that are to be protected with riprap shall be free of brush, trees, stumps, and other objectionable material and be graded to a smooth compacted surface. The CONTRACTOR shall excavate areas to receive Robert Benson Dam 02375-3 Riprap riprap to the subgrade for granular bedding. The subgrade for bedding materials shall be stable. If unsuitable materials are encountered, they shall be removed and replaced as Muck Excavation in accordance with Section 02315 of the Specifications. Unsuitable materials shall be disposed of from the site by the CONTRACTOR at his expense. After an acceptable subgrade for granular bedding material is established, the bedding shall be immediately placed and leveled to the subgrade elevation. Immediately following this, the riprap shall be placed. If bedding material is disturbed for any reason, it shall be replaced and graded at the CONTRACTOR's expense. In -place bedding materials shall not be contaminated with soils, debris or vegetation before the riprap is placed. If contaminated, the bedding material shall be removed and replaced at the CONTRACTOR's expense. 3.02 PLACEMENT A. Following acceptable placement of geotextile fabric, granular bedding, riprap placement shall commence as follows: Machine Placed Riprap: Riprap shall be placed on the prepared slope or channel bottom areas in a manner which will produce a reasonably well - graded mass of stone with the minimum practicable percentage of voids. Riprap shall be machine placed, unless otherwise stipulated in the Drawings or Specifications. When riprap is placed on slopes, placement shall commence at the bottom of the slopes working up the slope. ,Place the riprap in a stepped fashion with the bottom of the uphill riprap below the top of the downhill riprap by half of the height of the riprap minimum. The entire mass of riprap shall be placed on either channel slopes or bottoms so as to be in conformance with the required gradation mixtures and to lines, grades; and thickness shown on the Drawings. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the underlying bedding material. Placing of riprap in layers, or by dumping into chutes, or by similar methods shall not be permitted. All material going into riprap protection for channel slopes or bottoms shall be so placed and distributed that there will be no large accumulations of either the larger or smaller sizes of stone. Some hand placement may be required to achieve this distribution. It is the intent of these Specifications to produce a fairly compact riprap protection in which all sizes of material are placed in their proper proportions. Unless otherwise authorized by the ENGINEER, the riprap protection shall be placed in conjunction with the construction of embankments or channel bottoms with only sufficient delay in construction of the riprap protection, as may be necessary, to allow for proper construction of the portion of the embankment and channel bottom which is to be protected. The CONTRACTOR shall maintain the riprap protection Robert Benson Dam 02375-4 Riprap until accepted. Any material displaced for any reason shall be replaced to the lines and grades shown on the Drawings at no additional cost to the OWNER. If the bedding materials are removed or disturbed, such material shall be replaced prior to replacing the displaced riprap. 2. Hand Placed Riprap: Hand placed riprap shall be performed during machine placement of riprap and shall conform to all the requirements of Section 02375 PART 1 above. Hand placed riprap shall also be required when the depth of riprap is less than 2 times the nominal stone size, or when required by the Drawings or Specifications. After the riprap has been placed, hand placing or rearranging of individual stones by mechanical equipment shall be required to the extent necessary to secure a flat uniform surface and the specified depth of riprap, to the lines and grades as shown on the Drawings. 3. Soil Replacement In and Over Riprap: Where riprap is designated to be buried, place onsite excavated material that is free from trash and organic matter in riprap voids by washing and rodding. Prevent excessive washing of material into stream. When voids are filled and the surface accepted by the ENGINEER, place a nominal 6 inches of soil over the area, or as designated on the Drawings. Fine grade, seed, and mulch per the Specifications. 4. Rejection of Work and Materials: The ENGINEER shall reject placed riprap which does not conform to this Section and the CONTRACTOR shall immediately remove and relay the riprap to conform with said sections. Riprap shall be rejected, which is either delivered to the job site or placed, that does not conform to this Section. Rejected riprap shall be removed from the project site by the CONTRACTOR and at his expense. 5. Geotextile fabric shall be installed according to the manufacturer's specifications. Material proposed for use shall be submitted and approved by the ENGINEER prior to installation. END OF SECTION Robert Benson Dam 02375-5 Riprap THIS PAGE INTENTIONALLY BLANK. Robert Benson Dam 02375-6 Riprap SECTION 02615 STEEL PIPE PART1 GENERAL 1.01 DESCRIPTION A. This section covers steel pipe and fittings. B. Pipe shall be furnished complete with all fittings, flanges, specials and other accessories. 1.02 QUALITYASSURANCE A. Manufacturer 1. All steel pipe shall be supplied by one manufacturer. 1.03 SUBMITTALS A. Certification: Submit manufacturer's certification that products meet the referenced standards. B. Shop DRAWINGS 1. Submit complete Shop Drawings, reference Section 01340, Shop Drawings, and Operation and Maintenance Manuals. Submit complete layout Drawings and details of connections for all piping installed within the limits of structures. 1.04 PRODUCT DELIVERY A. Handling. 1. Use slings, pipe tongs or skids. 2. Do not drop pipe or fittings including dropping on cushions. 3. Do not slid or roll pipe into pipe already on the ground. 4. Do not damage coating or lining. 5. Do not use hooks. 6. Pipe shall not be handled in any manner, which will cause damage. The contractor shall furnish such equipment as is necessary to place the pipe without damaging the pipe or coating. Coated pipe shall be handled in the manner specified in AW WA Standard C203 or C214, as appropriate. B. Storage. 1. Store and use lubricants in a manner, which will avoid contamination. 2. Do not exceed maxitrni , stacking heights listed in AW WA C600, Tables 1 and 2. PART 2 MATERIALS 2.01 DUCTILE IRON PIPE AND FITTINGS Robert Benson Dam 02615- 1 Steel Pipe A. Specifications Steel pipe shall conform to the requirements of the applicable specification listed below for the kind of pipe and the type, weight, grade, and finish specified: Steel Pipe ASTM snecificaton Steel, black and hot -dipped, zinc - coated welded and seamless A 53 Steel, electric -fusion (ARC) -welded (sizes NPS 16 and over) A 134 Electric -resistance -welded steel A 135 Electric -fusion (ARC) -welded steel (NPS 4 and over) A 139 Steel Pipe AW WA standard Steel water pipe, 6 inches and larger C 200 B. Fittings Fittings shall conform to the requirements for the types and kinds specified Fittines _ ASTM soecificaton Heat -treated carbon steel fittings A 858 for low -temperature and corrosive service Threaded couplings, steel, black or A 865 zinc -coated (galvanized) welded or seamless, for use in steel pipe joints C. Coatings 1. Coating and lining materials shall conform to the requirements of the following: • AW WA C203, Standard for Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot -Applied • AW WA C209, Standard for Cold -Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines • AW WA C214, Standard for Tape Coating Systems for the Exterior of Steel Water Pipelines and as specified below: Shop coating material shall conform to the requirements of AW WA Standard C203 and AW WA Standard C214 and as specified in section Robert Benson Dam 02615- 2 Steel Pipe 12 of this specification. Shop lining material shall conform to the requirements of AW WA Standard C203. Field coating and coating repair material shall conform to the requirements of AW WA Standard C203, AW WA Standard C209, AW WA Standard C214, and, as specified in Section 12 of this specification. Field lining material shall conform to the requirements of AW WA Standard C203 and as specified in section 12 of this specification. Shop coating of pipe, specials, and fittings shall be in accordance with AW W'A Standard C203, AW WA Standard C209, or AW WA Standard C214 and as specified in Section 12 of this specification. Shop lining of pipe, specials, and fittings shall conform to the requirements of AW WA Standard C203. 2. Fitting and coupling coatings —Compression couplings, mechanical couplings, and flanged fittings shall be shop coated with the AW WA Standard C203 coal tar enamel coating, as recommended by the coating manufacturer, or a factory - applied vinyl coating at least 12 mils thick and as specified in section 12 of this specification. All bolts furnished for flanges, couplings, and other types of bolted connections shall be stainless steel or low alloy steel and shall be field coated with a coal tar enamel or vinyl coating after installation. 3. Field lining, coating, wrapping, and repair- Lining and coating or wrapping of field joints or connections and repair of damage to the wrap or coating on pipe, couplings, fittings, and appurtenances shall be made in accordance with section 12 of this specification and one of the following methods: Method 1—All field coating, lining, and repair shall be as specified in AW WA Standard C203. Method 2—All field wrapping and repair shall be as specified in AW WA Standard C209 with type I or II tape. Method 3—All field wrapping and repair shall be as specified in AW WA Standard C214 and as specified in section 12 of this specification. 4. Surface preparation —Bare steel surfaces shall be prepared for coating by removing all grease and oil or other soluble contaminants with solvent commercial cleaners (wiping, dipping, or steam) or vapor degreasing. After degreasing, surfaces shall be cleaned with hand tools to remove all loose scale rust and other loose detrimental foreign matter. On previously coated surfaces, all dirt, paper, and other foreign matter and loose coating shall be removed. Kraft paper, whitewash, or other surface protective layers shall be removed at least 12 inches on either side of the bare steel to be coated. Robert Benson Dam 02615- 3 Steel Pipe Welds shall be cleaned of all welding slag, splatter, and scale. Sharp edges or burrs that could puncture or cut the coating shall be removed by grinding or filing. All welds shall be allowed to cool before applying primer or coatings. Primer application —After surface preparation is complete, primer shall be thoroughly mixed and applied in strict adherence to manufacturer's instructions. The primer shall be permitted'to dry to the consistency recommended by the manufacturer before applying the coating. No foreign matter shall come in contact with the primed surface before application of the coating. Application of primer to surfaces shall be limited to that amount of area that can be wrapped during the same workshift. Primed areas not wrapped during the same workshift shall be reprimed. Cold.weather applications of primer shall be done in accordance with AWWA Standard C203. 6. Coating application —The specified coating shall be applied in accordance with the manufacturer's.recommendations unless otherwise specified. After assembly, all pipe joints shall be field wrapped in accordance with AW WA C209 or AW WA C214, as appropriate. Surface preparation and primer application to the ends of the pipe to be wrapped shall be as previously described in this specification: A tape or filler tape shall be cigarette wrapped over the annular ring of the joint, The pipe coating shall be primed 2 inches back from the coating cutback and two layers of tape shall be wrapped overlapping 2 inches of pipe coating on one side of the joint, extending across the joint and overlapping 2 inches of coating on the other side of the joint. Coal tar enamel coating cutback edges shall be tapered back until 1 inch of coal tar is exposed on the taper before priming and wrapping. Wraps shall be terminated on the underside of the pipe. Tape widths shall be 6 inches for pipe greater than 8 inches in diameter and 4 inches for pipe 2 to 8 inches in diameter. Welded field joints of lined pipe shall be lined in accordance with AW WA Standard, C203, section 4.3, or as specified in section 12 of this specification. 7. Repair and patchingfactory coatings —All loose or disbonded material shall be removed from the area of the "holiday." All points, burrs, or rough edges shall be smoothed to a feathered edge. The surface shall be cleaned and prepared as specified for joints, couplings, and fittings. The area to be cleaned and prepared shall be at least twice.the size of the "holiday." The repair coating shall be worked onto the surface of the steel to leave no voids or wrinkles on the surface. Coal tar enamel coatings shall be repaired in accordance with AW WA Standard C203, section 2.15. Tape coatings shall be repaired in accordance with AW WA Standard C214, Section 3.4, Coating Repair. The repair shall be made by wrapping tape around the circumference of the pipe. All damaged vinyl coat areas shall be cleaned and remated in accordance with the manufacturer's recommendation. D. Joint Design and Fabrication Robert Benson Dam : 02615- 4 Steel Pipe 11.3. Bids by corporations must be executed in the corporate name by the president or avice-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. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and Rev 10/20/07 Section 00100 Page 5 Welded joints —Welding and welded joints shall conform to the welding procedure details and requirements of AW WA Standard C206. Field welding shall be done in such a way as to avoid burning the protective coating on the pipe except in the immediate vicinity of the weld. Where welded field joints are used, they shall be single welded butt joints or lap welded slip joints, as shown on the drawings. Special closure lap joints shall be used as described in AW WA Standard C206. Bell and spigotjoints—The dimensions of bells and spigots shall be in accordance with the manufacturer's standard design dimensions and tolerances. The pipe shall be laid with the bell oriented upstream. The spigot end shall be seated in the bell to a depth as recommended by the manufacturer. The spigot, when seated, shall compress the gasket radially in its annular recess to provide a positive seal. Joints with fish -mouthed gaskets will be taken apart and reseated with a new gasket. Rubber gaskets shall meet the requirements of AW WA Standard C200. Mechanical couplings —The ends of pipe to be connected with mechanical couplings shall be machined to allow coupling the pipe sections without damaging or displacing the gaskets and to ensure uniform end separation of the pipes. Machined ends of the pipe that receive the coupling sleeves shall be free from dents, gouges, rust, or scale. The pipe and couplings shall be assembled with continuous rubber ring gaskets conforming to the dimensions and tolerances recommended by the pipe manufacturer. Coupling followers shall be drawn up evenly to ensure uniform pressure on the gaskets. Grooved and shouldered joints shall be famished and installed in accordance with AW WA Standard C606. Flanged joints -Ali steel ring flanges shall be fabricated in accordance with AW WA Standard C207. Gaskets shall be either a neoprene cloth insert 1 / 16 or 1 /8 inch thick or red rubber 1/16 inch thick. The gasket shall be full face where used between flat face flange surfaces. All flanged joints shall be made up tightly and shall not leak PART 3 EXECUTION 3.01 STEEL PIPE INSTALLATION A. Handling Steel pipe and fittings shall be handled at all times by lifting with padded cradles of canvas, leather or other suitable material so as to avoid shock or damage. Pipe shall be so handled that the coating and lining will not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the CONTRACTOR at his expense in a manner satisfactory to the ENGINEER. Pipe handling equipment is to be approved by the ENGINEER. The use of bare metal cables, chains, or hooks, etc. will not be permitted. Robert Benson Dam 02615- 5 Steel Pipe Stockpiled steel pipe shall be supported on wood blocks and/or sandbags placed under the uncoated ends of the pipe. Bags shall be of sufficient size to prevent contact of the pipe coating with the ground or any obstruction. Rolling the pipe on coated surface will not be permitted. Adequate strutting shall be provided if necessary to prevent damage to pipe lining and coating. B. Subgrade No blocking of pipe will be permitted. Before the pipe is laid, the subgrade shall be prepared by backfilling with clean uniformly graded sand so as to provide a uniform and continuous bearing and support for the pipe at every point between bell holes, except that it will be permissible to disturb or otherwise damage the subgrade surface over a maximum length of 18-inches near the middle of each length of pipe by the withdrawal of pipe slings or other lifting tackle. C. Cutting and Fitting The CONTRACTOR shall make all pipe cuts required to conform to location, line and grade. All cuts on steel pipe shall be made by the use of pipe cutters or pipe saws. All cuts shall be straight and true. 3.04 PIPE INSTALLATION - GENERAL A. Underground Interference A reasonable attempt has been made to locate and identify the underground interferences to be encountered. However, it shall be the responsibility of the CONTRACTOR to verify the locations shown on the Drawings. It shall also be the responsibility of the CONTRACTOR to locate any interference not shown on the Drawings. The CONTRACTOR shall exercise care when working in order to protect all underground interference and shall be fully responsible for any and all damage caused by his operations. B. Pipe Alignment and Grade In laying pipe, maximum tolerance is permitted to set line within +/-0.3 foot and grade within +/-0.1 foot. Fittings, valves and hydrants shall be installed at the specified locations and elevations, unless written percussion to deviate is obtained from the ENGINEER. When laying pipe in curves, the intent is to lay to the alignment. The pipe shall be kept in alignment by deflecting joints, using short lengths or bends. Any changes in alignment and grade must be authorized by the ENGINEER and shall be accomplished by the installation of additional fittings, or "breaking" of joints. C. Deviation from Alignment and Grade Occasioned by Other Structures Robert Benson Dam 02615- 6 Steel Pipe Whenever obstructions, not shown on the Drawings, interfere to such an extent that an alteration in the Drawings is required, the ENGINEER shall have the authority to determine the best method of correction. He may change the Drawings and order a deviation from line and grade, or he may instruct the OWNER to arrange with the CONTRACTOR to arrange with the owners of the structure for its removal, relocation or reconstruction, as best fits the economic and field conditions. D. Temporary Bulkhead Whenever the pipe is left unattended, temporary plugs shall be installed at all openings. Temporary plugs shall be watertight and of such design as to prevent children, animals, or debris from entering the pipe. If water accumulates in the trench, the plugs shall remain in place until the trench is dry. E. Pipeline Marker or Detection Tape Polyethylene warning tape shall be installed approximately 2 feet below the ground surface, centered over all buried waterlines END OF SECTION Robert Benson Dam 02615- 7 Steel Pipe PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 02615- 8 Steel Pipe SECTION 02710 AGGREGATE BASE COURSE PART 1 GENERAL 1.01 SECTION INCLUDES A. The worked to be performed includes the preparation of the aggregate base course foundation; the production, stockpiling, hauling, placing and compacting aggregate base course. 1.02 RELATED SECTIONS A. Section 02240 — Water Control and Dewatering B. Section 02315 — Excavation and Embankment 1.04 SUBMITTALS A. The CONTRACTOR shall cooperate with the ENGINEER in obtaining and providing samples of all specified materials. The CONTRACTOR shall submit certified laboratory test certificates for all items required in this section. PART PRODUCTS 2.01 MATERIALS A Aggregates: Aggregates for bases shall be crushed stone, crushed slag, crushed gravel or natural gravel that conforms to the quality requirements of AASHTO M 147 except that the requirements for the ratio for the minus No. 200 sieve fraction to the minus No. 40 sieve fraction shall not apply. The requirements for the Los Angeles wear test shall not apply to Class 1, 2 and 3. Aggregates for bases shall meet the grading requirements as called out in the Drawings. The liquid limit shall be as shown in the table and the plasticity index shall be <_ 6. Robert Benson 02710-1 Aggregate Base Course 2.02 B. Gradations: Sieve Designation Percentage by Weight Passing Square Mesh Sieves LL<35 LL<30 Class 1 Class 2 Class 3 Class 4 Class 5 Class 6 Class 7 4 inch --- 100 — --- --- 3 inch -- 95 - 100 --- -- — — 2 1/2 inch 100 — --- 100. --- 2 inch 95 - 100 --- — 100 — 1 1/2 inch -- -- — 90 - 100 100 -- 1 inch --- --- --- --- 95 - 100 --- 100 3/4 inch --- --- --- 50 - 90 --- 100 -- No. 4 30 - 65 — — 30 - 50 30 - 70 30 - 65 -- No. 8 — -- -- --- -- 25 - 55 20 - 85 No.200 3-15 3-15 20 max. 3-12 3-15 3-12 5-15 Note: Class 3 materials shall consist of bank or pit run material. EQUIPMENT A. General: Equipment shall be capable of legally performing the work as described in this Specification. Equipment that is inadequate to obtain the results specified shall be replaced or supplemented as required to meet the requirements of this Specification. Any equipment that is used in an improper manner may be cause for rejection of the work if in the opinion of the ENGINEER the work fails to meet the requirements of this specification. Equipment used for compaction shall be the rolling type, vibratory type, or combination of both types, and shall be of sufficient capacity to meet the compaction requirements herein. PART EXECUTION 3.01 PREPARATION OF FOUNDATION A. The foundation shall be considered to be the finished earth subgrade, subbase course, or base course, as the case may be, upon which any subbase, base or surface course is to be constructed. Preparation of foundation for construction of a subbase, base, or surface course shall consist of the work necessary to restore, correct, strengthen or prepare the Robert Benson 02710-2 Aggregate Base Course foundation to a condition suitable for applying and supporting the intended course. For aggregate base course roads and parking areas, the top six -inches of topsoil shall be stripped within the area to be aggregate surfaced. Following stripping of the topsoil, the upper 12 inches of the subgrade shall be scarified and compacted to a minimum of 95% of the Maximum Standard Proctor Density (ASTM D698). On -site material may be used as accepted by the ENGINEER, for compacted fill for the aggregate base course. Fill shall be placed within 2% of optimum moisture content and compacted to a minimum of 95% of the Maximum Standard Proctor Density (ASTM D698). Aggregate base course used as a foundation for pavements shall be placed on the subgrade within two percent of optimum moisture and compacted to a minimum of 95% of the Maximum Standard Proctor Density (ASTM D698). The top six inches of topsoil shall be stripped within the area to be aggregate surfaced. Following stripping of the topsoil, the upper 12 inches of the subgrade shall be scarified and compacted to a minimum of 95% of the Maximum Standard Proctor Density (ASTM D698). On -site material may be used, as accepted by the ENGINEER, for compacted fill for the aggregate base course. Fill shall be placed within 2% of optimum moisture content and compacted to a minimum of 95% of the Maximum Standard Proctor Density (ASTM D698). Deviations in aggregate base course under pavements of more than 1/4 inch in 10 feet, measured with a 10-foot straight edge, shall be corrected prior to pavement construction. The foundation shall be prepared and constructed such that it will have a uniform density throughout. It shall be brought to the required alignment and cross section with equipment and methods adapted for the purpose. Upon completion of the shaping and compacting operations, the foundation shall be smooth, at the required density, and at the proper elevation and contour to receive the aggregate base course. After the specified compaction has been obtained, the subgrade under the curb, gutter, sidewalk and pavement shall be proof -rolled with a heavily loaded rubber tire roller, fully loaded water truck, or other approved equipment. Those areas which produce a rut depth of over % inch or which crack the subgrade after pumping and rebounding shall be ripped, scarified, wetted or dried if necessary, and recompacted to the requirements for density and moisture at the CONTRACTOR'S expense. Where unsuitable material is encountered, the ENGINEER may require the CONTRACTOR to remove the unsuitable materials and backftll to the finished grade with approved material. The completed subgrade shall be proof -rolled again after placement of approved material. Unless otherwise provided, all holes, ruts and other depressions in the foundation shall be filled with materials similar to those existing in the foundation. High places shall be excavated and removed to the required lines, grade and section. Robert Benson 02710-3 Aggregate Base Course Base course material shall not be placed on a foundation that is soft, spongy, or one that is covered by ice or snow. Base course shall not be placed on a dry or dusty foundation where the existing condition would cause rapid dissipation of moisture from the base course material and hinder or preclude its proper compaction. Dry foundations shall have water applied and reworked and compacted as necessary. The ENGINEER shall direct the CONTRACTOR to make minor adjustments in the finish grade from that shown in the Drawings as may be necessary or desirable to maintain the characteristics of a stabilized foundation by minimizing the amount of cutting into or filling. 3.02 EARTH SUBGRADE A. When the foundation is an earth subgrade it shall be prepared by removing all vegetation, excavating and removing materials, filling depressions, scarifying, shaping, smoothing and compacting to meet the required grade, section and density. Stones over six inches in greatest dimension shall be removed. 3.03 PLACEMENT A. The aggregate base course shall be constructed to the width and section shown in the Drawings. If the required compacted depth of base coarse exceeds six inches, the base shall be constructed in two or more layers of approximate equal thickness. The maximum compacted thickness of any one layer shall not exceed six inches. Each layer shall be constructed as far in advance of the succeeding layer as the ENGINEER may direct. The work shall, in general, proceed from the point on the project nearest the point of supply of the aggregate in order that the hauling equipment may travel over the previously placed material, and the hauling equipment shall be routed as uniformly as possible over all portions of the previously constructed courses or layers of the base course. The material shall be deposited on the soil foundation, or previously placed layer in a manner to minimisegregation and to facilitate spreading to a uniform layer of the required section. In the event that blending of materials is necessary to provide required gradation and properties of the material, and is done in the roadway, the same shall be accomplished by mixing the aggregate and blending material by means of blade graders, discs, harrows or other equipment to effect a uniform distribution and gradation throughout the finished mixture. Excessive mixing and grading that will cause segregation between the coarse and fine materials is prohibited. 3.04 COMPACTION A. After a layer or course has been placed and spread to the required thickness, width and contour, it shall be compacted. If the material is too dry to readily attain the required density, it shall be uniformly moistened to the degree necessary during compaction operations for proper compaction. Robert Benson 02710-4 Aggregate Base Course B. Compaction of each layer shall continue until the required density of Section 3.01 is reached. The surface of each layer shall be maintained during compaction operations in such a manner that a uniform texture is produced and aggregates firmly keyed. All areas where proper compaction is not obtainable due to segregation of materials, excess fines, or other deficiencies in the aggregate, shall be reworked as necessary or the material removed and replaced with aggregates that will meet this specification. The surface of each layer shall be kept true and smooth at all times. 3.05 MDOING A. General: Unless otherwise specified, the CONTRACTOR shall mix the aggregate by any one of the three following methods. 1. Stationary Plant Method: Aggregate base course and water shall be mixed in an approved mixer. After mixing the aggregate shall be transported to the project site while it contains the proper moisture content and shall be placed on the roadbed by means of an approved spreader. 2. Travel Plant Method After the material for each layer has been placed through an aggregate spreader or windrow sizing device, it shall be uniformly mixed by a traveling mixing plant. 3. Road Mix Method After material for each layer has been placed, the materials shall be mixed while at an optimum moisture content by motor graders or other approved equipment until the mixture is uniform throughout. 3.06 SHOULDER CONSTRUCTION A. Shoulders shall be constructed with base course material to conform to the elevation and section shown in the Drawings. No equipment shall be used which by its design or through its manner of operation that will damage the pavement or curbs. Insofar as practicable, the base course material shall be placed directly on the shoulder area. Materials that are deposited outside the shoulder area, if not contaminated, shall be recovered and placed within the required limits. The CONTRACTOR will not be compensated for materials not recovered as determined by the ENGINEER. Materials shall not be deposited on the pavement or surfacing during placing unless specifically permitted by the ENGINEER. Robert Benson 02710-5 Aggregate Base Course The base course material as placed shall be spread and compacted to the required density in layers not exceeding six inches in compacted thickness. Any material inadvertently placed on the pavement shall be broomed from the pavement. The result shall not effect a change in the gradation of the shoulder material. END OF SECTION Robert Benson 02710-6 Aggregate Base Course 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 the Bid Form or prior to the Notice of Award. Rev 10/20/07 Section 00100 Page 6 SECTION 02770 SIDEWALK, CURB AND GUTTER, WALKS, TRAILS, DRIVEWAYS AND MISCELLANEOUS CONCRETE PARTI GENERAL 1.01 SECTION INCLUDES A. Concretework shall consist of air entrained Portland Cement concrete constructed on a prepared subgrade in accordance with these Specifications. The completed work shall conform to the thicknesses and typical cross -sections shown on the Drawings. The completed work shall conform to the lines and grades shown on the Drawings or to those established by the ENGINEER at the job site. 1.02 RELATED SECTIONS A. Section 02240 — Water Control and Dewatering B. Section 02315 — Excavation and Embankment C. Section 02320 — Trench Excavation and Backfill 1.03 SUBMITTALS A. The CONTRACTOR shall cooperate with the ENGINEER in obtaining and providing samples of all specified materials. The CONTRACTOR shall submit certified laboratory test certificates for all items required in this section, including a mix design for concrete. 1.04 PROJECT REQUIREMENTS The CONTRACTOR shall submit batch tickets for each load of concrete. Tickets shall show weight of all materials and additives used in each batch. PART2 PRODUCTS 2.01 MATERIALS A. Concrete shall conform to the following requirements: 28-Day Field Compressive Strength 3500 psi Cement/Fly Ash 600 lbs./cu. yd. Max. Water/Cement Ratio 0.53 Air Content % Range 5-8 Maximum Slump 4" Fine Aggregate (max. % of total Aggregate) 50% This material shall consist of a mixture of coarse and fine .aggregates, Portland cement, water and other materials or adm xtures as required The type of cement shall be Type I, IL or I/Il unless sulfate conditions dictate otherwise. If sulfate conditions exist, Type V cement shall be used. Robert Benson 02770-1 Miscellaneous Concrete C. to Concrete Aggregates: The grading and composition requirements for coarse and fine aggregates for concrete shall conform to the following tables. COARSE AGGREGATES FOR PORTLAND CEMENT CONCRETE Sieve Size or % Passing or Test Procedure Test Requirement 1 Inch 100 YInch 90-100 3/s Inch 20-55 No. 4 0-10 No. 8 0-5 % Wear 45, Max. Clay Lumps, Friable Particles, % 2.0, Max. Coal & Lignites, % 0.5, Max. Sodium Sulfate Soundness % 12, Max. FINE AGGREGATES FOR PORTLAND CEMENT CONCRETE Sieve Size or Percent Passing or Test Procedure Test Requirement 3/s Inch 100 No. 4 95 -100 No. 16 45-80 No. 50 10 - 30 No. 100 2 -10 No. 200 3, Max. Friable Particles, % 1.0, Max. Coal & Lignite, % 1.0, Max. Deleterious Material (AASHTO T 112)% 3, Max. Sand Equivalent (AASHTO T 176)% 80, Min. Fineness Modules 2.50 - 3.50 Sodium Sulfate Soundness, % 20.0, Max. Coarse Aggregate for Concrete: Coarse aggregates shall conform to the requirements of AASHTO M 80, except that the percentage of wear shall not exceed 45 when tested in accordance with AASHTO T96. Coarse aggregate shall conform to the grading in above table. Fine Aggregate for Concrete: Fine aggregates shall meet Colorado Department of Highways Section 703.01 requirements and gradation as shown above. Fine aggregate for concrete shall conform to the requirements of AASHTO M 6. The amount of deleterious substances removable by elutriation shall not exceed 3% by dry weight of fine Robert Benson 02770-2 Miscellaneous Concrete aggregate when tested in accordance with AASHTO T 11, unless otherwise specified. The minimum Sand Equivalent, as tested in accordance with AASHTO T 176 shall be 80, unless otherwise specified. The Fineness Modules shall not be less than 2.50 nor greater than 3.50, unless otherwise approved. E. Fly Ash and Water: Upon approval based on a satisfactory trial mix, the CONTRACTOR shall have the option of substituting approved fly ash for Portland cement, up to a maximum of 20 percent by weight. The total weight of cement and fly ash shall not be less than the specified mix design. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F. All chemical requirements of ASTM C 618 Table 1-A shall apply with the exception of footnote A. Class C fly ash will not be permitted where sulfate resistant cement is required. The CONTRACTOR shall submit certified laboratory test results for the fly ash. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of fly ash until the corrections necessary have been taken to insure that the material meets the specifications. 2. Water used in mixing or cur ng shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substance injurious to the finished product. Water will be tested in accordance with, and shall meet the suggested requirements of AASHTO T 26. Water known to be of potable quality may be used without test. Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other foreign materials. F. Concrete Curing Materials and Admixtures 1. Curing Materials: Curing Materials shall conform to the following requirements as specified: Burlap Cloth made from Jute or Kenaf: AASHTO M 182 Liquid Membrane -Forming Compounds Curing Concrete: ASTM C309 Type II, Class B. Sheet Materials for Curing Concrete: AASHTO M 171 Straw shall not be used for curing unless approved by the ENGINEER. 2. Air -Entraining Admixture: Air -entraining admixtures shall conform to the requirements of AASHTO M 154. Admixtures which have been frozen willbe rejected. No chloride containing additives sballbe permitted. Robert Benson 02770-3 Miscellaneous Concrete Chemical Admixtures: Chemical admixtures for concrete shall conform to the requirements of AASHTO M 194. Admixtures which have been frozen will be rejected. 4. Joint Fillers: The joint fillers shall be silicon or asphalt based and shall be submitted for approval as part of paragraph 1.03. PART EXECUTION 3.01 SU13GRADE PREPARATION A. The subgrade shall be excavated or filled to the required grades and lines. All soft, yielding, or otherwise unsuitable material shall be removed and replaced with suitable material with the ENGINEER's approval. Filled sections shall be compacted and compaction shall extend a minimum of six inches outside the form lines. The moisture content of the subgrade shall be brought within +/- 2% of optimum moisture content and compacted to 95% of the maximum standard Proctor density (ASTM D698) for subgrade materials classified as A-4 through A-7 or 95% of modified pmctor density for materials classified as A-1 through A-3. 3.02 CONCRETE PLACEMENT A. Concrete transported in truck mixers or truck agitators shall be delivered to the site of the work and completely discharged within a period of ninety (90) minutes after the cement comes in contact with the mixing water or with the combined aggregates containing free moisture in excess of 2% by weight. The concrete shall be placed either by an approved slip form/extrusion machine, by the formed method, or by a combination of these methods. The subgrade shall be conditioned to provide a uniformly moist surface when concrete is placed. u 4515 r A. The slip form/extrusion machine shall be so designed to place, spread, consolidate, screed, and finish the concrete in one complete pass in such a manner that a minimum of hand finishing will be necessary to provide a dense and homogenous concrete section. The machine shall shape, vibrate, and/or extrude the concrete for the full width and depth of the concrete section being placed. It shall be operated with as nearly a continuous forward movement as possible. All operations of mixing, delivery, and spreading concrete shall be so coordinated as to provide uniform progress, with stopping and starting of the machine held to a minimum. ct3 • ela I41.6R A. The vertical face of previously sawed and adjacent asphalt pavement may NOT be used.as a funning surface. The CONTRACTOR shall use forms on front and back of all curb and gutter, sidewalks and crosspans. The forms shall be of metal or other suitable material that is straight and free from warp, having sufficient strength to resist the pressure of the concrete without displacement and sufficient tightness to prevent the leakage of mortar. Flexible or Robert Benson 02770-4 Miscellaneous Concrete rigid forms of proper curvature may be used for curves having a radius of 100 feet or less. Division plates shall be metal. Where directed by the ENGINEER the CONTRACTOR shall use a thin metal back form to preserve landscaping, sprinklers, etc. Form must be straight and rigid and must be approved by the ENGINEER prior to use on project. The front and back forms shall extend for the full depth of the concrete. All of the forms shall be braced and staked so that they remain in both horizontal and vertical alignment until their removal. No wooden stakes will be allowed. They shall be cleaned and coated with an approved form -release agent before concrete is placed against them. The concrete shall be deposited into the forms without segregation and then it shall be tamped and spaded or mechanically vibrated for thorough consolidation. Low roll or mountable curbs may be formed without the use of a face form by using a straight edge and template to form the curb face. When used, face forms shall be removed as soon as possible to permit finishing. Front and back forms shall be removed without damage to the concrete after it has set. i - Should the removal of adjacent asphalt pavement be required beyond that shown in the asphalt patch detail to properly correct failed concrete . sections, the CONTRACTOR shall remove and replace said asphalt pavement to such an extent as to provide a smooth repair. The ENGINEER shall be notified prior to commencing any additional asphalt removal. 3.05 FINISHING A. The plastic concrete shall be finished smooth by means of a wood float and then it shall be given final surface texture using a light broom or burlap drag. Concrete that is adjacent to forms and formed joints shall be edged with a suitable edging tool to the dimensions shown on the Drawings. 3.06 JOINTING A. Contraction Joints: 1. Concrete Sills. a. Transverse weakened -plane contraction joints shall be constructed at right angles to the curb line at intervals not exceeding ten feet (10') for curb and gutter or five feet (5') for sidewalk. Joint depth shall average at least one-fourth of the cross-section of the concrete. b. Contraction joints may be sawed, hand -formed, or made by one eighth -inch (1/8") thick division plates in the formwork. Sawing shall be done early after the concrete has set to prevent the formation of uncontrolled cracking. The joints may be hand -formed either by (1) using a narrow or triangular jointing tool or a thin metal blade to impress a plane of weakness into the plastic concrete, or (2) inserting one eighth -inch (1/8') thick steel strips into the plastic concrete temporarily. Steel strips shall be withdrawn before final finishing of the concrete. Where division plates are used to make contraction joints, the plates shall be removed after the concrete has set and while the forms are still in place. Robert Benson 02770-5 Miscellaneous Concrete B. Expansion Joints: Expansion joints shall be constructed at right angles to the curb line or as shown on the Drawings at immovable structures and at points of curvature for short radius curves. Filler material for expansion joints shall be silicon or asphalt based and shall be submitted for approval according to Section 1.03 and shall be furnished in a single one half -inch (1/2") thick piece for the full depth and width of the joint. Expansion joints in a slip formed curb or curb -and -gutter shall be constructed with an appropriate band tool by raking or sawing through partially set concrete for the full depth and width of the section. The cut shall be only wide enough to permit a snug fit for the joint filler. After the filler is placed, open areas adjacent to the filler shall be filled with concrete and then troweled and edged. The CONTRACTOR may choose to place the filler and pour the concrete around it. Alternately, an expansion joint may be installed by removing a short section of freshly extruded curb -and -gutter immediately, installing temporary holding forms, placing the expansion joint filler, and replacing and reconsolidating the concrete that was removed. Contaminated concrete shall be discarded. Constriction joints, may be either butt or expansion -type joints. Curbs or combined curbs and gutters constructed adjacent to existing concrete shall have the same type of joints as in the existing concrete, with similar spacing; however, contraction joint spacing shall not exceed ten feet (10'). 3.07 PROTECTION A. The CONTRACTOR shall always have materials available to protect the surface of the plastic concrete against rain. These materials shall consist of waterproof paper or plastic sheeting. For slip form construction, materials such as wood planks or forms to protect the edges shall also be required. Concrete damaged by rain shall be required to be removed and replaced at the CONTRACTOR's expense. Concrete being placed in cold weather during which the temperature may be expected to drop below 350F., shall be suitably protected to keep the concrete from freezing until it is at least ten (10) days old or as directed by the ENGINEER. Concrete injured by frost action shall be required to be removed and replaced at the CONTRACTOR's expense. The CONTRACTOR will be responsible for correcting any vandalism or defacement (graffiti) that occurs on the concrete prior to final acceptance. 3.08 CURING A. Concrete shall be cured for at least seven (7) days after placement to protect against loss of moisture, rapid temperature change, and mechanical injury prior to any overlay or reconstruction work. Moist burlap, waterproof paper, white polyethylene sheeting, white liquid membrane compound, or a combination thereof may be used as the curing material. Membrane curing shall not be permitted infrost-affected areas when the concrete will be exposed to deicing chemicals within thirty (30) days after completion of the curing period. 3.09 BACKFIL LING Robert. Benson 02770-6 Miscellaneous Concrete A. The spaces in front and back of curbs and along sidewalks, trails and walks shall be refilled with suitable material to the required elevations after the concrete has set sufficiently. The fill material shall be thoroughly tamped in layers. 3.10 TOLERANCE A. Forms shall not deviate from true line by more than one forth -inch (1/4'� at any point. B. Mixed concrete shall be not less than 50°F, nor more than 80°F at the time of placing it in forms unless otherwise directed. C. If air temperature is 35OF or less at the time of placing, the ENGINEER will require water and/or aggregate heated to not less than 70°F, or more than 1501F. D. Finished joints shall not deviate more than one forth -inch (1/4") in the horizontal alignment from a straight line. E. Any localized humps and or depressions greater than one forth -inch (1/4") will require removal and replacement of the work in question. F. No ponding of water greater than three eighth inch (3/8'� shall be allowed. G. Combination curb, gutter and walls and/or vertical curb and gutter flowline depth shall not vary from adopted standards by more than one half -inch (+1/2'), measured vertically from the top of curb to the gutter invert. H. Cross slopes 1. Areas along roadways. a. Pedestrian sidewalks shall have a minimum of 2.0% and a maximum of 2.5% slope toward the roadway. b. Trails, walks and driveways shall have a minimum of 2.0% and a maximum of 2.5% slope toward Sheldon Lake; unless shown otherwise on the Drawings. Contraction and construction joints 1. Areas along roadways and in ponds. a. Joints shall be placed at the standard spacing often feet (10') in curb, gutter, sidewalks, crosspans, trickle channel, etc. A minimum spacing of five feet (5') will be allowed for repairs. J. Heave or settlement of sidewalk, relative to separate curb pour, greater than 1/2-inch shali be cause for corrective action. K. At the time of final acceptance inspection, the repair of all cracks will be completed. Robert Benson 02770-7 Miscellaneous Concrete 3.11 A. 1. Cracks that are less than one forth -inch (114") wide, exhibit no horizontal or vertical shifting, and do not meet the conditions in 2, 3, and 4 below may, at the discretion of the OWNER, be sealed by routing approximately ;/.-inch to 1-inch deep by one forth -inch (114") wide and filling with Sikaflex 1-A or equivalent. If the OWNER feels the cracks have compromised the service life of the concrete, the CONTRACTOR shall remove and replace the cracked concrete at his expense. 2. Any crack that extends through a joint shall require removal and replacement of the entire cracked area. 3. Any longitudinal cracked section of concrete will require complete removal and replacement of that section between joints. 4. Repair action for hairline cracks as determined in "l" above may be waived at the discretion of the OWNER. For the purpose of this section, a hairline crack is one that is reasonably immeasurable and without separation as determined by the ENGINEER. QUALITY CONTROL Concrete testing and testing laboratory services required shall conform to the following unless otherwise determined by the ENGINEER. Section Tvoe of Test GRADATION MOISTURE CONTENT (FINE AGGREGATE) MOISTURE CONTENT (COARSE AGGREGATE) Project Acceptance Frequency Sidewalks: 1/1000 sq yds or fraction thereof for each size aggregate of concrete placed Curbine: 1/2000 lineal feet or fraction thereof for each size aggregate of concrete placed 1 per day and as often as needed for quality control Procedures Test Project Sampling Testing CP 30 CP 30 1 per day min. where CP 30 moisture content is greater than+0.5% from SSD condition SLUMP The slump, air content and unit weight tests shall be carried out on the first truck of concrete for the daily placement and there- after in conformance with T 141 CP 31 CP 60 CP 60 T 119 Robert Benson 02770-8 Miscellaneous Concrete 3.12 the following table: AIR CONTENT 1 set of tests for every T 141 T 152 1000 sy or fraction thereof T 199 of concrete placed YIELD AND 1 test (min) for every T 141 T 121 CEMENT day of concrete placement COMPRESSIVE Sidewalks: I set (4) of T 141 T 22 cylinders per 1000 square yards T 23 or fraction thereof of concrete placed per day Curbing: I set (4) of cylinders per 2000 lineal feet or fraction thereof of concrete placed per day Point of Acceptance: Gradation - Stockpile, belt, or bin Air Content - Mixer Discharge NOTE: Where "sidewalks»are referred to in this paragraph, "sidewalks" is synonymous with "walks" "trails", "driveways" and ` paths>, Prior to backfilling and after forms are removed, honeycombed, defective or damaged areas of concrete shall be repaired. Repairs shall be made within 7 days after the forms are removed. CLEAN-UP A. The surface of the concrete shall be thoroughly cleaned upon completion of the work and prior to the substantial completion walk through, and the site left in a neat and orderly condition. END OF SECTION Robert Benson 02770-9 Miscellaneous Concrete PAGE INTENTIONALLY LEFT BLANK. Robert Benson 02770-10 Miscellaneous Concrete 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 15.0 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. Rev 10/20/07 Section 00100 Page 7 SECTION 02900 LANDSCAPE PLANTING PART GENERAL 1.01 SECTION INCLUDES Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to complete installation of the planting and guarantee as shown on the drawings and as specified herein. The work shall include, but not be limited to the following: A. Procurement of all applicable licenses, permits, and fees B. Ascertainment of utility locations prior to construction. C. Site inspection. D. Building of fences E. Planting of trees, shrubs, and turf, and seeding native areas. F. Soil Preparation and Fine Grading. G. Staking and guying of trees. H. Mulching of all trees. I. Cleanup, inspection, and approval. J. Guarantee of all plantings. K. All work of every description mentioned in the Drawings and Specifications and/or Addenda thereto. 1.02 SUBMITTALS A. Direct submittals to the ENGINEER and receive approval in writing before work commences. Samples: As noted. 1.03 ADDITIONAL WORK A. Additional work shall be paid for at contract unit prices. If unit prices are not available, the work shall be paid for on a time and material basis or for an agreed to lump sum amount. Robert Benson Dam 02900-1 Landscape Planting 1.04 SUBSTITUTIONS A. No substitutions for specified materials will be accepted in the base bid. Alternative bid proposals, which propose material substitutions, may be submitted for consideration by the ENGINEER. Alternative proposals must be fully supported by necessary documentation showing compatibility/comparability with specified materials. 1.05 PROTECTION OF EXISTING FEATURES A. Protect all existing site development including, but not limited to, existing buildings, equipment, underground utilities, walls, materials, trees, etc. Any existing site development damaged by willful or negligent acts of the CONTRACTOR or any of his employees shall be replaced or repaired at no expense to the OWNER and in a manner satisfactory to the ENGINEER before project acceptance is given. B. The above provision applies to on -site damage as well as to that which may occur to adjacent properties. C. Until the project has been accepted, erect and maintain shoring, barricades, guards, warning signs, and lights as necessary or required for the protection of the public, the work, and the workers. To the same ends, provide traffic control and institute side security measures, as needed. D. Precautions have been taken to assure accuracy and conformance of the construction documents with the design concept of the project. Nevertheless, the CONTRACTOR shall be responsible for confirming and correlating actual job site dimensions, for acquiring information that pertains solely to the fabrication process or to techniques of construction, and for coordinating the work with all other trades. E. Protection Standards During Construction: Accidental Poisoning: During the construction stage, the CONTRACTOR shall not cause, or permit the cleaning of equipment or material, or the storage or disposal or 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. 2. 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: a) 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. Robert Benson Dam 02900-2 Landscape Planting b) Each root over three (3) inches in diameter will then be cut cleanly back to the final 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! 3. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to any tree preserved on this project. 1.06 SUPERVISION AND WORKMANSHIP A. The CONTRACTOR shall appoint a competent resident superintendent. The superintendent will be on site whenever the work is in progress. The superintendent shall not be replaced without notice to the ENGINEER. Workers shall be competent in performance of work they are assigned. 1.07 INSPECTIONS AND OBSERVATIONS A. Site Inspection: General CONTRACTOR, Landscape CONTRACTOR & ENGINEER shall inspect site prior to being accepted by ENGINEER as complete and acceptable for the Landscape CONTRACTOR to proceed. 2. Beginning work of this section implies acceptance of existing conditions. B. Pre -Planting Observation of Materials: 1. ENGINEER will observe and approve plant material before planting. This observation may be either at the site, nursery or holding area, at the option of the ENGINEER. Materials planted prior to approval are subject to rejection. Observation of materials may be sequenced by major planting areas to accommodate efficient planting operations. Acceptance of plant material at the nursery or holding area does not preclude rejection at the site. All re- jected materials must be removed from the site, replaced and reinspected before planting. 2. All fertilizers, backfill, seed, mulches, and soil amendments will be reviewed at the site by the ENGINEER before they are used in planting operations. ENGINEER will check invoices to verify specified quantities have been delivered. C. Planting Observation: The ENGINEER will approve the location of all trees/shrubs before digging for those plants occurs. Robert Benson Dam 02900-3 Landscape Planting 2. Inspection of turf/turf bed and grading shall occur before sodding and/or seeding. 3. The ENGINEER will check mulch, tree staking and tree wrapping where appropriate. D. Final Walk-Tbrough: 1. The final walk-through will be performed at the completion of all planting operations under this contract. 2. At the time of the final walls -through, the Landscape CONTRACTOR shall have planting areas free of debris. Plant basins shall be in good repair. Debris and litter shall be cleaned up, and walkways, curbs, and roads shall be cleared of soil and debris. The inspection shall not occur until these conditions are met. 3. The ENGINEER will identify any deficiencies in the form of a punch list. 4. The ENGINEER will give written notice of final acceptance when work has been performed in compliance with the contract documents. 5. Correct deficiencies within the first ten days of the final walls -through Correct work in accordance with the contract documents of no cost to the OWNER. 6. Final acceptance will not be given until all deficiencies are corrected. The Landscape CONTRACTOR shall maintain site until final acceptance. 1.08 GUARANTEE AND REPLACEMENT A. Guarantee trees, shrubs, ground covers and other plant materials to root and thrive free from defects from any cause for two (2) years from date of final acceptance. B. The CONTRACTOR is not responsible for damage or death to plants from vandalism, fire, or hail, neglect by homeowner, or other similar circumstances beyond his control. C. Replace ,plants when they are no longer in a satisfactory condition as determined by the ENGINEER for the duration of the Guarantee Period. This includes plants that die back and loose the form and size originally specified, even though they have taken root and are growing after the die -back. 1. Make replacements within seven days of notification from ENGINEER. 2. Replace trees in the spring planting season only; unless approved otherwise. Remove dead plants within two days of notification. Robert Benson Dam 02900-4 Landscape Planting D. All replacements shall be of the same kind and size as originally specified and shall be installed as described in the contract documents. Repairs and replacements shall be made at no expense to the OWNER. E. Guarantee shall apply to originally specified and installed plants and other landscape materials, and any replacements made during the guarantee period. 1.09 PLANTING TIME AND COMPLETION A. Plants shall be planted only when weather and soil conditions permit and in accordance with locally accepted practices, and as approved by the ENGINEER. B. Trees shall be planted in same growing season in which they were dug. PART PRODUCTS 2.01 QUALITY A. All materials used for construction shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 HANDLING AND STORAGE A. Protect all materials used for construction from damage, deterioration, or loss of any land while in storage and construction. 2.03 SOIL AMENDMENTS/FERTILIZERS/MULCBES/EDGING A. Topsoil: 1. Imported -- For new topsoil required to make grade or for use in planting operations, use friable natural sandy loam, similar to topsoil existing on the site. (Submit sample for approval). 2. In -Situ — Soil in -place on the site, such as tree pit excavation, may be used provided it is free from roots, limbs, rocks, construction debris and other foreign material. B. Improved Planting Mix (Prepare Soil): BackEll planting pits and planters using an improved soil mix consisting of, 85% on -site or imported topsoil; and, 2. 15% composted manure C. Fertilizer: 1. Trees & Shrubs — Osmocote Sierrablen, 9 month slow -release Robert Benson Dam 02900-5 Landscape Planting 2. Turf Grasses -- 18-46-0 at 5 pounds per 1000 SF, D. Herbicide: Coordinate type of herbicide with ENGINEER. E. Mulch: Wood Mulch - 3-inch depth shredded cedar mulch or equal cedar mulch. Free from noxious weed seed and all foreign material harmful to plant life. Chips or other angular bark clips are not acceptable. (Submit sample for approval). F. Steel Edging Inter -locking 14 gauge by 4 inch painted steel. G. Composted Manure: Use cow, sheep or a combination of cow and sheep manure which has been thoroughly composted, i.e., in a generally decomposed condition and not containing excessive heat, with no foreign material and screened or ground to eliminate clumps larger than 1-inch in diameter. 2. Compost shall have the following characteristics: Percent moisture ..................... less than 20% Percent organic matter............ minimum of 20% C/N ratio.................................10/1 or less (Submit sample for approval). 2.04 WATER A. The CONTRACTOR shall provide water for planting during the construction period. 2.05 PLANT MATERIALS LIST A. A complete list of plantings and necessary landscape material is provided at the end of this section. Where there are discrepancies between the drawings and the plant list, the drawings shall govern. 2.06 TREES, SHRUBS & GROUND COVERS A. Quantities — Furnish plants in quantities required to complete the work as indicated on the Drawings. B. Quality — Use plants which are symmetrical and typical of its species; healthy, well -branched, and well-proportioned in respect to height and width; free from dis- ease, injury, insects, and weak roots; and, conforming to the requirements of the American Standard for Nursery Stock, ANSI 260.1-1990. All plants are subject to inspection. Robert Benson Dam 02900-6 Landscape Planting C. Botanic and Common Names — Nomenclature is in conformance with standard horticultural practice in the area. Plants are to be delivered to the site with tags bearing the botanic name as indicated by the plant list. D. Digging, Wrapping, and Handling Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape, and future development after planting. 2. Balled and burlapped plants shall be nursery grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the American Standard for Nursery Stock as cited above. Balls shall be firmly wrapped with non -treated burlap, secured with wire or jute. Broken balls will not be accepted. E. Plant Protection: Plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. Protect balls of balled plants which cannot be planted within twelve hours of delivery with soil or other suitable materials. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planting. 2.07 MATERIALS FOR STAKING, GUYING, AND WRAPPING TREES A. Tree Stakes: 6-foot long metal T-Posts. B. Guying and Staking Wire: Galvanized steel 12-gauge wire. C. Webbing: 2-inch nylon webbing or rubberized cloth. 2.8 GRASS SEED A. Turf sod: Matching existing. B. Native seed: Refer to Section 02920. PART EXECUTION 3.01 GENERAL A. Inspection: Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactory conditions have been corrected. B. Dimensions: All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and quantities and immediately Robert Benson Dam 02900-7 Landscape Planting 3.02 3.03 inform the ENGINEER of any discrepancy between the drawings and/or specifications and actual conditions. C. Coordination: Coordinate work with other trades to insure proper sequencing of construction. GENERAL SOIL PREPARATION A. Grades have been established under work of another Section to within I inch, plus or minus, of required finished grades. Verify that grades are within 1 inch, plus or minus, of required finished grades. Notify the ENGINEER prior to commencing soil preparation work if existing grades are not satisfactory, or assume responsibility for conditions as they exist. B. Weed and Debris Removal: All ground areas to be planted shall be cleaned of all weeds and debris prior to any soil preparation or grading work. Weeds and debris shall be disposed of off the site. C. Contaminated Soil: Do not perform any soil preparation work in areas where soil is contaminated with cement, plaster, paint or other construction debris. Bring such areas to the attention of the ENGINEER and do not proceed until the contaminated soil is removed and replaced. D. Moisture Content: Soil shall not be worked when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. E. Ripping & Scarification: Rip, scarify, or otherwise loosen all areas to a depth of 6 inches, removing all obstructions encountered in excavating, such as loose rock, con- struction debris, etc. F. Soil Conditioning: After soil preparation has been completed and high and low spots graded, add soil amendments as indicated below and rototill, making repeated passes with the cultivator to the depth specified until the amendments have been thoroughly mixed. All Sod/Seed Areas: Rototill the following into the top 6 inches of soil at the specified rates per 1,000 square feet of area: Composted manure 3 cubic yards 2. Ground Cover Areas: Rototill the following into the top 6 inches of soil at the specified rate per 1,000 square feet of area: Composted manure FINE GRADING 3 cubic yards Robert Benson Dam 02900-8 . Landscape Planting When weeding, soil preparation, and soil conditioning have been completed and soil has been thoroughly water settled, all planting areas shall be smooth -graded, ready for placement of plant materials and for sodding/seeding. A. Grades: Finish grades shall conform to site grading plans and produce a smooth even surface without abrupt changes, including the interface with the adjacent undisturbed landscape. Minor adjustments of finish grades shall be made at the direction of the ENGINEER, if required. B. Drainage: All grades shall provide for natural runoff of water without low spots or pockets. Flow -line grades shall be accurately set and shall be not less than 2% gradient wherever possible. C. Shrub Areas: Finished grades shall be 1-1/2 inches below top of adjacent pavement, headers, curbs, or wall, unless otherwise indicated on the Drawings. D. Lawn Areas: Finished grade shall be 3/4-inch below top of adjacent pavement, curbs, or headers. E. Slopes: Tops and toes of all slopes shall be rounded to produce a gradual and natural -appearing transition between relatively level areas and slopes. 3.04 SHRUB & TREE PLANTING A. Established Location: ENGINEER to approve location of trees and shrubs before any planting occurs. B. Planting Pits: Dig planting pits 2 times the size of the soil ball and the depth of the soil ball. 2. Roughen sides of the pit to remove any compacting or glazing. C. Backfill Material: Tree and shrub planting pits shall be backfilled with the specified improved planting mix.(refer to Sec. 2.03 B.) D. Planting: Excavate planting pit to depth such that the plant, when planted, will be at finish grade. 2. For B&B material, untie and remove burlap from top third of root ball on balled and burlapped material. Remove wire baskets from top and sides of root ball. Remove twine from around tree trunks. 3.. Backfill one-half of pit with backfill mixture and water in thoroughly before placing any more backfill. Do not work wet soil. Robert Benson Dam 02900-9 Landscape Planting 4. Fertilize trees and shrubs with specified fertilizer at the rate recommended by the manufacturer. 5. Backfill the rest of the planting pit with backfill mixture. Water thoroughly on day of planting. Do not work wet soil. 6. Stake or guy all trees. 7. Remove from the site excess soil resulting from tree planting and mulching operations. 3.05 MULCHING AND PRE -EMERGENT HERBICIDE APPLICATION A. Mulch all tree plantings four inches deep with recycled cedar mulch, unless otherwise indicated on the Drawings. END OF SECTION THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 02900-10 Landscape Planting OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION Rev 10/20/07 Section 00100 Page 8 SECTION 02920 GRASSES PART 1 GENERAL 1.01 SECTION INCLUDES A. This section covers soil preparation, fertilizing, mulching, installation of erosion control fabrics, watering and initial care, final inspection and approval, and the guarantee period for permanently revegetated areas. B. This section addresses work within the limits of disturbance as shown on the Drawings. However, if disturbance does occur outside of this designated area, this section will also pertain to those areas which have been disturbed. 1.02 SUBMITTALS A. Submit the seed vendor's guaranteed statements of composition of mixtures, and percentage of purity, germination and minimum weed content of each species used in mixtures. B. Submit the following manufacturer's certifications to verify that materials meet specification requirements. 1. Fertilizer analysis 2. Organic mulch tackifier/binder 3. Erosion control and revegetation material 4. Herbicide 1.03 MAINTENANCE AND ACCEPTANCE A. Initial Inspection: 1. Revegetation: The CONTRACTOR will inspect existing site conditions and note irregularities affecting work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been replaced in all disturbed areas as specified. Verify that the area to be revegetated is protected from concentrated runoff and sediment from adjacent areas. Note any previous treatments to the area such as temporary seeding or mulching and discuss how these treatments will effect permanent revegetation with the ENGINEER. Report all irregularities affecting work of this section to the ENGINEER before beginning work. Beginning work of this section implies acceptance of existing conditions. Robert Benson Dam 02920-1 Grasses B. Condition Acceptance: Upon completion of the seeding operations, the CONTRACTOR shall notify the ENGINEER to review the work. If all work is acceptable, the ENGINEER shall record that date and issue a "Conditional Acceptance" certificate. 2. Seeded areas shall receive "Final Acceptance" provided all requirements, including two (2) years maintenance have been complied with and a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. Seeded areas shall meet the required coverage for seed establishment. C. Seed Establishment Period: 1. Seed establishment period shall begin upon notice of "Conditional Acceptance" given by the ENGINEER in writing. 2. ,Areas seeded in the Spring shall be inspected for required coverage the following Fall not later than October I at. Required coverage for grass seed areas shall be ten (10) viable live seedlings of the species specified per square foot, or 50% foliage cover as measured from 5' directly over head, with no bare spots larger than one square foot. Determination of required coverage will be based on a random sampling of the entire project area, and shall consist of a minimum of five samples, each two square feet in area. Bare spots are defined as those areas larger than one square foot which do not meet the required coverage. The following Spring prior to May 15th the seeded areas shall be reinspected for the required coverage. At this time 75% foliage cover, or fifteen (15) .viable live seedlings of the species specified per square foot, as measured from 5' directly overhead shall be required. The same random sampling method will be used to determine coverage. 3. Once the maintenance periods are completed and seed establishment is accepted, the ENGINEER shall issue a "Final Acceptance of Seeding Work". D. Maintenance Period: Maintain all seeded areas for two growing seasons from the date of "Conditional Acceptance". CONTRACTOR shall perform necessary maintenance to ensure establishment per Section 1.03 C. E. Maintenance (CONTRACTOR May Choose to Perform the Following): Mowing and Weed Control: a) Mow seeded areas leaving a five to six inch stubble, three times per Robert Benson Dam 02920-2 Grasses growing season during the maintenance. period. b) Apply appropriate herbicide(s) in accordance with manufacturers suggested rate(s) to control weeds. Herbicide application must comply with all requirements of herbicide/pesticide applicators license, including suitable waminglsigning following application. 2. Disease and Insect Control: Apply fungicides and insecticides as required to control diseases and insects by a licensed applicator in accordance with state law requirements. Watering: The CONTRACTOR shall be responsible for watering of seeded areas if he deems it necessary to insure performance under this Section. Apply only the amount of water necessary to maintain seeded areas in a healthy condition until the end of the warranty period. Reduce amount of water after seed is established. Avoid standing water, surface wash, or erosion from over -watering. 4. Protection: a) Provide sufficient barriers and signage notifying the public to keep off newly seeded areas. b) Repair: Re -seed areas that have washed out or are eroded. 5. Inspection: a) The CONTRACTOR shall notify the ENGINEER prior to watering, mowing, fertilizing, and spraying operations. b) After the first six months the ENGINEER and the City Forester shall perform an intermediate inspection of the site with the CONTRACTOR to determine that maintenance is sufficient to insure a healthy condition of the seeding work at the end of the two growing seasons. 1.04 CLEANING A. Perform cleaning daily during installation of the work, and upon completion the work. Remove and haul from the site all excess materials, debris, and equipment. Repair damage resulting from seeding and maintenance operations. Clean mulch from paved surfaces. f RIMMNV j11111 A. For a period of two years after the date of "Conditional Acceptance of Seeding Work", the CONTRACTOR shall maintain and guarantee all seeded areas to be in a vigorous, healthy growing condition. The CONTRACTOR shall re -seed any areas Robert Benson Dam 02920-3 Grasses that are dead, diseased, or in the opinion of the ENGINEER in an unhealthy condition at no additional cost to the OVdNER. Reseeding operations shall be performed by the CONTRACTOR within ten days of notification from the ENGINEER. PART PRODUCTS 2.01 QUALITY A. All materials used for revegetation shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 DELIVERY, STORAGE, AND HANDLING A. Seed: All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name, the lot number, net weight, the percent of weed seed content, and the guaranteed percentage of purity and germination. All brands furnished shall be free from noxious seeds. The CONTRACTOR shall furnish to the ENGINEER a signed statement certifying that the seed furnished is from a lot that has been tested by a recognized laboratory for seed testing within six months prior to the date of delivery. Seed which has become wet, moldy, or otherwise damaged in transit or in storage will not be accepted. B. Seed shall conform to all current State and Federal regulations and will be subject to the testing provisions of the Association of Official Seed Analysis. C. The seed shall have a minimum germination of 85% and a minimum purity of 90%. Seed shall not exceed 1% weed content by weight. If seed available on the market does not meet the minimum purity and germination percentages specified, the CONTRACTOR must compensate for a lesser percentage of purity or germination by furnishing sufficient additional seed to equal the specified product. Product comparison shall be made on the basis of pure live seed in pounds. This formula used for determining the quantity of pure live seed (PLS) shall be: Pounds of Seed x (Purity x Germination) = Pounds of Pure Live Seed (PLS). 2.03 FERTILIZER A. Commercial product of uniform composition, free flowing and conforming to applicable State and Federal laws. Deliver in original, unopened containers. Submit manufacturer's guaranteed analysis. No Cyanamid compounds will be permitted in mixed fertilizers. 2.04 SEED Robert Benson Dam 02920-4 Grasses 2.05 A. Furnish in bags or containers clearly labeled to show that name and address of the supplier, the seed name, the lot number, net weight, percent of weed seed content and the guaranteed percent of purity and germination. All seed shall be free from noxious weed as defined by the OWNER. Do not use seed which has become wet, moldy or otherwise damaged in transit or storage. All seed shall be mixed by the wholesale dealer. The seed shall be mixed in proportions necessary to obtain the application rate specified. 1. Dryland Seed PLS Seeding Rate (#/acre drilled) Western wheatgrass, Barton 5.50 Bluebunch wheatgrass, Secar 2.50 Slender Wheat, Primar (Revenue) 2.00 Blue Grama, Lovington 2.00 Sheep Fescue, Covar (Bighorn) 2.00 Switchgrass, Blackwell 1.50 2. Wetland Seed PLS Seeding Rate (#/acre drilled) Nebraska Sedle (Carex nebraskensis) 1.00 Least Spikerush (Eleocharis asicularis) 1.00 Torrey Rush (Juncos torreyi) 1.00 Three Square (Scirpus americanus) 1.00 Blue Vervain (Verbena Hastata) 1.00 MULCH A. Mulch will not be required in the seeded areas that have received temporary mulch or temporary vegetation prior to November I". B. Seeded Areas: 1. Hydraulic Mulch: a) Hydraulic mulch material shall consist of at least ninety (90%) percent virgin wood cellulose fiber and be free of any substance or factor which might inhibit Prmination or growth of grass seed. The wood cellulose fibers shall have the property of becoming evenly dispersed and suspended when agitated in water. b) Hydraulic mulch shall be clean and shall not contain the seeds of noxious weeds or unspecified grasses. It shall be dyed a color to allow visual metering of its application. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter -like ground cover which readily absorbs water, and allows infiltration to the underlying soil. Robert Benson Dam 02920-5 Grasses c) Weight specifications for hydraulic mulch from suppliers and for all applications shall refer only to air dry weight of the fiber, a standard equivalent to ten (10%) percent moisture. The hydraulic mulch material shall be supplied in packages having a gross weight not in excess of one hundred (100 lbs.) pounds, and shall be marked by the manufacturer to show the air dry weight content. d) The CONTRACTOR shall obtain and submit to the ENGINEER certifications from suppliers of hydraulic mulch that laboratory and field testing of their product has been accomplished, and that it meets all of the foregoing requirements pertaining to wood cellulose fiber mulch. 2.06 WATER A. The CONTRACTOR will be required to provide all water necessary for planting and establishment of vegetation. All water used on projects under this Contract shall be free of any substances harmful to plant germination and growth, and of the environment in general. The CONTRACTOR shall be responsible for furnishing and applying water which meets these requirements. 2.07 CARE OF DELIVERED MATERIALS A. Commercially purchased wetland plants will be delivered to the construction site as close to the time of planting as possible. Upon receipt of the shipment, plants will be inspected for moisture status and condition. All plants will be watered upon arrival. Watering should be repeated every four days as needed following this date until planting. No fertilizer materials will be applied to stored plants. Plants will be stored in such a manner as to: 1. Avoid or reduce moisture stress. 2. Avoid excessive heat or cold. 3. Protect plants from wind and mechanical damage. 4. Provide a staging area for subsequent planting activities. B. All fertilizer, seed, andmulch materials will be retained in shipping bags until they are to be used. These materials will be stored in a manner to prevent them from coming in contact with precipitation of surface water. PART 3 EXECUTION Robert Benson Dam 02920-6 Grasses 3.01 :SOIL PREPARATION A. Apply a minimum of 6 inches of topsoil to all areas to be seeded. Thoroughly till all areas which are to be seeded that previously supported vehicular traffic to a depth of 12". Till all remaining areas to a depth of 6". Channel bottom areas are to be ripped to a depth of at least 2 feet on approximately 2- to 4-foot centers. Work the soil only when moisture conditions are suitable. Remove rocks and other objects 3" or greater in any dimension. B. Correct irregularities in the ground surface resulting from soil preparation operations and slope to drain. 3.02 SEEDING A. Seed all areas that have been disturbed as a result of construction operations after ENGINEER has inspected and approved the seedbed. All areas disturbed by the CONTRACTOR (i.e. staging areas, etc.) shall be seeded by the CONTRACTOR at no cost to the OWNER. B. Seeding shall occur immediately after soil preparation has been approved by ENTGINEER. C. Do not seed during windy weather or when the ground is frozen, muddy, or untillable. D. Seed at the rates specified in "PART 2 - MATERIALS". E. Seeded Areas: Seed all areas with a mechanical power -drawn drill when possible. When access is not possible, broadcast seeding may be allowable, if approved by the ENGINEER. Drill Seeding: All seed is to be drilled 0.25 inch to 0.50 inch into the soil at the specified PLS/acre rate with a mechanical, power -drawn drill or Brillion seeder. Rows shall be spaced not more than 7 inches apart. If using a range drill, the CONTRACTOR shall drill one-half of the required PLS/acre in one compass direction, and then drill the remaining half of the required PLS/acre in a direction 90 degrees to the first half. 2. Broadcast seeding will be accomplished using hand -operated 'cyclone -type" seeders or rotary broadcast equipment attached to construction or revegetation machinery. All machinery will be equipped with metering devices. Broadcasting by hand will be acceptable on small, isolated sites. When broadcast seeding, passes will be made over each site to be seeded in a manner to ensure an even distribution of seed. When using hopper type equipment, seed shall be frequently mixed within the hopper to discourage seed settling and uneven planting distribution of species. Robert Benson Dam 02920-7 Grasses Broadcast seeding will take place immediately following the completion of final seedbed preparation techniques and upon inspection and approval of the ENGINEER. Broadcast seeding should not be conducted when wind velocities would prohibit even seed distribution. The broadcast seeding rate for herbaceous species will be twice the rate of drill seeding. Woody species will be established by broadcast seeding methods only. F. Revegetation shall occur based on the following tables: PREFERRED (FALL) REVEGETATION SCHEDULE Reclamation Technique Grading/Ripping Resoiling Seedbed Material Sampling Fertilization Seedbed Preparation Seeding Wetland Pod planting Mulching (if Specified) Month Any month Sept., Oct., Nov. Sept., Oct., Nov. Sept., Oct., Nov. Sept., Oct., Nov. Apr., May, Oct., Nov., Dec. Apr., May, Oct., Nov., Dec. Sept., Oct., Nov., Dec. ALTERNATE (SPRING) REVEGETATION SCHEDULE Reclamation Technique Grading/Pipping Resoiling Seedbed Material Sampling Fertilization Seedbed Preparation Seeding Wetland Pod planting Mulching (if Specified) 3.03 MULCH APPLICATION Month Any month Feb., Mar., Apr., May Mar., Apr., May Mar., Apr., May Mar., Apr., May Mar., Apr., May Apr., May Feb., Mar., Apr., May A. Mulch will not be required in the seeded areas that have received temporary mulch or temporary vegetation prior to November 1". Mulch shall be applied immediately following seeding operations. B. Seeded areas: Hydraulic Mulch - Immediately after seeding has been completed, hydraulic mulch, if required, shall be applied as a homogeneous slurry of water, cellulose fiber mulch, and tacldfier at the rate of two thousand (2,000) pounds per acre. Mulch mixture shall be applied uniformly over all seeded areas with equipment capable of operating at one hundred (100) gallons per minute at one hundred (100) pounds per square inch. Robert Benson Dam 02920-8 Grasses 3.04 PROTECTION OF SEEDED AREAS A. Protect seeded areas from unnecessary pedestrian or vehicular traffic until well established through the use of fences, barricade and signage. Provide any additional erosion control measures which are necessary for the successful establishment of vegetation. 3.05 RESEEDING AND REPAIR A. The CONTRACTOR shall be responsible for reseeding and mulching areas which do not meet the acceptance criteria set forth in paragraph 1.03 of this Section. 3.06 MAINTENANCE A. The CONTRACTOR shall ensure successful seed growth per Section 1.03 C. CONTRACTOR may choose the following methods to achieve successful seed growth. 1. Periodic Inspections 2. Weed Control 3. Disease and Insect Control 4. Watering: a) Seeded areas may be watered if deemed necessary by the CONTRACTOR to ensure performance under his Section. 5. Protection B. Refer to maintenance requirements in Paragraph 1.03, E. END OF SECTION Robert Benson Dam 02920-9 Grasses THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 02920-10 Grasses SECTION 00300 � •cu SECTION 02921 GROUND PREPARATION FOR SEEDING PARTI GENERAL 1.01 SECTION INCLUDES A. This section covers soil preparation for areas to be reseeded. B. This section addresses work within the limits of disturbance as shown on the Drawings. However, if disturbance does occur outside of this designated area, this section will also pertain to those areas, which have been disturbed. 1.02 INITIAL INSPECTION The CONTRACTOR will inspect existing site conditions and note irregularities affecting work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been replaced in all areas as specified. Verify that the area to be revegetated is protected from concentrated runoff and sediment from adjacent areas. Note any previous treatments to the area such as temporary seeding or mulching and discuss how these treatments will effect permanent revegetation with the ENGINEER. Report all irregularities affecting work of this section to the ENGINEER before beginning work. Beginning work of this section implies acceptance of existing conditions. 1.03 CLEANING Perform cleaning daily during installation of the work, and upon completion the work. Remove and haul from the site all excess materials, debris, and equipment. Repair damage resulting from ground preparation operations. PART EXECUTION 2.01 GENERAL SOIL PREPARATION A. Inspection: Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactory conditions have been corrected. B. Grades: Grades have been established under work of another Section to within 1 inch, plus or minus, of required finished grades. Verify that grades are within 1 inch, plus or minus, of required finished grades. Notify the ENGINEER prior to commencing soil preparation work if existing grades are not satisfactory, or assume responsibility for conditions as they exist. C. Weed and Debris Removal: All ground areas to be planted shall be cleaned of all weeds and debris prior to any soil preparation or grading work. Weeds and debris shall be disposed of off the site. Robert Benson Dam 02921-1 Ground Preparation for Seeding D. Contaminated Soil: Do not perform any soil preparation work in areas where soil is contaminated with cement, plaster, paint or other construction debris. Bring such areas to the attention of the ENGINEER and do not proceed until the contaminated soil is removed and replaced. E. Moisture Content: Soil shall not be worked when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. F. Ripping & Scarification: Rip, scarify, or otherwise loosen all areas to a depth of 6 inches; removing all obstructions encountered in excavating, such as loose rock, con- struction debris, etc. Thoroughly till all areas which are to be seeded that previously supported vehicular traffic to a depth of 12". Till all remaining areas to a depth of 6". Channel bottom areas are to be ripped to a depth of at least 2 feet on approximately 2- to 4-foot centers. Work the soil only when moisture conditions are suitable. Remove rocks and other objects 3" or greater in any dimension. END OF SECTION Robert Benson Dam 02921-2 Ground Preparation for Seeding DIVISION 3 - CONCRETE SECTION 03110 SECTION 03210 SECTION 03310 SECTION 03320 SECTION 03350 SECTION 03390 SECTION 03615 STRUCTURAL CAST -IN -PLACE CONCRETE FORMS REINFORCING STEEL STRUCTURAL CONCRETE CONSTRUCTION JOINTS CONCRETE FINISHING CONCRETE CURING GROUT SECTION 03110 STRUCTURAL CAST -IN -PLACE CONCRETE FORMS PARTI GENERAL 1.01 SECTION INCLUDES The CONTRACTOR shall supply all labor, tools, equipment and materials to set forms for the proper placement of concrete for structures. It is the CONTRACTOR's responsibility to design and build adequate forms and to leave them in -place until the forms can be safely re- moved The CONTRACTOR is responsible for damage and injury caused by removing forms carelessly or before the concrete has gained sufficient strength. Means and methods of repair shall be reviewed by the ENGINEER prior to performing the work. 1.02 RELATED SECTIONS A. Section 03310 — Structural Concrete B. Section 03320 — Construction Joints C. Section 03350 - Concrete Finishing D. Section 03615 - Grout 1.03 QUALITY STANDARDS A. American Concrete Institute 1. ACI 318 - Building Code Requirements for Structural Concrete 2. ACI SP-4 - Formwork for Concrete B. American Plywood Association 1. PS 1 - US Product Standard for Construction and Industrial Plywood 2. J20 - Grades and Specifications 3. V345 - Concrete Forming 1.04 SUBMITTALS A. General Design, placement and maintenance of formwork and form systems is the responsi- bility of the CONTRACTOR. Submittals other than listed herein are not required nor will they be reviewed. B. Product Technical Data 1. Manufacturer and type of form materials Robert Benson Dam 03110-1 Structural Cast -In -Place Concrete Forms 2. Manufacturer and type of form ties 3. Manufacturer and type of void form including compressive strength 4. Manufacturer of form release agent C. Formwork Design A copy of a transmittal letter from the designing engineer to the CONTRACTOR in- dicating that the design of the formwork for the project was prepared by or under his supervision. The letter shall be stamped with the seal of the designing engineer and signed in accordance with the professional engineering registration laws where the project is located. The designing engineer's qualifications shall be attached to the transmittal letter. 1.05 QUALITY ASSURANCE Formwork, and if required shoring and reshoring, shall be designed by a Professional Engi- neer licensed to practice in the state where the project is located and having a minimum of five years' experience in the design of concrete formwork or form systems. PART2 PRODUCTS 2.01 GENERAL For the purposes of this specification exposure shall be defined as a surface, interior or exte- rior, of a structure that will be exposed to view during its use. For example, the interior wall of a buried water retaining structure is a surface exposed to view. 2.02 FORMS FOR SURFACES EXPOSED TO VIEW A. Walls 1. APA B-B Plyform Class I, Exterior, PS-1-83. The plywood shall be mill oiled and edge sealed. 2. Symons hand set steel -ply forms, or equal. 1. APA B-B Plyform Class I, Exterior, PS-1-83. The plywood shall be mill oiled and edge sealed. 2. Symons hand set steel -ply forms, or equal. C. Sides of Column Footings 2. APA B-B Plyform Class I, Exterior, PS-1-83. The plywood shall be mill oiled and edge sealed. Symons hand set steel -ply forms, or equal. Robert Benson Dam 03110-2 Structural Cast -hi -Place Concrete Forms Steel of sufficient thickness that the form will remain true to shape after nu- merous repetitive uses. D. Sides of Curved or Straight Continuous Wall Footings APA High Density Overlay Plyform Class I Exterior. 2. APA B-B Plyform Class I, Exterior, PS-1-83. For curved surfaces, plywood of sufficient thickness, free from knots and other im- perfections, which can be cut and bent and held in place accurately to the required curvature without splintering or splitting shall be used. E. Floor and Roof Slabs APA B-B Plyform Class I, Exterior, PS-1-83. The plywood shall be mill oiled and edge sealed. F. Columns Regardless of materials of construction the forms shall be such to permit bracing in two directions at half -height and full height at a minimum. Two braces at 900 are re- quired at half and full height. Steel of sufficient thickness that the form will remain true to shape after nu- merous repetitive uses. 2. Fiberglass of sufficient thickness that the form will remain true to shape. G. Column Capitals Steel, 16 gage or thicker, so that the form will remain true to shape after nu- merous repetitive uses. 2.03 FORMS FOR SURFACES NOT EXPOSED TO VIEW Wood or steel sufficiently tight to prevent mortar leakage. 2.04 ANCHORAGE IN SLABS FOR BRACES FOR WALL AND COLUMN FORMS Braces shall be anchored to deadmen of sufficient size and weight to maintain the proper wall/column alignment under all load conditions including wind. Wedge anchors of any type, inserts or concrete nails are specifically not permitted for an- chorage of wall or column braces in water retaining structures. Wedge anchors or nails may be used in other structures when in the opinion of the ENGINEER the resulting concrete fin- ish patch will be acceptable. The CONTRACTOR shall make a submittal including informa- tion about the type of wedge anchor or nail and the means of patching the surface for review and acceptance by the ENGINEER Robert Benson Dam 03110-3 Structural Cast -In -Place Concrete Forms 2.05 ANCHORAGE IN SLABS FOR UPTURNED COLUMN FOOTING FORMS Braces shall be anchored to deadmen of sufficient size and weight to maintain the proper wall/column configuration and diameter. Wedge anchors of any type, inserts or concrete nails are specifically not permitted for anchorage of column footing forms. 2.06 FORM TIES A. Water Retaining Structures and Below Grade Structures: Symons, S-Panel Ties, or equal, with water seal and one -inch break back cones on both tie ends, shall be used on all wall forms. B. Other Structures: Symons, S-Panel Ties, or equal, with one -inch break back cones on both tie ends unless otherwise called out or shown in the Drawings or approved by the ENGI- NEER, shall be used on all wall forms. C. Twisted Wire Ties: Twisted wire ties with loops to hold forms in position are not permitted. 2.07 CHAMFER STRIP Chamfer strips (3/4 inch) shall be placed in the corners of forms and at the tops of walls or up -turned footings, to produce beveled edges on permanently exposed concrete surfaces. In- terior angles of intersecting concrete surfaces and edges of construction joints shall not be beveled unless otherwise indicated in the Drawings. The chamfer strip may be made of wood or polyvinyl chloride (PVC). 2.08 STIFFBACKS Stiffbacks for wall forms shall be constructed of lumber or Glulams, uniform in width and thickness, free from knots and other surface defects. Only one joint is permitted in the board of a stiffback and joints shall be offset so as to not occur at the same point. Stiffbacks shall extend to a point not less than six inches above the top of forms. 2.09 GANG WHALER PLATES FOR THE TOP OF CURVED WALLS Gang whaler. plates shall be constructed of plywood as described below, cut to the radius of the wall curve. The gang whaler plate shall be of sufficient depth to permit notching for stiffbacks. A. APA High Density Overlay Plyform Class I Exterior. B. APA B-B Plyform Class 1, Exterior, PS-1-83. 2,10 WEDGE INSERTS When permitted by the ENGINEER at the tops of walls or columns, wedge inserts may be Robert Benson Dam 03110-4 Structural Cast -In -Place Concrete Forms used to support future formwork or catwalks. The inserts shall be Richmond Screw Anchor, or equal. 2.11 FORM RELEASE AGENT Magic Kate by Symons Corp. or equal. PART EXECUTION 3.01 GENERAL Forms shall be used, wherever necessary, to confine the concrete and shape it to the specified lines and grades as shown on the Drawings.. The CONTRACTOR shall set and maintain concrete forms so as to ensure completed work is within all applicable tolerance limits. If a type of form does not, in the opinion of the ENGINEER, consistently perform in an accept- able manner, the type of form shall be changed and the method of erection shall be modified by the CONTRACTOR, subject to the review of the ENGINEER - Forms shall have sufficient strength to withstand the pressure resulting from placement and vibration of concrete, and shall be maintained rigidly in position. The design of formwork and placing rate of concrete with medium and high -range water reducing agents shall be ad- justed to compensate for the greater hydraulic pressures exerted on the forms by concrete of high fluidity. Forms shall be clean and free from mortar and other foreign material from previous use prior to being placed. The CONTRACTOR shall demonstrate that forms are vertical, proper alignment, grade or radius when requested by the ENGINEER. 3.02 FORM SURFACE TREATMENT A. General Prior to placing reinforcing steel coat the forms with a non -staining release agent that will effectively prevent the absorption of moisture and prevent bond of the concrete to the form. Contact with hardened concrete against which fresh concrete is to be placed is prohibited. All bond breaking materials or processes shall be used only af- ter acceptance by the ENGINEER Care shall be taken in applying form oil to avoid contact with reinforcement steel. Embedded material which becomes coated with form oil shall be thoroughly cleaned or replaced at the expense of the CONTRAC- TOR. B_ For Potable Water Facilities Form release agents for potable water facilities, such as treated water storage reser- voirs or water treatment plants, shall be non -toxic 30 days after application. 3.03 TOLERANCES Tolerances are defined as allowable variations from specified alignments, grades and dimen Robert Benson Dam 03110-5 Structural Cast -In -Place Concrete Forms lions. Allowable variations from specified alignments, grades and dimensions are prescribed in the following sub -section. Descriptions of these criteria can be found in Part 2 of the ACI Manual of Concrete Practice 1995, Corrunentary of Standard Specifications for Tolerances for Concrete Construction and Materials (ACI 117-90). A. Footings.and Foundations Drilled Piers Vertical alignment <_ 2 % of the shaft length Lateral alignment :-1 /24 of shaft diameter, 3 inch maximum Level alignment to cut-off elevation: +1 inch, -3 inch 2. Continuous Wall Footings (Circular and Non -circular) Lateral alignment: <_ 2% of the footing width, 2 inches maximum Relative alignment: Variation _< 1 inch in 10 feet (variation between speci- fied plane and as built surface) Cross -sectional dimension: Horizontal dimension: Variation+2 inch, -1/2 inch Vertical dimension (thickness): Variation ± 1/2 inch Circular Wall Footing Only Variation in Radius in any 20 feet of wall length: S 1/2 inch Variation in Radius in entire wall length: _< 1 inch 3. Column footings Lateral alignment: Variation S 2 inch Level alignment: Variation from specified elevation +1 /2 inch, - 2 inch Relative alignment:. Variation S I inch in 10 feet (variation between speci- fied plane and as built surface) Cross -sectional dimension: Horizontal dimension: Variation+2 inch, -1/2 inch Vertical dimension (thickness): Variation ± 1/2 inch B. Cast -in -Place Concrete for Buildings and other Structures Robert Benson Dam 03110-6 Structural Cast -In -Place Concrete Forms Member (such as a beam, column, wall, slab, or pier) Vertical alignment: Variation from specified plumb 5 3/8 inch (full height) 1/4 inch (one form sec- tion) Lateral alignment: Maximum in any bay: Variation < 1/2 inch Maximum in any 20 feet of length: Variation 5 1/2 inch Maximum for entire wall length: Variation:5 1 inch Floor and wall opening locations: Variation 5 1/2 inch Sawcuts and joints: Variation <_ 3/4 inch Level alignment: Top elevation of slabs: Variation 5 3/4 inch Lintels, other lines exposed to view: Variation <_ 3/4 inch Cross sectional dimensions: Walls and slabs (thickness): Variation ±1/4 inch Columns and Beams: Variation+l/2 inch, -1/4 inch Size of wall and floor openings: Variation ± 1/4 inch Relative alignment: Offset between adjacent formwork: Variation ±1/4 inch Variation in Specified Grade: For any distance less than 10 feet: Variation <_ 1/4 inch For entire structure: Variation± 1/2 inch For manholes and outlet structures: Variation 5 1 inch 2. Stairways Relative alignment: Robert Benson Dam 03110-7 Structural Cast -In -Place Concrete Forms PROJECT: SECTION 00300 BID FORM Plac Date 1. In compliance with your Invitation to Bid dated _, 20_ and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is. made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: 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 Rev 10/20/07 Section 00300 Page 1 Difference in height between adjacent risers: 1/8 inch Difference in width between adjacent treads: 1/4 inch 3.04 PLUMB AND STRING LINES Plumb and string lines shall be installed on wall and column forms before, and maintained, during concrete placement. There shall be sufficient number of plumb or string lines in walls, for example at every other stiffback, properly installed to permit continuous monitoring. Dur- ing concrete placement, the CONTRACTOR shall continually monitor plumb and string line positions and immediately correct deficiencies. The plumb and string lines shall extend to a point at least six inches above the top of wall or column. 3.05 FORMWORK CAMBER M. 3.07 In order to maintain specified tolerances of joists, beams or slabs subject to dead load deflec- tion, the CONTRACTOR shall camber formwork to compensate for dead load deflection prior to hardening of the concrete. GANG WHALER PLATES FOR CIRCULAR WALLS The CONTRACTOR shall place a gang whaler plate cut to the curvature of the wall, such as a circular reservoir wall, at the top of the wall forms. The gang whaler plate shall be at- tached to the forms with a gang whaler rod at appropriately designed intervals. The gang whaler plate may be notched to permit the stiffback to extend above the top of the wall forms. The gang whaler plate shall be sufficiently stiff to maintain the required curvature. HAND SET MODULAR FORMS Hand set modular forms, such as Symons hand set steel -ply forms, shall be placed with no more than two intersecting joints occur at one level in the formwork above the bottom modu- lar form level. The following figure illustrates the required form pattern. Figure 1 Robert Benson Dam 03110-8 Structural Cast -In -Place Concrete Forms RM 3.09 3.10 3.11 The above form configuration is one way recommended by Simons Corp. to eliminate verti- cal, in plane, bending of the forming system. The CONTRACTOR may develop alternate means of maintaining vertical alignment. Alternate form system configurations require preparation by a licensed Professional Engineer in Colorado and submittal to the ENGI- NEER for review and approval. FORMWORK CLOSURE Forms which will prohibit visual review of items such as reinforcing steel, waterstops and bearing pads by the ENGINEER, shall not be placed until the ENGINEER has performed a final review of the reinforcing steel. The CONTRACTOR shall use compressed air from an air -compressor to blow-out construc- tion debris and dirt at the bottom of sections or members to be placed such as walls, slabs, beams and columns, prior to placing forms or concrete. The CONTRACTOR shall demon- strate to the ENGINEER that all debris, such as loose concrete particles, saw dust, loose tie wire, bar tags, tape, trash and dirt, have been thoroughly removed. HOT OR COLD WEATHER PLACEMENT AND STEEL FORMS Prior to placing concrete when steel forms are used, the forms shall be heated when the sur- face temperature of the form is below 400 F or cooled when the surface temperature of the form is above 90' F. If water is used to cool forms where ponding of water may occur, i.e., at the bottom of a column, the water shall be permitted to drain prior to placing concrete. REMOVAL OF FORMS The forms for any portion of a structure shall not be removed until the concrete has reach sufficient strength with a factor of safety of 2.0, to withstand applied loads such as self weight and wind loads or withstand damage when the forms are removed. For post -tensioned concrete slabs and beams, formwork shall not be removed until the entire slab or member has been stressed and stressing records accepted. RESHORES When a reshore plan is to be performed, it shall comply with Section 1.04 of this Specifica- tion. END OF SECTION Robert Benson Dam 03110-9 Structural Cast -In -Place Concrete Forms THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 03110-10 Structural Cast -In -Place Concrete Forms SECTION 03210 REINFORCING STEEL PART1 GENERAL 1.01 SECTION INCLUDES This work shall consist of furnishing and placing reinforcing steel in accordance with these Specifications and in conformity with the Drawings. 1.02 RELATED SECTIONS A. Section 03310 —Structural Concrete 1.03 QUALITY STANDARDS A. American Concrete Institute 1. ACI 318 - Building Code Requirements for Reinforced Concrete 2. ACI Detailing Manual - (SP-66) 3. ACI 117 - Standard Tolerance for Concrete Construction and Materials B. American Society for Testing and Materials 1. ASTM A 615, A 616 including supplementary requirement S 1, A 617, A 706 2. ASTM A 767, Zinc -coated (galvanized) reinforcing bars 3. ASTM A 775 Epoxy -coated reinforcing bars C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice 2. Placing Reinforcing Bars D. American Welding Society (AWS) I. AWS DIA - Structural Welding Code -Reinforcing Steel PART PRODUCTS 2.01 REINFORCING STEEL A. Deformed Bars: All bar steel reinforcement shall be of the deformed type, ASTM A 615, (AASHTO M31) and grade (40 or 60) as specified in the Drawings. Robert Benson Dam 03210-1 Reinforcing Steel B. Spirals: Spirals, hot -rolled plain or deformed bars per ASTM A 615, Grade 60 or cold drawn wire per ASTM A 82 as specified in the Drawings. Spirals for columns shall have two "spacers" with a section modulus > 0.008in3 in order to maintain the proper pitch and spacing. C. Epoxy -Coated Reinforcing Bars: Epoxy -coated reinforcing bars shall conform to ASTM A 775. When required, dam- aged epoxy coating shall be repaired with patching material conforming to ASTM A 775 in accordance with the material manufacturer's recommendations. D. Zinc -coated (Galvanized Reinforcing Bars): Zinc -coated reinforcing bars shall conform to ASTM A 767. When required, dam- aged zinc coating shall be repaired with a zinc -rich formulation conforming to ASTM A 767. 2.02 TIE WIRE 16 gauge wire ties, manufactured by American Wire Tie, Inc., or equal. When epoxy coated reinforcing steel is shown in the Drawings, PVC coated wire ties shall be used. The mini- mum PVC coating is 0.7 mils. 2.03 IDENTIFICATION Bundles of reinforcing bars and wire spirals shall be tagged, with a metal tag, showing speci- fication, grade, size, quantity and suitable identification to permit checking, sorting and plac- ing. When bar marks are used to identify reinforcing bars in the Drawings, the bar mark shall be shown on the tag. Tags shall be removed prior to concrete placement. Bundles of flat sheets and rolls of welded wire fabric shall be tagged similar to reinforcing bars. 2.04 STORAGE AND PROTECTION Reinforcing steel shall be stored off of the ground and protected from oil or other materials detrimental to the steel or bonding capability of the reinforcing bar. Epoxy -coated reinforc- ing bars shall be stored on protective cribbing. Rust, seams, surface irregularities, or mill scale, shall not be cause for rejection provided that the weight and height of deformations of a hand -wire -brushed test specimen are not less than the applicable ASTM Specification. When placed in the work, the reinforcing bars shall be free from dirt, loose mill scale, paint, oil, loose rust or other foreign substance. Robert Benson Dam 03210-2 Reinforcing Steel 2.05 BAR SUPPORTS A. General: Bar supports and spacing shall be in accordance with the CRSI Manual of Standard Practice, Chapter 3, a maximum of four feet or as required by the Drawings. B. Floor Slabs: Uncoated steel or non-metallic composite chairs shall be used unless otherwise shown in the Drawings. If required by the ENGINEER, the chair shall be stapled on a bearing pad to prevent chair displacement. The bearing pad shall be made of exte- rior grade plywood and be approximately five inches square. C. Soffits: Steel wire bar supports in concrete areas where soffits are exposed to view or are painted shall be Class 1 or Class 2, Types A or B: Class 3 is acceptable in other ar- eas. D. Water and Wastewater Vaults, Tank and Basin Walls, and Roof Slabs: Only plastic clip, non-metallic composite or 100% epoxy coated steel chair bar and bolster supports are acceptable for use in walls and roof slabs. Supports shall be se- curely stapled to formwork E. Columns: Plastic "space wheels" manufactured by Aztec (Model DO 12l40), or equal, are re- quired. F. Epoxy -Coated and Zinc -Coated Bar Supports: Epoxy -coated reinforcing bars supported from formwork shall rest on coated wire bar supports made of dielectric or other acceptable materials. Wire supports shall be fully coated with dielectric material, compatible with concrete. Reinforcing bars used as support bars shall be epoxy -coated. In walls reinforced with epoxy -coated bars, spreader bars shall be epoxy coated. Proprietary combination bar clips and spreaders used in walls with epoxy -coated reinforcing shall be made of corrosion - resistant material or coated with dielectric material. PART EXECUTION 3.01 BAR LIST Eight copies of a list of all reinforcing steel and bending diagrams shall be famished to the ENGINEER at the site of the work at least two weeks before the placing of reinforcing steel is begun. The CONTRACTOR shall be responsible for the accuracy of the lists and for fur- nishing and placing all reinforcing steel in accordance with the details shown on the Draw- ings. Robert Benson Dam 03210-3 Reinforcing Steel Bar lists and bending diagrams for structures, which are included in the Drawings, do not have to be furnished by the CONTRACTOR. When bar lists and bending diagrams are in- cluded in the Drawings, they are intended for estimating approximate quantities. The CONTRACTOR shall verify the quantity, size and shape of the bar reinforcement against those shown on the Drawings and make any necessary corrections before ordering. 3.02 FABRICATION Fabrication tolerances for straight and bent bars shall be in accordance with the requirements of Subsection 4.3, Tolerance, of the American Concrete Institute Standard 315 and the CRSI Manual of Standard Practice. 3.03 BENDING All reinforcing bars shall be bent cold. Bars partially embedded in concrete shall not be field bent except as shown on the Drawings or as permitted by the ENGINEER. Bars shall not be bent or straightened in a manner that will injure the material. 3.04 SPIRALS One and one-half finishing bends are required at the top slid bottom of the spiral. Spacers shall be provided in accordance with Chapter 5, Section 9 of the CRSI Manual of Standard Practice. Welding as an aid to fabrication and/or installation is not permitted. 3.05 PLACING AND FASTENING The placing, fastening, splicing and supporting of reinforcing steel and wire mesh or bar mat reinforcement shall be in accordance with the Drawings and the latest edition of "CRSI Rec- ommended Practice for Placing Reinforcing. Bars". In case of discrepancy between the Drawings and the CRSI publication stated above, the Drawings shall govern. Reinforcement shall be placed within the tolerances provided in ACI 117. Steel reinforcement shall be accurately placed in the positions shown on the Drawings and fimily held during the placing and setting of concrete by means of spacer strips, stays, metal chairs or other approved devices or supports. Chair and bolster supports for slabs and walls shall be spaced at a maximum of four foot centers unless otherwise shown in the Drawings. Staples used to attach bar supports to wall and roof forms shall have the staple "tails" clipped after form removal. For Columns, three wheels, spaced 120 degree apart, shall be placed every four feet of column height.. The CONTRACTOR may increase the column spiral pitch if a conflict occurs with the wheel. Pre -tied column reinforcing steel lowered into column forms shall be lowered vertically to prevent damage to the space wheels. Bars shall be securely tied at 50% of all intersections except where spacing is less than one foot in each direction, when alternate intersections shall be tied unless otherwise called out in the Drawings or in applicable specifications. Tying of steel by spot welding will not be permitted unless specifically authorized by the ENGINEER. The placing and securing of the reinforcement in any unit or section shall be accepted by the ENGINEER before any con- crete is placed in any such unit or section. Bundle bars shall be tied together at not more than 6-foot centers. Robert Benson Dam 03210-4 Reinforcing Steel 3.06 SPLICING Bar steel reinforcement shall be furnished in the full lengths indicated on the Drawings. Splicing of bars, except where shown on the Drawings, will not be permitted without the written acceptance of the ENGINEER Splices shall be staggered. In cases where permis- sion is granted to splice bars, other than those shown on the Drawings, the additional mate- rial required for the lap shall be furnished by the CONTRACTOR at his own expense. The minimum distance between staggered splices for reinforcing bars shall be the length required for a lapped splice in the bar. All splices shall be full contact splices. Splices will not be permitted at points where the section is not sufficient to provide a mim- mum distance of two inches between the splice and the nearest adjacent bar or the surface of the concrete. Welding of reinforcement shall be done only if detailed on the Drawings or if authorized by the ENGINEER in writing. Welding shall be done by a certified welder. The welding shall conform to AWS D 12.1, Recommended Practices for Welding Reinforcing Steel, Metal In- serts and Connections in Reinforced Concrete Construction, with the modifications and addi- tions specified hereinafter. Where AWS D 2.0 Specifications for Welded Highway and Railway Bridges is referenced, the reference shall be construed to be for AWS D 1.1. Where the term AWS D1.1 is used it shall mean the American Welding Society Structural Welding Code, D 1.1 as modified and amended by the AASHTO Standard Specifications for Welding of Structural Steel Highway Bridges. After completion of welding, coating damage to coated reinforcing steel bars shall be repaired. When required or permitted, a mechanical connection may be used to splice reinforcing steel bars or as substitution for dowel bars. The mechanical connection shall be capable of devel- oping a minimum of 125% of the yield strength of the reinforcing bar in both tension and compression. All parts of mechanical connections used on coated bars, including steel splice sleeves, bolts, and nuts shall be coated with the same material used for repair of coating damage. 3.07 CUTTING When coated reinforcing bars are cut in the field, the ends of the bars shall be coated with the same material used for repair of coating damage. All rebar cut in the field shall be cut with a cut-off saw, any other method must be approved by the ENGINEER. END OF SECTION Robert Benson Dam 03210-5 Reinforcing Steel TffiS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 03210-6 Reinforcing Steel SECTION 03310 STRUCTURAL CONCRETE PART1 GENERAL 1.01 SECTION INCLUDES The CONTRACTOR shall furnish all labor, tools and equipment for the construction of reinforced cast -in -place concrete for sills as shown on the Drawings and herein specified. This section includes basic finishing and curing methods, accessory control, and expansion and contraction joint devices. 1.02 CONCRETE PRODUCER QUALIFICATIONS The ready -mixed concrete supplier to the CONTRACTOR shall have the capability to produce and deliver concrete, meeting the requirements of the Drawings and Specifications. The supplier shall have a contingency plan for a back-up plant in the event of a mechanical malfunction of one of the primary plant(s). This plan shall be submitted in accordance with Section 01330. 1.03 RELATED SECTION A. Section 03110 - Structural Cast -In -Place Concrete Forms B. Section 03210 — Reinforcing Steel C. Section 03320 - Construction Joints D. Section 03350 - Concrete Finishing E. Section 03900 - Concrete Curing 1.04 QUALITY STANDARDS A. American Society for Testing Materials (ASTM) 1. ASTM C 33 - Concrete Aggregates 2. ASTM C 94 - Ready Mixed Concrete 3. ASTM C 150 - Portland Cement 4. ASTM C 260 - Air -entraining Admixtures for Concrete 5. ASTM C 494 - Chemical Admixtures for Concrete 6. ASTM C 618 - Fly Ash in Portland Cement Concrete 7. ASTM C 979 - Pigments for Colored Concrete RobertBenson Dam 03310-1 Structural Concrete 8. BID SCHEDULE (Base Bid) Project: Robert Benson Dam Improvements Date: September 2008 Bid Schadule (tom Description Unit Estimalad Unit (tom Number Quantity at (s) cost (s) 1 Modification and Reld Overhead LS 1 2 Traffic Contra? LS 1 3 Clearing and Grubbing LS 1 4 Reservoir Dewatering LS 1 5 Construction Maintenance Dewatenng LS 1 6 Constructon Surveying and Stak;ng IS 1 7 Remove Concrete Rubble and Riprap LS i 9 Landscape- Remove Vegegation and Smarr Trees LS 1 9 Remove Existing Pnndpal Outlet LS 1 10 Strip and Stockpne Topsoil from Existing Dam and Nee SnOway CY 4360 11 Unclassified Excavation CY 26000 12 M.uck Excavabom CY 1020 is Embankment (Complete in Piacei CY 450 14 iaul and Disposal of Excavated Material to Designated Stock, iie Location CY 26rc 15 Concrete Sill CY 49 16 Principal Outlet - 24inch C230 Steel Pine LF 91 17 Sand Cutoff Wall CY :3 18 Concrete Pipe Encasement LF 61 1g Principal Outlet- Corcrele Outlet Box with Sliciagate, LS 1 20 Principal OtrVet- Heack if for 24inch Steel Pipe EA 1 21 +leadvall for Cinch Toe Drain PA 1 22 birch PVC Toe Drain no. gravel pack LF St 1 22 Staff Gage LS 1 24 Survey Monument FA 2 25 Riprap Klass 12i CY 11 t0 26 Irrigation - 10- inch CQIXi PVC Irrigation Pipe LF 260 27 Irrigation - irrigation Intake Screen LS 1 28 Irrigation trhgaaon Wet Well LS 1 29 Irrigation Manhole EA 1 30 Irrigation - tsdabom Gate Valve LS 2 31 Ihisceflanaots Metals - Trash Racks LS 1 32 Landscape - Tree Removal b 12" Diameter) EA 1 33 Landscape - Ground Preparation and Seeding AC 13 34 Erasion Control Sill Fence LF S450 35 Erosion Control - Tracking Pad [A 1 36 Erosion Control - Sediment Trap+ln Channel BMP EA. 1 TOTAL COST TOTAL COST IN WORDS 9. PRICES Rev 10/20/07 Section 00300 Page 2 8. ANSI/ASTM D 994 - Preformed Expansion Joint Fillers 9. ASTM D 1751 - Preformed Non -Extruding and Resilient Expansion Joint Fillers 10. ASTM D 3575 - Test Methods for Flexible Cellular Materials made from Olefin Polymers B. American Concrete Institute (ACI) 1. ACI 211 - Standard Practice for Selecting Proportions for Concrete 2. ACI 212 - Guide for Use of Concrete Admixtures 3. ACI 221 - Guide for Use of Normal Weight Aggregates 4. ACI301 - Structural Concrete for Buildings 5. ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete 6. ACI 305 -Hot Weather Concreting 7. ACI 306 - Cold Weather Concreting 8. ACI 309 - Standard Practice for Consolidating Concrete 9. ACI 318 - Building Code Requirements for Structural Concrete 10. ACI 503 - Use of Epoxy Compounds 11. ACI 504 - Guide to Joint Sealants 1.05 SUBMITTALS A. Product Data: I . Admixtures (such as air -entraining and water -reducing admixtures) 2. Fly Ash 3. Form Release Agents 4. Ready Mixed Concrete Mix Designs 5. Form Ties 6. Bonding Agents 7. Grouts 8. Vibrator Specifications Robert Benson Dam 03310-2 Structural Concrete 9. Ready -Mixed Concrete Plant Production Contingency Plan 1.06 QUALrrYASSURANCE A. Acquire cement and aggregate from the same source for all work. B. Conform to ACI 305 for hot weather concrete placement C. Conform to ACI 306 for cold weather concrete placement D. Conform to ACI 309 for concrete consolidation 1.07 CONTRACTOR ASSISTANCE The CONTRACTOR shall assist the OWNER or his concrete testing consultant as requested during the performance of quality control testing. When concrete is placed using a concrete pumper, concrete for testing will be taken from the pumper discharge hose. 1.08 DELIVERY, STORAGE, AND HANDLING A. Ready -Mixed Concrete Delivery Ticket: The ready -mixed concrete truck driver shall provide the batch ticket to the ENGINEER at the time of concrete delivery. The ticket shall summarize the following information legibly in an easily discernible table: 1. Weight in pounds of all materials, excepting the water reducing and air - entraining agents which shall be in ounces. 2. Cubic yards batched 3. The ratio of water to cementitious (W / C) materials ratio 4. Temperature of the concrete at the time it was batched 5. Time ofbatching. 6. Free moisture in the fine and coarse aggregates in percent of weight of aggregate. 7. Gallons of water that may be added at the site without exceeding the permissible W / C ratio. B. Delivery: Delivery shall conform to the recommendations of ACI 304 as determined by the ENGINEER. Robert Benson Dam 03310-3 Structural Concrete PART PRODUCTS 2.01 CEMENT Cement shall be Portland Cement Type II, unless otherwise indicated on the Drawings. 2.02 AGGREGATE A. Fine Aggregate: Fine aggregate shall consist of hard, strong, durable particles to the provisions of ASTM C 33. B. Coarse Aggregate: Coarse aggregate shall conform to the provisions of ASTM C 33 except that all aggregate shall be crushed aggregate. Screened aggregate is unacceptable. 2,03 WATER Water shall be clean and free from injurious amounts of oils, acids, alkalis, salts, organic materials, or other substances that may be deleterious to concrete or steel. Mixing water for prestressed pretensioned and prestressed post -tensioned concrete or for concrete which will contain aluminum embedments, shall not contain deleterious amounts of chloride ion. Unless otherwise permitted of specified in the Drawings, the concrete shall be proportioned and produced to have a slump not to exceed four inches or less than two and one-half inches. Concrete not consolidated by internal vibration shall be proportioned to have a slump not to exceed five and one-half inches or less than four inches. The slump shall be determined by the "Test for Slump of Portland Cement' ASTM C 143. 2.04 ADMIXTURES Admixtures to be used in concrete shall be subject to prior acceptance by the ENGINEER. The admixture shall maintain the same composition and performance throughout the work as the product used in the concrete proportions established in accordance with ACI 211. Admixtures containing chloride ions shall not be used. A. Air Entrainment: An air -entraining agent shall be used in all concrete. The agent used shall conform to ASTM C 260. Unless otherwise shown in the Drawings, the amount of air entraining agent used in each concrete mix shall be such as will effect the entrainment of the percentage of air shown in the following tabulation in the concrete as discharged from the mixer. This table is applicable for concrete strengths less than 5000 psi. Robert Benson Dam 03310-4 Structural Concrete Table 1 Nominal max. Average air content, percent aggregate size. in. Severe exposure Moderate exposure 3/8 7 1/2 ± 1 1/2 6 ± 1 1/2 Y6±11/2 5±11/2 1 1/2 5 1/2 ± 1 1/2 4 1/2 ± 1 1/2 The level of exposure will be determined by the ENGINEER. B. Water Reducing, Set -Controlling Admixture: The CONTRACTOR shall use a "mid -range" water reducing, set controlling admixture, Polyheed 997, or equal. The water -reducing admixture shall be used in all concrete and shall conform to ASTM C 494, specifically Types A, B, C, D and E: C. Finely Divided Mineral Admixtures: Mineral admixtures shall be limited to fly ash conforming to ASTM C 618, Class C. 2.05 BATCBING Measuring and batching of materials shall be done at a batching plant. A. Portland Cement: Either sacked or bulk cement may be used. No fraction of a sack of cement shall be used in a batch of concrete unless the cement is weighed. Bulk cement shall be weighed on scales separate and distinct from the aggregate hopper or hoppers. Batching shall be such that the accuracy of hatching shall be plus or minus one percent of the required weight. B. Water: Unless water is to be weighed the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled In lieu of the volume method, the CONTRACTOR will be permitted to use a water -metering device. C. Aggregates: Aggregates shall be handled from stockpiles or other sources to the batching plant in such a manner as to secure a uniform grading of the material. Aggregates that have become segregated, or mixed with earth or foreign material, shall not be used. Batching shall be so conducted as to result in the weights of material required for each type aggregate within a tolerance of two percent. Free water contents of the coarse and fine aggregates shall be continuously tested Robert Benson Dam 03310-5 Structural Concrete and concrete mixture adjusted for moisture conditions of the aggregate in order to meet the designated water/cement ratio. D. Fine Aggregate: The proportion of fine aggregate shall be between 36 and 44 percent by volume of the totalaggregates in the concrete. 2.06 MIXING Ready -mixed concrete shall be either "central mixed" or "shrink mixed" concrete as defined in ASTM C 94. "Truck mixed" concrete as defined in ASTM C 94 shall not be permitted. Mixing time shall be measured from the time water is added to the mix, or cement contracts the aggregate. All concrete shall be homogeneous and thoroughly mixed, and there shall be no lumps or evidence of undispersed cement. Mixers and agitators, which have an accumulation .of hard concrete or mortar, shall not be used. Ready -mixed concrete shall be mixed and transported in accordance with ASTM C 94. The temperature of mixed concrete, immediately before placing shall not be less than 50°F or more than 80°F for slabs larger than 10,000 square feet and not be less than 50°F or more than 850F for walls. Aggregates and water shall be heated or cooled as necessary to produce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150°F. The time elapsing from the time water is added to the mix (or the cement comes in contact with aggregate) until the concrete is deposited in place at the site of the work shall not exceed 45 minutes when the concrete is hauled in non -agitating trucks, nor more than 90 minutes when hauled in truck mixers or truck agitators. The batch shall be so charged into the drum that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be uniform and all water shall be in the drum by the end of the first 1/4 of the specified mixing time. Cement shall be charged into the mixer by meaps that will not result in loss of cement due to the effect of wind, or in accumulation of cement on surfaces of hoppers or in other conditions which reduce or vary the required quantity of cement in the concrete mixture. 2.07 TRANSPORTING MIXED CONCRETE - MDiED CONCRETE OR TRUCK MDMRS Transporting of mixed concrete shall conform to ASTM C 94. Truck agitators shall be loaded not to exceed the manufacturer's guaranteed capacity. They shall maintain the mixed concrete in a thoroughly mixed and uniform mass during hauling. No additional mixing water shall be incorporated into the concrete during hauling or after arrival at the delivery point, unless approved. If additional water is to be incorporated into the concrete at the site, the drum shall be revolved not less than 30 revolutions at mixing speed after the water is added and before discharge is commenced. One addition of water at the site to adjust mix workability is permitted but the maximum water cement ratio shall not be exceeded. Robert Benson Dam 03310-6 Structural Concrete The CONTRACTOR shall furnish a water -measuring device in good working condition, mounted on each transit mix truck, for measuring the water added to the mix on the site. All water tanks on transit mix trucks shall be filled prior to being batched and arrive at the construction site 100% full. Each load of ready mixed concrete delivered at the job shall be accompanied by the ticket referencing design mix and showing volume of concrete, the weight of cement in pounds, percent of free water in coarse and dry aggregates, and the total weight of all ingredients in pounds. The ticket shall also show the time of day at which the materials were batched and the reading of the revolution counter at the time the truck mixer is charged. See Paragraph 1.08. 2.08 COMPRESSIVE STRENGTH Concrete compressive strength requirements consist of a minimum strength that must be obtained before various loads of stresses are applied to the concrete and, for concrete designated by strength, a minimum strength at the age of 28 days. Unless otherwise shown on the Drawings the 28-day compressive strength of structural concrete shall be a minimum of 4,000 psi. The mix shall be designed for required strengths in accordance with ACI 301. The ratio of water to the sum of concrete + pozzolan shall not exceed 0.41 by weight for durable, watertight, concrete. The amount of fly ash in the mix shall be between 15 and 20,percent by weight of the total cementitious materials. 2.09 CONCRETE VIBRATORS Concrete vibrators for consolidating concrete shall be 2 1/2 inch diameter "high cycle" vibrators with a frequency under load of 8,000 - 10,400 vibrations per minute (vpm). Concrete vibrators of lesser capacity are unacceptable for use in any part of the construction. The CONTRACTOR shall have at least one standby concrete vibrator ready for use for every two concrete vibrators in use during a concrete placement. PART EXECUTION 3.01 PRIOR TO PLACEMENT Prior to placing concrete the CONTRACTOR shall remove all debris and thoroughly dampen the surfaces that will be in contact with the concrete to be placed. The CONTRACTOR shall use compressed air from an air -compressor to blow-out construction debris and dirt at the bottom of members to be placed such as walls, beams and columns, prior to final placement of forms that will obscure any joint. The CONTRACTOR shall demonstrate to the ENGINEER that all debris, such as concrete particles, saw dust, loose tie wire, bar tags, tape, trash and dirt, have been thoroughly removed. No concrete shall be placed when form surfaces that will be in contact with the concrete, Robert Benson Dam 03310-7 Structural Concrete reinforcement, embedded items or sub -base is less than 32°F. When the mean daily outdoor temperature is less than 40°F, the temperature of the concrete shall be maintained between 50°F and 70°F for the required curing period. When necessary, arrangements for heating, covering, insulating, or housing the concrete work shall be made in advance of placement and shall be adequate to maintain the required temperature without injury due to concentration of heat. Combustion heaters shall not be used during the first 24 hours unless precautions are taken to prevent exposure, of, the concrete to exhaust gases which contain carbon dioxide. Concrete shall not be placed against forms exposed to heating by the unless the temperature of the forms is first cooled to s 90°F. 3.02 PLACEMENT Placement shall conform to ACI 301, Chapter 8 'Placing", ACI 304R; "Guide of Measuring, Mixing, Transporting and Placing Concrete," ACI 306 "Recommended Practice for Cold Weather Concreting", ACI 305 "Recommended Practice for $ot Weather Concreting" and ACI 309, "Standard Practice for Consolidation of Concrete". No concrete shall be placed until all formwork, reinforcement, installation of parts to be embedded, bracing of forms, and preparation of surfaces involved in the placing have been reviewed by the ENGINEER. No concrete shall be placed in water except with the written percussion of the ENGINEER. All surfaces. of forms and embedded materials that have become encrusted with dried mortar or grout from concrete previously placed shall be cleaned of all such mortar or grout before the surrounding or adjacent concrete is placed. Immediately before placing concrete, all surfaces upon or against which the concrete is to be placed shall be free from standing water, mud, debris or loose materials. The surfaces of absorptive materials against or upon which concrete is to be placed shall be moistened thoroughly so that moisture will not be drawn from the freshly placed concrete. The concrete shall be placed by equipment that will prevent segregation or loss of ingredients. The stream of concrete shall not be allowed to separate by permitting it to fall freely over rods, spacers or other embedded materials. No wetting of concrete surfaces during slab fmishing operations shall be permitted. Further, no concrete finishing operation shall be permitted while there is water on the surface of slabs and other flatwork. Unless otherwise called out in these Specifications or shown in the Drawings, the placement lift depth of concrete in walls shall be limited to two feet or less to minimi a surface defects such as air voids that can form on concrete surfaces. Lift depths will be limited to one foot if, in the opinion of the ENGINEER, the quality of the finish is unacceptable at the 2-foot lift depth. 3.03 CONSOLIDATION All concrete shall be thoroughly consolidated with internal vibrators as recommended in ACI 309 immediately after deposition. The concrete shall be thoroughly worked around the reinforcing steel, around embedded items and into corners of forms. Vibration shall be supplemented by spading, rodding or forking to eliminate all honeycomb and voids around embedded items. The vibrator shall be inserted vertically, allowing it to penetrate rapidly to the bottom of the lift and at least six inches into the previous lift. The vibrator shall be held at the bottom of Robert Benson Dam 03310-8 Structural Concrete lift for 5 to 15 seconds. The vibrator shall be pulled up at a rate of about three inches per second. The vibrator shall be inserted so that the fields of action overlap. The field of action is approximately eight times the vibrator's head diameter. Thus for a 2 1/2 inch diameter vibrator, the spacing of each insertion will be approximately 20 inches. Vibration shall be stopped when the concrete surface takes a sheen and large air bubbles no longer escape. Do not use a vibrator to move concrete horizontally. 3.04 OPENINGS AND INSERTS Pipe sleeves, inserts for pipe connections, anchors and forms for pipe holes must be accurately placed and securely fastened to the forms in such a manner that the placing of concrete will not alter their alignment or location. In the event that openings are inadvertently omitted or improperly placed, the ENGINEER may require the concrete to be cored at the proper location. Filling of improperly placed openings shall be done with expansive grout or dry pack or mortar applied with an accepted epoxy adhesive. The surfaces of the opening shall be roughened prior to filling. 3.05 EMBEDDED ITEMS At the time of concrete placement, embedded items should be clean and free from mud, oil and other coatings that may adversely affect bonding capacity. Aluminum embedments shall be coated with a bituminous material to prevent electrolytic action between the embedded item and reinforcing steel that results in concrete deterioration. Embedment items shall be accurately placed and securely fastened to the forms in such a manner that the placing of concrete will not alter their alignment or location. Contact between embedded items and reinforcing steel or tendon ducts is unacceptable and is not permitted. 3.06 CONSTRUCTION JOINTS The location of all construction joints will be subject to the acceptance of the ENGINEER. The surface of all construction joints shall be thoroughly cleaned and all laitance and standing water removed. Clean aggregate shall be exposed by abrasive blast cleaning. Wire brushing and air water jets may be used while concrete is fresh provided results are equal to abrasive blast cleaning. Construction joints shall be keyed at right angle to the direction of shear. Except where otherwise shown on the Drawings, keyways shall be at least 1-1/2" in depth over at least 25% of the area of the section. 3.07 EVAPORATIVE RETARDANT The use of an evaporative retardant is required to assist in proper placement of concrete. See Section 03390. When an evaporative retardant is used, it shall be applied two times: after screeding and after the first floating operation. The retardant should be applied at a rate of one gallon of sprayable solution per 200 - 400 square feet by spraying with an industrial type sprayer. If the nozzle of the sprayer becomes plugged, the CONTRACTOR shall clean, or replace, the nozzle. Under no circumstances shall the retardant be used except by spraying a Robert Benson Dam 03310-9 Structural Concrete mist with a nozzle. The retardant shall be applied in strict conformance with the manufacturer's recommendations and precautions. In no case shall the retardant be used as a finishing agent. The use of an evaporative retardant requires review and approval by the ENGINEER. END OF SECTION RobertBenson Dam . 03310-10 Structural Concrete SECTION 03320 CONSTRUCTION JOINTS PART1 GENERAL 1.01 SECTION INCLUDES The CONTRACTOR shall supply all labor, tools, equipment and material for the preparation of construction joints in concrete in accordance with these specifications and as shown in the Drawings. This includes joints such as column -footing joints, wall construction joints, col- umn capital -slab joints, grout closures around pipe -slab penetrations and footing -slab joints. 1.02 RELATED SECTIONS A. Section 03110 - Structural Cast -In -Place Concrete Forms B. Section 03210 -Reinforcing Steel C. Section 03310 - Structural Concrete D. Section 03615 - Grout 1.03 QUALITY STANDARDS A. American Concrete Institute (ACI) 1. ACI 117 - Standard Tolerance for Concrete Construction and Materials 2. ACI 301 - Specifications for Structural Concrete for Buildings 3. ACI 302 - Guide for Concrete Floor and Slab Construction 4. ACI 318 - Building Code Requirements for Structural Concrete 1.04 CONSTRUCTION REVIEW The ENGINEER shall review the preparation of all construction joints prior to concrete and grout closure placements. It is the responsibility of the CONTRACTOR to notify and pro- vide a minimum of 24 hours notice to the ENGINEER of these activities. If joint placement is performed without the ENGINEER's presence, the work will be deemed unacceptable and non -conforming to these specifications. If the ENGINEER determines that construction re- view of a particular activity is unnecessary, he will provide written direction to the CONTRACTOR to proceed with that particular activity without his construction review. PART 2 PRODUCTS (Not Applicable) PART EXECUTION 3.01 SURFACE PREPARATION Robert Benson Dam 03320-1 Construction Joints Q. How much filter material is going to be required over the toe drain pipe? I see that the detail shows it stopping a minimum one foot below surface grade, is there a maximum depth from the surface to the top of the filter material, or a minimum height of the filter material over the pipe? A. No. The filter material shall be installed per the detail 3/12 on sheet C11. The filter material height over the top of pipe will vary according to the pipe and surface grade. However, at no point shall there be less than 1-foot of filter material over the drain line. Q. Are there to be pipes Installed from the sand filter collar to the headwall? Is the sand to continue as pipe bedding from the collar to the headwall? How does any water which is collected in the sand collar get out of there? A. Please see the revised Sheet C 9 - Principal Outlet Works Plan and Profile for the design of the sand drain for the cutoff wall. The drain shall consist of ASTM C-33 sand, installed a minimum of 12 inches around both the steel and the PVC pipes. This sand drain shall connect to the gravel pack around the toe drain, which will drain all flows to the concrete headwall at the outlet of the steel pipe. Please include the material and installation costs of this sand drain in the respective Bid Schedule line items for the "Principal Outlet - 24- inch C200 Steel Pipe — Item 16," and 'Irrigation - 10-inch C900 PVC Irrigation Pipe — Item 26." Cl. Is the concrete sand cutoff wall to be installed to a width which provides one foot into undisturbed soil to an elevation of 6 ft above the tallest pipe or should it be bid as 11 ft wide square per the drawing? A. The concrete sand cut off wall should be installed to a width which provides one foot into undisturbed soil to an elevation of 6 ft above the tallest pipe. The quantity of sand listed in the Bid Schedule reflects this requirement, with the assumption that the trench extends 1-foot outside of the concrete encasement, with the sand wall extending a further 1-foot into undisturbed ground. A revised Sheet C9, showing the true length of the wall is attached. Q. At what point does the pipe bedding detail begin and end and on which pipes is this required? A. The pipe bedding detail is only applicable to the irrigation pipeline from STA 0+00 to approximately STA 1+60. Please refer to sheet C10. Q. Does the CY of rip rap include the rip rap bedding material? A. No. The bedding material and geotextile fabric shall be included in the unit cost of the riprap. The quantity of bedding and fabric may be estimated from the plan and sections of the riprap areas, and Details 3/13 and 4/13. Q. If there is variation in the earthwork quantities from the bid documents that can be documented by surveys, will this be considered as unit price payment or will this be a lump sum per the drawings the way the measurement and payment spec reads? A. The specification (Section 01270 - Item 14) and Addendum No. 1 are clear with respect to how the excavated material will be measured and paid for. The item is not listed anywhere as lump sum. The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR BY: Signature Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone Email Date Rev 10/20/07 Section 00300 Page 3 The surface of concrete construction joints shall be clean and all materials that inhibit bond, such as curing compounds, laitance, saw dust, wood, dirt, polyethylene, pipe tape coating Robert Benson Dam 03320-2 Construction Joints and paper shall be removed. Concrete shall be roughened to produce a rough, plus or minus 1/16 inch, surface texture. Concrete surfaces shall be wetted with clean potable water and standing water removed immediately before new concrete or closure grout is placed. Unless otherwise called out in the Drawings, a bonding agent shall be used prior to placing the con- crete or grout. 3.02 PIPE GROUT CLOSURE SECTIONS A. Pipe Surface Preparation Unless otherwise detailed in Drawings, all pipes penetrating concrete sections such as wall and floor slabs shall have all coatings and other materials that can inhibit bond completely removed from the portion of the pipe to be in contact with the con- crete or slab closure grout. B. Ground Surface Preparation The ground surface at joints such as pipe / slab closures shall be smooth and properly graded and compacted. All debris such as StyrofoamT , paper, polyethylene and wood shall be removed. The ground surface shall be dampened and prepared to pre- vent the inclusion of dirt, pieces of aggregate or balls of soil in the concrete or grout. 3.03 CONCRETE AND CLOSURE GROUT PLACEMENT Mixing, surface preparation in addition to that prescribed above, placement, and curing of grout at pipe closure joints shall be performed in strict accordance with Specification Section 03615 and when a proprietary grout is specified, with the grout manufacturer's directions. Special care shall be taken to insure that the grout is thoroughly and properly consolidated at waterstops, pipe weep rings, and existing concrete surfaces. An appropriate capacity vibrator shall be used when necessary or required by the manufacturer to properly consolidate the grout. END OF SECTION Robert Benson Dam 03320-3 Construction Joints No Text SECTION 03350 CONCRETE FINISHING PART GENERAL 1.01 SECTION INCLUDES The CONTRACTOR shall supply all labor, tools, equipment and materials to finish properly placed concrete for structures such as box culverts, vaults, foundations, hydraulic and water retaining structures. The means and methods of repair of improperly placed or finished concrete shall be reviewed by the ENGINEER prior to performing the work. Regardless of prior approval of the means and methods of concrete finish repair, no concrete fetish shall be repaired until the ENGINEER has reviewed the existing finish. This includes defects caused by ineffective and improper vibration such as honeycomb, excessive air voids on formed surfaces, placement "pour" lines (cold joints) and sand streaking. It also includes defects caused by excessive form deflections, form damage or form failure. Unless otherwise called out in the Drawings tie holes shall be finished as specified herein. 1.02 RELATED SECTIONS A. Section 03110 - Structural Cast -In -Place Concrete Forms B. Section 03310 - Structural Concrete C. Section 03615 - Grout 1.03 QUALITY STANDARDS A. American Concrete Institute 1. ACI 116 - Cement and Concrete Terminology 2. ACI 121 - Quality Assurance Systems for Concrete Construction 3. ACI 301 - Specifications for Structural Concrete for Buildings 4. ACI SP-15 - ACI 301 Field Reference Manual 5. ACI 304 - Placing Concrete by Pumping Methods 6. ACI 309 - Identification and Control of Consolidation -Related Surface Defects in Formed Concrete 7. ACI 311 - Guide for Inspection of Concrete Robert Benson Dam 03350-1 Concrete Finishing B. American Society for Testing and Materials 1. ASTM STP 169C - Significance of Tests and Properties of Concrete and Concrete -Making Materials 2. ASTM C 150 - Standard Specification for Portland Cement 3. ASTM C 33 - Concrete Aggregates C. US Department of Interior - Bureau of Reclamation 1. M-47 Standard Specifications for Repair of Concrete 1.04 SUBMITTALS A. General Submittals shall be made in accordance with Section 01330. B. Product Data 1. Grouts 2. Bonding agents 3. Means and methods of repairing defects unless otherwise called out herein. C. Manufacturer's safety data sheets 1.05 DELIVERY, STORAGE AND HANDLING Deliver the materials to the project site in the manufacturer's containers with all labels intact and legible at the time of use. Materials shall be stored in a secure, indoor, dry area. Maintain grouts and aggregates in a dry condition during delivery, storage, and handling. PART PRODUCTS 2.01 PREMIXED PRE -PACKAGED GROUTS A. Master Builders EMACO R320 B. Master Builders EMACO S66-CR 2.02 EPDXY BONDING AGENTS A. Master Builders Concresive Liquid (LPL) B. Master Builders Concresive Standard Liquid Robert Benson Dam 03350-2 Concrete Finishing 2.03 CEMENT ASTM C 150, Type 1 2.04 AGGREGATE ASTM C 33, 100% passing the No. 30 mesh sieve 2.05 BOND COAT MORTAR Mortar used to bond patching mortar shall be made of the same materials and of approximately the same proportions as used for the concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of 1 part cement to not more than 1 part sand by damp loose volume. 2.06 PATCHING MORTAR Patching mixture shall be made of the same materials and of approximately the same proportions as used for the concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of 1 part cement to not more than 2-1/2 parts sand by damp loose volume. White Portland Cement shall be substituted for a part of the gray Portland Cement on exposed concrete in order to produce a color matching the color of the surrounding concrete, as determined by a trial patch. The quantity of mixing water shall be no more than necessary for handling and placing. The patching mortar shall be mixed in advance and allowed to stand with frequent manipulation with a trowel, without addition of water, until it has reached the stiffest consistency that will permit placing. 2.07 WATER Only clean potable water shall be used. A calibrated measuring device is required for measuring the proper amount of water to be added to pre -packaged grouts and mortars. PART 3 EXECUTION 3.01 REPAIR OF SURFACE DEFECTS Surface defects, unless otherwise specified by the Contract Documents, shall be repaired immediately after form removal but not before review by the ENGINEER. The surface temperature of the concrete shall be 50' F and rising. The CONTRACTOR shall measure surface temperatures when requested by the ENGINEER. If necessary the CONTRACTOR shall enclose and heat the area to be repaired to bring the surface temperature of the concrete and air temperature to acceptable levels and to permit proper curing. All honeycombed and.other defective concrete shall be removed down to sound concrete. If chipping is necessary, the edges shall be perpendicular to the surface or slightly undercut. Feathered edges will not be permitted. The area to be patched and an area at least six inches wide surrounding it shall be dampened to prevent absorption of water from the patching mortar. A bonding grout shall be prepared, mixed to the consistency of thick cream, and after surface water has evaporated from the area to be patched, well brushed into the surface. Robert Benson Dam 03350-3 Concrete Finishing When the bond coat begins to lose the water sheen, the premixed patching mortar shall be applied. The mortar shall be thoroughly consolidated into place and struck off so as to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, it shall be left undisturbed for at least one hour before being finally finished. The patched area shall be kept damp for seven days. Metal tools shall not be used in finishing a patch in a formed wall that will be exposed. 3.02 TIE HOLES A. Water Retaining Structures and Below Grade Vaults with Breakback Cone Ties Fill tie holes solid as specified in Section 03615. B. Other Structures After being cleaned and thoroughly dampened, fill tie holes solid as specified in Section 03615. 3.03 PROPRIETARY MATERIALS Certain types of defects may require the use proprietary compounds for adhesion or as patching ingredients. The ENGINEER will review these defects and request means and methods for these repairs from the CONTRACTOR. In lieu of, or in addition to, the foregoing patching procedures using bond coat and patching mortars, epoxy bonding agents and premixed pre -packaged grouts may be used for repair of defective areas. Such compounds shall be used in accordance with the manufacturer's written recommendations and directions. The ENGINEER shall review and provide written acceptance of these procedures. 3.04 FINISHING OF FORMED AND UNFORMED SURFACES Finishes shall be performed as called out in the Drawings and in referenced Specifications. A. Formed Surfaces Smooth Form Finish The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical, with the number of seams kept to the practical minimum Surface textures that result from forms with raised grain, torn surfaces, worn edges, patches, dents, or other defects shall be ground smooth or otherwise repaired. a. Air Voids on Formed Surfaces Air voids on formed surfaces deeper than 1/4 inch shall be filled with patching mortar. The frequency and size of air voids shall be equal to or better than shown in Figure 1. The total void area is 1% of the surface area, or 0.36 sq. in. This 6-inch x 6-inch figure is the Robert Benson Dam 03350-4 Concrete Finishing visual standard for acceptance of the finish that does not require filling of air voids. b. Tie Holes Tie holes shall be filled as specified in section 03615. C. Form Fins Chip or rub -off form fins exceeding 1/16 inch in height. Figure 1 Robert Benson Dam 03350-5 Concrete Finishing d. Rock Pockets Poorly consolidated concrete shall be removed to sound concrete and the defect repaired. The ENGINEER shall outline the area to be repaired. 2. As -Cast Finish For as -cast concrete finish form materials shall produced a sound surface. a. Air Voids Fill air voids deeper than 114 inch. and larger than 0.50 sq. in. The total area of acceptable air voids is 0.72 sq. in. in a 6 inch by 6-inch square. b. Tie Holes Tie holes shall be filled as specified in section 03615. C. Form Fins Chip or rub -off form fins exceeding 1/8 inch in height. 3. Rubbed Finish Immediately after removing the forms, form ties shall be broken back a minimum of 3/4 inch from the surface, honeycomb, voids and other surface defects grouted. The surfaces shall then be thoroughly dampened and rubbed with a No. 16 carborundum stone or equal abrasive to create a uniform surface paste. The rubbing shall be continued to remove all form marks and surface irregularities producing a smooth, dense surface. After setting, the surface shall then be rubbed with a No. 30 carborundum stone until the surface is smooth in texture and uniform in color. Unless otherwise shown in the Drawings only exposed surfaces shall have a rubbed finish. 4. Grout Finish Prepare surface as described in Rubbed Finishes above. Mix one part Portland cement and one-half parts fine sand with sufficient water to produce a grout with the consistency of thick paint. Wet surface of concrete to prevent absorption of water from grout and apply grout uniformly with brushes. Immediately after applying grout mix, scrub the surface with a cork float or stone to coat surface and fill remaining air voids and other remaining surface defects. Remove excess grout by working the surface with rubber float. After the surface whitens from drying, rub with clean burlap. Cure surface for a period of 72 hours Robert Benson Dam 03350-6 Concrete Finishing B. unformed Surface Unless otherwise shown in the Drawings unformed surfaces shall be finished as follows. Slabs Screed with straightedge to remove low and high spots bringing the surface to the required finish elevation of slope and float with a steel float at least 3 feet in width. When the concrete has reached its initial set, finish with a steel (power) trowel. Leave finish essentially free of trowel marks, uniform in texture and appearance and plane to the correct tolerance. Dusting the surface with dry cement, sand or sprinkling with water is prohibited. Finishes that are exposed and subject to foot traffic shall receive a broom finish with a texture of± 1/16 inch. 2. Tops of Walls with Bearings Strike smooth tops of walls and similar unformed surfaces that will have bearings or bearing pads, and finish with a steel trowel. 3. Tops of Exposed Footings in Reservoirs Strike smooth tops of footings and finish with a light broom providing a texture of± 1/16 inch. 4. Stairways and Sidewalks Strike smooth tops of stairs and sidewalks and finish with a light broom providing a texture of± 1/16 inch. 5. Slabs with Waterproofing Membranes Strike smooth and float finish. 6. Construction Joint Surfaces Surface shall be broom or raked finished. Surface shall be water or grit blasted prior to placing additional concrete, such as columns on column footings and column footings on reservoir slabs. END OF SECTION Robert Benson Dam 03350-7 Concrete Finishing SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 Rev 10/20/07 Section 00410 Page 1 THIS PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 03350-8 Concrete Finishing SECTION 03390 CONCRETE CURING PART1 GENERAL 1.01 WORK INCLUDED The CONTRACTOR shall famish all labor, tools and equipment for curing plain and reinforced cast -in -place concrete. 1.02 RELATED WORK A. Section 03310 — Structural Concrete B. Section 03320 — Construction Joints C. Section 03350 — Concrete Finishing 1.03 QUALITY STANDARDS A. American Concrete Institute (ACI) 1. ACI 305 - Hot Weather Concreting 2. ACI 306 - Cold Weather Concreting 3. ACI 308 - Standard Practice for Curing Concrete B. American Society for Testing Materials (ASTM) 1. ASTM C 171 — Sheet Materials for Curing Concrete 2. ASTM C 309 — Liquid Membrane -Forming Compounds for Curing Concrete 3. ASTM D 2103 — Polyethylene Film and Sheeting 1.04 SUBMITTALS Provide data on curing compounds sheet materials and methods of securing sheet materials in place. 1.05 QUALITY CONTROL Perform the work in accordance with this Specification and in accordance with applicable ACI standards. When a conflict occurs between this Specification and ACI occurs, the ACI standard shall control. The CONTRACTOR shall have a copy of the current applicable ACI standards on site. All materials shall be used in accordance with the manufacturer's printed instructions, a copy of which shall be on site. 1.06 DELIVERY, STORAGE AND HANDLING Robert Benson Dam 03390-1 Concrete Curing Deliver, store and handle products under the provisions of Section 01650. Deliver curing materials in manufacturer's original packaging including applicable instructions and manufacturer's safety data sheets (MSDS). PART2 PRODUCTS 2.01 SHEET MATERIALS FOR CURING CONCRETE White burlap -polyethylene sheeting weighing not less than 10 oz/linear yard, 40 inches wide, impregnated on one side with white opaque polyethylene 0.004 inches thick as specified in ASTM C 171 shall be used when called out in the Drawings or in other applicable specifications. The polyethylene shall be securely bonded to the burlap so that there will be no separation. 2.02 LIQUID MEMBRANE -FORMING COMPOUNDS FOR CURING CONCRETE Liquid membrane -forming compounds for curing concrete shall and conform to ASTM C 309, Type 1-D with a red or white fugitive dye. Use a white dye unless otherwise directed by the ENGINEER. 2.03 POLYETHYLENE FILM Polyethylene film shall conform to ASTM D 2103. The film shall have a thickness of 6 mils and be a white opaque color. 2.04 LIQUID MEMBRANE FORMING COMPOUND AND EVAPORATIVE RETARDANT APPLICATORS/SPRAYERS Membrane curing and evaporative retardant compounds shall be applied with a sprayer manufactured by Allen Engineering, Inc., or equal, capable of maintaining a constant pressure. (A11eu.Engineering, Inc., P.O. Box 819, Paragould, Arizona 74450, telephone (800) 643-0095.) Unless otherwise accepted in writing by the ENGINEER, spraying membrane curing compounds or evaporative retardants by other methods, such as hand pressurized sprayers, is unacceptable. 2.05 EVAPORATIVE RETARDANT Confilm manufactured by Master Builders, Inc. or approved equal. 2.06 WATER Water shall only be used when prior approval is granted by the ENGINEER. Only water that has been determined to be non -detrimental to concrete shall be used. Robert Benson Dam 03390-2 Concrete Curing PART EXECUTION 3.01 GENERAL Beginning immediately after placement, concrete shall be protected from premature drying, excessively hot or cold temperatures, and mechanical injury, and shall be maintained with minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of the concrete in accordance with ACI 308, "Standard Practice for Curing Concrete". The materials and method of curing shall be subject to review and acceptance by the ENGINEER. Specific curing requirements may be called out on the Drawings or other Technical Specifications. Curing shall be continued for at least seven days: Alternatively, if tests are made of cylinders kept adjacent to the structure and cured by the same methods, moisture retention measures may be terminated when the average compressive strength has reached 70% of the specified concrete strength. When a spray applied membrane -curing compound is used, it shall be applied in two coats with the second coat applied at right angles to the first coat. 3.02 EVAPORATIVE RETARDANT An evaporative retardant shall be used during concrete placement for water retaining structure floor and roof slabs and other slabs larger than 2,500 square feet in size. The retardant shall be sprayed using a power sprayer at a rate of 10 gallons per 2,000 square feet after screeding and repeated after the first floating operation. The evaporative retardant shall not be applied during the final steel troweling operations or after the water sheen has disappeared from the concrete surface. 3.03 SLABS For concrete surfaces not in contact with forms, a procedure determined by the ENGINEER shall be applied immediately after completion of placement and finishing. 3.04 WALLS AND COLUMNS Moisture loss from surfaces placed against wooden or metal fortes exposed to heating by the sun shall be minimi ed by keeping the forms wet until they can be safely removed. After form removal, the concrete shall be cured until the end of the curing time by one of the previously described curing methods. Concrete shall not be placed against fortes that have been exposed to air below freezing temperatures until the forms have been heated so that the surface temperature of the form is >_ 40' F. The top of walls and columns not covered by forms shall be cured using a membrane -curing compound conforming to ASTM C 309 immediately after placement 3.05 OTHER SURFACES Unless otherwise shown in the Drawings all other surfaces shall be cured using two applications of a membrane -curing compound conforming to ASTM C 309. The second application shall be applied at 90' to the first application. 3.06 COLD WEATHER Robert Benson Dam 03390-3 Concrete Curing Curing during cold weather conditions shall include the above methods except for water cure unless measures are taken to prevent freezing of the water. • SL . Ib_e If the rate of evaporation approaches U lb/ft2/hr, as estimated by,ACI 305, precautions against plastic shrinkage cracking are required. The CONTRACTOR shall have a recording thermometer, hygrometer and wind gage on site seven days prior. to first concrete placement. When necessary, provision for windbreaks, shading, fog spraying, sprinkling, ponding, or wet covering with a light colored material shall be made in advance of placement, and such protective measures shall be taken as quickly as concrete hardening and finishing operations will allow. Precautions against plastic shrinkage cracks may be required in conditions other than what is normally considered hot weather conditions. 3.08 RATE OF TEMPERATURE CHANGE Changes in temperature of the air immediately adjacent to the concrete during and immediately following the curing period shall be kept as uniform as possible and shall not exceed 5 ° F in any one hour or 50' F in any 24-hour period. 3.09 PROTECTION FROM MECHANICAL INJURY During the curing period, the concrete shall be protected from damaging .mechanical disturbances, such as load stresses, heavy shock, and'excessive vibration. All finished concrete surfaces shall be protected from damage by construction equipment, materials, or methods, by application of curing procedures, and by rain or running water. Self-supporting structures shall not be loaded in such a way as to overstress the concrete. END OF SECTION Robert Benson Dam 03390-4 Concrete Curing SECTION 03615 GROUT PART1 GENERAL 1.01 SECTION INCLUDES The Contractor shall furnish all labor, tools and equipment for the placement of grout in tie holes and other locations as shown on the Drawings and specified herein. This section includes basic mixing, application, and curing methods for grout. Contractor shall have a printed set of manufacturer's recommendations for product use on site for review during preparation, mixing and application of gouts. 1.02 RELATED SECTIONS A. Section 03110 - Structural Cast -In -Place Concrete Forms B. Section 03310 - Structural Concrete C. Section 03320 - Construction Joints D. Section 03350 - Concrete Finishing E. Section 03900 - Concrete Curing 1.03 QUALITY STANDARDS A. ASTM C 78 - Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading B. ASTM C 109 Test Method for Compressive Strength of Hydraulic Cement Mortars - Modified C. ASTM C 469 - Test Method for Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression D. ASTM C 666 - Test Method for Resistance of Concrete to Rapid Freezing and Thawing E. ASTM C 882 - Test Method for Bond Strength of Epoxy Resin Systems used with Concrete - Modified F. ASTM C 1012 - Test Method for Length Change of Hydraulic Cement Mortars Ex- posed to Sulfate Solution - Modified G. ASTM C 1202 - Electrical Indication of Resistance to Chloride Ion Penetration Robert Benson Dam 03615-1 Grout 1.04 SUBMITTALS A. Grout B. Bonding Agent C. Curing Compound 1.05 QUALITY ASSURANCE A. Field Tests When the Owner is to perform grout testing, the Contractor shall assist the Owner or his concrete testing consultant as requested during the perform- ance of quality control testing. 2. When prescribed in the Drawings or by these Specifications, length change test specimens will betaken during construction from the first placement of each type of mortar, and at intervals thereafter as selected by the Engineer to insure continued compliance with these specifications. Unless otherwise specified on the Drawings or Specifications the testing will be performed by the Owner or testing representative. 3. When required length change tests and fabrication of specimens for cement based mortar will be performed as specified in ASTM C 1012 at intervals during construction as selected by the Engineer. A set of three specimens will be made for testing at 7 and 28 days. 4. All mortar, already placed, that fails to meet the requirements of this Speci- fication, is subject to removal and replacement at the cost of the Contractor. 5. Unless otherwise specified in the Drawings or Specifications, the cost of all laboratory tests on grout will be borne by the Owner, but the Contractor shall assist the Engineer in obtaining specimens for testing. However, the Con- tractor shall be charged for the cost of any additional tests and investigation on work performed which does not meet the Specifications. B. Construction Tolerances Construction tolerances shall be as specified in the Section 03110 except as modified herein and elsewhere in the Contract Documents. 1.06 ACCEPTABLE MANUFACTURERS/PRODUCTS Master Builders Technologies EMACO R320 - Polymer -Modified Vertical/Overhead Patching Mortar MB 429, Masterkure CR, Masterkure 200W or Masterkure 100W - curing com- pounds Robert Benson Dam 03615-2 Grout 1.07 DELIVERY, STORAGE AND HANDLING Cement based mortar shall be delivered and stored in manufacturer's packaging until it is ready to be mixed and placed. Mortar bags shall be stored off the ground and protected from water and all other substances that will penetrate packaging. PART2 PRODUCTS 2.01 MORTAR FOR TIE HOLES EMACO R320 or approved equal. 2.02 BONDING ADHESIVES Concresive Liquid LPL, Concresive Standard Liquid or approved equal. 2.03 WATER Only clean potable water shall be used. A calibrated measuring device is required for meas- uring the proper amount of water to be added to grouts and mortars. 2.04 CURING COMPOUND MB 429, Masterkure 100W, Masterkure 200Wor approved equal. 2.05 (EXPOSED) REINFORCING STEEL COATING EMACO P22 or approved equal. PART EXECUTION 3.01 GENERAL These grouts contain admixtures that increase grout strength and workability. The strength and performance of the grout is dependent on proper surface preparation, grout mixing and curing. The Contractor shall be required to use a calibrated measuring device to add clean potable water to the grout mix. Water added to a grout mix without a calibrated device is cause for grout rejection, removal and re -placement. Curing is critical to prevent shrinkage cracks that can develop with grouts containing some admixtures. Curing shall begin immediately after placement. All mixing, surface preparation, handling, placing, consolidation, and other means of execu- tion for pre -packaged mortars shall be done according to the instructions and recommenda- tions of the manufacturer and this Specification. In the event that a conflict occurs between this Specification and manufacturer's instructions, the manufacturer's instructions shall pre- vail in all cases. RobertBenson Dam 03615-3 Grout 3.02 GROUT FOR TIE HOLES A. Preparation: Thoroughly clean the roughened surface and any exposed reinforcement of rust, dirt, loose chips, and dust. Maintain substrate in a saturated, surface -dry condition. Where applicable, exposed reinforcing steel shall be coated with EMACO P22 rein- forcing steel bar protection coating prior to patching. B. Mixing: Comply with mortar manufacturer's recommendations for water quantity. Mechani- cally mix with a slow speed drill (400 to 600 RPM) and Jiffler-type paddle. Pour approximately 90% of the mix water into the mixing container, then add the bagged material while continuing to mix. Add remaining water as needed. Mix time shall not exceed 5 minutes. C. Application: Apply bonding adhesive such as Concresive Liquid LPL or Concresive Standard Liquid. Place and finish with trowel or screed. In hot, windy, or dry conditions, where rapid surface evaporation may occur, use Confilm Evaporation Reducer. D. Curing: Apply Masterkure 200 W curing compound in accordance with label instructions. END OF SECTION Robert Benson Dam 03615-4 Grout DIVISION 5 - METALS SECTION 05500 METAL FABRICATIONS Robert Denson Dam BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned _ as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 6116 Robert Benson Reservoir Dam Improvements. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid. and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. Rev 10/20/07 Section 00410 Page 2 SECTION 05500 METAL FABRICATIONS PART GENERAL 1.01 DESCRIPTION A. This section covers items fabricated from metal shapes, plates, sheets, pipe, or cast metal. 1.02 QUALITY ASSURANCE A. All materials and Work to conform with applicable provisions of AISC "Steel Construction Manual', AISC "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings" and AISC "Specifications for Structural Joints Using ASTM A325 or A490 Bolts". B. Welding procedures, welders and welding operators shall be qualified and certified in accordance with AWS, maintain welders certification on file at site. C. Grating and grating treads: Comply with the recommendations in "Metal Bar Grating Manual' of National Association of Architectural Metal Manufacturers. 1.03 SUBMITTALS A. Submit Shop Drawings in accordance with Section 01340. 1. Include the following additional items: a. Shop coating manufacturer with film thickness. b. Include proper identification of all welds. C. Complete information regarding locations, type, size, and length of field welds in accordance with "Standard Welding Symbol', A2.4 of the American Welding Society. B. Before shipment submit inspection and test reports on welding and high -strength bolted connections. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery. 1. Deliver embedded items in time to permit installation prior to placing concrete and masonry. 2. Wrap aluminum railings prior to shipment. 3. Prepare all items to avoid damage in transit. B. Handling. 1. Protect against bending. 2. Protect shop coating. Robert Benson Dam 05500 - 1 Metal Fabrications 3. Use suitable equipment. C. Storage. 1. Place on blocks above ground or water. 2. Support to prevent bending. 3. Prevent collection of water in items. PART2 PRODUCTS 2.01 GENERAL A. Bolts, Anchor Bolts and Expansion Anchors to be suitable for the service conditions. 1. Use hot -dip galvanized or corrosion resistant fasteners where buried, immersed, in saturated air and in splash zones. 2. Use stainless steel fasteners where noted on Drawings and where specified with items to be fastened. 3. Use unfinished bolts in all other locations. 4. Use self-locking nuts or lock washers on all bolts. S. Use stainless steel bolts on aluminum fabrications and all expansion anchors. 2.02 STEEL A. Plates, shapes and bars. 1. Steel, ASTM A36, except as otherwise indicated. 2. Stainless, ASTM Al65, 18-8. 3. Galvanize after fabrication all frames to be set in concrete for gratings and checked plates. B. Pipe; ASTM A53. C. Structural tubing: ASTM A500 or A501, hot -formed structural quality carbon steel, welded or seamless. D. Bolts and nuts. 1. High Strength: ASTM A325, Type I or 2. 2. Unfinished: ASTM A307. 3. Stainless Steel: IFI-104, Grade 303 or 305. 4. Galvanized: ASTM A307, bolts with oversized nuts, bot-dip ASTM A153 or A385. 5. Corrosion resistant: high strength, low alloy steel, ASTM A 325, Type 3. (Cor- Ten, Usalloy, or equal) 6. Self-locking nuts: IFI-100, Grade A, torque type. 7. Flat Washers: ANSI B27.2, same material as nuts. 8. Lock Washers: ANSI B27;1, spring type. 9. Beveled Washers: AISC, Tabled. 2.03 CAST IRON Robert Benson Dam 05500 - 2 Metal Fabrications A. Material: ASTM A48, Class 25. k lull �i►�iT A. Sheet and Plates: ASTM B209, alloy 6061-T6. B. Pipe: ASTM B429, alloy 6061-T6, or 6063-T6. C. Castings: ASTM B26, ASTM B85 or Fed. Spec. QQ-A-200/A. D. Checkered plate: alloy 6061-T6. 2.05 ACCESSORIES A. Handrail Setting Cement: Hallemite'Por-Rok Cement". B. Expansion Anchors: Fed. Spec. FF-S-325; wedge type, Group II, Type 4, Class 1 or 2; or self -drilling type, Group III, Type I. C. Anchor Studs: Headed end deformed anchors shall be by Nelson Stud Welding Co., KSM Stud Welding Systems, or equal. 2.06 CONSTRUCTION A. Bolt. 1. Use unfinished bolts except where otherwise noted on Drawings. 2. Use self-locking nuts or lock washers on all bolts. 3. Use stainless steel bolts on aluminum fabrications. B. Weld. 1. Weld continuously all butt and miter joints. 2.. Grind smooth all exposed welds. 3. Provide at least 2-inch effective length not more than 6 inches apart for intermittent welds. 4. Comply with AWS DI.l. C. Finishing. 1. Where finishing is indicated, complete the assembly including welding before fmishing. D. Check holes and connection in shop for proper fit. E. Provide holes required for fastening other items to structural members and for the passage of other items through structural members. F. Mark each separate piece as indicated on fabrication and erection drawings. G. Mark and match -mark members for field assembly. H. Provide all field connection bolts, nuts and washers. Robert Benson Dam 05500 - 3 Metal Fabrications Grind sharp comers and shear edges. Close exposed ends of steel pipe or tubing with welded caps. J. Clean steel surfaces by power brushing or blasting; remove weld splatter, flux and slag. K. Galvanizing. 1. Pickle before galvanizing. 2. Hot -dip after fabrication, ASTM Al23, A153 and A385. L. Expansion Anchors. 1. Install in conformity with manufacturers recommendations for maximum pull-out force. 2. Provide minimum embedment of not less than four bolt diameters. 3. Provide minimum clear space between holes of not less than 2 times embedment depth. 4. Provide minimum edge distance to face of concrete of not less than embedment depth. M. Anchorbolts. 1. Provide thread length to allow nut on concrete side of forms or template. 2. Provide extra nut for concrete side of forms or template. N. Substitutions. 1. Where exact sizes and weights called for are not available secure the Engineers approval of suitable sizes prior to proceeding. 2.07 SHOP COATING A. Materials. 1. Rust inhibitive shop primer for steel: Cook "391-R-259 Clorocon Barrier Coat", Mobil "13-R-50 Chromox Qb. Primer", or Tnemec 77 Chem -Prime". 2. Coal tar paint: Koppers 'Bitumastic Super Service Black", Porter "Tarmastic 103", or Tnemec "450 Heavy Tnemecol". B. Applications. 1. Dry and have proper surface temperature. 2. Remove all grease, oil, dirt, rust, loose mill scale and other objectionable materials. 3. Coat castings with hot -dipped asphalt varnish or coal tar paint. 4. Coat ungalvanized.steel with rust inhibitive primer. 5. Coat aluminum with coal tar paint at surfaces that will be in contact with concrete mortar, or dissimilar metals other than stainless steel. 6. Do not coat zinc coated steel, stainless steel or non-ferrous surfaces. 7. Provide film thickness of 1 1/2 mils for rust inhibitive primer and 6 mils for coal tar paint. PART 3 - INSTALLATION Robert Benson Dam 05500 - 4 Metal Fabrications 3.01 CONNECTIONS A. Clean joint contact surfaces. B. Assemble as shown on Shop Drawings. C. Drifting to match unfair holes shall not be permitted. D. Enlarge holes by reaming with twist drills. E. Weld or bolt all items securely in place or otherwise fasten as indicated on the Drawings or reviewed Shop Drawings. Include all items indicated, scheduled or listed in Part 2. Grind field welds smooth and touch up with primer. 3.02 GRATING A. Shall lie flat without rocldng. B. Within 3/16 inch of length and 1/8 inch of width shown on the Shop Drawings. C. Opposite diagonals less than 1/4 inch difference. D. Less than 1/4 inch clear space between panels. E. Anchor securely in place, as recommended in NAAMM manual. F. Use stainless steel for, grating and all accessories. G. Provide fastening devices to hold grating down. 3.03 ANCHOR BOLTS A. Set firmly in place by bolting to forms or template. END OF SECTION Robert Benson Dam 05500 - 5 Metal Fabrications PAGE INTENTIONALLY LEFT BLANK. Robert Benson Dam 05500 - 6 Metal Fabrications APPENDIX A GEOTECHNICAL INVESTIGATION FOR ROBERT BENSON DAM FORT COLLINS, COLORADO GEOTECHNICAL INVESTIGATION FAIRPORT DAM ROBERT BENSON RESERVOIR FORT COLLINS, COLORADO Prepared For: Anderson Consulting Engineers, Inc. 772 Whalers Way, Suite 200 Fort Collins, Colorado 80525 Prepared By: 40 consulting scientists and engineers 3801 Automation Way, Suite 100 Fort Collins, Colorado 80525 Project No. 181254 December 19,2005 TABLE OF CONTENTS 1.0 SCOPE...........................................................................................................................................................1 2.0 EXECUTIVE SUMMARY.......................................................................................................................... 1 3.0 SITE CONDITIONS.....................................................................................................................................2 4.0 PREVIOUS INVESTIGATION..................................................................................................................3 5.0 PROPOSED CONSTRUCTION.................................................................................................................3 6.0 SUBSURFACE CONDITIONS................................................................................................................... 5 7.0 STABILITY ANALYSES...........................................:................................................................................7 8.0 SEEPAGE ANALYSIS................................................................................................................................9 9.0 DESIGN AND CONSTRUCTION RECOMMENDATIONS.................................................................. 9 10.0 PRELIMINARY COST ESTIMATES....................................................................................................13 11.0 LIMITATIONS..........................................................................................................................................13 TABLES Table 1: Soil Properties for Slope Stability and Seepage Modeling Table 2: Calculated Safety Factors, Existing Embankment Table 3: Calculated Safety Factors, Proposed Embankment Table 4: Filter and Drain Recommendations FIGURES Figure 1: LOCATION MAP Figure 2: CLASS II DAM ALTERNATIVE Figure 3: SMALLER DAM ALTERNATIVE APPENDICES Appendix A: BORING LOGS AppendixB: RESULTS OF LABORATORY TESTING Appendix C: SLOPE STABILITY ANALYSES Appendix D: SEEPAGE ANALYSES Appendix E: PRELIMINARY COST ESTIMATES j 1.0 SCOPE a This report presents the results of our geotechnical investigation for improvements being considered for Fairport Dam and Robert Benson Reservoir in Fort Collins, Colorado. The scope f of work was described in our proposal P181139 dated May 26, 2005. The purpose of the i investigation was to: evaluate the subsurface conditions in the vicinity of the existing dam and informal embankment areas, and potential adjacent borrow areas; • obtain geotechnical criteria needed and perform stability and seepage analyses for feasibility and preliminary design studies for two project alternatives; • provide preliminary design recommendations; and estimate costs associated with the two alternatives. i This report was prepared from data developed during field exploration, laboratory testing, engineering analyses and experience with similar conditions. The report includes a description of subsoil and bedrock conditions found in our exploratory borings, results of computer modeling performed to evaluate performance of potential design alternatives, preliminary design recommendations, and discussions of the alternatives as influenced by geotechnical considerations. Our opinions and recommendations regarding design criteria and construction details for earth embankment dams, borrow material, slopes, and drainage are provided. These opinions are summarized in the following paragraphs. More complete descriptions of the subsurface conditions, results of our field and laboratory investigations and analyses, as well as our opinions, conclusions and recommendations are included in the subsequent sections of this report. 2.0 EXECUTIVE SUMMARY 2.1 MFG drilled 6 borings in the existing and proposed embankment areas and the proposed spillway area. Three test pits were also excavated in potential borrow areas. 2.2 The borings encountered 4 to 9 feet of silty, moderate to high plasticity clay fill and up to 2 feet of natural, sandy to silty clay over claystone bedrock to the maximum depth drilled of 25 feet. 2.3 The test pits encountered 6 to 10 feet of slightly moist, silty to sandy clay over claystone bedrock. Soils were similar to the embankment and foundation soils and are suitable for use as fill. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20_, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Address: By: Title: ATTEST: By: (SEAL) SURETY By: Title: (SEAL) Rev 10/20/07 _ Section 00410 Page 3 2.4 Water was not encountered in any of the borings at the time of drilling or when checked several days after drilling. Water was also not encountered in any of the test pits. Free water and/or wet, unstable soils may be encountered in the reservoir area and in excavations for the outlet structure. 2.5 Stability analyses were performed. Calculated safety factors for the existing embankment ranged from 1.37 to 1.85. For the proposed embankment, minimum calculated safety factors ranged from 1.34 to 2.05. Details are provided in the report 2.6 Seepage analyses for the proposed embankment indicate seepage will be controlled. Details and additional discussion are provided in the report. 2.7 Construction recommendations are provided. 3.0 SITE CONDITIONS Robert Benson Reservoir is located south of Trilby Road and east of College Avenue in Fort Collins, Colorado. The reservoir is retained by the Fairport dam (DAM ID 040123), a Class II earthfill dam. In 1973 the State Engineer's Office (SEO) placed a restriction on the storage level in the reservoir, followed by further restriction in 1987. An inspection and subsequent letter in 1996 documented the poor condition of the dam and indicated that significant improvements would be required to improve the safety of the dam. We understand a breach order may be imposed by the SEO if action is not taken to mitigate the current condition. The existing dam consists of two segments separated by a grass spillway: a homogeneous, earhfill dam on the east side of the reservoir and an informal clay dike on the south and southeast sides of the reservoir. The dam is approximately 520 feet long and 12 feet wide at the crest, with a maximum section (measured at the outlet works) of about 11 feet. The upstream face of the dam has a slope of about 3h:Iv, but it is steeper in some places. The downstream face is estimated at about 2h:ly, and also has areas that are as steep as about lh:ly. A masonry outlet works consisting of a vertical shaft, a clay pipe and a control valve is located hear the midpoint of the dam. The clay dike is 3 to 10 feet wide, tip to about 6 feet high, and about 400 to 500 feet long. It is overgrown with trees, shrubs, and grass over most of it's length. The current water level of the reservoir is about 4996 feet. Vegetation consists of grasses, shrubs and small trees on the dam and surrounding ground. Large cottonwood trees are located nearby, and wetland species / predominate at and above the current water level. College Avenue (U.S. Highway 287) is located 2 immediately west of the reservoir. City owned land (Pelican Marsh Natural Area) is to the east between the reservoir and Lemay Avenue. A residential subdivision, Provincetowne, is located to the northeast, and rural residential property is located to the north and south. The general site location, the configuration of the existing dam and dike, and the locations of borings and test pits are shown on Figure 1. 4.0 PREVIOUS INVESTIGATION Parsons & Associates conducted a feasibility study for the reservoir site in 1996. That study examined several alternatives for the reservoir, but non of the options were constructed. The Parsons report referenced a geotechnical investigation for the dam performed by Chen & Associates in 1985. As part of their investigation, Chen drilled four borings in the main embankment and hand augered two additional borings in the dike. The results of the Chen investigation were considered in the investigation planning, analysis, and opinions presented in this report. 5.0 PROPOSED CONSTRUCTION The City of Fort Collins is considering several alternatives for the area that will address requirements of the State Engineer's office regarding the dam and consider the preferences of residents in the vicinity. The alternatives considered in the planning ofthis investigation were: • the rehabilitation of the existing dam such that restrictions of the SEO can be removed and the current reservoir can be maintained or a higher water level developed; or • a less extensive dam that can be constructed to retain a smaller area with open water, as well as maintain or improve wildlife habitat, wetlands, and vegetative d iversity. These two alternatives are discussed below. Although both are classified as small dams according to the USER criteria, they are frequently described herein as the large dam alternative and the small dam alternative in a relative sense. 3 1 ) 5.1 Class U Dam Alternative The larger dam alternative would allow the impoundment of about 280 acre feet of water on 41 acres, with a maximum depth estimated at about 8 feet. High water level would be 4999 feet. The existing dam would need to be reconstructed, and a new outlet works and spillway added. The new dam would have a crest elevation of about 5,004.5 feet, and would extend from a similar elevation near the northeast corner of the reservoir area to the southeast, then curve west through the area currently occupied by the informal dike to connect with the existing higher topography to the west. The preliminary design is for a homogenous clay embankment approximately 1,762 feet long and 14 feet wide at the crest. It would have a maximum section of i I feet measured from the crest to the ground surface at the outlet works on the downstream face. The slope of the upstream dam face would be flattened and reconstructed at a 3h:ly slope using borrow material i from Pelican Marsh Natural area to the east. Using the same borrow source, the crest would be widened to 14 feet and the downstream face reconstructed at a 2.5h:1 v slope. The crest would be surfaced with aggregate base course and would slope towards the reservoir at 2 percent. The spillway would be located near the southeast corner of the existing dam. The downstream face i would be planted with grass, and the upstream face would be protected with rip rap, revetment, or similar materials. A filter and drain would be constructed at the toe of the downstream face for about 600 feet of the length of the dam where the topography is lower than the proposed water surface. Design and construction recommendations are presented below in section 9. Figure 2 shows the approximate limits of the large dam alternative and a section north of the existing outlet works. 5.2 Small Dam Alternative The smaller dam alternative would retain approximately 162 acre feet of water on 16 acres, with several smaller ponds interspersed with wetland and riparian areas. The spillway and outlet works would be reconstructed, and the existing dam would be lowered to a crest elevation of 5002 feet. The existing upstream and downstream faces would maintain their existing slopes, but would be regraded and recompacted. The water surface would remain lower than the existing ground surface adjacent to the dam, and a new drain is therefore not proposed. The smaller alternative would require extensive grading and revegetation in the former reservoir area. Figure 3 shows the proposed configuration of the small dam alternative. 4 / 6.0 SUBSURFACE Subsurface conditions were investigated by drilling three test holes in the existing dam, two test holes in the dike, and a boring in the spillway area. Three test pits were also excavated in the Pelican Marsh Natural Area to the east of the reservoir to evaluate that area as a potential borrow source. The approximate locations of the borings and test pits are shown on Figure 1. Logs of the borings, including results of field penetration resistance tests, are shown in Appendix A. Soils encountered were silty clay fill, natural silty and sandy clay, and claystone bedrock. Samples obtained during drilling were returned to our laboratory and visually examined by a geotechnical engineer. Laboratory testing on comparatively undisturbed samples included natural moisture content and dry density, swell -consolidation, unconfined compressive strength, direct shear, Atterberg limits, pinhole dispersion, water-soluble sulfates, and permeability tests. Samples from the borrow area were classified using index tests, and additional testing was performed on samples proposed for use as embankment materials, including standard Proctor compaction, swell/consolidation, remolded permeability, unconfined strength, and direct shear. Results of laboratory tests are presented in Appendix B and summarized on Table B-I. The soils are described below. 6.1 Clay Fill Our borings in the existing dam and dike encountered 4 to 9 feet of silty, moderate to high plasticity clay fill. Standard penetration resistance tests indicate blow counts of 10/12 to 23/12 in the fill, indicating generally a very stiff consistency. Laboratory densities ranged from 86 pcf (MFG-1 at 2.5 feet) to 116.4 pcf (MFG-5 at 4 feet). The average dry density was 103.9 pcf (97 percent of the standard Proctor maximum dry density determined for a sample of the borrow material in the laboratory). Moisture content of the fill ranged from 9 to 22 percent. Atterberg limits testing indicated liquid limits of 39 to 54 and plastic indices of 26 to 40. Samples tested had 68 to 93 percent silt and clay sized particles (passing the number 200 sieve). The permeability of a comparatively undisturbed sample (obtained from a California liner) at a depth of 4 feet in the existing dike was 7.1 x 10-8 cm/sec. Unconfined strengths of 2,700 and 6,200 psf were measured at a depth of 2.5 feet. Direct shear tests on a sample of the fill at 4 feet indicated peak strength values for c and phi of 391 psf and 36 degrees, and ultimate strength values for c and phi of 178 psf and 30 degrees. A sample from a depth of 2.5 feet swelled 6.9 percent when wetted after application of a 500 psf pressure. Water soluble sulfates were measured at 0.11 wi �i percent in a sample indicating a severe potential for attack of concrete exposed to site soils. A pinhole dispersion test (ASTM D 4647) performed on a sample of the existing embankment (MFG-2 at 4 feet) did not indicate a potential piping concern for the site soils. 6.2 Natural Clay And Borrow Soil A two foot thick tense of natural, sandy clay was encountered below the fill in MFG-2. Five to 8 feet of weathered claystone was encountered in three of the borings. The upper surface of the bedrock was also weathered to a very stiff clay in all three of the test pits. A sample of the in -situ weathered bedrock from MFG-4 at 9 feet had a measured coefficient of permeability of 1.7 x 10-s cm/sec. The natural clays and weathered bedrock from the borrow area east of the reservoir site were combined and tested for comparison with the soils that make up the existing embankment. Atterberg limits tests showed liquid limits of 39 to 55 and plasticity indices of 25 to 40, with 65 to 85 percent passing the number 200 sieve. A sample remolded to approximate embankment conditions (95 percent compaction at 1 percent above optimum moisture content had a 0.2 i percent swell potential under a 1000 psf pressure, a coefficient of permeability of 2.8 x 10'e cm/sec, and an unconfined compressive strength of 3100 psf. A direct shear test indicated peak strength values for c and phi of 320 psf and 22.4 degrees, and ultimate strength values for c and phi of 302 psf and 22.5 degrees. These results and our observations indicate the available borrow soils located in Pelican Marsh natural Area east of Robert Benson reservoir are similar to the existing embankment materials and are suitable for use as fill for an enlarged dam. 6.3 Bedrock Comparatively unweathered claystone bedrock of the Pierre Shale was logged at depths of 8 to 12 feet below the current ground surface in all the exploratory borings. Sandstone lenses or very sandy claystone lenses were encountered in 3 of the borings, but claystone predominated. Test pits did not encounter unweathered materials to the depth excavated. A claystone sample tested had a liquid limit of 56 and a plasticity index of 38, with 96 percent passing the member 200 sieve. Another sample tested swelled 3.2 percent when wetted with an inundation pressure of 1000 psf. A sample of the weathered bedrock from MFG-4 at 9 feet had a measured coefficient of permeability of 1.7 x 10-8 cm/sec. Borings indicate that weathered and comparatively l3 unweathered claystone would be the foundation for a new or enlarged dam at the site. Test results indicate these materials are suitable as a dam foundation. 6.4 Water Free water was not encountered in any of the borings or test pits. Moisture content of the laboratory samples were generally several percentage points below the anticipated optimum moisture content of the clay soils, and bedrock samples were logged as slightly moist to moist. These conditions suggest that Robert Benson reservoir is likely the result of runoff or other perched water that has flowed into the area and does not flow out rather than groundwater that would naturally surface in the area. This may be an important distinction in planning the j vegetation and potential success of the area as a wetland if the dam is breached or removed. For i construction planning, wet areas and soft unstable soils are likely in the reservoir area and in excavations such as that needed for the outlet structure. 7.0 STABILITY ANALYSES The upstream face of the existing embankment has a variable slope as steep as 1h:ly in some areas, according to a previous investigation (Chen, 1985). The downstream face is also variable and includes areas where erosion has resulted in steep slopes. Both slopes will require mitigation during construction that is discussed below in section 9. For our analyses of the existing slopes we used the maximum section of the embankment measured near the outlet works (see Figure 2). Using soil profiles and strength parameters conservatively estimated from our investigation, we modeled the existing embankment using SLOPE/W software by Geoslope International and Spencer's method. We used a 2.75h:ly slope for the upstream face and a 2.5h:ly for the downstream face. Soil properties used in the analyses are summarized below: Table 1. Soil Properties for Slope Stability and Seepage Modeling Total Unit Weight Cohesion, c Phi Angle, 0 Soil Description (pcf) (psi) de rees Silty clay fill and 120 100 18 native clay Weathered 135 200 24 cla stone/cla stone 7 We performed analyses for the existing water level condition, for a condition in which the water level was approximately 3 feet below the existing crest, and for a rapid drawdown condition. Calculated minimum factors of safety are presented below in Table 2. Table 2. Calculated Safety Factors, Existing Embankment Condition Calculated Minimum Safety Factor Upstream Face Downstream Face Existing 1.85 1.75 High Water Surface 1.46 1.50 Rapid Drawdown 1.37 1.50 These data indicate the slope is stable in the current configuration with a low water level, however it does not meet minimum safety factor requirements for high water level. Further, the dam and dike do not meet current dam safety regulations or commonly accepted design guidelines, and the condition of the dam has been reported as unacceptable by the SEO. For the reconstruction and enlargement to meet current standards for a Class II dam, we modeled the upstream face as 3h:ly and the downstream face at 2.5h:Iv. The crest was widened to 14 feet and a toe drain and filter were added. We assumed the existing embankment condition will be repaired and borrow soils with properties similar to those of the existing soils will be used to construct the new slopes. We used a crest elevation of 5004.5 feet. For the high water condition we assumed 3 feet of freeboard. We modeled the water as a no -strength material having a unit weight of 62.4 pcf. For seismic loading we used a pseudo -static analysis with a coefficient of 0.05. Calculated minimum safety factors for the proposed design are presented in Table 3 below. Printouts from the software analyses are included in Appendix C. Recommendations for embankment rehabilitation and construction are presented in section 9 below. M Table 3. Calculated Safety Factors, Proposed Embankment Condition Calculated Minimum Safety Factor Upstream Face Downstream Face End of Construction 2.05 1.94 High Water Surface 2.31 1.63 Rapid Drawdown 1.56 1.83 High water level, w/ Seismic loading 1.84 1.50 Rapid Drawdown, w/ Seismic loading 134 1.49 8.0 SEEPAGE ANALYSIS The dam section and soil properties described above in Section 7.0 were used to model seepage conditions for the proposed dam design using SEEP/W software by GEOSLOPE INTERNATIONAL, Ltd. For our analysis, we assumed a maximum water level three feet below the dam crest at the maximum section. A coefficient of permeability of 4.95 x 10-6 cm/sec and a permeability function developed by MFG for the Pierre Shale in the Colorado Front range were used to model seepage through the embankment. The analysis indicates the reconstructed embankment and proposed filter and drain will control internal erosion and seepage as required. Output from the computer model is included in Appendix D. 9.0 DESIGN AND CONSTRUCTION RECOMMENDATIONS Both alternatives proposed for Robert Benson Reservoir will rely on the reconstruction of the existing homogeneous clay earthfill dam. The following design and construction recommendations are generally described in terms of the larger, class 11 dam alternative. However, stripping, excavation and fill procedures, erosion protection and other recommendations should be assumed to apply to the smaller dam alternative as well, unless specifically noted. 9.1 Foundation and Embankment Preparation The existing embankment must be stripped of all topsoil, organics, and other deleterious materials and thoroughly inspected for evidence of cracking, poor soil condition, existing rip rap zones, organic material, roots or other unacceptable conditions. We assumed a minimum of 6 to 12 inches of existing soil would be removed and stockpiled for reuse as topsoil. The upper one foot of existing soil below that should be scarified, processed to a uniform condition, examined by a 9 geotechnical engineer for suitability, and recompacted if it is acceptable. The bases of fills should be moisture conditioned to within I percent below to 2 percent above optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D698). Areas where unsuitable material are encountered should be over -excavated to a depth sufficient to completely remove the unacceptable soil, then the area should be processed as described above. hi the area of the informal dike, tree, stump, and root removal will be an important component because of the abundance large, mature trees and other vegetation. If fill is to be placed on slopes greater than 2 percent, the fill should be keyed into the existing slope at least 1 foot deep and eight feet wide. The Class II dam alternative will have a downstream slope of 2.5h:ly and an upstream slope of 3h:ly, and a crest width widened to 14 feet. The smaller dam alternative will have the upper several feet removed to lower it to the design elevation, but the slopes will not be modified except by the re -grading and recompaction described above. Both dam alternatives will have emergency spillways designed and constructed by others. Anticipated grading of the spillways, preliminary embankment grading, and dam cross sections are shown on Figures 2 and 3. The City owned property east of the reservoir site is an acceptable source of borrow for the proposed embankment. The topsoil should be stripped at least 6 inches deep and the area examined by a geotechnical engineer to confirm the soils are lean clays similar to the existing embankment soils. Materials found in our test pits can be excavated using conventional heavy- duty construction equipment. If soil variability or deeper than anticipated excavations encounter cemented sandstone lenses in the bedrock, specialized excavation equipment or techniques may be needed. If such conditions are encountered, the material may not be suitable as fill for the embankment. Fill should be moisture conditioned to between 1 percent below and 2 percent above optimum moisture condition and compacted in 8 inch maximum loose lifts to at least 95 percent of standard Proctor maximum dry density as determined according to ASTM D 698. If soft, unsuitable, or yielding materials or areas are encountered during this process, they should be removed and replaced with suitable fill. Fill placement and compaction activities should not be conducted when the fill material or subgrade is frozen. The fill placement and compaction should be observed and tested by a qualified geotechnical engineer or their designated representative. IR If excavations are made into the reservoir area upstream of the dam, soft, wet soils or perched water may be encountered. We recommend test excavations in these areas several weeks before the construction to determine if wet or unstable conditions are likely. If water or soft, wet soils are encountered, we recommend temporarily lowering the water level in these areas to at least 3 feet, and preferable 5 feet below the ground surface prior to constriction to reduce potential instability. Dewatering can be accomplished by excavating a trench that slopes to a sump where water can be removed by pumping. Soft, wet soils or free water may also be encountered during excavation to replace the outlet piping. If soils are to be imported for use in this project, the properties should be thoroughly evaluated for compatibility and consistency with the design assumptions in this report. Samples of any soils proposed for importation should be provided to us for examination, testing, and verification engineering properties prior to importing them to the site so that we can provide our opinion as to the suitability of the material for its intended use. 9.2 Drain The class 11 dam alternative will require a drain to maintain seepage conditions below the toe of the proposed embankment. For our preliminary design and estimating purposes we assumed a 6 inch diameter pipe and a drainage envelope that extends a minimum of 2 feet above and to each side of the pipe, with at least 6 inches of drain rock below the pipe as bedding. The drain rock should be surrounded by a two foot thick filter layer extending up and away from the drain rock at a slope of lh:ly. Recommended drain rock and filter gradations are presented in Table 4 below. Table 4. Filter and Drain Recommendations Sieve size Percent Passing for Each Material Drain Filter 1 %n inch 100 100 Iinch 95-100 95-100 /,inch 25-60 - No. 4 0-10 30-65 No. 8 - 25-55 No. 200 0-5 3-15 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. Rev 10/20/07 Section 00420 Page 1 The drain pipe should be placed 6 feet upstream from the toe of the proposed downstream slope. It should begin where the downstream toe of the embankment intersects the 5001 foot elevation and slope down at 1 percent to a suitable outfall to the south. The smaller dam alternative would result in a water surface elevation that is lower than the existing ground in all areas. Therefore we do not anticipate a drain would be required for that alternative. 9.3 Excavations Deep excavations are not anticipated. However, trenching may be required to remove and reconstruct the outlet works. If trenches are excavated, the sides should be sloped or shored to meet local, State and federal safety regulations. Based on our investigation and OSHA standards, we believe the site soils are predominately stiff to very stiff clays with occasional sand lenses that will classify as Type C soil, according to OSHA standards. Type C soils require a maximum slope inclination of 1.5:1 in dry conditions. Excavation slopes specified by OSHA are dependent upon types of soil and ground water conditions encountered. The contractor's "competent person" should identify the soils encountered in the excavation and refer to OSHA standards to determine appropriate slopes. Stockpiles of soils and equipment should not be placed within a horizontal distance equal to one-half the excavation depth, from the edge of excavation. Excavations deeper than 20 feet should be braced or a professional engineer should design the slopes. Temporary slopes (slopes for excavations that will remain open for less than two weeks) should not be steeper than 1.5 to 1 (horizontal to vertical) in dry soil conditions. If water is encountered during excavations, slopes will cave to flatter angles and bracing, shoring, de - watering, and/or other techniques may be necessary. 9.4 Slope and Erosion Protection Recommendations for preparation of the ground in fill areas were described above in Section 9.1 of this report. Slopes and other areas that will need to be protected from erosion, such as the spillway, should be similarly prepared. A sand layer at least 12 inches thick should be placed and compacted in areas to receive rip rap. Rip rap should be 18 inches nominal diameter, if used. If a manufactured product such as revetment is used, manufacturers recommendations should be followed for base preparation and product installation. 12 We assumed the downstream face of the embankment will be seeded and will not require additional erosion protection. We recommend the dam crest slope slightly towards the reservoir on the order of 2 percent to limit the potential for erosion on the less protected downstream face i of the dam. 9.5 Outlet Works We assumed the existing outlet vault, pipes and valve will need to be removed and a new system designed and constructed as part of the project. Erosion protection will be needed upstream and downstream of the outlet structure. If soft or unsuitable soils are encountered they should be removed and replaced during the construction. Pipe should be properly bedded; however low permeability barriers should be installed at intervals (two minimum) along the pipe alignment. The water barriers should extend at least 2 feet into the surrounding clay soils on all sides of the pipe and trench to reduce the potential seepage through the trench. The cutoff wall can be constructed of low permeability clay soil compacted to approximately 98 percent of standard Proctor maximum dry density (ASTM D 698) and within 1percent below to 2 percent above optimum moisture content, or it can be constructed by excavating a trench of the proper dimension and filling it with concrete. We do not recommend controlled low strength material (CLSM or "flow fill') for this application because the permeability can be much greater than that of the surrounding soil. 10.0 PRELDONARY COST ESTIMATES MFG prepared preliminary cost estimates for earthwork associated with the class II dam and the smaller dam alternative. These estimates are suitable for preliminary planning and budgeting purposes. Spreadsheets detailing anticipated costs are presented in Appendix E. 11.0 LUMTATIONS Our borings were spaced to obtain a reasonable picture of subsurface conditions. Variations in the subsoils not indicated in our borings are possible. This report was prepared from data developed during our field exploration, laboratory testing, engineering analysis and experience with similar conditions. Our calculations and designs were based on assumptions of ground conditions, proposed scopes of work, and contractor capabilities and methods. Our representative should observe the excavation of the embankment to look for evidence that would indicate 13 differences in subsurface conditions from those described in this report. If any of the conditions change, or if information becomes available that would alter our assumptions or our calculations, the opinions presented in this report should be considered invalid until we have been contacted to review our recommendations.. We should review plans and specifications during the design, and should observe the construction to confirm soils are as we anticipated from our borings. Placement and compaction of compaction fill, backfill, subgrade and other fills should be observed and tested by a representative of our firm during construction. We believe this investigation was conducted in a manner consistent with that level of skill and care ordinarily used by members of the profession currently practicing under similar conditions in the locality of this 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 analysis planned project from the geotechnical point of view, please call. MPG, Inc. Thomas A. Chapel, CPG, PE Senior Geotechnical Engineer TAC:krmh (2 copies sent) 14 II• it i i S � \\` � � � = ��' :- r M SITE E l VICINITY MAP NOT TO SCALE �i� �\• ROBERT BENSON (` RESERVIOR .. i I ' LEGEND © EXPLORATORY BORING LOCATION lilt ❑ TEST PIT LOCATION <� 73 SCALE IN FEET 1 i � �r r �'-".✓`"_" �-= t;� t✓ � `v �I� ( 1, , o soo CITY OF FORT COLLINS \•\ 'r .. � 2\ �' q ROBERT BENSON RESERVOIR FAIRPORT DAM FIGURE 1 LOCATION MAP CARPET" PROJECT: 181254 IDATE: DECEMBER 2005 BY: TGB I CHECKED: TAL' REV MFGr Inc. cansu/Ung acienfista and angineem n DASHED SCALE IN FEET 0 10 NO VERTICAL EXAGGERATION FIGURE 2 CLASS II DAM ALTERNATIVE one aigin"m ►m A' A 5004 5000 LIJ Lu 4996 -------------- z ----------------------------------------- -------------------------------- 0 4992 --rlazz� ------------------------------------------- ------------------------------------------------ 7� ------------ 4988 Lu 71 4984 4980 0 20 1 120 140 SCALE IN FEET 10 NO VERTICAL EXAGGERATION TEST M'L N) TS, DASHED .. .... ....... RSERVOIR CRY OF FORT COLLINS ROBERT BENSON RESERVOIR FAIRPORT DAM FIGURE 3 SMALLER DAM NORTH ALTERNATIVE PROJECT: 1812544BXT—EDEC.2—OO5 s E R,YMCL7cPECKED: TA, 9 C) MFG, Inc. APPENDIX A BORING LOGS BOREHOLE LOG BOREHOLE MFG, Inc. NO.: wnsulNnD scbnfi= and engM @m PAGE: 1 OF 2 MFG-1 DATE: 8H9/05 BOREHOLE LOCATION PROJECT INFORMATION PROJECT: ROBERT BENSON RESERVOIR DAM - ---. '�:�a�;l•''., . .i i,' PROJECT NO.: IBI254- �� `.- CLIENT: ANDERSON CONSULTING ENGINEERS _.'1'M" - --,. -..:., ,'��z�_�...; �, :,. •" �.; -_��.. �.,, ��' I EXISTING. OWNER: CITY OF FORT COLLINS LOCATION: N.E.OFS. COLLEGE AVENUE AND CARPENTER ROAD�ti';-'.'"'��.;: EXISTING DAM - FORT COLLINS, CO ROBERT BENSON � •'' i ;i" �_.' :':%^ :. °;::`•'--- ..: ` `' ' FIELD INFORMATION RESERVOIR i i''. % • DATE & TIME ARRIVED: 81205 - 8:00AM BOREHOLE LOGGED BY: JMC VISITORS: NONE WEATHER: SUNNY, 85° ;, --,.-.-."; ` NOT TO SCALP DRILLING INFORMATION DRILLING COMPANY: DRILUNG ENGINEERS, INC. START TIME: 8.'15AM BORING DEPTH: 19.5' BORING DIA.: 4.25' DRILLINGMETHOD: CME 55,4' SOLID STEM AUGER SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 9"00AM BOREHOLE COMPLETION / ABANDONMENT INFORMATION START TIME: 8.'15AM COMPLETE TIME: 9:15AM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOT ENCOUNTERED DURING DRILLING FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: 9:20AM TIME LEFT SITE: 2:00PM NOTES: MFG, Inc. consulting=dsnVxts end sngB"e BOREHOLE LOG BOREHOLE NO.: MFG-1 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 2 PROJECT NO.: 181254 DATE: 8/18/05 DEPTH (FT) CORE RECOV. DRIVE SAMPLES ADDL LRHOLOGY GRAPHIC SOIL DESCRIPTION pLE TYPE BLOWS (PERT) RECOV. 0 TALL GRASS AT SURFACE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1B 19 20 SILTY CLAY FILL (0 TO APPROX. 7') SLIGHTLY MOIST, BROWN (7.5YR 5/4), MEDIUM STIFF SILTY CLAY, TRACE SAND, WHITE PRECIPITATE, ROOT FIBERS. _ _ _ _ _ _ _ _ _ _ _ _ _ WEATHERED CLAYSTONE (APPROX. 7' TO APPROX. 12') MOIST, BROWN (7.5YR 4/4), HARD WEATHERED CLAYSTONE, TRACE TO SOME FINE SAND AND SILT. — — — — — — — — — — — — — — — — — — — CLAYSTONE (APPROX. 12' TO APPROX. 14.5') MOIST, BROWN (7.5YR 4/4), HARD CLAYSTONE, TRACE SILT. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ SANDY CLAYSTONE (APPROX. 14.5' TO E.O.B.) SLIGHTLY MOIST, BROWN (7.5YR 5/3), HARD SANDY CLAYSTONE. CA B A 2 3 2 12" CA B A 3 4 7 14" CA B A 10 28 50 10, — CA29 n sore^ 10" CAA 50/6' 8' BOREHOLE LOG BOREHOLE MFG, Inc. NO.: eo 1tinD sa/ nDsts and anDin"m PAGE: 1 OF 3 MFG-2 DATE: 8/19M PROJECT INFORMATION BOREHOLE LOCATION ,. PROJECT: ROBERT BENSON RESERVOIR DAM PROJECT NO.: 181254 CLIENT: ANDERSON CONSULTING ENGINEERS - fr _: WORKS OWNER: CITY OF FORT COLLINS-^"• LOCATION: N.E. OF S. COLLEGE AVENUE AND CARPENTER ROAD........`• EXISTING DAM t=}- ' .••H=`5 �~-. FORT COLLINS, CO a ........ ROBERT BENSON 1: + `e�c�,-." �;:;,,�'•�'-�:_ FIELD INFORMATION RESERVOIR` DATE & TIME ARRIVED: 8HSV05- 8:00AM BOREHOLE LOGGED BY: JMC VISITORS: NONE __"':.-...';,;.; -: `'-• t �:..--"..".-.`:= WEATHER: SUNNY, 85° NOT TO SCALE DRILLING INFORMATION DRILLING COMPANY: DRILLING ENGINEERS, INC. I START TIME: 9:30AM BORING DEPTH: 24.5' BORING DW: 4,25" DRILLING METHOD: CME 55, 4" SOLID STEM AUGER SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 10:25AM BOREHOLE COMPLETION / ABANDONMENT INFORMATION START TIME: 9:30AM COMPLETE TIME: 10:30AM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOT ENCOUNTERED DURING DRILLING FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: 10:35AM TIME LEFT SITE: 2:00PM NOTES: 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? class, license and numbers? 19 Do you anticipate subcontracting Contract? If yes, what percent of total contract? and to whom? Work under this 20. Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL Rev 10/20/07 Section 00420 Page 2 MFG, Inc. c uftg s nllsfs r,tl snglnns,s BOREHOLE LOG BOREHOLE NO.: MFG-2 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 3 PROJECTNO.: 181254 DATE: 81IM5 DEPTH (FT) CORE RECOV. DRIVE SAMPLES AODL SAMPIS LITHOLOGY GRAPHIC SOIL DESCRIPTION SAMPLE TYPE B10V/5 (PER r) PECW. TALL GRASS AT SURFACE 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 18 17 18 19 20 _- — — _ — — - SILTY CLAY FILL (0 TO APPROX. 9') SLIGHTLY MOIST, LIGHT YELLOWISH BROWN (10YR 614), STIFF SILTY CLAY FILL, TRACE GRAVEL AND SAND, WHITE PRECIPITATE. — — — — — — — — — — — — — — — — — — — — CLAY (APPROX. 9' TO APPROX. 11') MOIST, DARK YELLOWISH BROWN (1 DYR 414), VERY STIFF CLAY, TRACE GRAVEL AND SILT. — — — — — — — — — — — — — — — — — — — — CLAYSTONE (APPROX. 11' TO E.O.B.) MOIST, YELLOWISH BROWN (10YR SO) AND BROWN (10YR 5/3), HARD CLAYSTONE, TRACE FINE SAND AND SILT, OXIDATION. CA 8 A 4 4 6 8. CA B A 4 6 8 IT CA 6 A 5 8 11 10' CA B A 19 33 50 10" CA B A 27 50 3" BOREHOLE LOG BOREHOLE: MFG, Inc. NO.: m sull/ng acMntbb end engines PROJECT: BENSON RESERVOIR DAM PAGE: 3 OF 3 PROJECT NO.: 181254 DATE: 8119105 MFG-2 DRNE SAMPLES DEPTH (0) CORE RECOV. ADD'L SALPLE UITHOLOGY GRAPHIC SOIL DESCRIPTION SAMPLE TYPE BLONS (PER 6') RECOV. 20 CLAYSTONE (APPROX. 11' TO E.O.B.) SEE DESCRIPTION ON PREVIOUS PAGE. 21 22 23 24 E.O.B.= 24.5' CA,A 50/11' 8' 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 BOREHOLE LOG BOREHOLE MFG, Inc. NO.: caruWBnp adendab and sn9lnssrs PAGE: 1 OF 2 MFG-3 DATE: 8119105 PROJECT INFORMATION BOREHOLE LOCATION PROJECT: ROBERT BENSON RESERVOIR DAM �� %T i PROJECT NO.: 181254 r.` CLIENT: ANDERSON CONSULTING ENGINEERS _ _ ` 4—"y�j r • •- ,fY E7(1517NG. `,OUTLET rs •WORKS OWNER: CITY OF FORT COLLINS LOCATION: N.E. OF S. COLLEGE AVENUEAND CARPENTER ROAD EXISTING DAMrt;'ysr.,a• _ MFG3. FORT COLLINS, CO ROBERT BENSON i i� ... t. ,,�;•.:,;. -... y„ , FIELD INFORMATION RESERVOIR DATE & TIME ARRIVED: 8119105 - 890AM BOREHOLE LOGGED BY: JMC VISITORS: NONE � WEATHER: SUNNY, SS° -.-.._- - NOTTO SCALE DRILLING INFORMATION DRILLING COMPANY: DRILLING ENGINEERS, INC. START TIME: 1120AM BORING DEPTH: I&T BORING DIA.: 4.25" DRILLING METHOD: CME 55, 4'SOLID STEM AUGER SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 12:05PM BOREHOLE COMPLETION 1 ABANDONMENT INFORMATION START TIME: 1120AM COMPLETE TIME: 12:10PM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOT ENCOUNTERED DURING DRILLING FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: 12:15PM TIME LEFT SITE: 2:OOPM NOTES: MFG, Inc. c su/dnD aclsndata and anDlne m BOREHOLE LOG BOREHOLE NO.: MFG-3 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 2 PROJECT NO.: 181254 DATE: 8119105 DEPTH (FT) CORE RECOV. DRIVE SAMPLES ADDL SAMPlFS LIHOLOGY GRAPHIC SOIL DESCRIPTION pLE TYPE g10VyS (PER ell RECOV. 0 TALL GRASS AT SURFACE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SILTY CLAY FILL (0 TO APPROX. 4.5') SLIGHTLY MOIST, YELLOWISH BROWN (I OYR 5/6), VERY STIFF TO HARD SILTY CLAY FILL, TRACE FINE SAND, OXIDATION. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ CLAYSTONE (APPROX. 4.5' TO APPROX. 13� MOIST, YELLOWISH BROWN (1 OYR 5/6), HARD WEATHERED CLAYSTONE, TRACE FINE SAND AND SILT, OXIDATION. — — — — — — — — — — — — — — — — — — — — CLAYSTONE (APPROX. 13' TO E.O.B.) MOIST, YELLOWISH BROWN (10YR 516), HARD CLAYSTONE, TRACE FINE SAND AND SILT, OXIDATION. CA B A 4 9 14 8' CA B A 6 13 2a 101,WEATHERED CA B A 11 19 19 10' CA B A 12 26 40 IT BOREHOLE LOG BOREHOLE MFG, Inc. NO.; c wldrV.denUsw and engneers PAGE: 1 OF 2 MFG-4 DATE: 8/19/05 PROJECT INFORMATION BOREHOLE LOCATION PROJECT: ROBERT BENSON RESERVOIR DAM ,.. PROJECT NO.: 981254-------------- CLIENT: ANDERSON CONSULTING ENGINEERS OWNER: CITY OF FORT COLLINS , LOCATION: N.E.OFS. COLLEGEAVENUEAND CARPENTER ROAD EXISTING DAMJi� FORT COLLINS, CO _..-- ,•rye.?��yf,'{�q�_�1:�:::',.,_ /! ..��9.,.5. ROBERTBENSON FIELD INFORMATION RESERVOIR DATE & TIME ARRIVED: 09/05- 8:00AM ffird X : % ' BOREHOLE LOGGED BY: JMC VISITORS: NONE WEATHER: SUN' NY, 85 n �.- -' - ••'�- '_._--`'-�`~ NOT TO SCALE DRILLING INFORMATION DRILLING COMPANY: DRILLING ENGINEERS, INC. START TIME: 10.,304M BORING DEPTH: 19.9' BORING DLL: 4.25' DRILLINGMETHOD: CME 55,4"SOLID STEMAUGER SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 11:15AM BOREHOLE COMPLETION / ABANDONMENT INFORMATION START TIME: 10:30AM COMPLETE TIME: 11:20AM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOT ENCOUNTERED DURING DRILLING FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: 11:25AM TIME LEFT SITE: 2:00PM NOTES: MFG, Inc. F-.gaGandab and vngl em i BOREHOLE LOG BOREHOLE NO.: MFG-4 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 2 PROJECTNO.: 181254 DATE: 8119105 DEPTH (F1) CORE RECOV. DRIVE SAMPLES AOD'L SAMPLE LOHOLOGY GRAPHIC SOIL DESCRIPTION SAMPLE NPE BLOWS (PER 61 RECOV. TALL GRASS AT SURFACE 0 1 2 3 4 5 6 7 - 8 9 10 11 12 13 14 15 1fi 17 16 19 zo SILTY CLAY FILL (0 TO APPROX. 5.5') SLIGHTLY MOIST, LIGHTYELLOWISH BROWN (1OYR 6/4), VERY STIFF SILTY CLAY FILL, TRACE FINE SAND, WHITE PRECIPITATE. OCCASIONAL FINE SAND SEAMS. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ WEATHERED CLAYSTONE (APPROX. 5.5' TO APPROX. 12.5') SLIGHTLY MOIST, YELLOWISH BROWN (10YR 614), WEATHERED CLAYSTONE, TRACE FINE SAND. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ . CLAYSTONE (APPROX. UNTO E.O.B.) SLIGHTLY MOIST, BROWN (10YR 513), HARD CLAYSTONE, TRACE SILT, OCCASIONAL SANDSTONE SEAMS. GA B A 5 8 11 12' 11 18 24 12" FA CA B A 6 11 29 8" CA B A 15 20 50 10" CA A 27 50/6' 10" BOREHOLE LOG BOREHOLE MFG, Inc. NO.: m suftg s.I.Mbft erW sny/nesra PAGE: 1 OF 2 DATE: 8/1925 MFG•5 PROJECT INFORMATION BOREHOLE LOCATION PROJECT: ROBERT BENSON RESERVOIR DAM PROJECT NO.: 181254 �- y / ' EXISTING r- .,. I OUTLET •' �?;^,^.'rr -.WORKS EXISTING ROBERT BENSON � ; � •, �•.V\; c (F _, �._�.;±;:.,,,` ; _ .�-` RESERVOIR MFG 5 ::' .i ®�•. iZ �n'.... '/_ -_'• -''" _ CLIENT: ANDERSON CONSULTING ENGINEERS OWNER: CITY OF FORT COLLINS LOCATION: N.E. OF S. COLLEGEAVENUEAND CARPENTER ROAD FORT COLLINS, CO , FIELD INFORMATION DATE 8TIME ARRIVED: M91US-B:OOAM BOREHOLE LOGGED BY: ✓MC VISITORS: NONE WEATHER: SUNNY, 65" :.. .-"-- , " �� �-------------.-'•:--'�`�� NOT TO SCALE DRILLING INFORMATION DRILLING COMPANY: DRILLING ENGINEERS, INC. START TIME: 1:05PM BORING DEPTH: 19.7' BORING DIA.: 4.25" DRILLING METHOD: CME 55, 4" SOLID STEM AUGER il SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 1:45PM BOREHOLE COMPLETION / ABANDONMENT INFORMATION START TIME: 1:05PM COMPLETE TIME: 1:5OPM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOT ENCOUNTERED DURING DRILLING FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: 1:55PM TIME LEFT SITE: 2:00PM NOTES: MFG, Inc. coneuidn9 scientist, end en91neen: BOREHOLE LOG BOREHOLE: NO.: MFG-5 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 2 PROJECTNO.: 181254 DATE: 8/19/05 DEPTH (FT) CORE RECOV. DRNE SAMPLES ADOL SAMPLE LITHOLOGY GRAPHIC SOIL DESCRIPTION SAMPLE TYPE BLOWS fi (r)' RECOV TALL GRASS AT SURFACE 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1s 17 16 19 20 SILTY CLAY FILL (0 TO APPROX. 7') SLIGHTLY MOIST, YELLOWISH BROWN (10YR 5/4), VERY STIFF SILTY CLAY FILL, TRACE FINE SAND AND SHELL FRAGMENTS, OXIDATION. APPROX. 4' - COLOR CHANGES TO LIGHT YELLOWISH BROWN (1 OYR 6/4). TRACE WHITE PRECIPITATE _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ SANDY CLAYSTONE (APPROX. 7TO APPROX. 12.51 SLIGHTLY MOIST, LIGHT YELLOWISH BROWN 0OYR 614), HARD SANDY CLAYSTONE, TRACE COARSE SAND. CLAYSTONE (APPROX. 12.5' TO E.O.B.) SLIGHTLY MOIST, YELLOWISH BROWN (1 OYR 514), HARD CLAYSTONE, TRACE FINE SAND AND SILT. APPROX. 17.5' - OCCASIONAL FINE SAND SEAMS. E.O.B. = 19.7' CA B A 6 7 12 10" CA B A 4 10 15 6" CA A 26 90 33 6" CA B A 26 47 5014' r CA B. A 46 5015' BP BOREHOLE LOG BOREHOLE MFG, Inc. INO.: co su/ling sdenlls& and engineers PAGE: 1 OF 2 MFG-6 DATE: M9105 PROJECT INFORMATION BOREHOLE LOCATION Ir; / PROJECT: ROBERT BENSON RESERVOIR DAM PROJECT NO.: 181254 CLIENT: ANDERSON CONSULTING ENGINEERS EXISTING, ,a'+ OUTLET'• \%�k?'•WORKS , s��n'- OWNER: CITY OF FORT COLLINS LOCATION: N.E.OFS. COLLEGE AVENUE AND CARPENTER ROAD EXISTING DAM .. FORT COLLINS, CO .; ROBERT BENSON `µ ' FIELD INFORMATION RESERVOIR'_°` DATE& TIME ARRIVED: 8/19/05-8:00AM - ,' ! i®'' BOREHOLE LOGGED BY: JMC ^,"n• VISITORS: NONE - • i' WEATHER: SUNNY, 85' ----, NOT TO SCALE le DRILLING INFORMATION DRILLING COMPANY: DRILLING ENGINEERS, INC. 1 START TIME: 12115PM BORING DEPTH: 191 BORING DIA.: 4.25- DRILLING METHOD: CME 55, 4-SOLID STEW AUGER SAMPLING METHOD: 2-IN CA SAMPLES TIME DRILLING COMPLETE: 12-45PM BOREHOLE COMPLETION / ABANDONMENT INFORMATION STARTTIME: 12:152M COMPLETETIME: 12:50PM INSTRUMENTATION: NONE BACKFILL: CUTTINGS GROUNDWATER CONDITIONS GROUNDWATER WAS NOTENCOUNTERED DURING DRILLING FOLLOWING FIELDWORK TIME OF CLEAN-UP COMPLETE: 12:55PM TIME LEFT SITE: 2:OOPM NOTES: I_ MFG, Inc. crosu/ring eJenlleb and engineers BOREHOLE LOG BOREHOLE_ NO.: MFG-6 PROJECT: BENSON RESERVOIR DAM PAGE: 2 OF 2 PROJECTNO.: 181254 DATE: 849105 DEPTH (Fr) CDRE RECOV. DRNE SAMPLES ADVL SM1RE LITHOLOGY GRAPHIC SOIL DESCRIPTION SAAiPLE TYPE BLOWS (PER 8T �' TALL GRASS AT SURFACE D 1 2 3 4 5 6 7 g_ 9 10 11 12 13 14 15 16 17 18 19 20 SILTY CLAY FILL (0 TO APPROX. 8') SLIGHTLY MOIST, PALE BROWN (10YR 613), VERY STIFF SILTY CLAY FILL, TRACE GRAVEL AND SAND, WHITE PRECIPITATE, TRACE ROOT FIBERS. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ SANDY CLAYSTONE (APPROX. 8' TO E.O.B.) SLIGHTLY MOIST, YELLOWISH BROWN (10YR 514), HARD SANDY CLAYSTONE, TRACE SILT, OXIDATION. APPROX. 18' - COLOR INCLUDES SOME DARK GRAY (10YR 411). E.O.B. = 19.3' CA B A 7 13 15 8' CA B A 7 17 32 8' CA A 27 43 50 9' .w CA A 43 75l4' 7' CAAAJ 5014' 4' 21. What are the limits of your public liability? DETAIL What company? 22. What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this Name of Bidder By: Title: State County of day of , 20_ being duly sworn deposes and says that he is of and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of 20 Notary Public My commission expires Rev 10/20/07 Section 00420 Page 3 TEST PIT LOG TEST PIT MFG, Inc. NO.: =nsul&q sunlleft end enDlne M PAGE: 1 OF 2 MFG-TP1 DATE: 911105 TEST PIT LOCATION PROJECT INFORMATION PROJECT: ROBERT BENSON RESERVOIR DAM- -- _ PROJECT NO.: 181254 I _I � CLIENT: ANDERSON CONSULTING ENGINEERS _�� '! MFGTPI OWNER: CITY OF FORT COLLINS LOCATION: N.E. OF S. COLLEGE AVENUE AND CARPENTER ROAD FORT COLLINS, CO aosear Rga eexwN - % m oreoarcowNWW6---... 11 lBlaV1 N/iNYLM FIELD INFORMATION ^' "' DATE 8 TIME ARRIVED: 9112105 - 7:50AM TEST PIT LOGGED BY: TAC VISITORS: NONE 1 WEATHER: CLEAR 65° uar eareh aae o'- l _�=N0TT08CALE.1 EXCAVATION INFORMATION EXCAVATION COMPANY: RIONOUR EARTHWORKS START TIME: 8:10AM TEST PIT DEPTH: 7' TEST PR DIA.: 10' x 3' EXCAVATION METHOD: BOBCAT 337 TRACK EXCAVATOR SAMPLING METHOD: BULK BUCKETAND BAGS BACKFILL: PUSHED IN AND COMPACTED WITH BUCKET TIME EXCAVATION COMPLETE: 8:30AM GROUNDWATER CONDITIONS NO GROUNDWATER WAS ENCOUNTERED AT THE TIME OF EXCAVATION FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: TIME LEFT SITE: 9:45AM NOTES: TEST PIT LOG TEST PIT MFG, Inc. NO.: =n.. np sdsnl/sls and&nginws PROJECT: ROBERT BENSON RESERVOIR PAGE; 2 OF 2 PROJECTNO.: 161254 DATE: 911105 MFG-TP1 WIDTHIDIAMETER (FEET) 0 5 10 15 0 I 5 W Fw a W 10• 11-S 1 I 1 I I 1 I 1 -T T -� _•I 1 1 1 -- T _�. I 1 ---)•ter_—T _�- I I 1 i o I 1 1 I I 1 1 I I 1 1 I I 1 1 1 I I I 1 I I I 1 I I I 1 I I O I 1 1 3 I I 1 1 1 1 1 1 1 I 1 1 I 1 I 1 1 1 1 I 1 I 1 I 1 i I I 1 1 I 1 I 1 1 1 1 1 I I I I I 1 1 I I I I 1 I 1 1 1 I I 1 1 1 I 1 1 I I I 1 1 I 1 I I I I I I F- I i Ii i I I 1 1 1 I I 1 1 1 _4 - 4— _ I 1 I 1 1 1 1 1 1 1 1 I 1 I 1 I 1 1 1 1 1 1 1 1 1 I I Y—'i 1 I 1 1 1 1 I I DEPTH SAMPLE I.D. SAMPLE TYPE 0-1.5' 0-1.61 BKT 1.5' - 3' 1.5' - 3' BAG 3' - 6 3' - 6' BKT 6' - 7' 6'- 7' BAG SOIL SOIL TYPE I DEPTH I SOIL DESCRIPTION AND EXCAVATION NOTES 0 0 -1.5' CLAY SILTY (D TO 1.51) SLIGHTLY MOIST, DARK BROWN, VOIDS AND ROOTS. 2'-3' SANDY CLAY WITH GYPSUM I SULFATES (2' TO T) 3' - 6' SANDY CLAY (T TO 6') SLIGHTLY MOIST TO MOIST, LIGHT BROWN. 6'-7' WEATHERED BEDROCK, VERY SANDY CLAYSTONE (6' TO 7') SLIGHTLY MOIST YELOWISH BROWN, ABUNDANT LIMONITE STAINING. NOTES: EXCAVATION WAS T WIDE, 10' LONG AND T DEEP. TEST PIT LOG TEST PIT MFG, Inc. NO.: c sulting sc usb and engine PAGE: 1 OF 2 MFG-TP2 DATE: "/DS PROJECT INFORMATION TEST PIT LOCATION PROJECT: ROBERT BENSON RESERVOIR DAM- -.--- PROJECT NO.: 181254 -? CLIENT: ANDERSON CONSULTING ENGINEERS `\\ OWNER: CITY OF FORT COLLINS LOCATION: N.E. OF S. COLLEGE AVENUE AND CARPENTER ROADN. FORT COLLINS, CO RORERT eeruoN --..� f ••�-�'� cmaPdrrmuwe NMmAm -� t �, _ NAIURAIARFA i FIELD INFORMATION I••; ( DATE &TIME ARRIVED: 9712/05-7:50AM d. (.-fJ ��� MFGTP2� TEST PIT LOGGED BY: IA ` \ , I • VISITORS: NONE r D-Abr �f-No- TO$CACE.I �a WEATHER: CLEAR 65' GARPENTC RR , - :: --c ... _�:. —._ t. —,..: ., ._ .- ��c_ : fir'. .:. 1`,,; ,r •.0 EXCAVATION INFORMATION EXCAVATON COMPANY: RIDNOUR EARTHWORKS START TIME: 8:40AM TEST PIT DEPTH: T TEST PIT DUL: 10' x 3' EXCAVATIONMETHOD: BOBCAT337 TRACKEXCAVA TOR SAMPLING METHOD: BULKBUCKET AND BAGS BACKFILL• PUSHED IN AND COMPACTED WITH BUCKET TIME EXCAVATION COMPLETE: 9:00M GROUNDWATER CONDITIONS NO GROUNDWATER WAS ENCOUNTERED AT THE TIME OF EXCAVATION FOLLOWING FIELD WORK TIME OF CLEAN-UP COMPLETE: TIME LEFT SITE: 9:45AM NOTES: TEST PIT LOG TEST PIT MFG, Inc. NO.: .nsulling=janlbn wle"gm"m PROJECT: ROBERT BENSON RESERVOIR PAGE: 2 OF 2 PROJECTNO.: 181254 DATE: 911105 MFG-TI22 WIDTHIDIAMETER(FEEn 0 5 10 15 0 5• C W a w n 10• 15- I I I I 1 I I I I I 1 1 II I 1 1 1 I I� 1 I I I 1 1 I1I 1 i i i i 1 1 I I 1 1 1 I 1 1 I 1 1 1 I I I O I 1 I 1 1 I I I 1 I 1 I 1 1 I 1 I 1 1 1 I I 1 1 1 1 1 I I 1 1 I I I I I 1 1 I 1 1 1 1 I 1 I I 1 I 1 I I 1 I 1 I I I I I I I I I I 1 I 1 I I 1 1 I I 1 1 1 I 1 I I 1 I 1 I 1 1 I I I I I 1 1 I 1 1 1 I I I I I I I 1 I I I I 1 1 1 I 1 I I I 1 i i i i 1 1 I I i 1 i I 1 I 1 1 I I I I I 1 1 -� L J I 1 1 I I I I 1 1 _1 1 1 I I I 1 I I I I 1 I 1 1 1 1 DEPTH SAMPLE SAMPLE I.D. TYPE 0'-3.5' 0'-3.5' BAG 3.5'-7' 3.5'-7' BAG SOIL I SOIL TYPE DEPTH I SOIL DESCRIPTION AND EXCAVATION NOTES Di 0-3-6 CLAY SILTY (0 TO 3.5') SLIGHTLY MOIST, DARK BROWN TO MEDIUM BROWN WITH MINOR GRAVEL. ROOTS VOIDS TO 2', ORGANICS AT 3.5' CLAY TO WEATHERED BEDROCK (3.5' TO T) SLIGHTLY MOIST, GRAY TO GRAYISH BROWN, VERY SANDY GRADING TO SAND, VERY CLAYEY, BLOCKY, WITH LIMONITE NOTES: EXCAVATION WAS T WIDE. 10' LONG AND 7' DEEP. TEST PIT LOG TEST PIT MFG, Inc. NO.: PAGE: 1 OF 2 MFG-TP3 DATE: 9/1125 PROJECT INFORMATION TEST PIT LOCATION PROJECT: ROBERT BENSON RESERVOIR DAM - PROJECT NO.: 181254 CLIENT. ANDEIRSONCONSULTING ENGINEERS Z'j." OWNER: CITY OF FORT COLLINS LOCATION: N.E. OF S. COLLEGE AVENUEAND CARPENTER ROAD FORT COLLINS, CO f FIELD INFORMATION z:_- DATE & TIME ARRIVED: 9112105 - 7:50AM TEST PIT LOGGED BY. TAC MFG-TP3 0 VISITORS: NONE C RP L-NOTi&.S'CALE.f WEATHER: CLEAR 65° EXCAVATION INFORMATION EXCAVATION COMPANY: RIDNOUREARThWORKS START TIME: 9-'15AM TEST PrrDEPTH: 10' TEST PIT DIX: 10'X3' EXCAVATION METHOD: BOBCAT 337 TRACK EXCAVATOR SAMPLINGMETHOD: BULK BUCKET AND BAGS BACKFILL: PUSHED IN AND COMPACTED WITH BUCKET TIME EXCAVATION COMPLETE: 9.'40AM GROUNDWATER CONDITIONS NO GROUNDWATER WAS ENCOUNTERED AT THE TIME OF EXCAVATION FOLLOWING FIELDWORK TIME OF CLEAN-UP COMPLETE: TIME LEFT SITE: 9.45AM NOTES: TEST PIT LOG TEST PIT MFG, Inc. NO.: m,uuul(Iny sGwnl/ab end erpfiwsis PROJECT: ROBERT BENSON RESERVOIR PAGE: 2 OF 2 PROJECT NO.: 181254 MFG-TP3 DATE: 9/1105 WIDTH/DIAMETER (FEET) 0 5 10 15 0 4 15- i I 1 1 I I 1 I I I V I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 I I I 1 I 1 1 1 I 1 1 1 1 1 I I I I I I I I 1 1 I 1 1 1 1 I I I OI 1 I I 1 I 1 1 I I I 1 1 1 1 I I 1 I i 1 i I 1 I I 1 1 I 1 I I 1 i 1 1 I I I 1 1 I 1 I 1 1 T T I I 1 1 1 1 1 1 I I I 1 1 I I 1 1 I I I 1 I T I I I I I I I I I I I I I I I I 1 1 I 1 I I 1 I I I I I I I I 1 1 I 1 I I i 1 1 1 I 1 I 1 1 1 1 I DEPTH SAMPLE SAMPLE I.D. TYPE 0'-2' 0'-7 BKT 2'-10' 2'-1V BAG SOIL SOIL TYPE I DEPTH I SOIL DESCRIPTION AND EXCAVATION NOTES OO 0-7 SILTY CLAY (0 TO 2') SLIGHTLY MOIST, DARK BROWN, WITH GYPSUM /SULFATES 12-TO Z. 20 2'-9.5' SANDY CLAY (2'TO9.5') SLIGHTLY MOIST, MEDIUM BROWN TO DARK BROWN, SANDY, WITH GYPSUM / SULFATES TO SIZE 5" THROUGHOUT. 7' - VERY MOIST AND SOFT. CLAY (WEATHERED CLAYSTONE) (95TO 10') VERY MOIST, GRAY BROWN. NOTES: EXCAVATION WAS T WIDE 10' LONG AND 1V DEEP. APPENDIX B RESULTS OF LABORATORY TESTING Table im. Summary of Laboratory Test Results Robert Benson Reservoir MFG Pm(ed No. 181254 13orin depth Moisture "Densltyl%Compactlon Sulfates Compression I A�� I Classificatbn 9 (PPm) IPA (R) (%) (pefl AIRAMR CL %passing l SwellProssun I%Sws"I Pressure C:Wmfeds118128e R Benson ReeervuNRepertlSce Sanple Table+ v Moisture & Density'Determinabons ASTM D 2216 & D 2937 CLIENT: MFG - Fort Collins ... LOCATION: Robert Benson Reservoir BORING MFG-2 ■ SAMPLE DEPTH 4' SAMPLE NO. A DATE SAMPLED DATE TESTED 09-12-05 BKL ■ SOIL DESCRIPTION DENSITY DETERMINATIONS Sample Height (IN) 4.000 Sample Diameter (IN) 1.938 Wt of Wet Soil (GMs) 379.10 Sample-Valume (CI I Ft) 0.00683 WET DENSITY (PCF) 122.4 DRY DENSITY (PCF) 110.7 • MOISTURE DETERMINATIONS Wt, of Wet Soil & Dish (gms) Wt. of Dry Soil & Dish (gms) Net Loss of Moisture (gms) Wt. of Dish (gms) Wt. of Dry Sol[ (gms) Moisture Content N Data entered by: Data checked by: L FileName: 145.74 132.11 13.63 3.69 128.42 10.6 JOB NO.:2540-15 SR Date: 09/13/2005 Date: R 3 oS MSMDG2A4 ADVANCED TERRA TESTING, INC. ATTERBERG LIMITS TEST ASTM D 4316 DENT MFG BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION Plastic Limit Determination MFG-3 2.5 A Project #181254 Robert Benson Reservoir JOB NO. 2540-15 DATE SAMPLED DATE TESTED 09-09-05 BKL 1 2 3 Wt Dish & Wet Soil 6.15 6.12 6.11 Wt Disk SL r)" Sail 5.38 5.35 5.34 Wt of Moisture 0.77 0.77 0.77 Wt of Dish 0.81 0.76 0.81 Wt of Dry Soil 4.57 4.59 4.53 Moisture Content 16.85 16.78 17.00 Liquid Limit . Device Number 0966 Determination 1 2 3 Number of Blows 17 22 31 . Wt Dish & Wet Soil 9.50 8.55 8.58 Wt Dish & Dry Soil 6.34 5.81 5.90 Wt of Moisture 3.16 2.74 2.68 Wt of Dish 0.81 0.78 0.75 Wt of Dry Soil 5.53 5.03 5.15 J Moisture Content 57.14 54.47 52.04 JLiquid Limit 53.7 Plastic Limit 16.9 JPlasticity Index 36.8 Atterberg Classification CH J J J J Date entry by: Checked by:' FileName: i SR Date: 09/12/2005 Date: 9 a MSGO325A ADVANCED TERRA TESTING, INC. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR Section 00430 Page 1 I 1 Atterberg Limits, Flow Curve MFG-3, 2.5, A 58 57 ■ 56 c 65 U m g 53. 52 51 Number ofBiovm 25 50 ■ 60 m v c r 40 s 20 PLASTICITY CHART MFG-3, 2.5, A A CL or L MH rOH M or OL cw.rt 0 0 20 40 60 50 i0o Liquid Limft ♦ Classificaton 120 ' ATTERBERG LIMITS TEST ASTM D 4318 -LIENT MFG - Fort Collins BORING NO. MFG-4 ' DEPTH 14' SAMPLE NO. A SOIL DESCR. LOCATION Robert Benson Reservoir Plastic Limit Determination 1 2 3 JOB NO. 2540-15 DATESAMPLED DATE TESTED 09-13-05 RS Wt Dish & Wet Soil 7.72 6.34 5.77 Wt Dish & Dry. Soil 6.70 5.47 4.99 Wt of Moisture 1.02 0.57 0.78 Wt of Dish 0.81 0.82 0.77 Wt of Dry Soli 5.89 4.65 4.22 Moisture Content 17.32 18.71 18.48 Liquid Limit Device Number 0966 ■ Determination 1 2 3 Number of Blows 33 20 28 . ■ Wt Dish & Wet Soil 10.17 9.99 9.17 Wt Dish & Dry Soil 6.87 6.68 620 ■ Wt of Moisture 3.30 3.31 2.97 Wt of Dish 0.84 0.82 0.82 Wt of Dry Soil 6.03 5.86 5.38 Moisture Content 54.73 56.48 55.20 ■ .' Liquid Limit 55:7 Plastic Limit 18.2 Plasticity Index 37.5 Atterberg Classification CH Date entry by: J Checked by: FIIeName: SR Date: DB114/2005 4 Date: ! oS MSG0414A ADVANCED TERRA TESTING, INC. I J J I J i Atterberg Limits, Flow Curve MFG-4,14', A 57 55 _ U m 'S 65 64 Number of Blows 25 PLASTICITY CHART MFG4, W. A 50 50 X m 9 G c 40 o CLor L 20 . MH Ir OH M or OL a+a 0 0 20 40 60 50 100 120 Liquid Umtt ♦ Classification ATTERBERG LIMITS TEST ASTM D 4318 7LIENT BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION Plastic Limit Determination MFG - Fort Collins MFG-1 2.5' A Project #181254 Robert Benson Reservoir JOB NO. 2640-16 DATE SAMPLED DATE TESTED 09-15-05 RS 1 2 3 Wt Dish & Wet Soil . 5.87 6.91 6.42 -"�t-0ish &-0cy Soi! 5 1 e x n6 55,64 Wt of Moisture 0,72 0.85 0,78 Wt of Dish 0.81 0.81 0.81 Wt of Dry Soil 4.34 525 4.83 Moisture Content 16.59 16.19 16.15 Liquid Limit Device Number 0860 .' Determination 1 2 3 4 5' Number of Blows 35 29 23 22 18 Wt Dish & Wet Soil 10.74 11.58 11.33 11.98 11.30 Wt Dish & Dry Soil 7.85 8.41 820 8.63 8.09 Wt of Moisture 2.89 3.17 3.13 3.35 3.21 Wt of Dish 0.83 0.82 0.82 0.83 0.83 Wt of Dry Soil 7.03 7.59 7.38 7.80 726 Moisture Content 41.14 41.70 42.41 42.92 44.12 Liquid Limit 42A Plastic Limit 16.3 Plasticity Index 26.1 r Atterberg Classification Data entry by: Checked by:Y FIIeName: CL SR Date: 09/16/2005 Date: 9 6 0 MSGOG125 ADVANCED TERRA TESTING, INC. I I I Atterberg Limits, Flow Curve MFG1, 2.5', A 45 44I - t 48 \ U S 42 41 40 Number of Blows 25 - PLASTICITY CHART MFG1,2.9,A 80 BO t�fl bar v 0 40 20 CL or I• MH Ir OH 0 M or OL cwe� 0 20 40 80 80 10D 120 Llquld LImh ♦ Classification ATTERBERG LIMITS TE,S,T ASTM D 4318 CLIENT .j:9 Ft. Collins BORING NO. MF" DEPTH 2.5' -SAMPLE NO. A SOIL DESCR. s LOCATION Plastic Limit Determination JOB NO. 2540-18 DATE SAMPLED DATE TESTED 9-1545 CAL 1 2 3 Wt Dish & Wet Sal 5.34 5.51 4.88 s-Wt-61sh�3fy Bell. A71 a RA .426 Wt of Moisture 0.63 0.67 0.57 Wt of Dish 0.77 0.80 0.W Wt of Dry Soil 3.94 4.04 3.46 .Moisture Content ISM 16.58 15.47 Liquid Limit Device Number 0860 Determination 1 2 3 4 5 $ Numberot8loin 21 40 33 35 14 1.7 Wt Dish & Wet Soil 10.10 11.13 8.89 927 923 9.90 Wt Dish & Dry Soil 7.32 8.20 6.57 6.83 6.61 7.13. Wt of Moisture 2.78 2.98 2.32 2.44 2.62 2.77 Wt of Dish 0-74 0.83 0.81 0:82 0.81 0.80 Wt of Dry Soil 6.58 7.37 5.76 5.01 5.80 6.33 .Moisture Content 4225 39.76 4028 40M 45.1.7 43.78 Liquid Limit 41.9 Plasticlimit 16.3 Plasticity Index 25.6 Atterberg Classification CL Data entry by: CAL Date: 0911612005 Checked by: % Date: 4 6 oS" FileName: MSGOG62A ADVANCED TERRA TESTING, INC. i Atterberg Limits, Flow Curve I MFG-6, 2S, A ' 46 45 m 'c 49 0 V 1° ■ 41 40 39 Number of Blows 25 40 m o. 20 PLASTICITY CHART MF", 2.6, A CL or L MH OH a OL 0 D 20 40 ea Liquid Limn ♦ Classification ou Iw 120 I MECHANICAL ANALYSIS - SIEVE TEST DATA ASTM D-422 CLIENT MFG -Fort Collins JOB NO. 2540.15 BORING NO. MFG-4 SAMPLED DEPTH . 14' DATE TESTED 09-12-05 BKL _ SAMPLE NO. A WASH SIEVE Yes SOIL DESCR. Pro)ed#181254 DRY SIEVE No LOCATION Robert Benson Reservoir MOISTURE DATA WASH SIEVE ANALY Wt Wet Soil & Pan (9) 2D4.8 Wt. Dry Soil & Pan (9) 172.8 Wt. Wet Soll &'Pan Wt Lost Moisture (g) 32.0 Before Washing (g) Wt of Pan Only (9) 82 Wt. Dry Soil & Pan Wt of Dry Soli (9) 164.6 Before Washing (g) Moisture Content % 19.4 Weight of Pan (g) Wt.of Dry Soil DENSITY DETERMINATIONS Bef • Before Washing Wt. Dry.Soli & Pan Sample Height (IN) 3.871 After Washing (9) Sample Diameter (IN) . 1.933 Wt. of Dry Soil Wt of Wet Soil (GMs). 391,0 After Washing (9) Sample Volume (CU Ft) 0.D0857 4200 Wash. Out % WET DENSITY (PCF) 131.1 DRY DENSITY (PCF) 109.8 Sieve Pan Indly. Indio. Cum. Cum. % Number Weight WL+Pan Wt Wt. % Finer (Slze) (9) (9) Retain. Retain. Retain. By Wt 3" 0.00 0.00 0.00 0,00 0.0 100.0 111r 0.00 0.00 0.00 0.D0 010 100.0 314' 0.00 0.00 0.00 0.00 0.0 100.0 3/8" 0.D0 0.00 0.00 0.00 0.0 100.0 #4 0.00 0.00 0.00 0.00 0.0 100.0 #10 0.00 0.00 0.00 0.00 0.0 160.0 #20 1.93 1.94 0.01 0.01 0.0 100.0 #40 1.94 1.96 0.02 0.03 0.0 400.0 #50 1.94 1.97 0.03 0.06 0.0 100.0 #100 1.94 2.07 0.13 0.19 0.1 99.9 #2D0 1.96 9.07 7.11 7.30 4A 95.6 Data entered by: SR Date: R 05/1312005 Data checked by: Date. FilsName: MSSD414A J 204.8 172.8 8.2 164.6 15.5 7.3 95.6 ADVANCED TERRA TESTING, INC. g PEBBIE aRAva sARn - SLT CLAY MIBRNpRII TO OOMOM CDMBE M® RJE COAR86 - M® FFM Clot MFO-Fat Col9ns owkw a: MFG-4 ¢en"M-. n .kk tk~. 254045 .D": W - vanced T¢ TeslhU Inc ERR MECHANICAL ANALYSIS - SIEVE TEST DATA ASTM D-422 CLIENT MFG - Fort Collins BORING NO. MFG-1 DEPTH 2.5' SAMPLE NO., A SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir JOB NO. 2540-15 SAMPLED DATE TESTED 09-09-05 KR WASH SIEVE Yes DRY SIEVE No MOI "IEV'L= ANA=YSIS - f Wt. Wet Soil & Pan (g) 137.2 Wt Dry Soil & Pan (9) 1232 Wt Wet Sail & Pan' a Wt Lost Moisture (g) 14.0 Before Washing (g) 1372 Wt of Pan Only (9) 8.1 Wt Dry Soil & Pan Wt of Dry Soil (9) 115.1 Before Washing (g) 1232 ■` Moisture Content% 12.2 Weight of Pan (g) 8.1 Wt of Dry sou DENSITY DETERMINATIONS Before Washing 115.1 Wt Dry Soil &Pen Sample Height (IN) 3.333 After Washing (g) 44.9 Sample Diameter (IN) 1.926 Wt of Dry Soil WtofWet Soil (GMs) 245.8 After Washing (g) 36.8 Semple Volume (CU Ft) 0.00563 4200 Wash. Out % 68.0 • WET DENSITY (PCF) 96.6 DRY DENSITY (PCF) 86.1 Sieve Pan Indiv. Indiv. Cum. Cum. % Number Weight Wt+Pon Wt Wt % Finer (Size) (9) (9) Retain. Retain. Retain. _ By Wt 3" 0.00 0.00 0.00 0.00 0.0 100.0 1112" 0.00 0.00 0.00 0.00 0.0 100.0 314" 0.00 0.00 0.00 0.00 0.0 100.0 3/6" 0.00 0.00 0.00 0.00 0.0 100.0 #4 0.00 0.00 0.00 0.00 0.0 100.0 r #10 3.63 - 171 0.09 0.09 0.1 99.9 #20 3.87 3.80 0.13 022 02 99.8 #40 3.62 3.75 0.13 0.35 0.3 99.7 #60 3.63 4.09 0.46 0.81 0.7 99.3 'r #100 3.83 725 3.62 4.43 3.8 962 #200 3.69 36.08 32.37 36.50 32.0 83.0 r J Data entered by. SR Data checked by.. PA Data: 09/12/2005 Date-_! a of FileName: MSM0125A ADVANCED TERRA TESTING, INC. I SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed I I t--- L- cff a MFO-Fat Colors BW gNo.: MFC-1 2.S e�"q°xos a Jca Nurber: 254045 Tema Tasoni , hs. ERR MECHANICAL ANALYSIS - SIEVE TEST DATA _ ASTM D-422 CLIENT MFG - Fort Collins JOB NO. 2540-15 BORING NO. MFG-6 SAMPLED DEPTH 2.5' DATE TESTED 09-08-05 BKL SAMPLE NO. A WASH SIEVE Yes ` SOIL DESCR. Project#181254 DRY SIEVE No LOCATION Robert Benson Reservoir MOIST - Wt Wet Soil & Pan (g) 178.7 _ Wt. Dry Soil & Pan (g) 162.1 Wt. Wet Soil & Pan Wt Lost Moisture (9) 16.6 Before Washing (g) 178.7 Wt of Pan Only (a) 8.3 Wt Dry Soil & Pan Wt of Dry Soil (9) 153.8 Before Washing (g) 162.1 - Moisture Content % 10.8 Weight of Pan (g) 8.3 Wt of Dry Soli DENSITY DETERMINATIONS Before Washing 153.8 Wt Dry Soil & Pan - Sample Height (IN) 2.506 After Washing (g) Sample Diameter (IN) _ 1.935 Wt. of Dry Soli .24.2, WtofWet Soil (GMs) 240.6. AfterWashin9 (g) 15.9 Sample Volume (CU Ft) 0.00426 -4200 Wash. Out % 89.6 - WET DENSITY (PCF) 124.4 DRY DENSITY (PCF) 112.3 Sieve Pan Indiv. Indiv. Cum. Cum. % Number Weight Wt+Pan Wt. Wt % Finer (Size) (g) (9) Retain. Retain. Retain. By Wt 3" 0.00 0.00 0.00 0.00 0.0 100.0 11/7 0:00 0.00 0.00 0.00 0.0 100.0 314" 0.00 0.00 0.00 0.00 0.0 100.0 3/8" 0.00 0.00 0.00 0.00 0.0 100.0 #4 0.00 0.00 0.00 0.00 0.0 100.0 #10 3.63 3.74 0.11 0.11 0.1 99.9 #20 3.65 4.40 0.75 0.86 0.6 99.4 #40 3.66 448 0.92 1.78 12 98.8 #60 3.65 4.01 0.96 2.74. 1.8 98.2 #100 3.58 4.B6 12.8 4.02 2.6 97.4 #200 3.61 15.53 11.92 15.94 10.4 88.6 Data entered by: SR Date: 09/12/2005 Data checked by. per" Date: i a FIIeName: MSM0625A ADVANCED TERRA TESTING. INC. a I Mob � M� —am a CHO* MFG-Fort comns soAv m.w MFGA 5apft b Nv~. 2540-15 ERR is, II` wwd Tma Tesft Mc. I MECHANICAL ANALYSIS - SIEVE TEST DATA ASTM D-422 CLIENT MFG JOB NO. 2540-15 • BORING NO. MFG-3 SAMPLED DEPTH 2.5' DATE TESTED 09.06-05 BKL SAMPLE NO. A WASH SIEVE yes SOIL DESCR. Project#181254 DRYSIEVE No. LOCATION Robert Benson Reservoir WASH SIEVE ANALYSIS Sieve Pan Indiv, indiv. .. Number Weight Wt. +Pan Wt (Size) Mtn (g) (9) Retain. 3" '+lr,A 0.00 0.00 0.00 1 1/20 36.1 0.00 0.00 0.00 3W 19, K 0.00 0.00 0.00 3V G-S3 0.00 0.00 0.00 #4 LA-}k' 0.00 0.00 0.00 #10 8•u0 0.00 0.00 0.00 #20 0,%41 Z72 2.73 0.01 #40 QNHo 2Ao Z49 0.09 #50 0.ds4 2A8 2.49 0.03 #1000.144 1.95 2.05 0.08 #200 0.0't4 1.90 13.68 11.78 Data entered by: SR Data checked by.PIL- FIIeName: MSM02W Cum. Wt Retain, 0.00 0.00 0.00 0.00 0.00 0.00 0.01 0.10 0.13 022 12.00 Date: 09/09/2005 Date. L-i4c Wt WetSo11 & Pan Before Washing (g) 211.0 Wt Dry Soil & Pan Before Washing (g) 174.0 Weight of Pen (g) 8.3 Wt of Dry Soil Before Washing 165.7 Wt. Dry Boll & Pan After Washing (g). 20.3 Wt of Dry Sall Afterwashing (g) 12.0 4200 Wash. out % 92.8 Cum. Retain. 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.1 0.1 72 Finer By Wt. 100.0. 100.0 100.0 100.0 100.0 100.0 100.0 99.9 99.9 99.9 92.8 ADVANCED TERRA TESTING, INC. Cpgg� P®eIEGMV6L 9MlG SLT. CLAY Wet1lWOnn1 TG BGULGHt9 CON79E Mm FNE CGANSE MOD FR1E CNr MFG ealne Nw MF63 sen4.e no.: A umm: .%bx784G.15 Gep01: 2,S Ad nced Tenn Tesft.Mm CORROSION TEST SUMMARY Client: MFG - Ft. Collins Job Number: 2540 15 Location: Robert Benson Reservoir Date Tested: 920/05 RS Date Sampled: Project: #181254 Sample I Sulfates emperature Degrees C Reading Dilution ppm gym■.. ..� MFG-2 4' 45.0 1 25 1125.0 24.8 I I � I J J J iJI JData entry by: RS Checked by: Irk FileNsme: MSZOMFG2 �J i ADYAHEED TERRA USTIED, Inc Date: 0920/2005 Date: Q S PINHOLE DISPERSION TEST ASTM D 464T CLIENT MFG - Fort Collins BORING MFG-2 DEPTH 4- SAMPLE ID A LOCATION Robert Benson Reservoir HEAD TIME TIME FLOW RATE (min) (sec) ml (mUsec) JOB NO. DATE SAMPLED DATE TESTED COMPACTION % SOIL DESCRIPTION COLOR I TURBIDITY 2540-15 09-12-05 BI0_ Undisturbed Sample Method Performed : A 2" 1.0 60 13.0 0.22 Bereyvlelhle MOISTURE DATA 1.0 60 12.5 021 Completely Gear, ComplatalycleartromTop NATURAL 0 60 14 0 1123 GuarMalyrdem.ComplWAVClffiKJWmSap 1.0 60 14.0 023 Completely dear, Completely Clear from Top Wt. Wet Sol & Pan (g) 155A4- 1.0 60 14.0 023 Completely Clear, Completely Clear from Top Wt Dry Sall & Pan (g) .139.18 1.0 60 14.0 0.23 Completely Clear, completely Clear from Top Wt Lost Moisture (g) 1626 1.0 60 12.5 021 CompletelyClear, Completely Ckmrfrom Tap Wt of Pen Only (g) 4.45 1.0 60 13.0 0.22 CwnpleloyCleer,CompletelyGaerfromTop WtofDry Soil (g) 134.73 1.0 60 13.0 022 Completely Clear, Completely deerfrom Top Moisture Content % 12.1 1.0 50 13.0 022 Completely clear, Completely Cloarfmm Tap Diameter of Sample (In) 1.938 r 0.5 30 21.0 0.70 BerelyVielbia Height of Sample (in) 1.512 0.5 30 17.0 0.67 Completely clear, Completely Clmrfmm Tap Votume of Sample (cu ft) 0.0025 0.5 30 18.0 0.60 Canplately Char, Completely Clmrhmr Tap 0.5 30 18.0 0.60 Completely Clear, Completely ClmrtromTop Wet Density (PCF) 129.0 0.5 30 17.0 0.57 Canplately Clear, Completely Clear from Top Dry Density (PCF) 115.1 15" OS 30 27.0 0.90 completely ChaecornplatelyGmrtromrop Before Ted Pinhole Diameter 0.039 0.5 30 29.0 , 0.97 Completely Clear, Completely Cleariron Top After Test Pinhole Diameter 0.039 0.5 30 28.0 0.93 Completely Clear, Completely Clear from Top 0.5 30 29.0 0.97 Completely Clear, completely clear from Top Classification; ND1 OS 30 28.0 0.93 Completely Clear, Cortpletely Chm from Top , j Remarks: 4T 0.5 30 55.0 1.83 BamiyVlalble 05 30 57.0 1.90 Completely Clear, completely CleerfromTop 0.5 30 57.0 1.90 Completely Clear, Complexly Clear from Top J 0.5 30 57.0 1.90 Completely Clear, CanpktalyLlwfmmTop 0.5 30 58.0 1.93 Completely Clear, Completely Clear from Top III I .1 11 J Data Entered By: Q SR Data Checked By: _ ram___ Filename: MSPHG24A J Date: 0 13/2005 ' Date: 5 Advanced Terra Testing, Inc. 11J n � lY k M$Z540/MSDP24A.JPG "os tlz05 it CONSOLIDATION/SWELL TEST ASTM D 4546/METHOD IS 3LIENT MFG • Fort Collins JOB NO. 2640-15 BORING NO. MFG•2 SAMPLED DEPTH 9' TEST STARTED 09-09-05 RS SAMPLE NO. A TEST FINISHED 09-12-05 RS SOIL DESCR. Project #181264 SETUP NO. ATT-17 •' LOCATION Robert Benson Reservoir MOISTURE/DENSITY BEFORE AFTER LOAD CONSOL. CONSOL. _ DATA TEST TEST (PSF) (IN.) (INJIN) Wt Soil & Ring(s) (g) 321.5 323.1 155 0.0000 0.0000 •�iVCRtnH(Sj-(g) ^43 4 249 4 �I005-0:6036 0:0046 Wt Soil (g) 782 79.7 1005 -0.0202 -0.0259 Wet Density PCF 134.6 139.4 1237 -0.0201 -0.0268 • 2474 ,0.0181, -0.0241 Sample Diameter (in) 1.938 1.938 4948 -0.0119 -0.0159 Sample Height (in) 0.750 0.739 9897 -0.0016 -0.0021 19794 0A115 0.0153 • Wt Wet Soil & Pan (g) 81.9 83.4 Wt. Dry Soil &.Pan (9) 72.0 72.0 Wt Lost Moisture (9) 9.9 11.5 Wt. of Pan Only (g) 3.7 3.7 Wt. of Dry Soil (g) 68.3. .. 68.3 Moisture Content % 14.5 16.8 Dry Density PCF .117.6 119.4 " Max. Dry Density PCF Percent Compaction " LOAD LOG CONSOL. DEFL (PSF) LOAD (INJIN.) (INJIN.) 155 2A903 0.0000 0.0000 1005 3.0023 0.0048 -0.0048 Inundate 1005 3.0023 -0.0269 0.0269 1237 3.0924 -0.0268 0.0268 " 2474 3.3934 -0,0241 0.0241 4948 3.6944 -0.0159 0.0159 9897 3.9955 -0.0021 0.0021 19794 4.2965 0.0153 -0.0153 Data Entered By: SR Date: Data Checked By: 4e�z Date: Filename: MSSWG29A 1�19/13/2 q ADVANCED TERRA TESTING, INC. CONSOLIDATION/SWELL TEST ASTM D 4546 CLIENT MFG - Fort Collins _ BORING NO. MFG-2 DEPTH 9. SAMPLE NO. A SOIL DESCR. Project #181254 TIME READING DATA JOB NO. 2540-15 SAMPLED TEST STARTED TEST FINISHED SETUP NO. Elapsed SQRT Dial Deft. _ Time Time Reading (in) (min) (min) (in) 0.0 0.00 0.0051 0.0000 0.1 0.32 0.0052 -0.0001 0.3 0.50 0.0062 -0.0001 0.5 0.71 0.0051 0.0000 1.0 1.00 0.0049 0.0002 .2.0 1.41 0.0047 0.0004 4.0 2.00 0.0040 0.0011 9.0 3.00 0.0034 0.0017 16.0 4.00 0.0025 0.0026 30.0 5.48 0.0013 .0.0038 60.0 7.75 -0.0005 0.0057 120.0 10.95 -0.0032 0.6083 240.0 15.49 -0.0068 0.0119 480.0 21.91 -0.0112 0.D163 09-09-05 RS 09-12-05 RS ATT-17 Data Entered By: SR Date: 09/13/2005/ Data Checked By: / l Date: Filename: MSSWG29A ADVANCED TERRA TESTING, INC. SECTION 00510 NOTICE OF AWARD Date: TO: PROJECT: 6116 Robert Benson Reservoir Dam Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated , 20 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 6116 Robert Benson Reservoir Dam Improvements. The Price of your Agreement is Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by , 20 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER James B. O'Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management Section 00510 Page 1 CONSOLIDATION TEST DATA MFG-2,9',A 0.030 0.020 Z Z 0.010 J 0 i 0.000 1 5 -0.010 -0.020 2.00 2.50 3.00 3.50 4.00 LOG PRESSURE f Pressure - psf 0.020 0.015 m _ 0.010 .5 c .Q 0.005 m 0 0.000 -0A05 � 0.00 TIME READING DATA MFG-2,9',A,1005wet psf load 4.50 5.00 10.00 15.00 20.00 25.00 SQUARE ROOT of TIME f Time in Minutes CONSOLIDATION/SWELL TEST ASTM D 4546/METHOD B CLIENT MFG - Fort Collins BORING NO. MFG-5 ' DEPTH 2.5' SAMPLE NO. A SOIL DESCR. Project #181264 LOCATION Robert Benson Reservoir i J j 11 i i MOISTURE/DENSITY DATA Wt. Soil & Ring(s) (g) Wt-Ring(s)'(9) Wt. Soil (g) Wet Density PCF Sample Diameter (in) Sample Height (in) Wt Wet Soil & Pan (g) Wt Dry Soil & Pan (g) Wt Lost Moisture (g) Wt. of Pan Only (g) Wt of Dry Soil (g) Moisture Content % Dry Density PCF Max. Dry Density PCF Percent Compaction LOAD (PS6 155 526 Inundate 526 619 1237 2474 4948 9897 19794 LOG LOAD 2.1903 2.7210 2.7210 2.7917 3.0924 3.3934 3.6944 3.9955 4.2965 BEFORE TEST 322.4 �58:8 71.7 123.4 1.938 0.750 75.3 64.0 11.3 3.7 60.3 18.8 103.9 CONSOL. (INJIN.) 0.0000 0.0051 -0.0636 -0.0637 -0.0609 -0.0511 -0.0320 -0.0061 0.0291 J Data Entered By: SR Date: Data Checked By: %fV,41 Date: Filename: MSSWG525 i AFTER TEST 325.4 -25" 74.6 132.3 1.938 0.728 782 64.0 14.3 3.7 60.3 23.6 107.0 DEFL. (INJIN.) 0.0000 -0.0051 0.0636 0.0637 0.0609 0.0511 0.0320 0.0061 -0,0291 JOB NO. 2540-15 SAMPLED TEST STARTED, 09=09-05 RS TEST FINISHED 09-12=05 RS SETUP NO. ATT-15•. LOAD (PSF) 155 526 619 1237 2474 4948 9897 19794 CONSOL. CONSOL (IN.) (INAN) 0.0000 0.0000 �:0036�:0051-- -0.0477 -0.0638 -0.0478 -0.0637 -0.0457 -0.0609 -0.0383 0.0511. -0.0240 -0A320 -0.0046 -0.0061 0.0218 0.0291 OS ADVANCED TERRA TESTING, INC. CONSOLIDATION/SWELL TEST ASTM D 4546 CLIENT MFG - Fort Collins BORING NO. MFG-5 DEPTH 2.5' SAMPLE NO. A SOIL DESCR. Project #181254 TIME READING DATA JOB NO. 2540-15 SAMPLED TEST STARTED TEST FINISHED, SETUP NO. Elapsed SORT Dial Dell. Time Time Reading (in) (min) (min) (in) 0.0 0.00 0.0064 0.0000 0.1 0.32 0.0060 -0.0006 .0.3 _ 0.50 0.0064 -0.0010 0.5 0.71 0.0061 -0.0007 1.0 1.00. 0.0056 -0.0002 2.0 1.41 0.0049 0.0005 4.0 2.00 0.0040 0.0014 9.0 3.00 0.0024 0.0030 16.0 4.00 0.0005 0.0048 30.0 5.48 -0.0019 0.0073 60.0 7.75 -0.0058 0.0112 120.0 10.95 -0.0118 0.0172 240.0 15.49 -0.0212 0.0266 480.0 21.91 -0.0330 0.0384 09-09-05 RS 09-12-05 RS ATT-15 Data Entered B SR��� Date: 09 16 00_ Data Checked By: �c�L Dete: ? ®/ Filename: MSSWG525 ADVANCED TERRA TESTING, INC. CONSOLIDATION TEST DATA MFG-5,2.5',A 0.080 0.080 Z 0.040 c z -j 0.020 -0.020 -0.040 2.00 2.50 3.00 3.50 4.00 LOG PRESSURE f Pressure - psf 0.050 0.040 t 0.030 0 c c 0 0.020 p 0.010 0.000 -0.010 16.0 TIME READING DATA MFG5,2.5,A,525mt psf load 4.50 0.00 5.00 10.00 15.00 20.00 25.00 SQUARE ROOT of TIME ■ Time in Minutes CONSOLIDATION/SWELL TEST ASTM D 4646 ,LIENT MFG - Fort Collins BORING NO. MFG-3 DEPTH 4' SAMPLE NO. A SOIL DESCR Project #181254 - i LOCATION Robert Benson Reservoir MOISTURE/DENSITY BEFORE I DATA TEST Wt. Soil & Ring(s) (g) 313.1 - Wt. Rmg s 241-.6-- Wt. Soil (9) 71A Wet Density PCF 123.0 Sample Diameter (in) 1.938 Sample Height (in) 0.750 .- Wt. Wet Soil & Pan (g) 75.1 Wt. Dry Soil & Pan (9) 62.9 Wt Lost Moisture (g) 12.2 .' Wt of Pan Only (g) 3.7 Wt. of Dry Soil (g) 592 Moisture Content % 20.6 Dry Density PCF 102.0 ` Max. Dry Density PCF Percent Compaction LOAD LOG CONSOL. (PSF) LOAD (IN11N.) 155 ' 2.1903 0.0000 ` 533 2.7267 0.0053 Inundate 533 2.7267 -0.0159 619 2.7917 -0.0157 1237 3.0924 -0.0109 2474 3.3934 0.0017 4948 3.6944 0.0151 r Data Entered By: SnR�� � Date: 2-�-1 Data Checked By: -- Date: Fliename: MSSWG34A 1 J JOB NO. 2540-15 SAMPLED TEST STARTED 09-09-05 RS TEST FINISHED 09-11-05 DPM SETUP NO. ATT-8 AFTER LOAD CONSOL. CONSOL TEST (PSF) (IN.) (INAN) 315.2 155 0'.0000 0.0000 73.6 533 -0.0119 -0.0159 128.7 619 -0.0118 -0.0157 1237 -0.0082 -0.0109 , 1.938 2474 0.0013 0.0011 0.739 4948 0.0113 0.0151 77.3 62.9 14A 3.7 59.2 24.3 103.6 DEFL (INAN.) 0.0000 -0.0053 0.0159 0.0157 0,0109 -0.0017 -0.0151 /1 0� 9 ADVANCED TERRA TESTING, INC. ■ CONSOLIDATION/SWELL TEST ASTM D 4546 ■ CLIENT MFG - Fort Collins i BORING NO. MFG-3 DEPTH 4' SAMPLE NO. A SOIL DESCR. Project #181254 i si f I TIME READING DATA i i J JOB NO. 2540-15 SAMPLED TEST STARTED TEST FINISHED SETUP NO. Elapsed SQRT Dial Defl. Time Time Reading (in) (min) (min) (in) 0.0 0.00 0.0043 0.0000 0.1 0.32 0.0059. -0.0016 0.3 0.50 0.0059 -um 0.5 0.71 0.0058 -0.0015 140 1.00 0.0056 -0.0013 2.0 1.41 0.0051 -0.0008 4.0 2.00 0.0043 .0.0000 9.0 3.OD 0.0030 0.0013 16.0 4.00 0.0018 0.0025 30.0 5.48 O.OD03 0.0040 60.0 7.75 -0.0018 0.0061 120.0 10.95 -0.0046 0.0089 240.0 15.49 -0.0078 0.0121 480.0 21.91 -0.0099 0.0142 Data Entered By: SR Date: Data Checked By. - Date: Filename: MSSWG34A 09-09-05 RS 09-11-05 DPM ATT-8 09/13/2005 0 ADVANCED TERRA TESTING, INC. CONSOLIDATION TEST DATA MFG-3,4',A 0.020 0.010 Z s Z 0.000 y Z O 155 -0A10 -0.020 2.00 Z50 3.00 3.60 LOG PRESSURE f Pressure - pef 0.016 0.010 m c c c 0.005 m 0.000 -0.005 � 0.00 TIME READING DATA MFG-3,4',A,Mvvet psf load 4.00 5.00 10.00 15.00 20.00 25.00 SQUARE ROOT of TIME : Time in Minutes TRIAXAL COMPRESSION TEST DATA CLIENT MFG JOB NO. 2540-115 BORING NO. MFG-5 SAMPLED DEPTH V TEST STARTED OMI-05 CAL SAMPLE NO. A TEST FINISHED OMS-05 CAL SOIL DESCR. Ploect#181264 SETUP NO, I P LOCATION Robert Benson Reservoir SATURATED TEST Yes CONF. pRES. PSF Soo TEST TYPE TXPbp SATURATION DATA Call Back Burette pore Preis. Pres. Reading Pressure. (PSO (psi) (CC) (PSI) -Change 8 Close Open Close Oped 40.0 38.0 1.1 72 50.0 4L0 -6.0 -41 SBA 47.8 GA 0.94 80.0 5&0 -3.7 -2A 48.1 56.9 82 0.88 70.0 -2.5 -2A .58.1 67.8 9.5 .0.95- CONSOLIDATION DATA Elapsed SQi;rr Btraft Volume Time Time. Reading Dell. (Mtn) (Mtn) (CC) (cc) 0.00* 0.00 13.86 0.00 025 0.50 14.05 -0.25 0.5 0.71 114.05 -0.25 1 1.00, 14MG .0.25 2 1A1 14.10 -0.30 4. 2.00 14.10 -0.30 9 3.00 14.15 -0.35 15 4.00 14A5 -0.35 30 5.48 14.20 -OAO so 7.75 1420 -0.40 120 10.95 1420 -OAO 240 115.49 14.25 -OA5 360 18.97 14.30 -0.50 Initial Height (in) 2.985 IntL Vol. (CC) 142.113 Height Change (in) 0.001 Vol. Change (CC) -1.96 HL After Cons. (In) 2.9e4 Call Exp. (CC) 11.37 Initial Area (sq In) 2.919 Net Change (CC) '-13.32 Area After Cons. (sq in) 3.193 Cons. Vol. (CC) 1156,15 Data entry by. SR Date:. 0911212005 Checked by'.---94:- Date: 9&440 ADVANCED TERRA TESTING, INC. FlIeName: MSP054A 0 3 z 0 F U W LL -0.2 W W -0.4 0 2 4 g, �g 30 60 .12D . 10 5 SQUARE ROOT OF TIME W MINUTES ■ Tlmgln'Mlnu�as MS2540/MSDP54A.JPG 09-09-05 0. Can you post the AutoCAD drawing on the city's website? A. Yes. This was done on October 10, 2008 on the City e-procurement site located at http://fc2ov.com/eprocurement named 6116 ZIP FILE. Sheet C9 - Principal Outlet Works Plan and Profile has been revised and is included as part of this addendum. The revisions include; a shortening of the plan length of the sand cutoff wall to accurately reflect the dimensions on the detail, and the quantities in the Bid Schedule; and, the installation of a ASTM C 33 sand drain around both the 10-inch PVC irrigation pipe, and the 24-inch steel outlet pipe. This sand drain shall be installed from Station 2+93 to the back of the concrete headwall at Station 2+61.5. The sand drain shall extend a minimum of 12-inches around all sides of both pipes. These revisions also apply to Sheet C10, the plan and profile of the 10-inch PVC irrigation pipe, which has not been included. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 6116 Robert Benson Reservoir Dam Improvements and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Anderson Consulting Engineers, Inc., who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within ninety (90) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within ninety seven (97) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Seven Hundred Fifty Dollars ($750.00) for each calendar day or fraction thereof that expires after the ninety (90) calendar day Section 00520 Page 1 PERMEABILITY TEST - BACK PRESSURE SATURATED - FLOW PUMP METHOD ASTM D 5084 CLIENT MFG BORING NO. MFG-4 DEPTH 9' SAMPLE NO. A S61LDESCR.. Pro)edt#181254 LOCATION Robert Benson Reservoir CONF. PRES. PSF 1000 JOB NO. 2540-15 SAMPLED TEST STARTED 09-01.05 CAL TEST FINISHED 0942-05 CAL CELL NUMBER 5P SATURATED TEST Yes TEST TYPE TX1Pbp MOISTUREIDENSITY BEFORE AFTER DATA TEST TEST WL'Soll + Moisture W 30" 341.9 WL Wet Son & Pan (g) 314.3 350.3 WL.Dry Soo & Pen (9) 2892 2892 Wt Last Molsh e W 25.1 81A Wt of Pan Only (g) 8.4 SA Wt of Dry. Son (9) 280.8 250A Moisture Content.% 8.9 21.7 Wet Density PCP 1332 131.9 Dry Danny PCIF 122.3 108A InIL Diameter (In) iA29 (cm) 4.900 InIL Area (sq in) 2.922 (eq cm) 1 &858 brit Haight (in) 2A94 (cm) 7.005 Vol. But. Consul. (cu tt) 0.00506 Vol. After Consol. (ou It) 0A0571 Porosity % 37.73 FLOW PUMP CALCULATIONS Pump Setting Velocity CMISec O (oMs) Height Diameter Pressure (pal) Area after coned., (cm*cm) Gradient Permeabinty k (cm/8) Back Pressure (pal) Con Pressure (psi) Ave. EfiecBve Stress (pal) Data entry by. SR Date: Checked by c rt_ Date: 9�S- FIIeName: MSPOG49A 19 125E-04 3.99E-08 2-993 2.049 1.162 212TT . 10.932 _1.7E-08 78.0 84.9 6.309 09/1312005 ADVANCED TERRA TESTING, INC. TRIAXAL COMPRESSION TEST DATA CLIENT MFG BORING NO. MFG-4 DEPTH '.. w SAMPLE NO. A SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir CONF. PRIES. PSF 1000 JOB NO. 2540.15 SAMPLED TEST. STARTED 09-01-05 CAL TEST FINISHED 09-12-05 CAL SETUP NO. SP SATURATED TEST Yes TEST TYPE T)UPyp SATURATION DATA - -- Cali Back Burette pore - - Prea. Pres. Reading Pressure (PSI) (PSI) (CC) (PSI) Change B Close Open Close Open 40.0 3B.0 1A 7.6 50.0 48.0 -5.5 -4.3 37.5 452 7.7 0.77 60.0 58.0 -e2 -5.3 .47:8 56.9 9.1 0.91 70.0 68.0 , -5A -4.7 58.1 67.1 9.0 0.90 80.0 78.0 -4.3 -3.7 68.0 77.2 92 0.92 90.0 -3.8 -3A 77.7 872. 9 6 0,D5 CONSOLIDATION DATA Elapsed SORT Burette Volume Time Tkne Reading Deft. (Min) (Min) (CC) (cc). 0,00 0.00 13.10 0.00 025 OSO 1338 -027 0 0.71 13AO -0.30 1 . 1.00 13.40 0.30 2 1.41 13JSO -0.40 4 2.00 13.58 -0.47 9 .3.00 13,88 -0J57 1e 4.00 13.73 -0.83 30 5.48 13.00 . -0.70 80 7.75 14.00 -0.90 120 10.95 14.10 -1.00 240 15A9 14.10 -1.00 350. 18.97 14.10 -1.00 Initial Haight (in) 2.994 InIt. Vol. (CC) 143AI Height Change on) 0.001 Vol. Change (CC) -3.45 . HL After Cons. (in) 2.993 Cell Exp.. (CC) 14.92 Initial Area (sq In) 2.922 Net Change (CC) -18 37 -18.37 Area After Cons. (sq In) 3.298 Cons. Vol. (CC) 16178 Data entry by: SR Date:. 09/13/2005 Checked by. o-t Date: ADVANCED TERRA TESTING, INC. FIIeName: MSPOG49A 02 0 -02 f3 ZZ� 0 . 9 -0.4 LL J w w w -0.8 D .0.8 -1 42 0 CONSOLIDATION DATA MFO-4, 9, A 120 � 1 5 10 SQUARE ROUT OF. TOM IN MINUTES ■ ThnB Y1 MYMdee. No Text PERMEABILITY TEST • BACK PRESSURE SATURATED • FLOW PUMP METHOD — ASTM D 5084 — CLIENT MFG JOB NO. 2540-15 . BORING NO. MFG-5 C SAMPLED TEST STARTED 09-01-05CAL DEPTH — SAMPLE NO. A TEST FINISHED 09-08-05 CAL SOIL DESCR. Pdoect#1B1254 CELL NUMBER 1P LOCATION Robert Benson Reservoir SATURATED TEST Yes CONF. PRES. PSF 500 TEST TYPE TXIPbp MOISTURE/DENSITY BBEFORE AFTER DATA TEST— Wt Son + Moisture (9) 2902 927.9' Wt Wet soil & Pen (g) 907.8 - 335.5 _ Wt Dry Soil Pan (9) 2T4A . _ Z74.8 Wt Lad Moisture (9) ., 61A Wt of Pen Only (g) . Wt of Dry Soil (0) .8 82. 255.3 82 255.3 —' Moisture Content %: 12.5 22.9 Wet Density PCF 131.0 130.9. Dry Density PCF 116A 108 5 — Init. Diameter (in) 1.928 (sq In) 2.919. (an) (sq cm) 4.89T 18.836 Init Area InB. Height (in) 2.985 (cm) 7.582 — Vol. Bel. Consol. (W it) 0.00504 Vol. After Consol. (cu ft) 0.00551 Porosity % .89.03 FLOW PUMP CALCULATIONS . Pump Setting69 4b3E-04 Velocity CM/Seo 1.45E-05 0l�al Z.984 — Height 2.016 " Diameter Pressure (psi) 1.066 Area after consol. (=*cm) 20.599 . _ Gradient Penneabi* k (crn/a) 9.888 7.1E-08 JBeek Pressure (psi) 55.0 Cell Pressure (1360 61.5 Effective Stress (Poi) 2.967 JAve. JData entry by. SR Date: by:��— Data:/ os- 09/12/2005 Checked ADVANCED TERRA TESTING, INC. FIIeNsme: MSP054A J DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG - Fort Collins BORING NO. DEPTH SAMPLE NO. POINT SOIL DESCR. LOCATION NORMAL STRESS (psf) MOISTURE/DENSITY DATA MFG-2 14' A A Project #181254 Robert Benson Reservoir 4794 BEFORE AFTER TEST TEST JOB NO. 2540.15 SAMPLED TEST STARTED 09-06-05 RS TEST FINISHED 09-07-05 RS CELL NUMBER Geomatic SATURATED TEST yes TEST TYPE CD o ois ure 03.0 05.3 — WL Wet Sol] & Pan (g) 111.5 113.8 Wt. Dry Soil & Pan (g) 96.9 96.9 .' WL Lost Moisture (g) 14.6 16.9 Wt. of Pan Only (g) 8.5 8.5. Wt. of Dry Soil (g) 88.4 88A Moisture Content % 16.5 19.1 Wet Density (pot) 133.0 137.7 Dry Density (pcf) 114.2 115.6 Init.. Diameter (in) 1.938 Init. Area (sq in) 2.950, Init. Height (in) 1.000 Vol. Bef. Consol. (cu ft) 0.00171 Final Height (in) 0.988 Vol. After Consol. (cu ft) 0.00169 �i Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.0020b in/min Notes & Comments: Data File Name: MSD8214A.DAT Normal Stress: 4794 psf Peak Stress: 5893 psi Ultimate Stress: 3058 psf r. 33.29 psi 40.92. psi 21.24 psi j Data entry by: SR Date: 09/09/2005 Data checked by: a Date: 9 0 FIIeName: MSDS214A ADVANCED TERRA TESTING, INC. DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG - Fort Collins BORING NO. DEPTH SAMPLE NO. POINT SOIL DESCR. LOCATION NORMAL STRESS (psf) MOISTURE/DENSITY DATA MFG-2 14' A B Project #181254 Robert Benson Reservoir 2397 BEFORE AFTER TEST TEST JOB NO. 2540-15 SAMPLED TEST STARTED 09-06-05 RS TEST FINISHED 09-07-05 RS CELL NUMBER GeomatIc SATURATED TEST Yes TEST TYPE CD Wt.so + Moisture 9 Wt Wet Soil & Pan (9) 111Z 114.3 Wt. Dry Soil & Pan (9) 96.3 96.3 _ Wt. Lost Moisture (9) 152 18.0 Wt. of Pan Only (g) 8A 8A WL of Dry Soil (9) 87.9 87.9 Moisture Content % 17.3 20.4 Wet Density (pcf) 133.1 136.7 Dry Density (pcf) 113.5 113.5 Init. Diameter (In) Init. Area (sq in) InIL Height (in) Vol. Bef. Consol. (cu ft) Final Height (in) Vol. After Consol. (cu ft) 1.938 2.950 1.000 U.00171 1.001 0.00171 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 in/min J Notes & Comments: J Data File Name: MSDS214B.DAT Normal Stress: 2397 psf 16.85 psi J Peak Stress: 3207 psf 22.27 psi Ultimate Stress: J 1361 psf 9.45 psi J J Date entry by: SR J Date checked by: a FileName: MSDS214A J Date: 09/09/2005 Date: 9 0 ADVANCED TERRA TESTING, INC. DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG - Fort Collins _ BORING NO. DEPTH SAMPLE NO. POINT SOIL DESCR. LOCATION NORMAL STRESS (psf) MOISTURE/DENSITY DATA MFG-2 14' A C Project#181254 Robert Benson Reservoir 1199 BEFORE AFTER TEST TEST JOB NO. 2540-15 SAMPLED TEST STARTED 09-06-05 IRS TEST FINISHED 09-07-05 RS CELL NUMBER Geomatic SATURATED TEST Yes TEST TYPE CD —WCS-0r-FM6i — Wt. Wet Soil & Pan (g) 113.1 117.4 Wt. Dry Soil & Pan (g) 100.8 100.8 _ Wt..Lost Moisture (g) 12.4 16.7 Wt. of Pan Only (g) 8.4 8A Wt. of Dry Soil (g) 92.3 92.3 Moisture Content % 13.4 18.1 Wet Density (pcf) 1352 140.3 Dry Density (pcf) 119.2 118.8 Init. Diameter (in) 1.938 Ink. Area (sq in) 2.950 Ink. Height (in) 1.000 Vol. Bef. Consol. (cu ft) 0.00171 Final Height (in) . 1.003 Vol. After Consol. (cu ft) 0.W171 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 Irdmin Notes & Comments: Date File Name: MSDS214C.DAT Normal Stress: 1199 psf 8.32 psi Peak Stress: 3953 psf 27A6 psi Ultimate Stress: 895 psf 6.22 psi J Data entry by: SR Data checked by:_A FfleName: MSDS214A J Date: 09/09=05 Date: 4 s ADVANCED TERRA TESTING, INC. Normal Stress vs. Ultimate Shear Stress MFG-2,A,14' 6 8 4 m {A 2 0 2 4 6 8 Thousands Normal Stress (psf) p Sheer Data — Best Fit Line • c - 46.5 per Phi - 31.7 degrees Note: No graph for peak stress, peak points were not sufficiently consistent for least squares fitting analysis. ADVANCED TERRA TESTING, INC. r i J J J No Text period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the seven(7) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $ Dollars, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Section 00520 Page 2 No Text No Text No Text ADVANCED TERRA TESTING Direct Shear T-est Client.......... MFG - Ft. Collins ,ocation........ Robert Benson Reservoir Soil Type........... Pt. A Job Number....... 2540-15 Depth ............... 14' (ft) Sample Number... A Confining Pressure.. 4793.9 (psf) Boring.......... MFG-2 Shear Rate............ .0020 (in/min) File Name....... msds214o.DAT " Date Tested......... 09-07-2005 Tested By....... RS 4.0 LL N � 3.0 N R W N 2.0 0. 03 D. Dz 0.01 H W � D LL W C J -. 01 -. 02 -. 03 0 0. 1u U. zu 0.30 0 0.10 0.20 0.30 SHEAR DEFLECTION (in) SHEAR DEFLECTION (in) Pass Number and Line Type.... 1 2 - - - - -- 3 — 4 ---- Maximum Shear Stress......... 5893 .0000 .0000 .0000 Shear Deflection @ Max Stress. .0833 .0000 .0000 .0000 tItknc Direct Shear Data j, dame.....msds214a.DAT ,ent........ MFG - Ft. Collins wl Number. ...2540-15 cation...... Robert Benson Reservoir e „ ,,,..09-07-2005 _:hnician....RS 1.938 ,mple Diameter (in)..... -Lfining Pressure (pef)..4793.9 nber of Passes .......... 'rear Distance (in) ..0.25 .25 .sear Rate (in/min)........ 0 0 0 Ll Type ............... Pt ..� smple Number............A .14' pth (ft)......... ..... -SHEAR SHEAR cFLECTION STRESS (in) (lb/sgFT) =0.005 1249 0.010 1585 0.015 2368 10.020 3096 0.025 3748 ;n.030 4252 035 3804 - �.040 3375 0.045 3336 I0.050 3860 _ 0.055 430E 0.060 4718 0.065 5109 J0.070 5408 0.075 5669 0.080 5799 0.085 5893 J 0.090 5688 0.095 53B9 0.100 5109 ( 0.105 0.115 4846 43 0.1 4513 0.120 4420 J 0.125 4364 .4308 0.135 4270 4233 0.14 0.15 4196 0.150 50 4158 J 0.155 4103 0.165 4028 .170 3953 0.17B 3879 0.175 3804 �cntinued next page. 1 AXIAL DEFLECTION (in) 0.0003 0.0005 0.0006 0.0009 0.0012 0.0015 0.0016 0,0016 0.0016 0.0019 0.0021 0.0024 0.0028 0.0034 0.0040 0.0046 0.0054 0.0059 0.0061 0.0063 0.0065 0.0067 0.0068 0.0069 0.0070 0.0072 0.0074 0.0075_ 0.0076 0.0077 0.0079 0.0080 0.0081 0.0082 0.0083 e 1 Continued HEAR SHEAR AXIAL $7 'TION STRESS DEFLECTION (lb/sgFT) (in) .180 3730 0.0083 R.185 3655 0.0.084 0.190 3599 0.0084 ti.195 3562 0.0085 3506 0.0085 .i.200 0.205 3468 0.0086 1.210 3431 0.0067 0.215 .3394 0.0088 -6,220 3357 0.0090 0.225 3282 0.0090 0.230 3226 0.0091 .8 235 0.0091 0.240 3114 0.0092 0.245 3096 0.0092 b.250 3058 0.0092 ass 1 completed with max load.= 5893 psf at deflection of .0833 in ADVANCED TERRA TESTING Direct Shear Test _i rIlent .......... MFG - Ft. Collins ,cation........ Robert Benson Reservoir Soil Type............ Pt.' B Job Number...... 2540-15 _ Depth ............... 14' (ft) Sample Number— .A Confining Pressure.. 2396.9 (psf) Boring.......... MFG-2 Shear Rate.......... .0020 (in/min) File Name....... msds214b.DAT Date Tested......... 09-07-2005 Tested By....... RS 6. 0 0.03 0.02 5.0 I 0.01 4.0 c � J D ui o W 2 r�i X N < J -.02 J 1.0 03 0 p 0.10 0.20 0.30 0 J SHEAR DEFLECTION (in) 0.10 0.20 0. 3D SHEAR DEFLECTION (in) J 7PQssumber and Line Type.... .1 2 ------ 3 m Shear Stress......... 3207 .0000 Deflection @ Max Stress. .0671 .0000 — - 4 ---- 0000 .0000 0000 .0000 9MATIC Direct Shear Data Same ..... meds214b.DAT Lent ........ MFG - Ft. Collins .h Number .... 2540-15 )cation...... Robert Benson Reservoir :e.......... 09-07-2005 :hnician.... RS imple Diameter (in). ....1.938 -refining Pressure (pef)..2396.9 mber of Passes ........... I near Distance (in) ....... 0.25 hear Rate (in/min)........ 0020 it Type .. ..............Pt. B sing Number .MFG-2 ample Number.............A pth (ft)................141 . 'SHEAR SHEAR AXIAL FFLECTION STRESS DEFLECTION (in) (lb/sgFT) (in) .!0.005 653 0.0007 0.010 709 0.0010 0.015 1156 0.0016 0.020 1585 0.0027 0.025 1958 0.0039 0.030 2480 0.0045 035 2462 0.004.9 • ..040 2536 0.0052 0.045 2350 0.0052 10.050 2517 0.0056 _10.055 2592 0.0059 0.060 2909 0.0063 0.065 3114 0.0069 0.070 3207 0.0076 0.075 3133 0.0084 0.080 2928 0.0091 0.085 2667 0.0097 0.090 2499 0.0101 0.095 2350 0.0106 0.100 2238 0.0109 0.105 2144 0.0114 0.110 2070 0.0117 0.115 2014 0.0121 0.120 1939 0.0124 - 0.125 1865 0.0127 0.130 1809 0.0131 0.135 1734 0.0132 _ 0.140 1678 0.0134 0.145 1660 0.0135 0.150 1641 0.0137 0.155 1604 0.0138 _ 1.160 1585 0.0139 j.165 1566 0.0140 0.170 1548 0.0140 0.175 1529 0.0141 :ontinued next page. r V�L9IL:t s-it�V kops 116 Newman Street East Tawas, Michigan 46730 September 10, 1991 In re: Sandy Dorcey To Whom -It May Concern: Sandy Dorcey was employed by our company from August of 1983 to September of 1991. Her first position was sales, customer service, displays and store maintenance. Additional responsibilities were later added to include opening, closing and assistant manager. Over the past three years she has initiated a complex computer system which included accounts payable, accounts receiveable, general ledger and inventory control. All tasks that were assigned were performed at a very satisfactory level. We found her timely, percise, punctual, honest and always having concern for our business. We would recommend Sandy for employment in any of the above related areas. If the opportunity presented itself for re-employment with our company a position would be available. If you have further questions about Sandy, please feel free to contact me at the above address or phone (517) 362-3437. Sincerely, O' CO 1NOR' S PENDLETON ,8MORS Timoth .'.O'Connor Jt - President as 1 Continued SHEAR SHEAR AXIAL sr" "CTION STRESS DEFLECTION (lb/sgFT) (in) 3.160 1510 0.0142 -0.185 1492 0.0143 0.190 1492 0.0144 D.195 1473 0.014E 0.200 1455 0.0145 0.205 1455 0.0145 0.210 1436 0.0145 0.215 1436 0.0146 -0.220 1417 0.0146 0.225 1417 0.0146 !0.230 1399 0.0146 _n 235 1399 0.0146 0.240 1380 0.0147 "i0.245 1380 0.0147 :0.250 1361 0.0147 ass 1 completed.with max load = 3207 psf at deflection of .0671 in 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 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. Section 00520 Page 3 _ADVANCED TERRA TESTING .Direct Shear Test - IIent.......... MFG - Ft. Collins ocat 1 on........ Robert Benson Reservoir Soil Type........... Pt. C Job Number...... 2540-15 _ Depth 14' (ft) Somple Number.:. A ............... Confining Pressure.. 1198.5 Cpsf) Boring.......... MFG-2 Shear Rate.......... .0020 (in/min) File Name....... msds2l4c.DAT Date Tested......... 09-06-2005 Tested By....... RS 6. 0 0.03 0.01 4.0 V 0 3.0 LL K-.O1 0 J XX 2.0 -. 03 0 0.10 0.20 0.30 SHEAR DEFLECTION (in) p 0.10 C.20 0.30 SHEAR DEFLECTION (in) Pass Number and Line Type.,.. 1 2 - - - - -- 3 — 4 ---- Maximum Shear Stress......... 3953 .0000 .0000 .0000 Shear Deflection @ Max Stress. .0458 .0000 .,0000 .0000 J J MATIC Direct Shear Data _' t- _Jame ..... msds214 c . DAT lent ........ MFG - Ft. Collins 'D Number .... 2540-15 ,cation...... Robert Benson Reservoir :e........... 09-06-2005 :hnician.... RS .mple Diameter (in) ...... 1.938 ifining Pressure (psf)..1198.5 nber of Passes.. ......1 Lear Distance (in) ....... 0.25 .,ear Rate (in/min)........ 0020 111.Type... ............Pt_ C ample Number.... ......A th (ft)................141 i SHEAR SHEAR AXIAL STRESS DEFLECTION ]FLECTION (in) (lb/s4FT) (in) 0.005 1138 0.0001 .1665 0.0012 J0.010 0.015 2611 0.0026 0.020 3077 0.0041 0.025 3357 0.0055 �^ 030 3599 0.0071 J 035 3767 0.0092, 0.040 3823 0.0120 J0.050 0.045 3916 3468 0.0147 0.0179 0.055 1566 0.0177 0.060 1417 0.0184 1324 0.0169 J0.065 0.070 1287 0.0194 0.075 1231 0.0200 0.080 1193 0.0205 10.085 1138 0.0209 - 0.090 1100 0.0214 1063 0.0217 J0.095 0.100 1044 0.0222 0.105 1044 0.0225 0.110 1026 0.0229 0.115 1026 0.0232 0.120 1007 0.0235 0.125 .1007 0.0238 0.130 0.135 988 988 0.0240 , 0.0242 0.140 988 0.0245 0.145 988 0.0247 J0.150 988 0.0249 0.155 970 0.0251 7.160 970 0.0253 0.165 970 0.0256 0.170 970 0.0256 0.175 970 0.0258 JContinued next page. s 1 Continued HEAR SHEAR AXIAL STRESS DEFLECTION .TION r (lb/ agFT) (in) 180 951 0.0260 -0.185 951 0.0262 0.190 951 0.0264 ).195 951 0.0265 932 0.0267 _0.200 0.205 932 0.0269 �.210 932 6.0271 .P.215 932 0.0272 -0.220 932 0.0274 0.225 932 0.0276 . 0.230 932 0.0278 932 0.0280 yqy 932 0.0281. 0.240 914 0.0283 0.245 895 0.0284 p,250 ass 1 with max load 3953 pef at deflection of .0458 in completed DIRECT SHEAR TEST DATA _ ASTM D 3080 CLIENT MFG - Fort Collins BORING NO. MFG-1 DEPTH 4' SAMPLE NO. A POINT A SOIL DESCR. Project #181254 LOCATION Robert Benson Reservoir NORMAL STRESS (psf) 1392 MOISTURE/DENSITY BEFORE AFTER DATA TEST TEST Wt Sail �Ivioisture (g)92. 99:5 Wt. Wet Soil & Pan (g) 101.2 108.0 Wt Dry Soil & Pan (g) 89.2 892 Wt. Lost Moisture (9) 12.0 18.7 Wt. of Pan Only (g) 8.5 8.5 Wt. of Dry Soil (g) 80.7 80.7 Moisture Content % 14.8 23.2 Wet Density (pcf) 119.7 131.1 Dry Density (pet) i 104.3 106.5 i Init Diameter (in) 1.938 Init Area . (eq In) 2.950 Init Height (in) 1.000 Vol. Bef. Contol. (cu ft) 0.00171 Final Height (in) 0.979 iVol. After Consrol. (cu ft) 0.00167 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 in/min Notes & Comments: JOB NO. 2540-15 SAMPLED TEST STARTED 09-08-05 RS TEST FINISHED 09-09-05 RS CELL NUMBER Geomatic SATURATED TEST Yes TEST TYPE CD Data File Name: MSDSI4A.DAT Normal Stress: 1392 psf 9.67 psi Peak Stress: 1343 psf 9.33 psi Ultimate Stress: 988 psf 6.86 psi 1 Data entry by: SR Date: 09/13/2005 Data checked by: _a Date: 9 OS FileName: MSDSG14A ADVANCED TERRA TESTING, INC. DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG - Fort Collins BORING NO. MFG-1 DEPTH 4' SAMPLE NO. A POINT B SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir NORMAL STRESS'(Psf) 696 MOISTURE/DENSITY BEFORE AFTER DATA TEST TEST Wt Soil + Moisture (g) 96.0 Wt Wet Soil & Pan (9) 104A Wt. Dry Soil & Pan (9) 92.1 Wt Lost Moisture (9) 12.2 Wt, of Pan Only (9) BA Wt. of Dry Soil (9) 83.7 Moisture Content % 14.6 Wet Density (pof) 123.9 Dry Density (pcf) 108.1 Init. Diameter (in) 1.938 IniL Area (sq in) 2.950 Init. Height (in) 1.000 Vol. Bef. Consoi. (cu ft) 0.00171 Final Height (in) 1.005 Vol. After Consol. (cJ ft) 0.00172 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 Wmin Notes & Comments: Data File Name: Normal Stress: Peak Stress: Ultimate Stress: MSDSI4B.DAT 696 psf 1119 psf 597 psf JOB NO. 2640-15 SAMPLED TEST STARTED 09-08-05 RS TEST FINISHED 09-08-05 RS CELL NUMBER Geomatic SATURATED TEST Yes TEST TYPE CD 102.6 111.0 92.1 18.8 8A 83.7 22.5 131.7 107.5 4.83 psi 7.77 psi 4.15 psi Data entry by: SR Date: 09/13/2005 Data checked by: Date: 943ZO5 FileName: MSDSGI4A ADVANCED TERRA TESTING, INC. J DIRECT SHEAR TEST DATA _ ASTM D 3080 (s I CLIENT MFG - Fort Collins BORING NO. MFG-1 DEPTH 4' SAMPLE NO. A POINT C SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir NORMAL STRESS (psf) i 348 MOISTURE/DENSITY BEFORE AFTER DATA I TEST TEST YYL Jull T rvlulalutu ud/ Wt. Wet Soil & Pan (9) 00.1 97.6 i Wt. Dry Soil & Pan (9) 85.9 i — Wt. Lost Moisture (9) 11.7 Wt. of Pan Only (g) 7.9 Wt. of Dry Sol] (g) 78.1 Moisture Content % 14.9 - Wet Density (pof) 115.9 Dry Density (pcf) i 100.8 Init. Diameter (in) 1.938 Init. Area (sq In) 2.966 InIL Height (In) 1.000 Vol. Bef. Consol. (cu $) 0.00171 Final Height (in) 1.020 Vol. After Consol. (ou ft) 0.00174 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 iNmin Notes & Comments: Data File Name: MSDSI4C.DAT Normal Stress: 348 psf Peak Stress: 503 psf Ultimate Stress: 373 pef Data entry by: SR 1 Data checked by.. & FileName: MSDSG14A J 85.9 20.1 7.9 78.1 25.7 124.3 98.9 JOB NO. 2540-16 SAMPLED TEST STARTED 09-08-05 RS TEST FINISHED 09-08-05 RS CELL NUMBER Geometic SATURATED TEST Yes TEST TYPE CD 2.42 psi 3.49 psi 2.59 psi Date: 09/12/2005 Date: 4 2 o f ADVANCED TERRA TESTING, INC. Normal Stress vs. Peak Shear Stress MFG-1,A V 20M 1500 =�0 pa. ra 1oW 5o0 D' 0 5M - 1000 - 1500 - 2D00 Normal Stress (pSf) p ShesrOW -Beet FS Us _*Os301.Opd _ PH e36.8degms Normal Stress vs. Ultimate Shear Stress MFG-1,A;W 2000 1500 a a N N N 1000 500 0 500 1000 150D 2BD0 Normal Stress (psf) p Shnr Dele - Best n Lino • 0=177.5 pst PM • 30.3 degrees ADVANCED TERRA TESTING, INC. 1 Normal Stress vs. Peak Shear Stress MFG1,A,4' 2000 0 Soo 0 500 10DO 1500 2000 Nomrel Stress (psl) QShMDBW Bed RttLM 0c-391.0 pd Phi -3U dsyess Normal Stress vs. Ultimate Shear Stress MFG1A,4' L000 IBM 1000 F i 500 .O� 0 0 500 1000 1500 2000 Nomiel Stress (psf) p Sheeroele —Bed Ftt Line •c. 177.5 psf PM a 30.3 degi ADVANCED TERRA TESTING, INC. )MATIC Direct Shear Data Same......msdsl4 a.DAT lent. .....MFG - Ft. Collins ._:) Number .... 2540-15 xation...... Robert Benson Reservoir -e.......... 09-08-2005 hnician.... RS ample Diameter (in).•••••1.938 -tnf ining Pressure (pef)..1391.8 tuber of Passes .......... I .,ear Distance (in) .......0.25 aear Rate (in/min)........ 0020 ail Type.................Pt. A r;na iaumber............. MFG-1 ample vuummL ................ '-IPth (ft)................4' SHEAR SHEAR AXIAL DEFLECT ION .FFLECTION (lSTRESS I(in) 0.0J05 � 709 0..0004 0.010 1063 0.0013 . 0.015 1249 0.0024 J0.020 1343 0.0035 0.025 1324 0.0048 10.030 1249 0.0056 035 1193 0.0063 J 1156 0.0066 _.040 0.045 1138 0.0068 1138 0.0071 J0.050 0.055 1119 0.0073 0.060 1119 0.0074 0.065 1119 0.0077 0.070 1062 0.0079 0.075 1082 0.0079 0.080 1082 0.0080 1082 0.0080 J0.085 0.090 1063 0.0081 0.095 1063 0.0081 0.100 1063 0.0082 0.105 1063 0.0083 -� 0.110 1044 0.0083 0.115 1044 0.0084 J0.120 1044 0.0084 0.125 1044 0.0084 0.130 1044 0.0084 0.135 1044 0.0084 J 0.140 1044 0.0084 0.145 1044 0.0084 0.150 1026 0.0084 J0.155 1044 0.0084 1.160 1026 0.0084 �.165 1026 0.0084 1026 . 0.0.084 J0.170 0.175 1026 0.0084 �ontinued next page. I Continued .EAR SHEAR AXIAL I ^ION STRESS DEFLECTION (lb/84FT) (in) 180 1026 0.0084 T.185 1007 0.0084 1007 .0.0083 11.190 .195 1007 0.0083 ,200 1007 0.0082 3.205 1007 0.0081 !.210 1007 0.0081 i.215 1007 0.0081 0.220 1007 0.0080 ^ 225 1.230 1007 0.0080 1007 0.0080 0.0079 0.240 988 — 0.0078 1.245 988 0.0077 J.250 988 0.0076 Iss 1 completed i with max load • 1343 psf at deflection of J J J .J J I J J 0194 in 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: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6 Application for Payment 7.3 follows: Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Sheet Drawings, consisting of a cover sheet and sheets numbered as 1 Cover Sheet 2 Cl Index of Sheets 3 C2 Project Area Map 4 C3 Demolition Plan 5 C4 Dam Site Grading Plan 6 C5 Dam Centerline Profile 7 C6 Dam Cross Sections Sta.0+00-Sta.5+00 8 C7 Dam Cross Sections Sta. 5+50 - 6+00 9 C8 Emergency Spillway Plan and Profile 10 C9 Principal Outlet Works Plan and Profile 11 C10 10" PVC Irrigation Pipe Plan and Profile 12 Cll Miscellaneous Details 13 C12 Miscellaneous Details 14 IRRI Intake Screen and Wet Well Details 15 ER1 Erosion Control and Revegetation Plan 16 S1 Inlet Box Details 17 S2 Headwell Trash Rack Details 18 Exhibit 1 The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. Section 00520 Page 4 ;ADVANCED TERRA TESTING Direct Shear Test r.llent .......... MFG - Ft. Collins cation........ Robert Benson Reservoir I Soil Type............ Pt. A Job Number ...... .2540-15 Depth ............... 4' (ft) Sample Number... A Confining Pressure.. 1391.8 (psf) Boring.......... MFG-1 Shear Rate.......... .0020 (in/min) File Name....... msdsl4a.DAT _. Date Tested......... 09-08-2005 Tested By....... RS 0 03 0 0. 02 0. O1 H LL D I O J G x D1 15 -. 03 p 0.10 0.20 0.30 o U. w W. GW SHEAR DEFLECTION (in) SHEAR DEFLECTION Cin) 0.30 Pass Number and Line Type.... 1 2 - - - - -- 3 —'- 4 --- Maximum Shear Stress......... 1343 .0000 .ODOR .0000 Shear Deflection @ Max Stress. .0194 .0000 .0000 .0000 I �MATIC Direct Shear.Data Name ..... msdsl4b.DAT j=nt........ MFG - Ft. Collins Number .... 2540-15 )cation...... Robert Benson Reservoir e..........09-08-2005 hnician.... RS ample Diameter (in) ...... 1.938 lfining Pressure (psf)..695.9 ber of Passes .......... I fining Distance (in) ....... 0.25 near Rate (in/min)........ 0020 it Type ........ .......Pt. B ina Number.............MFG-1 ample Number .............A Tth (ft)... ......... ..... 41 .SHEAR SHEAR FFLECTION STRESS 1(in) (lb/sgFT) 0.005 448 0.010 765 970 10.015 0.020. 1082 0.025 1082 .,0.030 970 035 839 .040 765' 0.045 746 10.050 709 0.055 709 0.060 690 0.065 671 0.070 .671 0.075 671 0.080 653 1 0.085 634 0.090 634 0.095 634 0.100 634 1 0.105 634 0.110 634 0.115 634 1 0.120 634 0.125 634 0.130 634 1 0.135 634 0.140 615 0.145 615 0.150 615 0.155 615 11.160 615 .165 615 0.170 615 0.175 615 .ontinued next page. AXIAL DEFLECTION (in) 0.0001 0.0005 0.0017 D.0032 0.0047 0.0058 0.0070 0.0074 . 0.0060 0.0084 0.0088 0.0091 0.0096 0.0099 0.0102 0.0105 0.0107 0.0110 0.0112 0.0115 0.0117 . 0.0119 0.0120 0.0121 0.0123 0.0125 0.0127 0.0129 0.0129 0.0131 0.0134 0.0135 0.0136 0.0137 0.0137 iss 1 Continued SHEAR SHEAR ..'T,ECTION STRESS (lb/sgFT) 'j.180 615 0.185 597 �0.190 597 0.195 597 0.200 615 -'0.205 597 0.210 597 0.215 597 .0.220 597 0.225 597 '0.230 597 10.235 597 �0.24 .0.245 597 0.250 597 ass l.completed with max load = i J i J AXIAL DEFLECTION (in) 0.0139 0.0140 0.0142 0.0143 0.0144 0.0144 0.0145 0.0145 0.0146 0.0147 0.0148 0.0149 0.0151 0.0151 1119 psf at deflection of .0224 in ADVANCED TERRA TESTING Direct Shear Test I,". lent.......... MFG - Ft. Collins cation........ Robert Benson Reservoir Soil Type........... Pt. B Job Number...... 2540-15 Depth............... '4' (ft) Sample Number... A Confining Pressure.. 595.9 Cpsf) Boring.......... MFG-1 Shear Rate.......... .0020 (in/min) File Name....... msdsl4b.DAT Date Tested......... 09-08-2005 Tested By....... RS 0.2 S +02R of r' O ti w 0 LL C J X -. 03 0 0.10 0.20 0.30 0 _ 0.10 0.20 0.30 SHEAR DEFLECTION (in) - SHEAR DEFLECTION (in) Pass Number and Line Type.... 1 2 - - - - -- 3 —•- 4 ---- Maximum Shear Stress......... 1119 .0000 .0000 .0000 Shear Deflection @ Max Stress. .0224 .0000 .0000 .0000 1 uMATIC Direct Shear Data Name ..... msdsl4c.DAT Lent ......... MFG - Ft. Collins 'jb Number .... 2540-15 )cation...... Robert Benson Reservoir ce.......... 09-08-2 005 ^hnician.... RS imple Diameter (in)-•••••1.938 nfining Pressure (psf)..347.9 tuber of Passes .......... 1 Aear Distance (in) ....... 0.25 hear Rate (in/min).••••••.0020 it Type.................Pt. C _i,i ra Number.............MFG-1 ample Numner......... .... n !pth (ft)................4' ,SHEAR SHEAR AXIAL ^FLECTION STRESS DEFLECTION (in) (lb/sgFT) (in) i 0.005 149 0.0007 0.010 354 0.0017 0.015 .466 0.0031 0.020 503 0.0047 0.025 485 0.0061 ^.03D 466 0.0072 1035 448 0.0080 • u.040 448 0.0087 0.045 429 0.0094 0.050 410 0.0099 W 0.055 410 0.0103 0.060 392 0.0105 0.065 373 0.0108 0.070 373 0.0111 0.0112 0.075 373 0.080 373 0.0113 373 0.0115 J0.085 0.090 373 0.0118 0.095 373 0.0119 373 0.0120 J0.100 0.105 373 0.0121 0.110 373 0.0123 0.115 373 0.0124 1 0.120 373 0.0125 ■ 0.125 373 0.0126 0.130 373 0.0127 0,135 373 0.0128 0.140 373 0.0128 0.145 373 0.0129 354 0.0130, J0.150 0.155 373 0.0131 0.160 373 0.0131 0.165 373 0.0132 J0.170 373 0.0133 0.175 373 0.0133 �ontinued next page. 1 Continued SHEAR AXIAL 11 ION STgg88 DEFLECTION (lb/99FT) (in) MI 373 0.0134 18 1.185 373 0.0135 1.190 373 0.0135 373 0.0135 .195 e.200 373 0.0136 0.205 373 0.0136 210 354 0.0136 r 215 373 0.0138 0.220 373 0.0138 225 373 0.0138 j.230 373 0.0139 23- 373 0.0139 0.240 373 0.245 373 ob.250 373 ass 1 completed with max load = i 0.0140. 0.0141 503 psf at deflection of .0170 in 'ADVANCED TERRA TESTING Direct Shear Test rIlent .......... MFG - Ft. Collins ]cat l on........ Robert Benson Reservoir . Soil Type........... Pt. C Job Number...... 2540-15 1 Depth ............... 4' (ft). Sample Number... A Confining Pressure.. 347.9 (psf) Boring.......... MFG-1 Shear Rate.......... .0020 (in/min) File Name....... msdsl4c.DAT .Date Tested......... 09-08-2005 Tested By....... RS 1.5 0 03 I 1.f Y s 0.7 V~I S � W N ■ 0.02 0.0 c N" 0 W O J X C 02 -. 03 p 0.10 0.20 0.30 ❑ U. W �• <� SHEAR DEFLECTION (in) SHEAR DEFLECTION (in) 0. 30 Pass Number and Line Type.... 1 2 - - - - -- 3 4 ---- Maximum Shear Stress......... 503 .0000 •0000 .0000. Shear Deflection @ Max Stress. .0170 .0000 .0000 .0000 CLIENT MFG BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION UNCONFINED COMPRESSIVE STRENGTH TEST DATA ASTM D 2166 JOB NO. 2540-16 MFG-3 SAMPLED 2.5' DATE TESTED A SATURATED TEST Project #181254 AT FIELD MOIST. Robert Benson Reservoir CONF. PRES. PSF TEST TYPE 0"2.06 CAL No Yes 0 UCS MOISTUREIDENSITY BEFORE t' DATA TEST Wt. Sob + Moisture (g) 393.2 Wt Wet Soil & Pan (g) 401.5 Wt. Dry Soil & Pen (g) 329.7 Wt Lost Moisture (g) 71.8 Wt of Pan Only (9) 8.3 Wt of Dry Soil (9) 321A Moisture Content % Z2 3 Wet Density PCF 126.9 Dry Density PCF 103.7 Init Diameter (in) 1.936 InIL Aisa (sq in) 2.944 snit Height (in) 4.010 Height to Diameter Ratio 2.071 Volume cu Ft 0.D0683 Notes & Comments: i rr r. � r j Data entered by. SR Date: 09/06/2005 Data checked by:&�Q Date: 7- T as FileName: MSX0325A ADVANCED TERRA TESTING, INC. r CLIENT BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION UNCONFINED COMPRESSIVE STRENGTH TEST DATA MFG JOB NO. 2540-15 . MFG-3 SAMPLED 2.& DATE TESTED 09-02-05 CAL A SATURATED TEST No Project #181254 AT FIELD MOIST. Yes Robert Benson Reservoir CONF. PRES. PSF 0 TEST TYPE UCS Init. Ht (in) 4.010 InIL Area (sq in) 2.944 Strain Rate (inlmin) 0.040 Uncorrected A:dal Axlsl Delta Axial Area Dev. Dev. Load Stress HL % Final Stress Stress Lbs. PSF In. Strain Sq In. PSF PSI 0.0 0 0.000 0.00 2.9" 0 0.0 3.0 147 0.008 0.20 2.950. 146 1.0 6.0 294 0.016 OAO 2.956 292 2.0 11.0 638 0.024 0.60 2.952 535 3.7 17.0 832 OA32 0.80 2.968 825 5.7 24.0 1174 0.040 1.00 2973 1162 SA 44.0 2152 0.060 1.50 2.989 2120 14.7 67.0 3277 0.080 2.00 3.004 3212 22.3 90.0 4403 0.100 2.50 3.019 4293 29.8 109.0 5332 0.120 3.00 3.035 5172 35.9 124.0 6056 0.140 3.50 3.050 5554 40.6 .1 132.0 6457 0.156 3.90 3.08& 6205 43A 69.0 3375 0.180 4.50 3.082 3223 22.4 44.0 2152 0201 5.00 3.099 2045 142 J J I 43.09 J Peak Deviator Stress (Psn Data entered by. SR Date: 09105/2005 Date checked by. C.-,- Dater /v l05' t t ADVANCED TERRA TESTING, INC. FIIeNeme: MSX0325A J UNCONFINED COMPRESSIVE STREW IuffG3,25,A 6 6 LL N R v m c w 4 V € 0 F- 2 0 0 2 Percent Axial Strain 4 TEST 6 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS e 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. Section 00520 Page 5 v a li ■ M UNCONFINED COMPRESSIVE STRENGTH TEST DATA ASTM D 2166 CLIENT MFG BORING NO, MFG-5 DEPTH 9. SAMPLE NO. A SOIL DESCR. Project #181254 LOCATION Robert Benson Reservoir MOISTURE/DENSITY BEFORE DATA TEST Wt. Soil + Moisture (g) 418.9 Wt Wet Soil & Pan (g) 427.3 Wt Dry Soil & Pan (®) 399.6 Wt Lost Moisture (9) 27'-7 Wt. of Pen Only (9) . 8.4 . Wt of Dry Sob (9) 391.2 Moisture Content % 7.1 Wet Density PCF 137.3 Dry Density PCF 1282 IntL Diameter (in) 1.929 Init Area (sq In) 2.922. Init. Height (in) 3.977 Height to Diameter Ratio 2.062 Volume cu Ft 0.00673 Notes & Comments: JOB NO. 2540-15 SAMPLED DATE TESTED SATURATED TEST AT FIELD MOIST. CONF. PRES. PSF TESTTYPE Data entered by: SR Date: 09/06/2005 Data checked by:g..e_ Date: 9 oc es FileName: MSX059A 09412-05 CAL No Yee 0 UCS ADVANCED TERRA TESTING, INC. CLIENT MFG BORING NO. DEPTH i SAMPLE NO. SOIL DESCR. LOCATION InIL HL (In) UNCONFINED COMPRESSIVE STRENGTH TEST DATA MFG-5 9' A Project#181254 Robert Benson Reservoir 3.977 Uncorrected Axial Axial Delta Load Stress Ht. Lbs. PSF In. 0.0 .0 0.000 3.0 148 0.004 7.0 345 0.008 18.0 887 0.012 39.0 1922 0.016 90.0 4435 0.020 168.0 8278 0.024 271.0 13353 0,028 398.0 19611 0.632 524.0 25619 0.036 628.0 30943 0.040 706.0 34787 0.044 771.0 37989 0.D48 811.0 39960 0.052 828.0 40798 0.056 816.0 40207 0.060 786.0 38729 0.064 715.0 35230 0.068 625.0 30798 0.072 565.0 27839 0.076 490.0 241" O.D80 Peak Deviator Stress (Psi) Data entered by. SR Date: Data checked by: m - Date: cat FIIsName: MSX059A JOB NO. 2540.15 DATETESTED 09-02-05 CAL SATURATED TEST No AT FIELD MOIST. Yes CONF. PRES. PSF 0 TESTTYPE UCS IniL Area (sq in) 2.922 Strain Rate (irJmin) 0.040 Axial Strain 0.00 0.10 020 0.30 0.40 0.50 0.60 0.70 0.80 0.90 1.00 1.10 1.20 1.30 1.40 1.50 1.60 1.70 1.80 1.90 2.00 279.35 09/05/2005 Area Dev. Dev. Final Stress Stress Sq In. PSF PSI 2.922 0 0.0 2.925 148 1.0 2.928 344 2.4 2.931 884 6.1 2.934 1914 13.3 2.937 4412 30.6 2.940 8228 57.1 2.943 13280 92.1 2.946 19454 135.1 2.949 25587 177.7 2.952 30634 212.7 2.955 34404 238.9 2.958 37534 260.7 2.951 39441 273.9 2.964 40227 279.4 2.957 39603 275.0 2.970 38109 264.6 2.973 34631 240.5 2.976 30241 210.0 2.979 27310 189.7 2.982 23661 164.3 ADVANCED TERRA TESTING, INC. UNCONFINED COMPRESSIVE STRENGTH TEST MFG WA 50 W yi. 30 10 0 -err — 0 0.5 1 1.5 I 2 2.5 Percent Mal Strain No Text UNCONFINED COMPRESSIVE STRENGTH TEST DATA ASTM D 2168 CLIENT MFG BORING NO. MFG-2 DEPTH 2.5' SAMPLE NO. A SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir MOISTURE/DENSITY BEFORE DATA TEST Wt Soil + Moisture (g) 319.0 Wt. Wet Soil & Pan (g) 327.2 Wt Dry Sal & Pen (g) 300.2 Wt Lost Moisture (g) 26.9 Wt of Pan Only (g) 8.1 Wt of Dry Soil (g) 292.1 Moisture Content % 9.2 Wet Density PCF 110.5 Dry Density PCF 101.2 Iritt. Diameter (in) 1.036 Intl Area (sq In) 2.944 Init. Height (in) 3.736 Height to Diameter Ra80 1.930 Volume cu FL 0.00836 Notes & Comments: Short Sample JOB NO. 2540-15 SAMPLED DATE TESTED 09-02-05 CAL SATURATED TEST No AT FIELD MOIST. Yes CONF.PRIES. PSF 0 TEST TYPE UCS Date entered by. SR Date: 09/06/2005 Data checked by: Date: c o s FileName: MSX0225A ADVANCED TERRA TESTING, INC. 0 .■ ■ Is CLIENT MFG BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION InIL Ht. (in) UNCONFINED COMPRESSIVE STRENGTH TEST DATA MFG-2 2.5' A Project#181254 Robert Benson Reservoir 3.736 Uncorrected Axial Axial Della Load Stress Ht Lbs. PSF In. 0.0 0 0.000 2.0 88 0.004 5.0 245 D.015 9.0 440 0.022 16.0 783 0.030 25.0 1223 0.037 50.0 2446 0.056 57.0 2788 0.071 48.0 230 0.D93 320 1565 0.116 JOB NO. 2540-15 SAMPLED DATE TESTED 09-02-05 CAL SATURATED TEST No AT FIELD MOIST. Yes CONF.PRES.PSF 0 TEST TYPE UCS Init Area (sq in) 2.W Strain Rate (inimin) 0.037 Axial Area Dev. Dev. % Final Stress Stress Strain Sq In. PSF PSI 0.00 2.9" 0 0.0 020 2.950 98 0.7 0.40 2.956 244 1.7 .0.60 2.962 438 3.0 0.80 2.967 776 SA 1.00 2.974 1211 8.4 1.50 2.989 2400 16.7 1.90 .3.001 2735 19.0 2.50 3.019 2289 15.9 3.10 3.038 1517 10.5 Peak Deviator Stress (psi) 19.00 Data entered by. SR Date: 09/06/2005 Date checked by:_e,—J Date:. et' FIIsName: MSX0225A ADVANCED TERRA TESTING, INC. IL_ IL_ L-__ L_ L..— l-_. I.. UNCONFINED COMPRESSIVE WCF 2XV.A 3 2 1 a a i 2 a Percent Axial Strain MS25407MSDP225A.3PG 09-06-05 - MECHANICAL ANALYSIS - SIEVE TEST DATA 41200 SIEVE ONLY ASTM D 1140 CLIENT MFG-Fort Collins JOB NO. 254D-17 BORING NO. TP-3 SAMPLED DEPTH 10, DATE TESTED 10-06-05 WAR SAMPLE NO. WASH SIEVE yes SOIL DESCR. Project #181257 DRY SIEVE No LOCATION Robert Benson Reservoir WASH SIEVE ANALYSIS Wt. Wet Soil & Pan Before Washing (g) WL Dry Sob & Pan Before Washing (g) Weight of Pen (g) Wt. of Dry Soil . Before Washing Wt. Dry Sol! & Pen After Washing 0) Wt. of Dry Boll . AfterWeahing (g) ... 4200 Wash. Out % 234.4 .223.1 . 8.2 214.8 37.7 29.5 86.3 . Data entry SR Date: 0%07/2005 Data checked by:_&— Date: c i - Fllename: MSSOP310 ADVANCED TERRA TESTING, INC. OWNER: CITY OF FORT COLLINS CONTRACTOR: By: JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assistant City Attorney By: Title: Date: (CORPORATE SEAL) Attest Address for giving notices: LICENSE NO. Section 00520 Page 6 MECHANICAL ANALYSIS - SIEVE TEST DATA 4200 SIEVE ONLY ASTM D 1140 CLIENT MFG-Fort Collins JOB NO. 2540-17 BORING NO. TP-1 SAMPLED DEPTH 3' DATE TESTED 10-06-05 WAR SAMPLE NO. WASH SIEVE Yes SOIL DESCR. Project #181257 DRY SIEVE No LOCATION Robert Benson Reservoir WASH SIEVE ANALYSIS Wt Wet Soil & Pan Before Washing (g) 408.8 Wt Dry Soil & Pan Before Washing (g) 394.6 Weight of Pan (g) 15.5 Wt. of Dry Sol[ Before Washing 379.1 Wt Dry Soil & Pan After Washing (g) 782 Wt of Dry Soil After Washing (g) 52.6 4200 Wash. Out % 83.5 Data entry by: SR Date: 10107/2005 Data checked by:_� Date: b 1 eS' Filename: MSSOP13 ADVANCED TERRA TESTING, INC. ATTERBERG LIMITS TEST ASTM D 4318 CLIENT MFG Fort Collins JOB NO. 2540-17 BORING NO. TP1 & TP3 DATE SAMPLED DEPTH 3-4' & 5' DATE TESTED 09-21-05 WAR SAMPLE NO. Composite SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir Plastic Limit Determination I 1 2 3 Wt Dish & Wet Soil 6.31 6.95 6.48 Wt Dish & Dry Soil 5.67 6.22 5.81 Wt-ef-Moisture n sd a 73 Wt of Dish 1.04 1.02 1.05 --- Wt of Dry Soil 4.63 520 4.76 Moisture Content 13.82 14.04 14.08 Liquid Limit Device Number 0860 Determination 1 2 3 4 i Number of Blows 23 25 30 17 Wt Dish & Wet Soil 11.17 10.30 11.41 9.69 Wt Dish & Dry Soil 7.95 7.35 8.16 6.88 J Wt of Moisture 322 2.95 3.25 2.81 Wt of Dish 1.11 1,05 1.11 1.04 Wt of Dry Soil 6.84 6.30 7.06 5.84 JMoisture Content 47.08 46.83 46.10 48.12 J Liquid Limit 46.8 Plastic Limit 14.0 Plasticity Index 32.8 Atterberg Classification CL JData entry by: Checked by:_Ak FileName: J SR Date: 09/22/2005 Date: `lls o MSGO345 ADVANCED TERRA TESTING, INC. [Atterlberg Limits, Flow Curve TP1 & TP3, 34 & 5, Composite 49 R 48 1. 47 a `i as 4s Number of Blows 25 PLASTICITY CHART j TP1 &TP3, 3d' & 5', Compoade r F80 J Jm r:T so LIZ � P CL or t L J20 MH OH J MI orOL rr,+u 0 p 20 40 60 80 100 120 Liquid Umk i ♦ Classiflcatlon iJ 'J MECHANICAL ANALYSIS - SIEVE TEST DATA ASTM D-422 CLIENT MFG Fort Collins BORING NO. TP-7 & TP-3 DEPTH 3-41 & 5' SAMPLE NO. Composite SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir JOB N0. 2540.17 SAMPLED DATE TESTED 09-21-06 RS WASH SIEVE Yes DRY SIEVE No WASH SIEVE ANALYSIS Wt Wet Soil & Pan Before Washing (g) Wt Dry Soil & Pan Before Washing (g) Weight of Pan (g) WL of Dry Soil Before Washing Wt Dry Soil & Pan After Washing (g) Wt of Dry Soil After Washing (g) 4200 Wash. Out % Sieve Pan Indiv. Indiv. Cum. Cum. % Number Weight Wt+Pan Wt Wt % Finer w (Size) (9) (9) Retain. Retain. Retain. By Wt 3" 0.00 0.00 0.00 0,00 0.0 1D0.0 11/2" 0.00 OAO 0.00 0.00 0.0 100.0 ,J We 0.00 0.00 0.00 0.00 0.0 100.0 3/8" 0.00 0.00 0.00 0.00 0.0 100.0 J #4. #10 0.00 2.30 0.00 3.15 0.00 0.85 0.00 0.85 0.0 0.3. 100.0 99,7 #20 2.35 3.54 1.19 2.04 0.7 9U #40 2.35 3.39 1.04 3.08 1.1 98.9. #60 2.30 328 0.98 4.06 1.4 98.6- #100 2.35 7.96 5.50 9.66 3.4 96.6 #200 3.62 44.65 41.03 50.89 17.9 82.1 298.5 298.5 152 283.3 65.8 50.7 82.1 Data entered by: SR Date: 09/22/2005 Data checked by.-u- Date:_VA-�6 S FIIeName: MSMOP7133 ADVANCED TERRA TESTING, INC. JL— COSRIES 6 1NYEl. SAND ��•�•�••••••• I USCS FME C AIEDRM F■E TO BOULDERS COARSE MM FINEI GRAfi COARSE I NED I FR1EI II II � Nw te pant MFG Fort Cxdl- Bahq Na: TP-78�UaFCl 34'85' . Jan wdw. 2540.17 - cbs9ldsdon� CLAY I rvu+lr•oSrR Advanxd TWO TO&", I= ■ CLIENT: BORING NO. DEPTH SAMPLE NO. SOIL DESCR. COMPACTION TEST ASTM D 698 A MFG - Ft Collins TP1 & TP3 DATE SAMPLED 3-4' & 8' DATE TESTED Composite LOCATION Project #181254 Moisture Determination JOB NO. 2540-17 9/19105 WAR Robert Benson Reservoir 1 2 3 4 5 Wt of Moisture added (ml) 240.00 .200.00 160.00 120.00 80.00 Wt of soil & dish (9) 497.19 521.86 572.59 455.20 466.39 Dry wt. soil & dish (9) 405.66 430.72 480.34 387.39 ..403.68 Net loss of moisture (g) 91.53 91.14 92.25 67.81 62-71 WL of dish (g) 8.47 8.36 8.26 7.97 8A5 Net wt. of dry soil (9) 397.19 422.36 472.08 379.42 395.53 Moisture Content (%) 23.04 21.58 19.54 17.87 15.85 Corrected Moisture Content Density determination Wt of soil & mold (lb) 14.48 14.54 14.58 14.44 14.23 Wt of mold (W) 10.30 10.30 10.30 10.30 10.30 Net wt. of wet soil (lb) 4.18 424 428 4.14. 3.93 Net wt of dry soil (Ib) . 3.40 3.49 3.58 3.51 3.39 Dry Denstty, (pcQ 101.91 104.62 107AI 105.37 101.77 Corrected Dry Density (pct) Volume Factor 30 30 30 30 30 Data entered by. R& Date:.,,'.. ( 09/2012005 Data checked 13A Date :�l I L0 05 FIIeName: MBPR13CM ADVANCED TERRA TESTING, INC. 125 120 115 U 110 n 0 m 105 100 95 go 10 Proctor Compaction Test TPt & TP3, 34' & 8', Composlts y i \, Zero Air Voids Cui ie SG reported be ow 15 20 25 Moisture Content (°�) — Best Ft Curve ® Actual Date - Zero Air VoidsCurve a SG = 288 OPTIMUM MOISTURE CONTENT =19.5 MAXIMUM IDRY DENSITY -107A ASTM D 698 A, Rods CMWUcn epplerd? N 30 CONSOLIDATION/SWELL TEST ASTM D 4546/METHOD B CLIENT MFG Fort Collins BORING NO. TP-1 & TP-3 DEPTH 3-4' & 8' ' SAMPLE NO. Composite SOIL DESCR. Project #181254 LOCATION Robert Benson Reservoir JOB NO. 2540-17 MOISTURE/DENSITY BEFORE. AFTER DATA TEST TEST Wt. Soil & Ring(s) (9) 192.3 194.7 Wt Ring(s) (9) 45.1 45.1 Wt. Soil (g) 147.1 149.5 Wet Density PCF 122.9 126.8 Sample Diameter (in) 2.410 2.410 Sample Height (in) 1,000 0.985 Wt. Wet Soil & Pan (g) 150.8 153.1 Wt. Dry Soil & Pan (9) 125.3 125.3 Wt Lost Moisture (g) 25.5 27.8 Wt of Pan Only (9) 3.6 3.6 Wt of Dry Soil (9) 121.7 121.7 Moisture Content % 20.9 22.9 _ Dry Density PCF 101.6 103.2 Max. Dry Density PCF Percent Compaction - LOAD.. LOG CONSOL DEFL. (PSF) LOAD (IN.) (IN.) _ 100 2.000 0.0000 0.0000 1000 3.000 0.0059 -0.0059 Inundate 1000 3.000 0.0040 -0.0040 1600 3.204 0.0048 -0.0048 - . 32DD . 3.505 0.0150 -0.0150 SAMPLED TEST STARTED TEST FINISHED SETUP NO, 09-23-05 RS 09-26-05 RS ATT-7 LOAD CONSOL. (PSF). (IN.) 100 0.0000 1000 0.0059 1000 0.0D40 1600 0.0048 3200 0.0150 Data Entered By: SR Date: 09/30/2005 Date Checked By: Date: 9 00 Fliename: MSSW348 ADVANCED TERRA TESTING, INC. CONSOLIDATION/SWELL TEST ASTM D 4546 CLIENT MFG Fort Collins BORING NO. TP-1 & TP-3 DEPTH 3-4' & 8' SAMPLE NO. Composite SOIL DESCR. Project#181254 TIME READING DATA !I7 3�Le7�k=l�� SAMPLED TEST STARTED TEST FINISHED SETUP NO. 1000 wet psf load Elapsed SQRT Dial Defl: Time Time Reading (in) (min) (min) (in) 0.0 0.00 0.0060 0.0000 0.1 0.32 0.0082 -0.0002 0.3 0.50 ' 0.0081 -0.0001 0.5 0.71 0.0080 0.0000 1.0 1.00 0.0078 0.0002 2.0 1.41 0.0076 0.0004 4.0 2.00 0.0074 0.0006 9.0 3.00 0.0072 0.0008 16.0 4.00 0.0069 0.0011 . 30.0 5.40 0.0066 0,0014 60.0 7.75 0.0083 0.0017 120.0 10.95 0.0062 0.0018 240.0 15.49 0.0062 0.0018 480.0 21.91 0.0062 0.0018 09-23-05 RS 09-26-05 RS ATT-7 Data Entered By: SR Date: 09130/2005 Data Checked By: A Date: 1130 05 Filename: MSSW348 ADVANCED TERRA TESTING, INC. ■ 1 CONSOLIDATION TEST DATA TP-1 & TP-3,3r1' & 8',Composlte 0.005 0.000 10 Z Z -0.005 O Z -0.010 O U -0.015 -0.020 1.50 2.00 2.50 3.00 LOG PRESSURE ♦t Pressure - psf 3.50 4.00 TIME READING DATA TP-1 & TP-3,3-4' & W,Composite,1000wet psf load 24 1 m .E mo m 0 0Will 0.00 5.00 10.00 15.00 20.00 25.00 SQUARE ROOT of TIME f Time in Minutes SECTION 00530 NOTICE TO PROCEED Description of Work: 6116 Robert Benson Reservoir Dam Improvements To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond .and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. -Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within () calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20. The dates for Substantial Completion and Final Acceptance shall be 20_ and 20, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20. CONTRACTOR: By: Title: Section 00530 Page 1 DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG Fort Collins BORING NO. TP-1 & TP-2 DEPTH 3-4' & 8' SAMPLE NO. Composite POINT SOIL DESCR. Project #181254 LOCATION Robert Benson Reservoir NORMAL STRESS (psf) 4800 MOISTURE/DENSITY BEFORE DATA Wt So1 + Moisture (g) 147.1 Wt. Wet Soil & Pan (9) 155.3 Wt Dry Soil & Pan (g) 130.3 Wt. Lost moisture (g) 25.0 Wt. of Pan Only (9) 8.1 Wt. of Dry Soil (9) 1222 Moisture Content % 20.4 Wet Density (pcf) 122.9 Dry Density (pcf) 102.0 JOB NO. 2540-17 SAMPLED TEST STARTED TEST FINISHED CELL NUMBER SATURATED TEST TEST TYPE AFTER TEST 148.1 156.2 130.3 25.9 8.1 122.2 21.2 131.1 108.2 Ink. Diameter (In) 2.410. Init Area (sq in) 4.562 Init. Height (in) 1.000 Vol. Bef. Consol. (ou ft) 0.00264 Final Height (in) 0.943 Vol. After Consol. (cu ft) 0.00249 Test Set Up: Continuous Increasing Deflection Control Shear Speed: 0.00200 in/min Notes & Comments: Data File Name: Normal Stress: Peak Stress: Ultimate Stress: MSDSTI3A.DAT 4800 psi 2279 psf 2279 psi 33.33 psi. 15.83 psi 15.83 psi 09-23-05 RS 09-23-05 RS/DPM Geomatic . Yes CD Data entry by: SR Date: 09126/2005 Date checked by: � Date: 9 a FileName: MSDSTP13 ADVANCED TERRA TESTING, INC. ■ r r DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG Fort Collins BORING NO. TP-1 & TP-2 DEPTH 3.4' & 8' SAMPLE NO. Composite POINT B SOIL DESCR. Project#181254 LOCATION Robert Benson Reservoir NORMAL STRESS (psf) 2400 MOISTURE/DENSITY BEFORE DATA TEST Wt. Soil + Moisture (g) 147.1 Wt. Wet Soil & Pan (g) 155.3 Wt. Dry Soil & Pan (g) 130.4 Wt. Lost Moisture (9) 24.9 Wt. of Pan Only (9) 8.2 Wt. of Dry Soil (g) 1222 Moisture Content % 20.4 Wet Density (pcf) 122.8 Dry Density (pcf) 102.0 JOB NO. 2540-17 SAMPLED TEST STARTED 09-23-05 RS TEST FINISHED 09-23-05 RS CELL NUMBER Geomatic SATURATED TEST Yes TEST TYPE CD AFTER TEST 150.7 158.9 130.4 28.5 8.2 122.2 23.3 130.3 105.7 Init. Diameter (in) 2A'10 Init. Area (sq in) 4.562 Init. Height (In) 1.000 Vol. Bef. Consol. (cu ft) 0.00264 Final Height (in) 0.966 Vol. After Consol. (cu ft) 0.D0255 Test Set Up: Continuous increasing Deflection Control Shear Speed: 0.00200 in/min Notes & Comments: Data File Name: MSDSTI3B.DAT Normal Stress: 2400 psf 16.67 psi Peak Stress: 1351 psf 9.38 psi Ultimate Stress: 1339 psf 9.30 psi J Data entry by: SR Data checked by:—.&_ F11eName: MSDSTP13 Date: 09/2612005 Dete: i a 30 ADVANCED TERRA TESTING, INC. DIRECT SHEAR TEST DATA ASTM D 3080 CLIENT MFG Fort Collins BORING NO. TP-1 & TP-2 DEPTH 34' & 8' SAMPLE NO. Composite POINT C SOILDESCR. Project#181254 LOCATION Robert Benson Reservoir NORMAL STRESS (psf) 1200 MOISTURE/DENSITY BEFORE DATA Wt. Soil + Moisture (9) 147.1 Wt, Wet Soil & Pan (9) 155.6 Wt. Dry Soil & Pan (g) 130.7 Wt. Lost Moisture (g) 24.9 WL of Pan Only (9) 8.4 Wt. of Dry Soil (9) 122.3 Moisture Content % 20.4 Wet Density (pcf) 122.9 Dry Density (pcf) 102.1 JOB NO. 2540-17 SAMPLED TEST STARTED 09-23-05 RS TEST FINISHED 09-23-05 RS CELL NUMBER Geomatic SATURATED TEST Yes TEST TYPE CD AFTER TEST 151.9 160.3 130.7 29.6 8.4 . 122.3 24.2 129.2 104.0 Intl Diameter (In) 2.410 Init. Area (sq in) 4.662 Init. Height (in) 1.000 Vol. Bef. Consoi. (cu ft) 0.00264 Final Height (in) . 0.981 Vol. After Consol. (Gu ft) 0.00259 Test Set Up: Continuous Increasing Deflaction Control Shear Speed: 0.00200 in/min Notes & Comments: -I Date File Name: MSDSTI3C.DAT I Normal Stress: 1200 psf 8.33 psi Peak Stress: 784 psf 5.44 psi Ultimate Stress: 772 psf 5.36 psi I J 11 Data entry by: DID SR Data checked by FileName: MSDSTP13 I Date: 09/26/2005 Date: Y s o ADVANCED TERRA TESTING, INC. ADVANCED TERRA TESTING, INC. ADVANCED TERRA TESTING Direct Shear Test MFG - Ft. Collins lent.......... Robert Benson Reservoir .jcotion........ #181254 Job Number...... 2540-17 Soil Type........... 3-488 (ft) Somple Number... Composite Pt. A Depth.........••••-• 4800 (psf) Boring.......... TP-1 8 TP-3 Confining Pressure.. (in/min) FileName..••••. RSdst13a.0AT Shear Rate ...... .... .0020 09-23-2005 Date Tested......... 0. 03 3.0 , I 2.S I I 2.1 ( I r N i 2 N ■ 1 0. 20 1 30 I 0 0.10 0.20 - .. 0.30 ' 1 0. 0 p. 10 SHEAR DEFLECTION (tn) SHEAR DEFLECTION (1n) 2 - - - - -- 3 — 4 --- — Pass Number.and Line Type.. •• 1 .0000 .0000 .0090 Maximum Shear Stress ......•. 2279 0000 0000 .0000 Shear Deflection @ Max Stress. .2359 [pit-?,C Direct Shear Data AT Name....•MEG - Ft. DCollins .=nt....... 3 Number....2540-17 stion...... Robert Benson Reservoir .....09-23-2005 ;hnician••••RS .410 -�ple Diameter (in)2 ' ;fining Pressure (Psf).. 4800 .41 •1 niber of Passes .••••'• ••0.25 ear Distance (in) ......•0020 !ar Rate (in/min)••' ...0020 4 ll Type ............... firing Number........... TP-1 & TP-3 mple Number.............Composite Pt. A nth (ft)................ 3-4&8' HEAR AXIAL SHEAR S35 DEFLECTION ELECTION (lb/sgFT) (in) .i(i 422 -:0007 0.005 663 -.0015 0.010 844 -.0023 10.015. 977 -.0031 -'0.020 1097 -.0040 0.025 1194 -.0048 030 1278 -.0056 _ 035 1363 -.0064 .0.040 1435 -.0072 0.045 1495 -.0079 0.050 1556 -.0086 o.055 1616 -.0093 0.060 1676 -.0099 0.065 1724 -.0105 0.070 1773 -.0111. 0.075 1809 -.0116 0.080 1845 -.0120 1881 -.0126 - 0.090 1905 -.0129 0.5 1929 -.0134 0.100 00 1966 -.0137 - 0.105 1990 -.0142 0.110 2014 -•0145 0.115 2038 -.0149 j 0.120 2050 -.0153 0.125 2062 -.0156 0.130 2086 -.0159 0.135 209B -.0162 J 0,140 212� -.0166 0.150 2134 -.0168 J 2146 -.0171 0.155 2159 -.0173 0.160 2171 -.0176 0.15 0.170 2183 -.0178 -.01B1 2183 0.175 JContinued next page. 1 Continued SHEAR T." TON STRESS n) (lb/9gFT) 180 2195 185 2207 190 2207 1195 2219 ).200 2231 1.205 2231 .210 2243 u'. 215 2243 0.220 2255 .225 2255 .230 2267 2267 '0.235 2267 1.240 2279 1.245 2279 go.250 ass 1 completed with max load = AXIAL DEFLECTION (in) -.0183 -.0185 -.0188 -.0190 -.0192 -.0193 -.0197 -.0199 -.0200 -.0202 -.0205 -.0207 -.0208 -.D210 -.0213 2279 psf at deflection of .2369 in ADVANCED TERRA TESTING .Direct Shear Test 'Bent....... ,. MFG - Ft. Collins -3Cat1on........ Robert Benson Reservoir Sail Type........... #181254 Job Number...... 2540-17 Depth ............... 3-488' (ft) Sample Number... Composite Pt. B Confining Pressure.. 2400 (psf) Boring.......... TP-1 8 TP-3 Shear Rate.......... .0020 (in/min) File Name......, msdstl3b.DAT Date Tested......... 09-23-2005 Tested By....... RS 3. 0 1. O 0.10 0.20 O. 30 SHEAR DEFLECTION (in) 0.02 0 0.10 0.20 0.30 SHEAR DEFLECTION (in) Pass Number and Line Type.... 1 2 ------ 3 — - 4 ----. Maximum Shear Stress......:.. 1351 .0000 .0000 DODO Shear DefleCtlan @ Max Stress. .2395 .0000 .0000 DODO .T7 Direct Shear Data Name..... msdstl3Fb.DAT t. Collins ent........MFG ,.Number .... 2540-17 ition.....2 .Robrt2005Benson Reservoir ;hnician.... R5 2.410 Ole Diameter (in), I-. 2go0 fining Pressure (P .2 Mber of passes ....•••• 0.25 -,ar Distance (in).•• ..0020 ar Rate (in/min)••• ..:,#181254 ul Type ...... ...:..... ..TP-1 & TP-3 ,ring Number .... .........Composite Pt. B tple Number...... 3-4&8' 3th (ft).............> r SHEAR SHEAR AXIAL DEFLECTION FLECTION STRESS (1bI26b5'T) (in) II(in) -.0005 0.005 422 -.0010 0.010 543 -.0017 0.015 627 -.0023 ■ 0.020 711 -.0029 0.025 -.0036 130 B32 -.0043 ■ '.035 880 -.0048 0.040 929 -.0053 0.045 965 -.0060 ■ 0.050 1001 -.0064 0.055 1037 -.0068 0.060 1073 -.0072 0.065 1097 -.0076 ■ 0.070 1109 -.0079 0.075 1134 -.0083 0.060 1158 -.0085 0.085 1170 -.008B 0.090 1182. -.0091 0.095 1194 -.0093 { 0.100 J 1218 -.0095 0.105 1230 -.0098 0.110 1242 -.0100 0.115 1254 -.0101 0.120 1266 -.0103 0.125 1266 -.0103 1278 -.0106 J0.130 0.135 1290 -.010B 0.140 1290 -.0109 0.145 1302 -.0110 0.150 1302 -.0111 0.155 1314 -.0113 0.160 1314 -.0114 0.165 1314 -.0115 0.170 1326 -.0116 0.175 Continued next page. as Continued T1 SHEAR V CTION- STRESS l-a) (lb/sgFT) 3.180 1326 -0.185 1326 0.190 1326 0.195 1326 -0.200 1339 0.205 1339 0.210 1339 0.215 1339 0.220 1339 0.225. 1339 :0.230 1339 -0.235 1339 0.240 1339 0.245 1351 _ 0.250 1339 ?ass 1 completed with max load = J J J AXIAL DEFLECTION (in) -.0117 -.0117 -.0118 -.0120 -.0121 -.0122 -.0123 -.0124 -.0125 -.0125 -.0129 -.0129 -.0130 -.0132 -.0132 1351 psf at deflection of 2395 in 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 ADVANCED TERRA TESTING Direct Shear Test MFO - Ft. Collins !ent.......... Robert Benson Reservoir Location........ Job Number...... 2540-17 e........... Soli Type #181254 3200 Sample Number... Composite TP-3 Depth— ............ (ps(ft 1200 Cps/) Boring Boren TP-1 & Confln1n9 Pressure:. C1n/m1n> ..••• File Name....... RSdst13c.0AT Shear Rate.......... .0020 09-23-2005 Tested By....... Date Tested......... _�_ 3.O ll �� 2` 2. f is . .. c 30 0 U. to SHEAR DEFLECTION (ln) MC 0 0_1u SHEAR DEFLECTION Cln) 2 - - - - -- 3 4 ---- Pass Number and Line Type ... 1 784 .0000 .0000 .0000 ,0000 Maximum Sheor Stress ....... •• •0000 .0000 Sheor Deflection @ Max Stress. .1245 it' IC Direct Shear Data AT st1FtD e Name.••._MFG .Collins sent...... b Number .... 2540-17 Reservoir ;ation......Rob23t2005eon chnician.... RS 2,4141 0 nple Diameter (in)...... (P ,,fining1200, Pressure 1 Bober of Passes ..•.• " ' 0.25 ' ...,0020 sear Distance (in)-** (in/min)•••.....0020 ear Rate 4 „. Type ............... & TP-3 oring Number ...... .TP-1 • " " . Composite jmple Number ........ 3-4&8' 'pth (ft) .........A.... . SHEAR AXIAL SHEAR STRE65 DEFLECTION ^sFLECTION (lSTRE ) (in) (in) 289 289 0.0001 0.005 446 0.0003 . 0.010 531 0.0005 0.015 591 591 0.0006 0.020 0.0006 0.025 627 0.0007 ,030 651 75 0.0008 ■ ,,.035 687 0.0008 0.040 699 0.0008 0.045 711 0.0008 0.050 724 0.0009 0.055 736 0.0009 0.060 736 0.0009 0.065 748 0.0009 0.070 748' 0.00091 0.075 748 0.0009 0.080 760 0.0009 0.085 760 0.0009 0.090 760 0.0008 0.095 772 0.0008 0.100 772 0.0008 ■ 0.105 772 0.0008 0.110 772 0.0007 0.115 772 0.0007 0.120 772 0.0006 0.125 0.0006 0.130 7B4 0.0006 J 0.135 784 0.0006 0.140 784 0.0006 0.145 784 0.0006 0.150 784 0.0006 0.155 784 0.0005 0.160 784 0.0005 0.165 784 0.0005 0.170 764 0.0005 0.175 Continued next page. 1 Continued AXIAL F z SHEAR STRESS STRESS) DEFLECTION �1_ _.LION (l (in) .n) 784 0.0004 . 1.180 784 0.0004 ).185 784 0.000 .190 0.0003 195 784 0.0003 3.200 0.0002 ^.205 784 o.0002 .210 784 0.0001 U.215 784 0.0000 0.220. 784 0.0000 1.225 772 -.0001 d .230 -.0001 0.235 .784 784 -.0002 3.240 772 -.0002 3.245 '0.250 772 load -.0003 7g4 Psf at deflection of Ras 1 completed with max 3 a 1245 in PERMEABILITY TEST - BACK D oSSSURE SATURATED - FLOW PUMP METHOD ASTM JOB NO. 2640-17 CLIENT MFG Fat Coffins SAMPLED i TP1 & TP3 TEST STARTED 09 23-05 CAL BORING NO. 34 & 8, TEST FINISHED 09-29-06 CAL DEPTH CompositeCELLNUMBER 3P SAMPLE NO. project#181254 SATURATED TEST Yes s SOIL DESCR. Robert Benson Reservoir ,EST TYPE TXIPbp LOCATION r�00 CONF. PRES. PSF r BEFORE AFTER MOISTURVDENSITY TEST TEST DATA 439.1 458.4 i WL Solt + Moisture (9) 447.3 466.7 W L W at Soil & Pon (9) 374.2 3742 Wt. Dry Soil & Pan (9) 73.2 92.6 Wt. Lost Moisture (9) B2 8.3 WL of Pon Only (g) 3659 355.9 W L of Dry Soll (g) 20.0 25.3 Moisture Content % 123.1 126.7 Wet Density PCF 102.6 101.1 r Dry Density PCF 2.403 (an) 6.104' q' Init. Diameter on) 4b35 (sci cm) 29.261 InIL Area (sci in) 2.996 (cm) 7.610 init. Height (in) 0.00786. Vol. Bet• Consol. (cu 11) 0,00798 ■ Vol. After Consol. (cult) 40.96 Porosity % T FLOW PUMP CALCULATIONS 1 45 PUMP Setting 295E-04 Velocity CM/Sec 9.44E-06 O (cols) 2.988 Height 2.424 Diameter 1242 Pressure (Pei) 29.763 Area after coned. (cm cm) 11.506 Gradient 2.BE-0B Permeability k (curls) 68.0 Back Pressure (psi) 71.5 Cell Pressure (Psi) - 2.879 Ave. Effective Stress (psi) SR Date: 0913012005 Data entry b.: Date: 9 ADVANCED TERRATESTING, INC. Checked by:_2�- FIIeName: MSP0348C TRIAXAL COMPRESSION TEST DATA JOB NO. 2540-17 CLIENT MFG Fort Collins BORING NO. TP1 & TP3 SAMPLED TEST STARTED 09-23.05 CAL DEPTH �, & 8, TEST FINISHED 29-05 CAL SAMPLE NO. Composite Project#181254 SETUP NO. TEST 3P Yes SOIL DESCR. LOCATION Robert Benson Reservoir SATURATED TEST TYPE TXIPbp CONF. PRES. PSF 500 SATURATION DATA r Cell Bads Burette per. Reading Pore Pressure Change B Free. (PSI) (PSI) (CC) (PSI) Close Open Close Open 40.0 38.0 1.0 9.0 132 10.7 36.6 45.0 8.4 8.8 0.84 50.0' 48.0 56.0 10.6 121 46.9 55.7 65.9 9.1 0.91 r 80.0 70.0 68.0 12.1 13.4 13.6 56.8 86.8 76.3 9.5 0.95 80.0 13.5 CONSOLIDATION DATA r Elapsed SORT Time Time (Min) (Min) 0.00 0.00 025 0.50 0.5 0.71 1 1.00 2 1.41 4 2.00 9 3.00 16 4.00 32 5.66 60 7.75 120 10.95 240 15.49 350 18.97 ■ Initial Height (in) 2.996 0.008 Height Change (in) 2.980 HL After Cons. Pn) 4.535 ■ In6fa1 Area (sq In) 4.613 Area After Cons. (sq In) ! Data entry y:SR Data. Date: g � ■' Checked by:_06& FIIeName: MSP0348C Burette Volume Reading Deft. (CC) (CC) 0.50 - 0.00 0.80 -0.30 0.80 -0.30 0.83 -0.33 0.88 -0.38 0.90 -0.40 0.90 -0AO 0.90 -0.40 1.00 -0.50 `IA0 -0.60 120 -O.TO 1.30 -0.80 1.30 -0.80 IniL Vol. (CC) 222.70 13.00 Vol. Change (CC) Call Exp. (CC) Net Change (CC) -.23 3'93 Cons. Vol. (CC) 225.93 09130/2005 ADVANCED TERRA TESTING, INC F 0.2. 0 -0.1 CONSOLIDATION DATA TPAaTP3. a�&�,canpD 0 .5 SQUARE ROOT OF TIME IN MINUTES ■ Time ti Minutes -. MS2540\MSDPP346.JPG 09-30-05 UNCONFINED COMPRESSIVE STRENGTH TEST DATA ASTM D 2166 CLIENT MFG Fort Collins JOB NO. 2540-17 BORING NO. TP1 &TP3 SAMPLED DEPTH 34 & 81 DATE TESTED 09-23-05 CAL SAMPLE NO. Composite SATURATED TEST No SOIL DESCR. Project#181254 AT FIELD MOIST. Yes LOCATION Robert Benson Reservoir CONF. PRES. PSF 0 TEST TYPE UCS MOISTUREIDENSITY BEFORE DATA Wt Soil + Moisture (g) 731.7 Wt Wet Soil & Pan (g) 740.1 Wt. Drysoll & Pan (g) 618.9 WL Lost Moisture (9) 121.2 Wt. of Pan Only - (9) 8.4 Wt..of Dry Soil (9) 610.5 Moisture Content % 19.9 Wet Density PCF 123.0 Dry Density POP 1021 InK. Diameter (in) 2.403 InIL Area (sq in) 4.635 [nit Height (in) 4.996 Height to Diameter Ratio 2 079 Volume cu FL 6.01311 Notes & Comments: Data entered by: SR Date: 09/26/2005 Data checked by: St! Date: a- or FileName: MSXOTP13 ADVANCED TERRA TESTING, INC. 1 r CLIENT BORING NO. DEPTH SAMPLE NO. SOIL DESCR. LOCATION Ink. HL On) r. e 'e s ■ ■ UNCONFINED COMPRESSIVE STRENGTH TEST DATA MFG Fort Collins TP1 & TP3 3-4' & 8' Composite Project #181254 Robert Benson Reservoir 4.905 Uncorrected Axial Axial Deka Load Stress HL Lbs. PSF In. 0.0 0 0.000 7.0 222 0.005 16.0 508 0.010 23.0 730 0.015 28.0 . 921 0.020 .33.0 J048 0.025 39.0 1238 0.030 43.0 1365 0.035 48.0 1524 0.040 52.0 1651 0.045 _56.0 1746 0.050 80.0 2540 0.100 93.0 2963 0.160 100.0. 3176 0200 103.0 3270 0.250 103.0 3270 0.300 98.0 3112 0.350 87.0 2752 0A00 75.0 2381 0.450 64.0 2032 0.500 Peak Deviator Stress (pal) Data entered by: SR Date: Data chocked by:__ Date: -ALIPLOC, FIIeName: MSXOTP13 JOB NO. 2540-17 SAMPLED DATE TESTED 09.23.05 CAL SATURATED TEST No AT FIELD MOIST. Yes CONF.PRES.PSF 0 TESTTYPE UCS Ink. Area (sq in) 4.535 Strain Rate (Wmin) 0.050 Axial Strain 0.00 0.10 020 0.30 0.40 O5O 0.60 0.70 0.80 0.90 1.00. 2.00 3.00 4.00 5.01 6.01 7.01 8.01 9.01 10.01 21.5T Area Dev. Dev. Final Strew Stress Sq In. . PSF PSI 4535 0 0.0 4.640 222 1.5 4544 507. 3.5 4.649 728 5.1 4.553 917 6A 4.555 1043 72 4.563 1231 8.5 4.567 1355 9.4 .4.572 1512 105 4.576 1636 11.4 4.581 1729 12.0 4.628 2489 17.3 4,676 2854 19.9 4.724 3048 212 4.774 3107 21.6 4.825 3074 21.3 4.677 2894 20.1 4.930 2641 17.6 4.984 2167 15.0 5.040 1829 12.7 09/26/2005 ADVANCED TERRA TESTING, INC. 0 l UNCONFINED COMPRESSIVE STRENGTH TESTI Tp1 S TP3134 6 8' COMPostle 4 3 LL N a a m 1 2 Fl t F F- 1 0 4 8 .. 6 0 2 percent Axial SVain SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the _ day of 20_, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 6116 Robert Benson Reservoir Dam Improvements. 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. Rev 10/20/07 Section 00610 Page 1 i I 1 i I J J J J J J J ATTERBERG LIMITS TEST ASTM D 4318 iLIENT MFG Fort Collins BORING NO. TP-2 DEPTH 7- SAMPLE NO. SOIL DESCR. Project#181264 LOCATION Robert Benson Reservoir Plastic Limit Determination _ 1 2 3 Wt Dish & Wet Soil 6.63 6.63 6.62 - Wt Dish & Dry Soil 5.88 5.88 6.89 Wt of Moisture 0.75 0.75 0.73 Wt of Dish 0.81 0.82 0.84 Wt of Dry Soil 5.07 5.06 5.06 _ Moisture Content 1479 14.82 14.46 Liquid Limit Device Number 0966. - Determination 1 2 3 Number of Blows 22 18 29 Wt Dish & Wet Soil 8.64 9.62 8.86 Wt Dish & Dry Soil 6.02 6.61 6.25 - Wt of Moisture 2.62 3.01 2.61 Wt of Dish 0.82 0.76 0.78 Wt of Dry Soil 520 5.85 5.47 Moisture Content 50.38 51.45 47.71 - Liquid Limit 49.2 Plastic Limit 14.7 Plasticity Index 34.5 Atterberg ClassMication CL Data entry by: Checked by: h' FileName: JOB NO. 2640.17 DATE SAMPLED DATE TESTED 4 38 8.40 6.00 2.40 0.81 5.19 4624 10-12-05 BKL SR Date: 10/13/2005 Date: o rt vS MSGOP27 ADVANCED TERRA TESTING, INC. 52 81 80 48 U rim P 48 is 47 4E 4! Atterberg Limits, Flow Curve M-2, T, TF- 1 Number of Blows 25 M m 60 9 C I 4C N N a 21 PLASTICITY CHART TP-2, 7'. CL or L MH rOH M mOL CW L 20 40 60 8D 100 120 D Liquid Limit ♦ Classification ATTERBERG LIMITS TEST ASTM D 4318 DENT MFG Fort Collins BORING NO. TP-2 • DEPTH 0-4 SAMPLE NO. SOIL DESCR project #181254 • LOCATION Robert Benson Reservoir Plastic Limit Determination • 1 2 Wt Dish & Wet Soil 6.64 6.54 • Wt Dish & Dry Soil 5.82 5.81 Wt of Moisture 0.72 0.73 Wt of Dish 0.82 0:81 Wt of Dry Soil 5.00 5.00 • Moisture Content 14.40 14.60 Liquid Limit Device Number 0966 •' Determination 1 2 Number of Blows 36 28 Wt Dish & Wet Soil 9.27 9.89, Wt Dish & Dry Soil 6.98 723 .' Wt of Moisture 229 2.46 Wt of Dish 0.82 0.82 Wt of Dry Soil 6.16 6.41 Moisture Content .37.18 38.38 Liquid Limit 39A Plastic Limit 14.8 Plasticity Index 24.6 Atterberg Classification CL • Date entry by: Checked by..' FIIeName: I K 6.57 5.81 0.76 0.83 4.98 1526 JOB NO. 2540-17 DATE SAMPLED DATE TESTED 10-12-05 BKL 3 4 5 26 23 17 10.36 9.42 9.58 7.67 6.95 7.00 2.69 2.47 2.58 0.81 0.80 0.81 6.86 6.15 6.19 39.21 40.16 41.68 SR Date: 10/13/2005 Date: 10 1111175 MSGOP204 ADVANCED TERRA TESTING, INC. Atterberg Limits, Flow Curve - TP-2, 04, 43 42 I MJ 41 a�• I♦ . 40 dg 39 0 36 37 36 Number of Blom 25 PLASTICITY CHART TP-2, 0-4, 80 m a 40 a CL or L zD MH ON a OL wn D p 20 40 60 BD 100 120 Uquld Llmh � Clesaiftcetlon ATTERBERG LIMITS TEST . ASTM D 4318 'LIENT MFG Fort Collins BORING NO. TP-3 DEPTH 10, SAMPLE NO. SOIL DESCR. Project #181254 LOCATION Robert Benson Reservoir Plastic Limit Determination ' 1 2 Wt Dish & Wet Boll 6.36 6.35 Wt Dish & Dry Soil 5.64 5.63 Wt of Moisture 0.72 0.72 WtofDish 0.83 0.83 Wt of Dry Soil 4.81 4.80 Moisture Content 14.97 15.00 Liquid Limit Device Number 0966 Determination 1 2 Number of Blows 22 21 Wt Dish & Wet Soil 9.00 825 Wt Dish & Dry Soil 6.06 5.57 'Wt of Moisture 2.94 2.88 Wt of Dish 0.75 ' 0.74 Wt of Dry Soil 5.31 4.83 Moisture Content 55.37 55A9 Liquid Limit 64•8 Plastic Limit 14.9 PlastIcity, Index 39.9 Atlerberg Classification CH r r J JOB NO. 2540-17 DATE SAMPLED DATE TESTED 10-12-05 BKL 3 6.34 5.63 0.71 0.82 4.81 14.76 3 32 8.86 6.04 2.82 0.80 524 53.82 Data entry by: SR Date: 10/13/2005 Checked by:- Date: iv n o J FileName: MSG0P310 i ADVANCED TERRA TESTING, INC. J Atterberg Limits, Flow Curve TP-3, 10', 55 55 m � w a ` 54 EEI:11= T a3 Number of Blows 25 PLASTICITY CHART TP-3,10', 5o x g 40 P CL or L 20 MH rOH M wOL CLMW 0 p 20 60 60 80 100 120 Liquid Limit ♦ ClassiFwtion i MECHANICAL ANALYSIS - SIEVE TEST DATA ASTM D 422 CLIENT MFG-Fort Collins JOB NO. 26401-9 BORING NO. TP-2 SAMPLED DEPTH 04, DATE TESTED 10-12-05 KR SAMPLE NO. WASH SIEVE yes SOIL DESCR. Project #181254 DRY SIEVE No LOCATION Robert Benson Reservoir MOISTURE DATA WASH SIEVE ANALYSIS i HYGROSCOPIC Yes Wt Total Sample 1109,39 NATURAL No WeightVof+#10 Before Washing (g) 92.59 Weight of+010 WL Wet Soil & Pen (g) 38.23 After Washing (g) 8821 WL Dry Sol & Pan (9) 38.29 Weight of-#10 WL Lost.Molsture (9) 0.94 Wet(g) 1016.80 Wt of Pan Only (9) 3.68 Weight of-#10 . Wt of Dry Soil (g) 34.61 Dry (g) 994.18 Moisture Content % 2.7 Wt Total Sample _ Dry (9) 1082.39 WL Hydrom. Sample Wet (g) 250.48 Caic. WI. "W" (g) 285.49. i Wt Hydrom. Sample Dry (g) 243.8§ Caic. Mass +#10 21.64 Sieve Pan Indiv. Indiv. Cum. cum. % Number Weight Wt+Pan Wt Wt % Finer (Size) (9) (9) Retain. Retain: Retain. By Wt. 3" 1 112" 314" #4 #4 #10 0.00 88.21 88.21 W.21 8.1 91.9 #20 #40 f #50 I #100 #200 8.31 78.92 70.61 70.61 • 34.7 65.3 q Data entered by. SR Data checked bY_I—p- Date: 10/1312005 Date: .J FIIeName: MSSOP204 t ADVANCED TERRA TESTING, INC. MECHANICAL ANALYSIS- SIEVE TEST DATA ASTM D 422 CLIENT MFG-Fort Collins JOB NO. 2540-17 BORING NO. TP-2 SAMPLED DEPTH 7. DATETESTED 10-12-05KR SAMPLE NO. WASH SIEVE Yes SOIL DESCR. Project #181254 DRY SIEVE No LOCATION Robert Benson Reservoir MOISTURE DATA WASH SIEVE ANALYSIS HYGROSCOPIC Yes Wt Total Sample Wet (g) 905.89 NATURAL No Weight of+#10 Before Washing (g) 0.00 W eight of + #10 Wt Wet Soil & Pan (g) 118.52 After Washing (g) 0.0c Wt. Dry Soil & Pan (g) 114.96 W eight of- #10 Wt Lost Moisture (g) 3.57 Wet (g) 905.89 Wt of Pan Only (9) 8.37 Weight of - #10 Wt of Dry Soil (9) 106.58 Dry (g) 875.53 Moisture Content % 3.3 Wt. Total Sample Dry (g) 876.53 Wt Hydrom. Sample Wet (9) 214.13 Cato. Wt. -W- (g) 207.19 Wt. Hydrom. Sample Dry (g) 207.19 Cais. Mass +#10 0.00 Sieve Pan Indly. Indiv. Cum. Cum. % Number Weight Wt+Pan Wt WL % Finer (Size) (9) (9) Retain. Retain. Retain. By Wt 3• 0.00 0.00 0.00 0.00 0.0 100.0 11/2' OA0 0.00 0.00 0.00 0.0 100.0 314• 0.00 0.00 0.00 0.00 0.0 100.0 3W 0.00 0.00 0.00 0.00 0.0 100.0 #4 0.00 0.00 0.00 0.00 0.0 100.0 #10 0.00 0.00 0.00 0.00 0.0 100.0 #20 3.60 3.93 0.33 0.33 0.2 99.8 #40 3.62 3.98 0.36 0.69 _.0.3 99.T #60 3.65 4.08 0.43 1.12 0.5 99.5 #100 3.QS 5.13 1.47 2.59 1.3 98.7 #200 3.58 32.60 28.92 31.52 15.2 54.8 Data. entered W. SR Date: 10/18/2005 Data checked by.-& Date. o S FiteName: MSM0TP27 ADVANCED TERRA TESTING, INC. I I._.- 1_,. L_. '... ..._! . Cpgn c¢ GMVEL SAND COARSE FNE CRS MEDNM FNE COSBIES PEBNI tAVEL SAND TO BIXNDERS COARSE MED FNE GRAN COARSE MEO FINE part: MFG-Fort COMM mroc No.: TP-2 Jab Nub 2540-IT r �.w.. C�eeNlcatlon: tlonN tPeAermetl am* No: SR.TORCIAY uscs CLAY I wprr am AdveRced Tana TOSUnG. 6N:. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _ day of 20_. IN PRESENCE OF: (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: Surety By: By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20/07 Section 00610 Page 2 APPENDIX C SLOPE STABILITY CALCULATIONS Comments: Robert Benson Reservoir. Stability Analysis Existing Condition Downstream Slope Material Properties 1: Silty Clay Fill- Unit Weight 120.0pcf, Cohesion: 100psf, Phi: 18degrees 2: Clay- Unit Weight 120.Opcf, Cohesion: 10Wpsf, Phi: 1Bdegrees 3: Weathered Claystone/Ciaystone -Unit Weight 134.7pcf, Cohesion: 200psf, Phi 24degrees q d A. MFG, Inc. corsuning sciarNsts and engineers Distance (Feet) FIGURE C-1. ROBERT BENSON RESERVOIR. Date: IOM 112DO5 Name: Cumm4R2.9az Date: DECEMBER 2Do5 Project: P11e1254 File; Figure C-1 Comments: Robert Benson Reservoir Stability Analysis 6dsdng Conditions Upstream Slope Material Properties 1: Slty Clay Fill -Unit Weight 120.Opcf, Cohesion: 100psf, Phi: Wdegr€es 2: Clay- Unit Weight 120.Opcf, Cohesion: I00psf, Phi: 1 Bdegrees 3: Weathered Claystone/Cldystone - Uhit Weight *134.7pcf, Cohesion: 2110psf, Phi:' 24degreell MFG, Inc. consu ing scientists and englneens FIGURE C-2. ROBERT BENSON RESERVOIR x Dare: jLUY9 Name:: CunenE•ll.gaz FD81,DECrM13ER 2005 Project PU81254 File: Figure C-2 Comments: Robert Benson Reservoir Stability Analysis P)isdng Condidon Highweter Level Wstream) Material Propertids - . 1: Silry Clay Fill - Uni[ Weight 120.Opcf, Cohesion: 100psf, eg 10degrees 2: Clay -Unit Weight 120.Opcf, Cohesion: I OOpsf, Phi: 10degrees 3: Weathered ClaysMnefClaystone: Unit Weight 134.7pcf, Cohesion: 200psf, Phi: 24degrees A d LL MFG, Inc. consuHing scienlfsts and engineers FIGURE C-3. ROBERT BENSON RESERVOIR X NamHjghYVL- ate:I MI1fuu3 .gsz n.IIIRFR 20e5 Project: PNe1fC-3 F e: Figur Comments: Robert Benson Reservoir Stability Analysis Existing Conditidn High water level (downstream) Reservoir water level &R below the dam crest Material Properties 1: Silty Clay Fill - Unit Weight 120.Opcf. Cohesion: 100psf, Phi: I Odegrees 2: Clay- Unit Weight I20.Opcf. Cohesion: 100psf, Phi: 1Bdegrees 3: Weathered Claystone/Claystone - Unit Weight 134.7pcf, Cohesion: 200psf, Phi: 24degrees A A. LL Z 5.004 O 5 moo Q MFG, Inc. cwsuiNng scientists and engkmm Distance (Feet) FIGURE CA. ROBERT BENSON RESERVOIR Dale: 10n irzo05 Name: HlghWl.R2.gez Date: DECEMBER 2005 Project; P1181254 File: Figure C-4 Comments: Robert Benson Reservoir Stability Analysis Edsitng Condition Rapid drewdown (upstream) Material Properties 1: Silty Clay Fill -Unit Weight 120.0pcf, Cohesion: 100psf, Phi: i Bdegrees 2: Clay- Unit Weight 120.0pcf, Cohesion: 100psf, Phi: tedegrees 3: Weathered Claystone/Claystone - Unit Weight 134.7pcf, Cohesion: 200psf, Phi: 24degrees A J p fe 20 Distance (Feet) '. MFG, Inc. ccnsufting scfen5sfs and engineers FIGURE C-5. ROBERT BENSON RESERVOIR K Date: IOn 112005 Name: R8pidDD-L2.95z Date: DECEMBER 2005 Pmjett P1181254 File: Figure C-5 Comments: Robert Benson Reservoir stability Analysis E,dsitng Condition Rapid drawdown (downstream) Material Properties 1: Silty Clay Fill - Unit Weight 120.0pcf. Cohesion: 100psf, Phi: 10degrees 2. Clay- Unit Weight 120.Opcf, Cohesion: 100psf, Phi: 18degrees 3: Weathered Claystone/Claystone -Unit Weight 134.7pcf, Cohesion: 200pst, Phi: 24degrees A d _ n a-M4 � a.000 O O s— v gp0a m m 9.aa] IL C O q,0ef l0 m W 4.Oei 4w 0 10 w 30 1 - . Distance (Feet) MFG, Inc. consulfing scWists and engineers. FIGURE C-6. ROBERT BENSON RESERVOIR Name: RapidDD-R2.11sa Dec DECEMBER=5 Project: R181254 — File: Figure C8 . Comments: Robert Benson Reservoir Stability Analysis End of Construction (downstream) Materiel Properties " 1. Borrow Material- Unit Weight: 120.0pcf, Cohesion: 100psf, Phi: ladegrees - 2. Silty Clay Fill - Unit Weight: 120.Upcf. Cohesion: 100psf, Phi: tadegraes . 3. Clay - Unit Weight: 120.Upcf, Cohesion: lUopsf, Phi: ladegreas 4. Weathered ClaystonaMlaystona - Unit Weight: 134.7pcf, Cohesion: 200psf, Phi: 24dagrees A d k i 1.ffi 5.004 - O O 3 fL-3ti. +sse— --------------- - m +.ssx ! L c o We was. +.oee AD Is W W toe tlo If0 Ira ip 1® a 10 30 >0 Date: 10/1741006 Distance (Feet) a.,s.: c.l.a,i•+a.a>= MFG, Inc. consuRing scisrOts and engineers FIGURE C-7. ROBERT BENSON RESERVOIR Date: DECEMBER 20a5 Project M181254 File: Figure C-7 L__. i V M w — — — Comments: Robert Benson Reservoir Stability Analysis End of Construction (upstream) Material Properties 1. Barrow Material - Unit Weight 120.Opcf, Cohesiom 100psf, Phi: 18degrees . 2. Silty Clay Fill -Unit Weight 120.11pcf, Cohesion: 100psf, Phi: 18degrees 3. Clay- Unit Weight 120.opcf, Cohesion: 100psf, Phi: 18degrees 4. Weatfered Claystone/Claystone - Unit Weight 134.7pcf, Cohesion: 200psf, Phl: 24degrees J A r A .ere d 0 10 20 30 4 w -- Distance (Feet) MFG, Inc. FIGURE C-8. ROBERT BENSON RESERVOIR consulting sden8sts and wgklwm oate:l vt+noo� Name: Ou 12005 gsi ume: uc�um.�n .. Pro)ed: P1181254 FBe: Figure C-8 Comments: Robert Benson Reservoir Stability Analysis Post Construction Steady State (T freeboard) Material Properties - 1. Borrow Material - Unit Weight 120.Opcf, Cohesion: 100psf, Phi: 10degrees 2. Silty Clay Fill - Unit Weight 120.Opcf, Cohesion: 100psf, Phi: 1 Bdegrees 3. Clay - Unit Weight 12110pcf, Cohesion: 100psf, Phi: I8degrees 4. Weathered Claystene/Claystone - Unit Weight 134.7pcf, Cohesion: 20Opsf, Phi: 24degrees A w 5.004 i O 5.000 O O X 4.996 m m 4592 ILL v C O 4.999 W 4.964 4960 N 0 10 211 30 40 50 90 70 e0 90 100 11e 1W I lqu Distance Feet Date: l an MOM( ) Name: HlghWL-1L.9sz MFG, Inc. cunsufluV scfenOsfs and engineers FIGURE C-9. ROBERT BENSON RESERVOIR Date: DECEMBER 2005 Project P1191254 Fde: Figure C-8 IF RP EF iZ col ou m] .rkL NEMCAIVJIII INSIAII Ml FrtF xIAXWnII PIPE I D @ASN F+^ sE_ wnr Is .xo o a•, �r xsns_N to we PWE iiT � ltcs ) P' za Li i Icn wuBE IWI f— — c— E �12 (eon ✓a.) Ao Hr re_ c sTAn 12 5 Lf. or E� czs rm au o An;) oN X c R. X E� o c i BG]F: I. SEE SIFLT S FOR TOE . ONNEM msw <excnlE 2. dl F OA N EEOE Of WM NOT SHOWN MLn Baz ANO SI, FOIF POR CMRRT PURp3E$ PU Lcw now ovENir. a. smE or BYz ,T J. OEL SHEET II fOR PLAN AND PROFILE 1E Isa s.:c. ,c> Of IRRplTlwl rmE ua.0 xaxu vo-c mxv, •_. r, y ,�.. ..>. All 1— 11 ; .ew IT fin4S• ..&� oss FEs y of ouuxpaF snr ox Z cuossx 5. xv FT Or ;d Pvf. PAW PPL9a ].988.0 naoncanE E LL F ]E 5 _) �IWILLI[ of m oX 0 . . SIFY ^�) aoo � oUoc 119II: I.) CONCRETE PIPE ENCASEMENP TO BE m1J INSTALLED IN TWo SEPARXTE u1m; TNST All TO THE. SPMNGWE OF THE sm Ya N PINE, Ni THE SEci TO ' 12 NCHES AROK INF TOP OF THE M. 2) IO-N"In 2f—INCH TREEIL WE AND CH PK E ARE TO K BLID 140' rz WRH WATER PRNR TO FENNNO M CONCRETE ENCASEMENT. .ieo mo aim ,•s> auo JY ano .w A..o Imo FC�EVV zuo z.m PROR{E OF OURLT WORKS ALONG CENTERLINE STATIONNC OF PRINCIPAL OUTLET CHANNEL ' oxnR; SEE — J roR PNNCpAL OUT. NSCI4RGE OINK CITY OF FORT GOWNS 10 of 1] zoo• +w...... endXr, Emj..n Re ROBERT BENSON RESERVOIR PRINCIPAL OUTLET WORKS • ° ,� "` W .,..„.,.„_.„,,. ;...,^e..,, FAIRPORT DAM ID E0/0T23 PLAN AND PROFILE RESERVOIR DAM IMPROVEMENTS CB SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the _ day of , 20_, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 6116 Robert Benson Reservoir Dam Improvements. 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. Rev 10/20/07 Section 00615 Page 1 Comments: Robert Benson Reservoir Stability Ma1y515 Post Constructian Steady State (Yfreeboard, Wselsmic loading) Materiel Properties 1. Borrow Mdesid -Dni Wright 120Apcf. Cohmiorr lo'W. "' 18degrees 2.Sisy Clay Fa-tlyd Weigh 120111p6f, Com!*n iMPs1,Pit tedegrees 3. Cley- LWWright 1 Mnpcf. Cohen 100psf, Rt 1�Cohestam. 200ps1, PFd: 24degrees 4. Wedhered C1eys1wwJC a sWm - W 1 r A eID{ C3 C3 e® X {ms al lL C {see 0 Y W m a Distance (FeeO A dsmfesse Date: DECEMBER 2005 FIGURE C-10. ROBERT BENSON RESERVOIR Project: PX181254 MFG, Inc.. - _ File: Figure C-10 consubg sclengsts and engineers L.r Comments: Robert Benson Reservoir Stability Analysis Post Construction Steady State (3'heehoard) . Materiel Proper8es 1. Borrow MetwW. lki WeW 120Dpcf, Cohasknx 1 OOpsf, M. 10degrees 2. My Clay Ft - tkt Wee t 120.Opaf. Cohesiorc 100psf, Pht 1 Sdegree3 , 3- t]ey - Lh* Welgft l2D.Opcf, Cofes M IUDPsf, Pft 18degrees 4.V1@eMered asystoneldeyslme-tktVAVt 134.7pcf, Cohestorc 2Mpsf, Pht 24degraes 4r A SIDI sml Kim U. ., 1997 rsm m M --- Distance (Feeii MFG, Inc. consulting scknffsfs and engine a Date; 10118=5 Name: H4MWL-I n 7.5ta 1.8a FIGURE C-11. ROBERT BENSON RESERVOIR Date: ut:u rvmvc cwv ProjectLF 54 Fae: -5 1 Comments: Robert Benson Reservoir Stability Analysis Post Construction Steady State (3•freeboard vdselsmic loading) Material Properties 1. sorrow Material -tkltWel t 120.OPcf, Cohaslux 1 uopsf, Pht Iadegrees 2. Sty pay Fe - tkt Weight 120Dpof, Coheaiuc 100psf, Pht 18rlegrees 3. Clay - lki V%Wt. 120Dpcf, WWII= 100Psf,Pit 18deWees 4. Weathered peyslmrXiayslorie - tkd VVeW 134.7pef, Cohesion: 200pef, PH: 70egraes A sm[ O Q a® X URI � rffi lL C /as O a m Igi N Lu 19w a A a a a m d ••• - — Dlslance Teeg MFG, Inc. oonsufting scientists and engineers FIGURE C-12. ROBERT BENSON RESERVOIR Narne� MphWL-1R sdsmic.pa ua[e: uca.cnrxn c..•... Project: PN87254 File: Figure C-12 l .. ll i. __ 6_ . a_...... r Comments: Robert Benson Reservoir Stability Analysis Post Construction Rapid Drawdown - Material Properties 1. Borrow Material - Unit Weight 120.0pcf, Cohesion: 1 DOpsf, Phi: 1 Bdegrees 2. Silty Clay Fill -Unit Weight 120.Dpcf, Cohesion: 100psf, Phl: 18degrees 3. Clay- Unit Weight 120.0pcf, Cohesion: 100psf, Phi: 18degrees - 4. Weathered Claystone/Claystane - Unit Weight 134.7pcf, Cohesion: 200psf, Phi: 24degrees A 6 SM4 O anw O O r vx 4.wa m N 4.002 LL C O 4.980 le N 4.064 W 4.090 0 id m ao m eo m M, au w Distance (Feet) MFG, Inc. consuding sdenlisis and engkreers N lea 110 I= 1aa 14e 10e Dare: i am n2im Name: Drawdawn-1 Lqa= FIGURE C-13. ROBERT BENSON RESERVOIR Date: DECEMBER 2005 Project P1181254 Foe: Figure C-13 � L _ Comments: Robert Benson Reservoir ' Stability Analysis Past Construction Rapid Drowdown Material Properties .. 1. Borrow Material - Unit Weight 120.Opcf, Cohesion: 1 OBpsf, Phi: 1 Bdegrees 2. silty Clay Fill - Unit Weight 120.9pcf, Cohesion: 1 dopsf, Phi: 18degrees 3. Clay- Unit Weight 120.Cpcf, Cohesion: t 00psf. Phi: i 8degrees 4. Weathered Cleystvne/Claystone - Unit Weight 134.7pcf, Cohesion: 200psr, Phi: 24degrees A 0.004 i e.Dw 0 0 x 4.90 y CDs.vvv LL � i.009 m 4.Oe4 w 4.000 a m p MFG, Inc. consuning scientists and engineers Distance (Feet) FIGURE C-14. ROBERT BENSON RESERVOIR Nenc U'ewdowa+lRAez 1 pale; DIECEMBER 2W5 Protect P1181254 FRO: FigureC-14 I L_...- L . _ 1.. Comments: Robert Benson Reservoir Stability Analysis Post Construction Rapid Drawdown Wseismic loading) Meterlel Properties 1. Barrow MeterW - lkd: VVaight 12DApc1, Commb c iCDpsf, PH: 18degrees 2. 5ey Clay Fe-U-*VYelgtt'IMApc1, CdMWM 1100p91, M 18degrees 3. Clay-tkBVVd t 120Apcf,Cuhesbrc 100p81, Ph[ 18degrees 4. VVeethered CkWoneKlaystane - tkt Weigtt 134.7pcf, Cohealum 2013paf, PM 24degrees A smt 0 a aml o_ x 1916 U HE ILL C 19m 0 1959 m W am Distance (Feet) MFG, Inc. comu8ing sderdisls and engineers FIGURE C-15. ROBERT BENSON RESERVOIR d R 9 glee: lallWMla t8me: p,S.dom•1L aeismle.9v Date: DECEMBER 2005 Project P1181254 Fie: Figure C-15 N_ ".-- in ma Comments: Robert Benson Reservoir Stabliity Analysis Ins. Post Construction Rapid Drawdown (wlseismic loading) Material properties 1. Borrow Maledal-Uri Y*Vt: 120Dpcf, Com*m 100psl, pht 16degrees 2. Sily Clay F1-1bt11lW 120W, Cahed= loopst, Pit 16degrees . 3. Cfay - tk-AWalglt 12oDPcf, Cahesbrc 1 Wpsf, Rt 16degrees 4. Weelhered ClaystOwndyslane - fkdlYeOt 134.7pcf, Cohesiorc 200ps1, Pht 24degrees v 0 o x LL m C 0 V M d L d — — Distance TWO nine: Cllitf67C1_sealltle.gsa MFG, Inc. FIGURE C-16. ROBERT BENSON RESERVOIR Project: P11p1254 consufling scientisfs and engineers File: Figure 416 APPENDIX D SEEPAGE ANALYSIS Robert Benson Reservoir Comments: Seepage Analysis MFG Model for Kclaystone Function 1.004 Cp 6.002 O` cm 0Z 4.001 V 4.00e 4.094 a o-ti m 4.992 't r I C 4.000 0 V 4.099 s.aee v i _ 4.294 c W 4.0e2 4.000 40 an on . 20 W on DO 110 tt0 f20 Ib He D 10 7a 20 Distance (feet) Dlrectem PA181254 R Semen Rasavala8aePa0e MINIM Name: hi0hVn2_oaaWC.O= Date: 102402005 MFG, Inc. consulting scientists and engineers FIGURE D-1. ROBERT BENSON RESERVOIR . Date: DECEMBER 2005 Project P1181254 FNe: 'Figure D-1 Robert Benson Reservoir Comments: Seepage Analysis Kflll = 4.95 x l T-6 cm/s 6ma 6Do4 C3 5.002 O Soto 4.008 X `-' 4.006 4.004 w 4.002 C 4.000 0 4.000 M 4.006 N 4104 W 4.082 4.080 0 _ 10 20 30 40 to 60 70 00 00 100 110 120 130 140 Ian . Distance (feet) - Dlreetnry. PA101254 R deomn ReserooiAlteepa0e Malys Name: hlghWL2_esesWC.Os. Dale: 1007WOD5 MFG, Inc. consulfag scientists and engineers FIGURE D-2. ROBERT BENSON RESERVOIR Date: DECEMBER 20D5 Project: P1181254 He: Figure D-2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _ day of 20_ . IN PRESENCE OF: Principal (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) (Title) (Address) Other Partners Surety By: By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20/07 Section 00615 Page 2 ROBERT BENSON RESERVOIR/FAIRPORT DAM IMPROVMENTS CONSTRUCTION DRAWINGS pggIELT Ld:ATKMI DAM ID: #040123, WATER DIVISION 1, WATER DISTRICT 4 FORT COLLINS, LARIMER COUNTY, COLORADO PROJECT T6N, R69W, S13 T. LOCATION SEPTEMBER, 2008 - MAP PRELIMINARY 1 NOT FOR CONSTRUCTION ,._.._ �E.c.,.�a OWNER: �1'�..-yi fi�ts� C—crt�y0, /��� C11 of I.ET coLUNs - FOR REVIEW AND BID PURPOSES ONLY S ���. �. f>`C`�"'n`S 20U1�65TAL RR OUNCES MOUNTAIN AVENUE MENT "•�Lf dNw` ,:` ice/ FORT COLLINS, CO 00521 PROJECT VICINITY AIAP ENGINEERS: V CuvbigF�ly OM A a a •P "alVl t � i RESERVOIR LOCATION MAP • i� Ibwwwbarsbolm Call b M yoUdig• l I:MY �/W WI IM Fluv b tveOVCIM rY M Pse vsMM ms v usM.wr ax! smWe• b fN byMhVLMu .4i0u�ur Lbubp 6YKw5 Fe Yvk K K�rgv14E Ltla�Oa F�4/m I3B9M &�AM vECd *M NM1 re Nwvee m m. _wr d— m w.ro rcl.. .R GENERAL NOTES I. N SHALL PHOPRm ED MEYATE OF 4 KU EPGCUCNKNs WHICH ARE INCLUDED RI E CD 5 MY UNLESS OMIESION Nol'D ON ORTAINTS PRE MY THE-Rc5 AHD SPE LACT KATACHN RE4w.,lox5 FOR x 4oxs.RUENDN BREATURETHE A4NLR REENTIMILY THE RENT TO ACCEPT OR TANDY ABC SUN MATERIALS 1. ANNINAMETHENUFF '.I IS NET CONCERN IT ME STANDEREA AND AFTERICATIVIND SET FORTH HIENEW IT SRI ANNE OF AS MAY to -AN B, RNNIEP WAY Es O sJE THE BLE 'OR AnoINTERMITTENT UREPRE, crn°c°ONIMPAPTEMPLE ENR WPND lMAl IMX°D°Lis.`i" THESE DRUnBBING ANN °Co E�m°fME (INITIATION SHALL E I M[ SuO NNERROME SHALL [OHCCE EA [CONSTRLORENSED UCTION SSC I FOR MS PROJECT . ALL SCIESI11X4 MUST °E PERFORMED OWNER S. THE CONTRACTOR SHALL RESTORE ALL DLTURBED AREAS 10 THEIR ORHGH4 OPTIMISM OR BE11EP A$ DESIGNATED By THE OWNERK PENETRATION SHALL WORIS THE �� IMMEDIATELY OF ANY FIELD CONDITION NOT PENNIMAN ."I PC GONTRACT B. THE CONTRACTOR SHALL PROVIDE A MAYOR CONTROL PUN TO THE DINNER FOR REVIEW FAVOR TO UTILIZATION AND SHALL THEI 10 Y NECE ISSARY PERMITS AND TRAFFIC PLAN APPROVALS FROM ME CITY OF FORT COLIVO AND/OR LANNER CWNry 5-UND. DUMP SAREWAW. ASPRIL . AID u M OWN COMESURECTICK OPERATIONS ALL GOTTEN. SIONEWALF. uMSCA"G IIMA4ED n ME CO"pAc wEpuE REMOVED R[VED MY REPucm AT ME "TRACTORS EXPENSE AE—L1' AMC 10 THE CMIPACTOR SHALL PROVIDE EP TO THE APPROPERATECiOM NCOXTKK COMHAPPO MMT EONpK�RUC 110x. REVIEW :ME CM F°MU A PO EROSIONCONTROL PA IALL IL50 P1111E AM uuxllp A RARE OR EaORAw APmOVED 110RWWAll' MAxIE PLAN TO GIAMPY, 1 SHE CONTRACTOR SHALL INDIAN A SITE HALL METHANOL ACCESS TO ME SIDE FOR LLRK At PH CURENCY VFMCLES ACCORDANCE II" Au MAN -STATE AID FEDERALP[6uupoxs, AMC 12 �W STREETS ADJACENT So THE YOUNINTRUNTION' AREA SMALL IT CLEARED OF INGREAM GIEVEREATIED AT ME PXVJ XT At THE By IRE PAPPLEN FOR THE CANIELY OF r .,,PC OR PRITIMUCALME, ANDI I I. DAY' XMILL 1. STREET AN LEFT —.A.. THE I, INCH ANCEM Al x0 ADprpxAl COST IO THE AOKCITo THE VISCOSITY GRADIENT ADD MATERIALS 10 SATSrACTORLY x It SMALL YU11(LL OAF. ALAN AMC Ciff OF FORT DOLLARS NINLIMPRI EECATIEDTIOCON THE EASE M OF DOWDN COLLEGE AVE AT ROBERT BENSON LATE OM ME TOP OF THE SODMEAST CORNER OF A" INLET, ED NNUUCWTXl F.M. COLDEPROUND STAFF PLAME 'no PLANES 0 SUPPLY) mTUx, MORRONTIL CONTROL RDIN UPOV NGS ORDINATION Y 401SUP ADMI eBIS ELECTION ME ORRIS At MODIFIED SrAIE PLANE r0 RED[ r0 STATE ?"HE COORDINATES. SCALE AT O OCROUL S331 (1,D66r5) ROPER Ux OER THE "ANS IW Or A LICENS EO SURV[EY., CO x[N6 m91 UNB[0 DUM NG CONSUMPTIONuu5r MEEN POOL NPRINSIVISM xEE[M[D eN0 ACCURACY OF CONTROL E D OIONNATESEAND EMLEXAAMPECT°SHOWN °PRIORL 10 USED THEM FOR ABC MPLANNOYS ME CONTRACTOR ro PERRY ME LEGEND Xl lr w UO J�.E OIxN • x —1 =RGPasT IGIRM —.—.— DL,D,--It,, LLn_ TNCC —nix— III 'FILL l81 EnsING SL'9EBIYE ENS CROFT vnl Yc OMALMS, I'll 10HRITY FOWL tQ'Y POSH _ SON IT 111I PHI RX ON Mf^�4`1\J\ DO CIRC TO - 11ON q PLINNIC, BNq¢I COHGPET ..LUI1.UU. M[[ INDEX OF SHEETS SHEET INDEX NO. _BQ,_ DESCRIPTION I 1 COVER SHEET 2 CI PROJECT INFORMATION AND SURVEY CONTROL 5 02 PROJECT AREA MAP 4 Cl DEMOLITION PLAN 5 CO DAM SEE GRADING PLAN 6 C5 DAM CENTERLINE PROFILE T C6 DAM CROSS SECTIONS - STA, 0100 TO SXd 5+00 0 C] FAN CROSS SECTIONS - SEA, 5V50 TO STA, BLOOD 9 c0 EMERGENCY SPILLWAY PLAN AND PROFILE ID C9 PRINCIPAL OUTLET WORKS PLAN AND PROFILE 11 C1° 10' EYE IRRIGATION PIPE PLAN AND PROFILE 12 C11 MISCELLANEOUS DETAILS IS C12 MISCELLANEOUS DETAILS 14 NEl INTAKE SCREEN AND WET WELL DETAILS 15 ERE EROSION CONTROL AND REVEGEIATION PUN 16 S1 INLET BOX DETAILS 17 S2 HEADWALL TRASH RACK - DETAIL SHEET BEAR 3N JAC. xORRwxv AIDED LL._x4YW W nwx EN Ox AN S r ALUM. L.P NSI PPi Ie1NMDr.95 II DIIRIS MY 71 FOOXo11 XENIX FACT _. ONY OF FORT COLLINS ROBERT BE IN T RESERVOIR PROJECT INFORMATION Y of 17 m[cT .rONM MII w� DAM IMPROVEMENTS AND SURVEY CONTROL 03/23/2007I .--- FAIRPORT DAM ID 404 3 — 01 _. TSECTION i WW SECTION RIo;w — - I ROSE BENSON \ RESERVOIR moo,,.. Zh .•. I y t l '� •w CITY OF FORT COLLINS mo. ti DAM IMPROVEMENTS 3 of 17 mean m.u. r.,m �. ...... r• Y�.6�WVI�Ic PROJECT AREA P ROBERT BENSON MARESERVOIR N e--p--19—F wM r • ^ V FAIRPOR' DAM ID WD10123 C2 Gn EK FORT COLLWs 1LIn OF FORT CgLLW3 MIT • wN„ m.D p1EOGE 23-1001 WIDE AREL'LO .VI ELEViryON OF °uoH aeT ugox SECTION 13 4369 TO LOWER RESERVOIR RATE R SURI EL [IEVRgN TO .. !OR OW AND OUTLET d CONSTRUCTION 'Wu a ` T6N, R69WROOM BENSON RESERVOIR __ 1 r -- `\ RROVIO[ OTAGOINO OEWATER%O OPERATIOTO 1 1 [ MIT IM, \ �\ RCEP CW/OMM CONSTRUCTION SITE DRY NOTE: I_). STRIP VEGEt.LTION WD TOP 6' OF TOPSOL x"I - w.sf FROM THE' UPSYRCW WD OOWNSIREW [ / Y _ I.LC[S O! Mf EMISTWG p6Y NTq EMEROCMCi x /J� \ TNROVWCETOME u \ SPILLWAY. VEGETATION AND TOPSOIL TO BE W[gT, LLD STOCK%LCU ON SITE Al A LOLAIgN IX1FRYp[0 T[w / - By ANGINEER M%/.CE YALARMSORSON. TO ..I e[c�x� Yx�ry SXOWM ON THESE ERMAT' To ,LA)ECOMMLEAK \\ \ AN 1.)'R[SERVOp CEWAIERINI. 10 IxCL1bC CLEARING or 5[pY[HT TROY UPSIR[W W SIDE Cf O0 .� LLMOR L RfXWpS TO ORAIx TO MINTx 'tp WNCRC COMTRUCTION OF THE PAW WO AL OUTLET IS FEASHIM.E. E"looll Or OREOGIXG TO PERFORM THIS 'RESERVOIR L[WATERING' AL¢ SHOWN M THIS SHUT. WKW— -CITY FORT COUNS l"WR IT-1 NEAT. M"EJHEBEOCAL oo,io AM �I c°"rw..rzm.. _ rw N CITY OF FORT COLLINS ROBERT BENSON 4 of 17 p V AI$ .- C ® °° o°e° \\2� RESERVOIR FAIRPORT DAM ID 1040123 DEMOLITION PLAN „�„„�, _�_ RESERVOIR DAM IMPROVEMENTS .a C3 DAM Cfxl[PLmE B[GINS_ CROSS SC CiION Loc4nax (ire? 4"0\0 SEL G6 FOR pow —PROFLE ANO SHEET ] k �/ 6 FOR SECIIO Ns THROUGH pAM INSTALL 1_ SURVEY MONUMENT --- (SEE DCTAILi1-� C13J) INSTALL LSE DRAIN (SEE ET BOP[A.. LOCATION (SEE DEi41L8) PNO IO LN tIF I[P Ory 3pp D4x wsnu AED CENTERLINE SMR HHOLE PROPOSEp�V NORMAL WATER _ LL. A99S SD EKISTING_� CONTOUR (TOUR \/) INSTALL I0.240 S.F. 0 BURIED 1I1R4P BLANKET, Oso = IY iRICHNE55 (SEE DETAIL Q\A �) ROBERT BENSON'�' RESERVOIR INSTALL STAFF GAGE (SCE RETAILe) I DETAIL INSTALL WET WILL \ \ �(SEE DETAa (j� ) INSTALL ?1J L.I. OF 6' A. PEREOR4i E0 PYC PIPE TOE DRAIN 'ROM O.. STA. I150 TO PRINCIPAL OUTLET CENTERLINE STA SF A. 2.60 04w CENTERLINE AUGW I SURVEY DI MUTANT UwS +o YI sfe+d rG' ....a.. ..... S LO PC = .02E ri/fI U/5 NVERI = 9960 J INVEPi = A9960 (SE INSTALL IRRIGATION PIPE (SEE SHEET II PROPERTY LOU PLA-AND INCIILL) STA. C...0 TO SIP. zr61.5 BOUNDARY �i INSTALL 26L5 L.F. OC PRINCIPAL (iYPJ IN s1ALL PRIX OPALOUT LEI WIIX OUT [IOflPIN AGC CHANNEL CONCRETE HEADWALLS ANp INLET CHANNEL SLOPE = O.GO] ri/R BOX. (SEC l.11l 10 FOR PLAN ANp J(� U/5 INV CRi = P989.0 O STA 2.6E $ PROFILE Of OUTLET PIPE) O/S INVERT = 4988.9 O STP 0.00 (SEE TYPICAL SECTION THIS SXCET) \ / 11 ALL 50' YV1: TOE DRAINS OAYLIG41 P IPC EL pOW IN WWGWALLS^ AND CLCANOUT (SEC DETAIL ` I=={) CU CITAII 'EE OETAH INSTALL v✓� V4 TOLE S\ INSTALL ]0' PVC PIPE ". VELo, AND CLC4NOU1 (S E[ DE TALL e) DERECi PIP[ z" OVER sD' FOR PERProc TNTF RSECTION WITH WINGWALL iA. -SPITE ELEVATION (LYP _.) MONUMENT TAIL ®) PRINCIPAL WTLET CHANNEL SECTION \ U] fre e6ea�A / 3M 33'B0=]3cla. yy I PRINCIPAL OUTLET ` ENIERLINE �.iaa so 1 INSTALL 268 Lr OF 6' DIA, PERFORATED PVC PIPE ) _T OE DRAIN FROM DAN STA. 5+17 TO PRINCIPAL OUTLET CENTERLINE STA STA. 2160 }. SLOPE = .022 FT/FT i U/S NVERt = 49960 O/S INVERT - 990 C (SEE DETAIL e) STALL TOE DRAIN CLEANOUT EE DETAIL e) NOTE: SEE SHEET 9 FOR EMERGENCY OF OR. SPILLWAY GRADING p � FAc O y� PROPOsm S4a� CONTOUR (TYP.) I /:.., /:. wT, g n.. CITY OF FORT CDWN$ I I 5 of 17 1w. .�"..` = r ":"'" PARM` T AJaC�YN6d.N. ME ROBERT BENSON RESERVOIR DAM SffE GRADING PLAN p oR. . rt FAIRPORT DAM ID t010123 E �aa. ..R C/ RESERVOIR DAM IMPROVEMENTS - _____________ ,I30..:. ... a.:s.+.ww PROPOSED DAM CENTERLINE PROFILE CRY OF FORT COLLINS 8 DAMIMPROVEMENTS R RT RESERVOIR DAM CENTERLINE PROFILE 0117 CS FAI RT DAM FAIRPORT DAM ID .t0/01Y3 DAM t SECTION 3+00 DAM c 4 DAN L "A' SECTION 0+50 DAN l SECTION 1+00 DAM < —Z lull ma iso o-n -x+eo -o+,o . I— 1-u SECTION 3+50 •+so o+.o 1— SECTION 4+50 »zo •.m x.r 0AN a --------------------- 1m moo m+e 0— a SECTION 1+00 n �•xn �•cu wo_.. D"IyI. ems �c _..... 77 SRO I Io _o+,lSECT ON 2+50 euo omo �•m DIN t lull -1+21 e+eo -e+•o vm I — SECTION 4+00 rvzo �.ec DAM t mz_ mrsIll ull....... T. omc c+l, SECTION 5+00 0 o-m oo x+.o -m sc _�z.eo CR OF FORT ITS 7 pl 17 DAM IMPROVEMENTS DAM CROSS SECTIONS ROBERT BENSON RESERVOIR STA 0.00 TO STA 5.00 FAIRPOBT DAM ID E000123 I CB 7 I_ a oo 1m 214o SECTION 6+60 ° w. z.eo �.xo OMI( nou � AIL- o.ea ism as m zoo z.an mro z SECTION 6+00 CITY DA OF FORT IRS I I H.'-'Oc-f7" Of DAM IMPROVEMENTS DAM CROSS SECTIONS ROBERT BENSON RESERVOIR STA 5.60 TO STA 6.00 ��° ,oa°o�°°°.x° •+=•+ra'r FAIRPORT DAM ID #040123 / \ j P� MNYR / � (nP� "� \ ` _. sm A vRvnMLErawlE west uc o.P.l' INST .qq. ., (S (SEE TITAIL( xc. ,v w.rtx uw.r NN it_L Tc, '« E Sr309B5.51 \\1 A ann WNEN I- EENTERL NE PR Mx.l METERSC xos oRAA .111-1 - r m ,.Lr OSI to RE .RAS I I_ EMERGENCY SPILLWAY STAGE —DISCHARGE CURVE w, y ——2E-070ei0.00180+4997.2 ¢ 4µ Iq� SECTK)N A —A TYPICAL EMERGENCY SPILLWAY SECTION LOOKING DOWNSTREAM NITS w Me e ®o o r.¢ •.¢ e w e.m +.m r. .¢ a.w r•m f• m ¢ •'mANA 1.. m •EMERGENCY .o .m .ra m n.m e.re e..e e..a e.m -r.•e �.w n.w e.s .m .m .n ®e p� SPILLWAY CENERIINE PROFILE K �. oo..a. .'w ' CEEY OF FORT COLLIP a9 0} 17 '\//�\S A«�•� MAP, ve•p,E ROBERT BENSON RE8ERVOIR EMERGENCY SPILLWAY j .•+• FAIRPORT DAM ID #CNItM 3 PLAN AND PROFILE V ___ RESERVOIR DAM IMPROVEMENTS C8 ._. _._ ¢nno„oe, A. m°.mi4 INawu. •4°I �� CONiIIUG-�_ I DV4 .4 50 £ D N OF CO.= = _�" —ExcnsL FILE Oc4Ds0 5_PE Ix XROSSmG s ( 1 PROPOSED ONICVR I I CONCPEIC — T ICE VAIN/�RIOATION PER CROSSING. (TYP.) HVL'l C! 5" C TOP DRAIN - FID 35 INSTALL TO PIT // INVCRi OF ID' PVC IRRIGATION PIPE ..0060. } INSTALL COxAND CASCREi[TO PIPEI [N [u[Nl AS. FACIS rwsx ncK Aqq (SEE SrvL[T I6 ANSICun /I ) .STALLVI 1E- csoO PVC PIP[ `i IXsm TL LL (SEC SNfEi � LFOR 24' STEEL PPE AND fi- I70E DRAW OUTLETS 5. NSIALL x 3 F. D! PER 1 "5 _ - •h IS , • y.. ` QN3j 1 PRINCIPAL CUTLET - — __ ' CHANNEL C[NIERUNE -- - -- GALL l 6f GLTAL/il)� pNh 0'£ y h" 0.5 L 12" Cs 6s (I. Li% x ONG STEELETA OVTEEi �� INSI.LI 12.5 LF. Of il' [}C4 STEEL ASN `33 CONCRETE : I (SEE DETnIL FILE EASE BOTH iD PAINS ING WUTHE PIPE (SEE °Ei.lt®1 I e1 V COL4P S (SCE OflPIL /�) ). G PI L REVEP S Sy ) £ VJ J� L SEE IxSTLLL COrKR[r[ I SOR: SHEET 5 FOR TOE DRAIN ALIGNMENT 2 RIPRAP ON U/5 FACE Of DAM NOT SHOWM QGO VO9 N9S3 INLET BOK Ax0 SLDLGATE- FOR CLARPURPOSES ITY I.S. 1. OPEN. ON 9DE OF ... £ }.SEE SHEET tt FOR PUN AND PROFILE (SEE Sx[Ei I5) OF IRRIGATION PIPE S. IF, DRAIN (TIRE \ Sila 4elP•CnT IL SLOPE . owlFT/FT -•I a°lO unwo uww� tlQSE: I.) CONCRETE PIPE ENCASEMENT TO BE INSTALLED IN TWO SEPARATE UM.f0°s FIRST LIFT TO THE SPRINGLINE OF THE vaS or O.N> SZIe 2a-INCH PION ONE, WITH THE SECOND TO rlwr4vm - �+or Pl INCHES ABOVE THE TOP OF THE w.N4 WARP, lEO.PL, PIPE. EPHI _ L LE— . HUP b "' I.) THE SN-INCH STEEL PIPE AND THENERAPALP .mu - 10-INCH PVC PIPE ARE TO BE FILLED e.onw - t-1'-1 vEEL ert WITH WATER PRIOR TO POURING THE ----_ ans - _ _ -.".__ __ _ _ ._ �; xsl.0 S� SUSwuz PT, CONCRETE ENCASEMENT. ewem ru n' (HE a. O rr- m4.Iu PELFnos .( a fi roes III' I'll' µ.L4 mNen.nnl Prr g APPENs�4 aN5 p� 6-• r �a .IS •e_• y§6j' �•c gq•pG :`�-� eFt 5 �.. ,s i C-- -.s5y G` roeP p- . :�SR �S�E. V:.6• =54.-�-='-s ^£ LEIS y DG.S_72 g AR BIS SY a:.• an ION ., ,,..,c caFu= _I- e4%A:R a05 r T.w es4 1 S.n e.ro a..° s.w z.w PROFILE OF OUTLET WORKS ALONG CENTERLINE STATIONING OF PRINCIPAL OUTLET CHANNEL z-m zu° z1e4 v.w u.4 i MQj[: SEEMEET 3 TOR PRINCIPAL R OUTLET ISCHARGE CURVE OFORT CELLRNS� AmMu_+mENljNuq l.4 ROBERTF RESERVOIR PRINCIPAL OUTLET WORKS of O .L°4R.s . RY --- FAIRPOgT DAM ID NON012S PUN AND PROFILE RESERVOIR DAM IMPgOVEMENT3 C9 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 00630 Page 1 a. m.. nm. r I 0000-1-00 u5uw / mlsswsm��l l].bU / ��T.iv �xdd \ UU`` LLv T // pm Vvrt�-.xe /</• e. n[.n a o u.e T.— V n1 nmmm nmss. / w U/s rrtwa6 �n.0 ere u. or �e' um we nu ws,.x, u. u �e- cw wa rn[ m U ssm > mw nRr ' xwrt = eme n/n --.� soiU If .� - Pes 0� �3�f g111�'F 91ai E3i�F3fE{{ a a.m ,.aa ...a -e99 :$ ..m sa ..,a E�9e{ EYF E f A.Esm ..,a �.m ,.m �..x so ,a, ,.,o ,.aa o.ao p4eE m3:{: ♦a o.m -o.. I `TU PROFILE OF OUTLET WORKS ALONG CENTERLINE STATIONING OF PRINCIPAL OUTLET CHANNEL MOTE: SFr SHEET S FOR PRINCIPLE OUTLET OISCHAPGE CURVE :on.. a. .RW CRY OF FORT COLLIHE 11 of T7 Aix C--*,n E4-1 ROBERT BENSON RESERVOIR 1D' PVC IRRIGATION PIPE PO FAIRRT DAM ID 3OW123 PLAN AND PROFILE RESERVOIR DAM IMPROVEMENTS CIO a.n oe CLASS B BEDDING UNSTABLE SUBGRADE w PflMCIPAL DIRLEf PIPE. -INIETxHEADWAIIa� i�l TOE DRAIN DETeII.,_^ n.. vux v(w� i•'� f° ,��\ .. ro. LL . «vcwx S[C.iOM 1-� S([IpN B-B 2 FT CONCRETE MIL AT EAEROENCY 8%LLWAY CREST BTA N166 ar.s 21 PRINCIP6L DUM1E! %PF- HEADWALLAND WdO L-'s x es. 3 IWLINE W CLFAN MAIL /el BER OF FORT RESERVOIR COLLINS 120117 COfC3Oa�o• -W Axe®axGmA°nB w ROAI RT SENSON RESERVOIR MISCELLANEOUS DETAILS @ ��� FAIRPORT DAM ID R000123 o o zoo ^^ ___ RESERVOIR DAM IMPROVEMENTS CT1 I SIO FENCE I &I] FEIIGMT�E n SUMO NONUUENr DETAIL_ ) T__ Llllli�l y'-Dpyp' E!E BAND CUTOFF WALL DEfAR �z fir" 1 a 3 4 STAFF " DUAIL tact coc..o. - ArdaufmA45F�b lc a=no„eo, --- TY%CAL SECTION FOR CLAS8 IY "PM_* u<Nrti Ta.CaU: CpMeO. r.o yENICLE TMOK ND FAO DETAL_(J� TY� BJPIED RIPRAp INSTALLATON. CITY OF FORT COLLINS ROBERT BENSON RESERVOIR MISCELLANEOUS DETAILS FAIRPORT DAM ID AOW723 RESERVOIR DAM IMPROVEMENTS L_.....�,_. s,nNDneD NnuNOLE PMDARD Ll WLETTIT 1 of vI C12 INTAKE SCREEN ...+... S ,MIT I .-.In TILL �n1 ISOLATION GATE VALVE v ILITTLILLIELITT WET WELL IT, CDi1O °..°• Aqua Engineering, Inc.CRV ��,� •.�.., �NT�°e"`•�•""'•-'°' OF FORT COLLINS ROSERT SENSON RESERVOIR FAIRPORT DAM ID #04=3 RESERVOIR DAM IMPROVEMENTS INTAKE SCREEN AND WET WELL DETAILS 16 of i7RR, - I o+noi:000 "" / i I CITY OF FORT COLLINS is a n �i ^ N on�ouvu. s� p°,i"oaossoPo No.caN a:.q. 4'x �FEo� DAM IMPROVEMENTS EROSION CONTROL AND €pe ® ROBERT BENSON RESERVOIR REVEGETATION PLAN FAIRPORT DAM ID ;1040123 ER1 UPSTREAM OUTLET STRUCTURE PLAN NEW soy-lo ETtt s-10 Y s m. vc. Ilw. A [ P) 5S1 (rYP UPSTREAM OUTLET STRUCTURE PLAN REBAR DETAIL MINIMUM REINFORCING SPLICE LAP TABLE BAR 114 1#51A8 0 BAP MARKS 4iE STRAIGHT PARS BENT BARS rvGM S,E_\,f��ESICNAIICN [IEv� :R96.0 \ °-B� I 6'-z! � J S/. CLEAN RNAREL SECTION A —A 5.. . (SEE PLAN NEw) IT SPOT-l0 0 ] Eo. I SPC (E w. h If - I r [. I, . w. trEi,) SECTION A —A ELEVATION REBAR DETAIL GENERA{ NO2S I.1 RiwooANweunu rCl To IE CAAF JES 2.) ALL CONCRETE SN.LI NAOE . W D.i SIRENGIN EFi'C-.Soo P9 1) W.[E 6O REUYORCwG ST. IS NE.. • 1 THE .1 STTNRIAICCTUAS pgiNOCN CM9TFRIORICNEA 51.BRIlY 5.1 00 NOT 61pRL ARWM INSATVIES UNTR ALL CONCIEIE HAS REACHED °E9CH STIVIOLK. 6.) ALL EAP04° CONCRETE CORNERS BULL S ..M.EO 3/. INCAES. TALL. .) ACONSRNCTOI IO IS NOT SNOW EN THE K.HS SHALL EE . HOKO B. THE ENONEER. PRIM 10 CWSTRUCTO,. 0.) IIC FOR REwfpiCINGC SIECE EENON1 ON NR ON f Ll ESK IING HA Po 9.) CMCv[if COKR 10 FACE OF REINFORCING SHALL HE i" CNLESS OINERwSE All. �0) 4L ONE... FW BENT .1 ME WI 10 WI EL Eau SLOPING TRASH RACK TO BE CONSTRUCTED Of 19-w-a LIGHT DUTY GALVANIZED STEEL GRATE TA.SH R. _M FT TR.IH R.L. J. (i,r) — — \]MW ., II . SECTION B—B �SAX «B.i"��'°' SECTION B—B (SAME AS SECTION A -A) BILL OE REINFORCEMENT - (STILLING BA5N STRUCTURE) Localion Yw4 Nrmpp R.Avw.E 8.110 51. 506-0 20 551 16 230 LB . S.. 505-10 1 RB S°]-10 M Wtllf (9N LB)• 552 AS 'FOR ESPEPTING PURPOSES WAGING 01AGRAYS 1-6- 1-6- F I' 0" 552 _ y CRY OF FORT COLLINS ]r.r - 1i1.IS R^.«n S�A. flOBERT BENSON RESERVOIR nc.. � i+pY FAIRPORT DAM ID YWOIt3 INLET BOX DETAILS w�ioTNc ''� RESERVOIR DAM IMPROVEMENTS 31 24 Stara P.Pe Iroa. a . el, Bml area v ar q L Wafx<r I. b ..ore tlga e. rn..apep aW Aaaemdes .01cs: I. NI Bor Moterlol Snon be Groper 36 Steel (ASTM A]09) $ NI Bors to De GolrmiZed per ASTM Al I3 3.MI HaExore IlemS to be Golvonired per ASTM 153 or ASM 8633 a. Dapping Mole6ol Sell Cmsist of 6 of Aggregate Bear Cwree (Close 6) Comp.d.d to Not Lees Irian 95% Mr. Density Detenn'nea n Accorpmce ./ AASXTO T 160 PLAN r,ax aa=e Cenn<t< a<oa.m � l/i' Pro —e. e.m eo. c�=•a<x.ee.w Tat o n a �, a••i 1 � Itq ELOW mn eo. F I lrm). Bee } M I lip)I a -( (rro) e a • �� ]i SIM d i1—f�L—�����II�II- — IAI1=71HE H=II Cnn..<d It, C—,ta Oe. ELEVATION P. .al nSECTION A- � A I a.<enB M tn.a �e a pa= eenl m.<ap<a ,oE (rro)W/L< .ma TRASH RACK DETAILS n 6 N.T.S. 11R3 n-•, mP„•cf s pESERVOO NA IMPDMROVEMENTS IHMWI TMSN WK DETAILS T! zI) Sr s€%:;-:i1 1-1 v ' �R <"�x • tit r� p � { '�_ T ' �� '�' �r�•iiC:,� STOCIO'0.61OD HAUL ROADINST AROK STOWILF SILT FENCE ! `- »•'f` L`t � 4 '"'try f (SEE REF DETAIL k _ wq ayY'kr oum srorxrnE `ti \ M � i Y F M 2�y"�Ye.�` '� mTOPSOL PItIORTO HAU4N0 F•. �. J `� t �� ` w3k _ STOCIHLLETOAA NIVS o NwaLVE�JD NAwrvsoesLores. to q STO LETC.IWHCLUDEDARPARr �` w— OFMAPPROVEDSTO ATER MANAGEMENT FLAN ls»vl. • J '°° N ""''m"'�°^"w F"µ'�•• STOCKPILE LOCATION MAP EXHIBIT SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:[6116 Robert Benson Reservoir Dam Improvements) PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE REMARKS: Rev 10/20/07 Section 00635 Page 1 DATE SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: 20 You are hereby notified that on the day of , 20, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 6116 Robert Benson Reservoir Dam Improvements. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated 20. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: _, 20. Sincerely, OWNER: Citv of Fort Col By: Title: ATTEST: Title: Rev 10/20/07 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:6116 Robert Benson Reservoir Dam Improvements 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. Rev 10/20/07 Section 00650 Page 1 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: Secretary day of CONTRACTOR By: Title: STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 2 0_, by Witness my hand and official seal. My Commission Expires: Notary Public 20_ Rev 10/20/07 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 6116 Robert Benson Reservoir Dam Improvements CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of (Surety) hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Rev 10/20/07 Section 00660 Page 1 SECTION 00670 Section 00670 Page 1 DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) 101 UV NU VVHI I C IN I HIS bYADE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. FRegistra ion/Account No. (to be assigned by DOR) Period 89 _ 0170-750 (999) $0.00 CONTRACTOR INFORMATION Trade name/DSA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: amount for your contract: dBd�id Fax Number: Business telephone number: Colorado withholding tax account number: ) Copies of contract or agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached. Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County ties) where project is located) Scheduletl Month Day Year Estimated Month Da Year construction start data: completion date: y I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: nn NCIT U/RITE RR7 !liar TU10 r rnrrr Section 00670 Page 2 F City of �ort Collins , Purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St. 2°" Floor PO Box 580 Fon Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing Description of Bid: 6116 Robert Benson Reservoir Dam Improvements OPENING DATE: 3:00 P.M. (Our Clock) October 16, 2008 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. ADD: • Dam Site Grading Plan. o Go to: www.fcgov.com/eprocurement o Login o Click Attachment 61162IP FILE o Save File to your PC. 6116.zip contains the Dam Site Grading Plan in (.dwg) CAD format, you must have CAD in order to view the file Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. Section 00670 Page 3 Section 00670 Page 4 SECTION 00700 GENERAL CONDITIONS Rev 10/20/07 Section 00960 Page 1 GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Thew GENF,RAI, CONDITIONS have been developed In using the STANDARD OGNIMI AL CONDITIONS OF TIM CONSTRUCTION CON 'I'kAC'1' prepared by the F;ngincm Joint Contract Doeunronts Cnmmntee. BJC[X' Nn I IhrN 11HS'Ii 6'dition), as a base. Changesto that document are shovm by widerfining Last that has been added and sinking through tact that has been deleted. EJCDC GENERAL CONDITIONS 191 O-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Ntantcr S Title DHFINITI ONS 1 L1 Addenda....._ .............................. _..J 1 = Agreement 7 1.3 .Application for Pa7ancnt lA Ashestns_.__. _........ ..........._.._.__._ _.1 ...i 1.5 Bid __. _.. _I 1 6 Bidding Documents 1.7 Bidding Requirements ...... ..................1 1.8 Bonds.._._....... 19 Change Order.. 1.10 Contract Documents 1.11 Contract Price 1 112 Contract Times .................................... 1 1.13 COhTR,ACTOR........._.................._...1 1.14 defecrir{._._ _......__. .._ J 1.15 Drawings,. ._.... _... 1 1.16 kilective Date of the Agreement.__ 1 1.17 ENGMER I )AS ENGNEER's Consultant ................. . I 1.19 Field Order l 1 20 General Requirements _. 1.21 Haz[udous Waste _ 1.22.a Laws and Regulations, Laws or Regulations ...................................... 2 1.Z2.h Legal Holidays_„ - 1,23 Liens - - 124 Milestone I. Notice of Award.,,.. _.. _... _. _.. 2 126 Notice to Proceed 1.27 OWNER 1 28 Partial Utilization 29 PCBs 2 1.30 Petroleum,.,_.._...__. '- 1.31 project ..... ..... ...................................... : 132.a Radioactive Material 1326 Regular Working Hours. ..... 2 1.33 Resident Project Representative._. _. 2 _.2 1.34 samples_ .... .... . 1.35 Shin Draw•in€s. .. ._. _.. _ 1.36 Specifications_.... _. 1.17 Subcontractor 1.38 Substantial C•umpf lum __. 2 1,39 Supplementary Conditions 1.41.1 Supplier_ _ 2 141 Underground Facilities. .-3 1.42 Unit Prim Wort_ .... ..... _.... 1.43 Wwk 1.44 Work Change Dircelivc..... _7 1.45 Written Amendment Page Ntlmtwr PRELIMINARY MAT fERS ............ ..... _..3 2.1 Dcliecryof Bonds ....... ..... 3 _.' . Cones of Documents ... 3 23 Commencement of Contract I Imes Notice to Proceed 2,4 Starting the Work _. 3 2 5-2,7 Before Starling Construction; CONTRACTOR'S Responsibility Iu Report, Prchat man Schedues. Delivery of Certificates of Insurance 3-4 7.8 Preconstruction Conference ............... 4 2.9 Initially Aceepwhlc Schedules _., 4 COMRAC'I' IX%: Uh7EK'I'S: INI'EN:I'. AMENDING, REUSE 4 31.33 Intent ._. ._.. 4 3.3 Reference to Standards and Spmi- Ecations of Technical Societies: Reporting and Resolving Dis- eTep:meies 3 4 Intent of Certain Terms or Adieclives__. _. .. ... > 7.3 !Ynnendmg Contract DOccments 3.6 Supplementing Contract Documents, . ... .......... .................... 5 i.7 Reuse of Documents .AVAIL.ABILITY OF LANDS. SUBSURFACE AND PHYSICAL CONDITIONS: REFERENCE POINTS s 41 Availability of Lands_,_ _,,,,,___, j-6 4'_ Subsurface and Physical Conditions..............._................6 442_ I Reports and Drawings_.. 6 4 '_' Limited Reliance by CONTTRAC- 'I'OR Authorized: Technical Data...............__.. _..............,..__ 6 4 2.3 Notice. of Differing Subsurface or Physical Conditions_. _ _. 6 4.7.4 ENGINHER's Review 6 4.2.5 Possible Contract Documents Change__ .. ...__."'.__._...__6 4.2.6 Possible Price and Times Adjustments „_ 6-7 4.3 Physical Condtions-Underground Facilities.__ _._ _. _. 7 4.3.1 Shown or Indicated_.._... .. 7 4.3.2 Not Shown or Indicated _ 7 44 Reference Points 7 EX1C MNERAL CONDITIONS 1910-3(1990 EDITION) W c1'f V OF FORT COU.iNS SIODIFICATIONS MFV 91991 Article or Paragraph Page iUucle or Paragraph Page Number .fs Title Number Number.F Title Number 4.S Ashcstos, P('Hs, Pctrolcum. Hazardous Waste or Radioactive Material 7.8 HOM)S AND INSURANCE 8 SA-5-1 Performance, Payment and Other Bonds ft S.- Licensed Sureties and Insurers, Certificates of Insurance 8 54 CONfRACTOR's Liabilin, Insurance 9 OWNER's 1-iabiliiv lnsuruncc.,_.._._ 9 5b Property- Insurance, 5.7 Hoilcr and Machinery or Addi- ' tional Property Insurance 10 5.8 Notice of Cancellation Prulision 10 5 9 CON FRACTOR's Responsibility for Deductible Altiounts 10 S10 Other Special Insuce,,,,,,,_........ ran Ill S.lI Waiver or Rights ,___.___ I 512-5.13 _ Receipt and Application of Insurance Proceeds 10111 5.14 Acceptance. of Bonds and lnsu- once, Option to Replace,,,,,,..,__,._.,,, I 5.15 Partial Utilization--Itoperty nsurancc.................. ....... ............ _, I I CONT'R4CTOR'S RESPONSIBILITIES 6 1-6.7 Supervisinn and Superintendence 6.3.6.5 Labor, Materials and Equipment. 11-12 (16 Progress Schedule I, 67 Substitutes and "Or -Equal` Items. CONTRACTOR's Expense, Substitute Construction Methods or Procedures, F.NGINEbR's Evaluation ............. 12-13 6a8-611 Concerning Subcontractors, Suppliers and Others: Waiver of Rights. _ 13-14 6.1= Patent Bees and Royalties 14 6.li Pcmola ,14 6.14 Laos and Regulations,_. 14 6,15 Taxes.....,._...__ ...................... 14-Is 6,16 Ilse of Premises._. _..._._._.. 15 6,17 Site Cleanliness 15 618 Sal c Structural Leading .... ........ ......_15 (1,19 Record Docuntcnts IS 621) Safety and Protection ,,,,,,,,,,,,,,,,,,,,,Li-Ifi 6.11 Safes' Representative _. _._ 16 622 Hazard Communication Itogran � _, Ifi ..16 6,21 Emergencies,,, 6.24 Shop Drawings and Samples,, _,. _ 16 6.25 Submittal Procccdures, CON- TRACTOR'S Review prior to Shop Drawing or Sample Submittal,, _. _ ... _.. _. _. .... _ 16 6'6 Shop I)rawnng K Sample Suhm l- tals Review lav LNGINEER 16-17 627 Responsibility for Varimions From Contract Documents .......... 17 C28 Related Work Perforated Prior to ENGINEER's Review and Apptovnl of Required 5ubm nta Is _.... _...... _.. _..... _ 17 6.29 Continuing the Work.,,. _. 17 6.30 CON RACTOR's General Warranty and Guarantee 17 6.31-6.33 Indemnification 17-I8 6.34 Survival of Olhligations_., 18 7 OTHER I%ORK .,.__........ ............ _...... _. 18 7. 1.7,3 Related Work at Site I8 74 Coordination 1N OWNER'SRESPONSIBILITIES Is S.1 Qxnmunications to CON- TRACT OR I N Replacement of E?vGINE-FI:JN X Furnish Dma and Elry' Promptly When Due _.. .. _.__..._. IS 8 4 lands and Basements', Reports and Tests 18-19 S 5 Insurance ly 8.6 Change Orders _... _.. _,.... 3.7 .. Inspections, Tests and .. _.,19 Approvals., . .... ... ....... I9 8 8 Stop or Suspend Work, Terminate CON'I KA(71 OR's Services 19 N9 Limitations on OWNER'S Responsibiliues _ _19 S.I U Asbestos, PCBs, Petroleum. Hazardous Waste or Radioactive Material„ 19 8.1 I Evidence of Fanatical Arrangements._.__...,._ _... 19 ENGI N E-F R'S S YA I t IS DURING CONSTRUCTION. 19 9.1 OWNF-R's Representative...............19 9.1 Visits to Site _.. _._ 19 93 I)roject Representative 19.21 94 Clarifications and lnterprc- rations _. 21 Authorized Variations in llbrk 21 FJ LV(4NF CONDI'1-10 I'll (14 0990 HDIr ONI u: Mn (1F FORT COLLINS NR7)DW Can ONS I!l Article or Paragraph Page Article or Paragraph Page Number&; Title Number Number 3 Title Number 9,6 Rejecting DsPeire Work._ 21 138-1 9 Uncovering Work atENGI- 9 7-0 9 Shop Drawings, Change Order% NSER's Request,,,,,,,,,,,,,,,,,,,_ 27-28 and Payments.._.. .. ................71 13-10 OWNER May Stop the Work,,. __... 2N 9.10 Detaminatims for Unit Prices._.., 21-_2 23.11 Currecticm or Removal of 9.11 A. 12 Decisions on Dlspines; EN(; I- Defective Work___ NEL•R as initial Interpreter == 13.12 Cortectioxi Period 9 13 Limitations on ENGLNEHR's 13. 13 Acceptance ofDefecttve Work 28 Authority and Responsibilities_,_7_?3 13. 14 OWNTR May Correct Defective Work.. _.. ............. 28-29 CHANGES W TAE WORK ....................................... _3 10.1 ONTIEI2's Ordered Change_ 1_3 14. PAYMENTS TO CONTRACTOR AND in Claim for Adlustment._............... _... _'3 COMPLETION....._............_..._..._...._.......__.'9 ;03 Work Not Required by Contract 14.1 Uowments.............. ..............._...... 23 W._ Application for I'rngres, 10.4 Change Orders _. _ _ 23 Payment 'n I1r5 Notification of Surety _ 73 14.3 CONTRAC'TOR's Warranty of tile .....,.... ,.. ....... _. _._ 29 Cf1ANGE OF CONTRACT PRICE 33 14.4-14,7 Review of APPillil;caliuns fur... It 1-113 Contract Price. Claim for Progress Payments _ _ _ _9-30 Adjustment Value of 14.8-14J Substantial Completion ;0 the Work _.. 23-24 14.10 Partial Utilization... 30-31 114 Cost of the Work_,,, 1411 Final inspection._.._.. ._ _.._,31 11.5 Exclusions to Cost of the Wink.. .25 14. 12 Final Application for Payment._. 31 1 LG C'O\ I' W1C'COR's Fee.... .................... r5 14. 13-14 14 Final Payment and Acceptance...,... 31 11 7 Ctst Records _. _. _2S-1_6 1415 Waiver of Claims 31-3' 11 8 Cash Allowances '6 11 n llnirRice Wort:_,__ __ _._._ _ __._26 15, SUSPENSION OF WORK AND TGRMINAIION._,.. _... ............ 32 CHANGE OF CONTRAC'I''I'IME:S __._.._... _ '-6 151 OWNER May Suspend Work _....32 12.1 Claim for Adjustment _. _. 26 I5^_-15.4 OWNNER Mac Terminate 32 12." Tune of the Essence _._. _._.26 155 CON"IRA60R. May Stop 123 Delays Bevond CONTRACTOR'S Work or Terminate„__.......__ 3'-33 Control 26-27 12,4 Delays Hcyond OWNER's and 16, OISPUf E RESOLUTION _..__......_....._._........ 33 CONTRACTOR's Control _. _27 17. MISCEI.LANE0IIS 33 TESTS AND INSPECTIONS; CORRECTION, 171 (living Naticq REMOVAL OR ACCEPPANCE 01: 17.2 Computation of I im ek.................. 33 1-)F.'F1,-'('77Ph'' WORK 27 17.3 Notice of Claim 33 13.1 Notice of Defects 27 17.4 Cumulative Remedies _ 13 13 _' Access to the Work 27 17.i Professional Fees and Court 13.3 Tests and Inspections: Costs Included_._„_,. CONTRACTORS Cooperation_7 I76 Applicable Stain Laws 33-34 134 OWNER's Responsibilities: lntrinumn0y left blank, _...__... _. 35 Independent Testing Laboratory, _.. 27 1 3 CONTRACTOR's FXHIHI I (;('-A (Optional) Resporrsnbilibes 27 Dispute Resolution Agreement __... ...... _GC -Al 13.6-13.7 Covering Work Prior to lnspec- 161-16.6 Arbitration- ............... .... .... ..GC -AI lion, Testing on Approval _ 27 16.7 Mediation _ _GC -AI EJC XV r:FNFRAL COW] (TONS 1910.5(1990 MIT ION) wCITY nF FORT COLLINS NIOT)MCATIONS IRFV 9l99) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are nor shown in this index Article or Paragraph Number Acceptance of-- Bondsand lnsurancc __ .....,,__.._ 514 defective Work 10.4.1. 13.5. 13.L• Final payncn!.__.._. .... __._._. 9.11. 14.15 insurance g,14 other Work, by CONTRACTOR .... 73 Substitutes and "Or -Equal" Item;_6.7.1 Work by OWNER,...,.....,, _.... _....-5. 6.30. 6.34 Access to the -- Lands, OWN -Rand CONTRACTOR responsibilities 4 1 ........... ........ .._..........._._. Z2 site, related lVnrk, \fork . .. ...... .... _...... ..,............... ..., 13.2. 13,14, 14.1) Acts or Orr inns--, Acts and Omissions - CON IPAC'fOR 6.9. 1. 9. 13.3 liNGlkGfiR 6211, 9. 13 3 OWNER _. _... ti.2o. 5.9 Addenda --definition of (also sec definition of Specifications) (1.6. L 10. o.19j. L I Additional Properly Insunmces_. 5 7 Adjustments - Contract Price m Contract Timor ..........................J,5, 3. 5. 4. L 43._, 45. 2, . _ _.... _.... 9.5.3, 9.4. 9.9, I0.2-1 o.4. ..._,..._................. _...........I 1, 12, 14.5, 15.1 progress schedule„ 66 Agreement -- definition of I.] "A71-Fisk" Insurance, policy form _ _ 5.6.? Allowances. Cash. _. .11 _K Amending Contract Documents 3.5 .Amendment. Written - in general................1, 10. 1 A5, 3.5, 5. 10. 5116,62 6.9 2,619. 10.1. 10.4. 11 2 ._.............._................, 12 1, 13.12 2, 14.7.2 Appeal- OVVNF,K or CONTRACTOR intent to.,,,9.10, 9.11. 10.4. lei.^_, 1(i..i Application for N5ncnt-- definitionof 13 F;NGINbFRs Responsihibty 99 final pri mcnt_. _,.... _,... 1;A3.4. 9.13.5, 14. 12-14. 15 in general..1. ....? g. 2.9. 5 64. 9A (0 l i.5 Progress payment. 14.1-14.7 review of 14.4-147 Arbitration _16 1-16.6 asbcsros- claims pursuant thereto. ........ ......... ...._....4 5.2, 4.5.3 CONTRACTOR mahori zed to stop l4'ork _. 4,5,_ definition oL..._................._........ _..............._.,.1..4 v Article or Paragraph Number OWNER iesponsibi lrty for _ . _ _ 4.5.1- S.W possible price and times change , 4 S,] Authorized Variations in Work `. _. 1 3.6, 6 25, 0.27, 9,5 Availability of Lands _. _41. K.4 Award, Notice of. -defined ._. ......... .............__ 1.2i Before Starting Construction ,.__.. 15-2 R __. Rid --definition of _.._ 1 5 (1, 1, 1 1(. 2. 3. 3 3, 4.2 6.4, 6 13, 11 4.3, 11 0 11 Bidding Documents --definition of .. 1.6 to K. Bidding Requirements -definition of _. _. .__ _. ... _. .. 1.711. 1, f: 6-2) Bonds-- acceptanec of ... _ 5.14 additiomil bonds ._. _..._. 10.5, 11.4,5.9 Cost of the Work __.. _._...... 11 54 dc3utJlmn of LS delivery of final Applicrenwn for Payment 14. 12-14 14 cencral _ I.RL i.1a.3. i. 13. ..................................... 1.. 9 13, )(1 i, 14.7.E Performance, Payment and Other 5A1 .Z Bonds and Insurance --in general,._..,,_, 5 Builders risk "all-risk' policy forn1. 5 b Cancelltlnon Provisions. Insurance,.. ,. 5.4.11, i& 5.15 Cash Allowances 11 K Certificate of Substantial Completion 1.35, 6.30.2.3, 14S-14. 10 C'erti6cates oC lnsptdion _,,., _ 'J 13.4, U.S. 14, 1_ Certificates of Insurance.,, 2.7. 53, i.411, SA 13. ......;.6. i, - , g, 5 14. 9 13.4. 14. 12 Change in Contract Price_ Cash Allowances 11.8 claim for price adjustment ..... ........ .l, 4.2.6, 4,5, 5.15. 6.S.1 9.4 9.5. 9. 11. 10.1 1115.. 11 2, 13.9, _ 13.13, 13. 14, 14.7. 15, 1, 15.5 CON RAC t OR's fee I 1 6 Cost of the Work _._ _.. general ..._......_._........_.... ... _. _..,11 4-11.7 Exclusions to,. 11.5 Cost Records _ _ _.... 1 1.7 in general,.,,, _...,,, 1. 19, 1.44, 9 11, 10.4 2, 10.4.3, 11 Lump Sum Pricing, _._ _.. _.... 11 1" Notification nFSurery'..__.....,..... .... .. .... .....__. 10,5 See nf. nP ....._..._ .. 10.3-104 'Testing and Inspection, Uncovering the Work_ _. _ 139 CJCDP OEN Y,AL C-ONDITION.51910-a (19)a tDfnON ,el nTY OF FORT COLLINS MODIFICATIONS REV 9/991 Unit Price Work- ...... .......... ............. ........... 11 g Article or Paragraph Number Value of Work_.....__._ .__. ... . 113 Change in Contract Times -- Claim for times adjustment 41. 4.2 is. 4.5. 5.15- 6.82. 9.4. 9.5, 9.1I, 10,2, 10.5, 121. 139, 1113, 13. 14, 14. 7. 151, 1 S 5 Contractual time limilg .................__...__.__.... 112 Delays beyond CONTRACTOR's control................................. _............,..,.....12.3 Delays beyond OWNER's and CONERACTOR's control .... ....... ...... ....,. ...12.4 Notification of surety _ lug Scope of change__ . .. ... .. .... 10.3-10.4 Change Orders - Acceptance ofDefrUiveWork, ___... _. )3.13 Amending Contract Documents_ 3 5 Cash Allowances. ... _...,.... _...,ILR Change of Contract Price,,, ................_. 11 Change of Contract Time; _. _. _ _ 12 Changes in the Work __..._ 10 CONTRACTOR's fee ..... ..... ....... . ....... .... ..__-11.6 Cost of the Work_ _. _..,._,.11 4-11.7 Cast Records .................................................... 11.7 definition of 1.9 emergencies .... .......... ............................. .......... .-.3 ENGINEER'sresponsrbdity,_.... 9 R. 10A, 112, 12.1 execuuon of._... ....._ _,_. .._ .__...10.4 Indemnifictiun 612. 6. lot 631-6.33 Insurance, Bonds and _..5.10, 5.13, 10.5 01A'NERmay terminate . _... __.. 15.215A 01ANER's Rupmsibility,. ....,._ &6, 10A Physical Conditions -- Subsurface and..... �............. _......... Underground Facilities-- _ _.._.. J. 7.2 Record Documents .................................... _..... 6.19 Scope of Change . ... _..... _....... _..... _. 10 3-10 4 Substitutes....................................._.,....¢3 7.3, 6X2 t init Price Work_ __. _.. _ _.. I11) value of Work. covered by 11.3 Changes in the Work_ _,. .IU __ ur Notification of sey',,.. �. �„ ....__....,.._...._...., 105 OWNER's and CONTRACTOR's responsibilities.,.. _. _. _.. _.__...,..._._._ 104 Right to an adjustru ent, ... - _. .lit_ Scope of change. _.. _.............................. _.1 D.3-10 4 Claims -- against CONTRACTOR ............ ............. ........... 6 16 against ENOINE'ER _. _.._._. �.;-' against OWNER... 32 Change of Contract Price.., _.94, 11'- Change of Cantracl Times,, _...... 7.4, 12.1 CON'IRACTOR's 4. 7.1. 9.4, 9.5. 9.11. 10.2. _. .. _11 2, It 9, 12.1, 139. 14.8, 15.1, 15.5. 17 3 CONTRACTOR'S Fee.........,. _,....,....__.........,,,11.6 Article or Paragraph Number CONTRAC'I'OR's liahility 5 4. 611 6.16, Gil - Cost of the Work ...................................... 11.4. 11.5 Decisions on Disputer _ _ __.9. 11. 4). 12 Dispute Resolution _.. 16.1 Dispute Resolution Agreement 1 j6.-166 ENC INTEER as initial interprelor, _..... ..............')..11 Lump Sun Pricing_...._..__.._,...__ _._...-.___.. I I.3.2 Noticeof .................. .................... ......... ....... .__17.3 OWNGR's__... _ . 9.4- 9 5, 9.11, 10 "' 11 2, 11 9 ....__..._. _........1=-1, 139, 13. 13. 13,14, 17.3 OWNER's liability __._..... .. ......_.. 5 5 OWNER may refuse to make payment ................. 14-7 Professional Fees and Court Costs Included 1 T5 request for formal decision on ., ,,. 9.I I Substitute. Items ..... _.. 6.7.1.2 Time Extension 12.1 Timerequirements _. __. __.9.1 H. I'_.1 I'nit Price Work _...... 11 9.3 Value of ...__. ....._. _............ ...._...LL3 %Vaivcr of --on Final Payment ___.. 14.14, 14.15 Work Change Directive............._........... I......1......lu.'- written notice required 9.1 . I --, 11 i Clarifications and Interpretations„_ ......3 G A. 9 4, 9.1 1 Clean Site 617 Codes of Technical Society. Organization or Association _. _... _. .. 133 Commencement of Contract Times_.3 _... _... Communications-- general __.... . _... _........ .......6'. 69.2. SI I lazard Communication Programs.. _. __ __b.=' Completion - Final Application for Payment _... _. _ 14,12 Final Inspection....... _............... �............ .... ,.... 14. 11 Final Payment and Acceptance __ _, _ 14. 13-1414 Partial IltilizTtion. �......_.................................. J 4. M Substantial Completion _ 1.3R, 14.8-11,9 Waiver of Claims........ _.. _... 14.15 Compulutionof Time;„.17.=.1-171.2 Concerning Subcontractors, Suppliers and Others..._ Conferences-- initialle acceptable schedules ._ _.. _ -.9 preconSlNCtiort......._...................... ,..... .... .........''.S Conflict, Error. Ambiguity, Discrepancy -- C10NTRAC'I'OR to Report ... ....... ..............._'-.5. 3.3 2 Construction, before swrtine be CONI RA("I't )R........................ ......................=.5-17 Construeh.o Machinery, Equipment, etc _6.4 Continuing the Work __. .... .._.._629. 10.4 Contract Documents - Amending_...._ _.. __. _ }.? Bonds 5.1 F.xir c,ENEWV. CONui rio NS l9ia-S 1I99a EDITION) u-l(ITV OF FORT COLLI SMODIFICATIONS IRFV 9/99) Cash Allowances 11.8 Article or Paragraph Number Change of Contract Rice,__ ....... ....................... 11 Change of Contract Times 12 Changes in the Work,_ _ 104-110 check, and verily.... _ 15 .. Clarifications and Interpretations.... _ . , 3.', 3.6. 9.4, 9,11 definition of ..... I,lu ENGINEER as initial interpreter of ... .......,_,...9.1 I ENGEZ-ER as OW'NER's representative ,_.9.1 gencral3 Insurance 5 3 Intent ...3.1-3.4 in mor vnriatinns in the Work 3.6 O%NWER's responsibility to furnish data ....... .... . 3.3 (71VNHk's responsibility to make prompt paymcrrt. ._. __. -8.3. 14.4. 14.13 precedence ...._.._. 3-1.3-33 Record Documents 6.19 Reference to Standards and Specifications of Technical Societies . 3.3 Related Work 7._2 kcporting Ford Resolving Discrepanncs_..... =.5, 3.3 Reuse Of _ .. 3 7 Supplementing .......................... ..................S. 3 6 'Perm motion of E6 NGI NER's Employment, Unit Price Work.......... 11.9 varintions 7.6, 623. 6.27 Visits to Site, LNGINU- -R's q Contract Rice-- adjuslment of, _..... _..,3.5, 4.1, 9.4. 1ir3, 1 L%I L3 Change of I Decision On Disputes ... ._........9 .......... . 11 definition of _. ._ � II ('attract Times-- _.._.I adjusunem n(3.5, 4.1, 94, 111.1, 1'- _.. _. _... Change of..... .............................................. 12.1-114 - Commencement of . 3 definition of I1- CON'fKACTUK-- AcceptanceofInsurance S,Iq Communications_._.._. _ C2,(02 Continue Work _... 111.4 _6.-9, coordination and scheduling „ .__ , _. 6,9,1 definition of 1.13 Limited Reliance on Technical Data .Authorized._ ..... ........................ 4. 2.2 May Stop Work or 'Perm mate- 15 s provide site access to Others ...................... _ Saleh and Rnlection 1 1 6.16, 6-IN. 6.21-6 J3, T2, 13.2 Shop Drawing and Sample Revicw Prior to Submittal.. _ 6.25 11 Stop Work requirements 4 CCINTR•1CTOR's Article or Paragraph Nwntx r Compensation ..... .... ..._ _......_ _............_,..1 I.I-11.2 Continuing Obligation_. __.. 1415 Def,ove Work __. .9.6. _. 13.10.13A4 Duty to con eel defectrvw Work _ _.... 13 11 Duty to Report--- Changes in the Work caused by Emergency ' ,23 Defects ul Work of Others__._..__.._... 7.3 Differing conditions_, , 4,2 a Discrepancy in [betrmen[s S...3'. 614 Underground Facilities not indicated 4 3.2 Emergencies , h 23 - Equipment and Machinery Rental. Cost of the Work 11 4.53 .. Fez -Cost Plus _,, ,_. IIA.5.6. 11.5.1. 11.6 General Warranty and Guarantee 6, 30 Hazard Communication Programs 6,22 Indemnification_.._. _. _ 6 12, 6.16, 6.31-6 33 Inspection of the Wrorl:, 73, 13 q Labor, Materials and EquipmenS. __.6 3-6,5 Laws and Regulations, Compliance hy,,,,,, „ 6,14.1 Liability Insurance 5 4 Notice. of Intent to Appeal ......................... III, I1).4 ohI1g211on to perform and complete the Work .. 6 3(1 patent Fees and Royvalhes. paid for by 6 12 Performance and Other Bonds _. _. 5.1 Permits- Obtained and paid for hr 6 13 Progress Schedule....,..._...... _......, 2.6, 2.5, 29, 6.6, .__.629, IQA, 1521 Request tinformal dcclsionon disputes,,,, 9 11 Responsibilities -- Changes in the Work ,,,,.,,,..., Iu 1 Concerning Suhcontractorc. Suppliers and Others.„ Continuing the Work _6.2o, lo4 CONfRACTOR's expense _. 0.7.1 CONFRAC. I'OR's General Warmly and Guarantee 6.3u CONTRACTOR's,eview prior to Shop Drawing or Sample submittal,__._. 6.25 Coordination of Work . _ _........... _ 6Q.'_ Emergencies.......__... ENGINT E-R's evaluation. SoIzFututes OF "Or -Equal" Items ....... ...................... 6 7.3 For ,acts and Omissions of Others „69, 1-6.92, 9. 13 ................... . 17rrdeductihleamounts.insuranee ............ S,9 general- ._,.,..... . _,. 6 7.2. . 7.3, 8.9 Hazardous Communtwtiun Programs. 6.22 Indemnification__.. _. _... _. .. _. 6.31-6.33 E1CDC-C1NLXAI, CONDITIONS 191 a-8 (1990 FIX11Ob'1 W "TY OF FORT COLIJSS MODIFICATIONS IREV 9•'J9) Financial Services of Purchasing Division 215 N. Mason S1.2"" Floor Fort Collins Box 580 Fo Pon Collins. CO 80522 970.221.6775 Purchasing 970.221.6707 07 l`4ov.ron✓p„rchaji g ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6116 Robert Benson Reservoir Dam Improvements OPENING DATE: 3:00 P.M. (Our Clock) October 16, 2008 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Contractor Pre -Qualification Statement As part of the bid submittal, Contractors shall provide a statement of qualifications that addresses the following. This shall include, a letter signed by a person in responsible charge of the company verifying similar experience to that of the Robert Benson Reservoir project. 1. Provide reference to at least two other projects of similar scope completed within the past 5 years. This must include State of Colorado — State Engineer regulated dams. 2. The projects must include replacement or modification to dam outlet works. 3. Provide documented experience working with State Engineer requirements for jurisdictional dams. 4. Provide for a complete description of your company's role on the project, work performed value of work, completion schedule and owner references with contact information. These prequalification questions and requirements shall be considered inclusive and part of Section 00420 Statement of Bidder's Qualifications. According to Section 00100 Instructions to Bidders; Part 17.0, Award of Contract, the city 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 the Owner. Clarifications and Addenda Items Q. What are the city's expectations having the traffic control line item in the bid? A. The city will require the contractor to submit a method of handling traffic (MHT) as part of the required submittals for the project. This plan should address access to and from the jobsite through the adjacent residential development. Specifically, the traffic control plan should provide for proper safety provisions for vehicular, bike and pedestrian issues as the contractor hauls materials/equipment through this development. Contractors should Labor, Materials and Equipment..............6 3-&'1 Laws and Regulations __... __...J6.14 Liability Insurance ....................................... J 4 Article or Paragraph Norther Notice of variation Ram Contract Documents _ 6.27 Patent Fees and Rcrvaltieg Permits ... ....... _.-.. .. _...,.. 6.13 Progress Schedule, _ _._........... _...... _ __. _. _. 6.6 Record Documents...,,_ ............................... (119 related Work performed prior to F,NGINF.ER's approval of required submittals 6.'R safe 9trii"al loading, ......... .... .................. 6.18 Safett' and Protection 620. 7.1 132 Safely Representative Scheduling the Work...._.... _. _.,... .6-9'' Shop Drawings and Samples Shop Drawings and Samples Review by EN GINE-ER __. 6.26 Site Cleanliness _ 6.17 Submittal Procedures 6'_5 Subsirmle ConSaLction Methods and Procedures ........................... 6.7.2 Substitutes and 'Or -Equal" Items 671 Superintendence. ... ... . ....... ...._.................. 6_7 Supervision..._._. _..... .._ . ... _.. __._. ti.l Survival of obligations_.._.._ _.... _. 6.34 Taxes. _.... fi.15 Tests and Inspections_ _. _... 13.5 To Report... _.. '-' Usc of Premises ._,...... .._ 6.16.6.IR,6.30'4 Review Prior to Shop Drawme or Sample Submittal ........ .... ............. ,........ ..._ 0.1 Right to adjustment for changes in the Wort; IQ_ rieht to claim.,_,__,,, 4, 7.1, 9A 9.5, 9.I I- lit 2.11.'. 11.9 1'_A. 119. 14.8. 15 1, 15 5, 17.3 Safety and Protection„ ................ 6, 211-6 22, 7.2, 13.2 Safety Represemative 1 1 6.21 Shop Drawings and Samples Submittals 6.24-6.28 Special Consulinnls _.,. 114.4 Substitute Construction Methods and Procedures, 6,7 Substitutes and "Or -Equal' Items. Expense ........ .....__. 6.7. 1, 672 Subcontractors. Suppliers and Others- ..... 6.8-6.11 Supervision and Supenntendence,,,,_6. 1, 6-2 621 Taxes,Paymteni by ..........__ 6.15 Use of Preen iscs.........................................6,16-6. 18 Warranties and guarantees 6.5. 6.30 Warranty of I ulq_ . ...... ....... ........ _ _,- 14.3 Witten Notice Required -- CONTRACTOR stup Work ortarminaw _ _. 15.5 Reports of Differing Subsurface and Phvsiutl Conditions._. 4.13 Substantial Completion....14.R viii CON f RACTORS--other.......... ... _............................? Contractual Liability Insurance._ $4. 10 Contractual Time Limits.,.,,__..........._......__..... _. 112 Article or Paragraph Number Coordination-- COtvTR4CTOR'sresponsibilJty __.. 6.92 Copies of Documents _,..._ _. 12 Correction Period ....,...... ._._.. _13.12 Correction, Removal or Acceptance of Defective Work- in general- -... - . 104. 1. 13. 10-13.14 Acceptance of Del+ctice Work......... .......... _.......13 13 Correction er Removal of De(ecmve Work ................._.............. G.31) 13.11 Correction Period _ 13. 12 OWNER May Correct Defacllve Work 13A4 OWNER May Stop Work- _._..___.... 13.111 Cost -- of Tests and Inspections....... ....._ . _,.. 134 Records 11.7 Cast of the Work-- Rvmds and insurance. additional, „ ...... , 11.4. 5.9 Cash Discounts _.__,.. _ ..._ .114.2 CON rRACTOR's Fec....__... _.__..................... 11.6 Employee hxpenscs_. _... 114.51 Exclusions ui..._.................................,...........11-5 General11.4-II 5 Home office and overhead expenses,,,,_..... _... _.I I Losses and damages._ 11.4.S6 Materials and equipment 114..^_ Minor expenses _.. 11.4. 5.R Pavoll costs on changes _...IL4.1 performed by Subcontractors.... _.......... _... _. 1.1 4.3 Recordsll.7 Rentals of construction equipment and machinery .......... ......... ._ ... ..,.....,114. 53 Royalty paymrents permits and license fees, ..... ........... ....... ......... . ..... t 1.4.55 Site Office and temporary facilities 114.5-� Special Consultants, CONTRACTOR'S, 11.4.4 Supplemental ,. 1 1.41 Taxes related to the W'orl:,,, _,.... ...,. _.. _.. IJ.4.5A Tests and Inspection_._ ................ _...... _.. 13.4 Trade Discounts -. __.. ... .._ _. I14.2 Utilities, fuel and sanitary facilities ....114.5 7 Work after regular hours-._ 11.41 Covering Work._ _.....__ ,.. I i.(. 13.7 Cumulative Remedies ..................................... 17.4-17.5 Cutting, fitting and patching._. - T2 Data, to he furnished by OWNER .... ......... ...... _ _....Is 3 Day --definition of., _ _ . _._ ... 17 22 Decisions on Disputes.._ _. _., ._ .. _. _9.11, 9.12 de(eclive-definition of _ 1.14 de(ecrive Work -- Acceptance of 10 4A. 13.13 FJClV(' NERACONOJFIONS I11111-S1199n EDITION) W CITY OF FORT COLLINS MODIFICATIONS 1UV 91991 Correction or Removal of,,,_,_ _..,.... 10A. 1, 13.t 1 Correction Period,_. _... 1",_.,_.1,13.12 in general ........ ..............................19, 14.7, 14.11 .. Article or Paragraph Numher Observation h-v F,NGINSER 9.3 OWMay Stop Work_ _.... _.............. 1.3.10 Prompt Notice of Defects _ _. _. _. 13.1 Rejecting.,...... ........ _............................. 46 Uncovering the Work_. ..._. _.. I3.9 Definitions Delays _.. ... 41, 6.29, 123-134 Del iver' of Bonds . Ueliven' n(cerufi a[es of insurance .. _......'-1 '+ 7 Determinations for Unit .._...on.__ . _...,o. p) Subsurface, or Differing Subsurface,or Physical Cnndlu.on . ............. -- Notice of 4.23 HNGIAF,F,Ws keview 424 Possible Contract Documents Change, 9.2i Possible Rice and Times Adjustments, Discrepancies -Reporting „¢26 and Resolving...... ='. 33.2, 6,14.2, Dispute Resolution - Agreement _._ _ 161-16.6 \rhihation."......... ..............16. 1-I6.3 cellars l 16 Mediation Dispute Resolution Agreement . „lfi6 16.1-16.6 Disputes. Decisions by ENGL,;UER -j.l l=). 12 Documents-- Corics of 22 Record 6. lS Reuse of. 3.7 Ornwings--defimnmt of .__ .... Easements . _.1.15 Effective (late of Agreement - definition of 116 Emergencies. .. 6.23 HN(iINEHH- as initial interpreter on disputes„ ............. 9.11-9. 17 definition of _ 117 Limitations on authority and responsibilities 9.13 Replacement Of, g Resident project Representative„ .. 93 ENGIN=-R•s Consultant- definition oI.,._ I.1s ENGENMER's-- autlloriry and responsibility, limitations Authorized Variations in the Work 9 s Change Orders, responsibility for,, 9.7, 10. 11, 12 Clarifications and Interpretations ................3 6.3, 9A Decisions on Disputes 9.11-9.1-1 eslY col" "'Ork, notice Of F. \'HImIl1On of SI11t5lllnlC Dll'm5 ,,.__,_I3.1 (i 73 Liability 6.32. 9.1 Z Notice Work is Acceptable 14.13 Observations. _. 6.30.2, 9.2 OWNER's RepresentnGac..„,,.._ O . _ I Payments to the (A67TR�1CTfiR .............. Responathility for,,,,"""„ Recommendation of l'a}mtent, ,_. _ _ _ -_14.4. 141' Anicle 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 ........... ........ .............. ri26 Status During Construction -- authorized variations in the Work, 95 Clarifications and Interpretations 94 Decisions on Dispuwq_......_....._........9 I I-(' 1' Determinations on Unit Price O.I(I ENGINEER as Initial interpreter... _.. 9.11-9 12 F-N(;INFER's Responsibilities o IA.I? - Limitations on ENGINEER-s -Aulhority andResponsibililies _�,. _....°. 1_1 OWNER's Representative_ 9.1 Project Representative._.. ..... 0.3 Rejecting Defective Work .... ...........__... 9i, Slap Drawings. Change Orrders and Payments .................. ......... ....... 711.9 Visits to Site _9. y 2 Unit Price determinations ........ ......... q"Ip Iti1LS fa Site9_q . . Written consent required _ 7. =. 9.1 Equipment, Labor, Materials and ..6 ; t s Equipment rental. Cost of the Work.. 1I.4,S3 Equivalent \'laterials and Equipment _ 6.7 error or omissions 6. 33 Evidence of Financial :lrrangentent5.._. _ _. ., 9 11 Explorations of physical conditions... 4 ].1 Fee, CONTRACTOR's--Costs Plus I1.6 Field Order-- _ _ -- .- definition of .__.._ _.. _._.... _. I.1) ._... issued by E.NG1 NEEH ......_.... .. 3.G.1. 9.5 _...,.... Final Application for Palmrent 14 12 Final Inspection. -.... _ _. .. 14.H lm Find Paient- and Acceptance. _., __. .. .. .. 14.13-14. 14 Prior to. for cash allowmces _ __. 11.8 General Provisions,. __, _. 173-174 General Requirements - definition of _............... 1. JI ............. principal references 14..... 2_6. 64, 6.C.(i.7. 6.24 (living No[im 7.1 Guarantee of l4 nrk My CION I KA(. "I"Oh 6.311. 14 12 Hazard Cnalmtmieatloil Programs,..., .... b 22 ...... Hazardous West, -- . _. .._. definition of .. 21 general ��I 4.5 OW'NER's responsibility for _..... _. _...._. fi. 10 12 C11V. GENERAL CONDITIONS ills U-a II99a EL)rnpNl w' GcT Ck FORT COLLINS MODIFIC TIONS IREV 91991 IndemnrLlcatiOn_........................... p.l'_, hIG, O_ -b.±. Initially Acceptable Schedules Inspection - Certificates of _. _ ,.. 9, 13A• 13.5, 14.1 Final......................................... _....... ,.- ..... 14 11 Article or Paragraph Number Spacial, required byENGINEER, 9.6 Tests and Approval _.__._.. SJ. 13.3-13.4 Insurance - Acceptance of, by OWNER ........... ..... ._ ......._.-5 14 Additional, required by changes in the Work....._.., ..... --- _......... .. _..... 11459 Before starting the Work__ Bonds and --in general..........................................5 Cancellation Provisions 5.F Certificates of 3. 7. 5. 5,15,4.11. 54.11 5 6.i S.g, 5.14, 9. 134,14 12 coal plewd operations. ,_,.._.._.. _- _..5.4. 13 CONTRIC'TOR's Liability .... ... ......._- ....._._.,.5A CONTRACTOR's objection to coverage,. 5.14 Contractual Liability _.. _i 4 10 deductible amounts, COSrTRACTOR's responsibility.. _. ._......... ..._. __5.9 Find Application for Payment ........................14. 12 Licensed Insurers 53 Notice requirements, material changes,,,,.,„ 5.g. 105 Optical to Replace.. ._..._.... _._..5.)4 other special insurances ,.._ _.. _.__..__. 5. 11) OWNER as fiduciary for insured< . _ _>.12A 13 OWNER's Liability _ _... 5,G OWNER's Responsibility,. ... __ ..... 8.5 Partial Utilization, Property Insurance,_,, Property .,........ . _.5A-5-10 Receipt and Application of Insurance Proceeds 5.12-5,13 Special l nsurance.. _._.... .. ...._S.IU Waiver of Rights _ _..... ....... _ _.. _. _....,5-.1 I Intent of Contract Documents ............... ..... .........,i. 1-34 Interpretations and Clarification..... _. _. _..., IA.;, 9.4 Investigations of physical conditions. 4.2 Lahnr, Materials and Equipment..... 6.3-6S Lands-- and Easements ... _.. ._._. ._. _...... _._.__.tl4 Availability of _...... 41. tiA Reports and Tests.. _ __... SA Laws and Regulalions--laws or Regulations -- Bonds _.. ._....__......_._,. 5. 1-i- Changes in the Work ............. _,....,............. _._..104 Contract Documents__. _ _.... 3.1 ('ON'I RACI'OR's Responsibilities _ ..... .. ... ........ 6 14 Correction Penod,de/ecrivv, Work 13.12 Cost of the Work, taxes s...,......._._..........._ 11 4.5.4 definition of 1.-- genera16.I4 Indernnification.. _ 631-6.-13 Insurance........,._ ..................... _........................i 3 Precedence... ...___.. ............. _..,.3. 1. 3.3.3 Reference to ..................... 1 3A Safety and Protection _ .. 6.2Q 132 Subcontractors, Suppliers and Other l........... b. 9-611 Article or Paragraph Number Tests and Inspection,__. _.. 13.i Use of Premises _...__,.... .................. g.IG Visits to Site ... .......... _. . _... _...... _.9.=' Liability Insurance-- CONTPACTOR's__.. ._. ..... iA OW'NF.R's................................_.. _ _..........._...,...i.5 Licensed Sureties and Insurers ___.,,, _. .. ___..5.3 Liens-- Application for Progress Pnsmtent 14.E CONTRACTOR'S Warranty of Title 143 Final Application for Payment _,... 14 12 definition of _,.,..... _._,_ 1.23 Waiverof Claims Limitations on ENGINEER'. authority and responsibilities _ 913 Limited Reliance by CONTRACTOR Aulhorized __.... ._ _._...... _..4.2.- Maincnance and Operating Manuals - Final .Application for Payment _ _ 14.1 Manuals fnf othem-- Precedence,_,„ . 3.i 3.1 Reference W in Contract Docunicnts 3.3.1 Materials and equipment -- furnished by CON- TRACTOR... _ _ 6.3 not incorporated in Work . ..... 142 Materials or equipment --equivalent, &7 Mediation (Optional) _......,.__...__ 16.7 Milestones --definition of .. ..... ........ ........... ... ........ 1.74 Miscellaneous - Computation of Times .. .. .......,.,. J 7.; Cumulative Remedies... ,_. _ ...._ 17.4 Giving Notice ...... ...... ....... ... ............ .......... _.J 7A Notice of Claim ......... .. .. _ 17.3 Professional Fees and Court Costs Included, _ _ 17.5 Multo-pnme contracts 7 Not Shown or Indicated,_ _. _. _...., _....,......4= Notice of-- AcceptabilityofProject ._. ._.._ _..__.14.0 Award, definition of . _.... _._ .__... 1.2s Claim.......-.____ ........................._. ....... 1.7.3 Defects-13,1 Differing Subsurface or Physical Conditions,,,,,,: 1 =.3 Giving _.. 1.7.1 'Peals and Inspections, I3.3 Variation. Shop Drawing and Sample_ _. __.6.=7 Notice to proceed - definition of giving of 2.3 E)CDC GENERAL CONDt1TONS 191e.a (1990 EDITION) m' 1t TY" OF FORT COI.LnJS MODMCATIONS 4R N 91491 Notification to Some - O�servati�ns. Occupancy of the Work ............ ....... 5,15. 6.33024. 14.10 Omissums or acts by CONTRAM Ok _ _..6 9, 9,13 ., ................. Oren Peril policy form, Insurance .. . ._„_...� 6 2 Option mReplace, _..__. _. __...._._5.14 Article or Paragraph Number "Or Equal" Items . _ G 7 Other work 7 Overtime Work --prohibition ol;,_____, OWNER-- .... Acceptance oLdfecrive Work .. _. 13.13 appoint an ENG INF.Eli............... _.,.. _.... _... B 2 as fiduciary,,. _.... 5.12-5. 13 Availability of Lands, responsibility,. J.I definition of _ _ _ 1.'7 data, furnish _ 8.3 May Correct Defeactive Work 13,.14 May rrlrux to make payanent,,, May Stop the Work, ...,...,... ._ ....__.. 13.10 Mav Suspend Work, Terminate.._ _ ...... 4B, 1311), 151-154 Payment, make prompt ...._.._..........$ 3, 14.4, 14.1 3 performance of other work..____.. _.-... 7,1 permits and licenses. requirement.*., ......... ....... G. 13 purchased insurance requirements -a.C,-s It, OWAER's— AcceptanceoftheWork _.. ............... 6.311.1_5 Change Orders, obligation to execute..,.. _. 8.0. IOA Common icabons g I Coordination of Work _.. _..... _. 7A Disputes, request for decision 0 11 Inswcticvts, tests and approvals„ 8.7. 13.4 Liability lnsutancc.. 5 i Notice of Defects Represenmtive--During Construction, RNGINHER's Status ..........................._p.l kespansibiliri es— Asheshx, PCHs, Petroleum, Hazudous Waste or Radioactive Material B. h, Change Orders _. _._ .... g_p Changes in the Work ................................... In.I communications 9.1 COIVTR\CfOR's respottsibihtieg 89 evidence of financial arri neemeti 8,11 inspections. tests and epprorals.... . ... ...... 8.7 insurance.._ ............. g.s lands and casements,_......._._.__ ._. ....__.. 8.4 prompt payment hy.. ...................8.3 replacement of N,....... reports and tests ..................................1 slap or suspend ll'crk $%,L, .84 Ili, 151 terminate CONTRACTOR's services _ _. S.B. 15.2 separate representative at site _ 9,3 testing, independent ......................................... B 4 use or occupancy of the Work ......................... 5.15, ti. in.2 4. 14.1 0 written consent or approval required, ......._...............................41. ti.3, 11 4 H1PIX' MNMUL CONWTIONS 1910-8 11'Yla Ellin ONl n; CITY OF FORT COLLINS MCIDIFICAnDNS IRPV 999, :'vticle or Paragraph Number wrinen notice required _.. 7.1, 9.4, 9_I I, .................................... II_'. 11 A, 147, 11.4 PCIts-- definitionof.........._...__.,....,._ ..._,.,._.1,29 general _ __. 4.5 OWNER's responsibility for _.__.. _. .5. 10 Partial Utilization -- definition of, ...'_........... ...... ........ ... .... _.......,..I =S general 6.30. 2.4, 14. 10 Property Insurance ......................... _...... _.........:' 15 Patent Fees and Rovaltiess _. ....__ �.12 _. .._:` Nymlent Bands ........................ 1-5 2 Payn erm. Recommendation of 14 4-14. 7, 14 13 Pavmcnts to CONTRACTOR and Completion - .Application for ProgrmPayments 14' CON'rRACTOR's Warranty of Title 14.3 Final Application for Payment_... .. .. ._.141' Final Irmpection,,,,,... _.. _. .._. _.._. 14.11 Final Payment and Accepmnce,.... . 14. 13-14. 14 general ... _... _ 83. 14 Partial Utilization_ _. _.. _.... 1410 Retainag'. _,.... _... _.......... ....... . ............_.14 3 Review of Applications for Frogress Payments ............................... 14.4-14.7 prompt payment _ _ _ 8.3 Schedule of Values...._.......,,,,,__ 141 Substantial Completion, ,,, .... ___. _.._ 14 9-14.9 Waiver of Claims, __.,.. 14.1i when payments due. _. _ 144, 14 13 withholding payment.._...... _. _. _ 14.7 Performance Bonds. __... _ i.1.5.2 -- definition definition o1..................................................... 11 _30 general _. _. ._ _.._ _.. _.4: OWN Ms responsibility for, _. __..__.. X_10 Physical Conditions -- Drawings of, in or relating to _. _ 4.'_.I ' ENGM-ER's review _. 4.24 wasting structines .... 4' general 4.21.2 ._.__.__...__.....�..._..,_... ............ Notice of Differing Subsurface or,.__ _.. __ _ 4. 2.3 Possible Contract Daeumenls Change._ 4-2-5 Possible Price and Times Adjustments,__... 4.2.6 Reports and Drawings ................... _, _... ...... .,... 42,1 Subsurface and ..... ,................ ..... .. 4.2 Subsurface Conditions ....... ............. ............. ..4?.I 1 lechnteal Data, Limped Reliance by CON "I RAC(OR Authorized._ ................._. 4.2 2 Undergniund F'acilities-- general _............. ..__.... _._,..... ... ... _4.3 Not Shown or Fndwitcd, _ _... _ 4.3.2 Protection of _ _.. _ 4.3, 6.20 Article or Paragraph ?:umber Shown or Indicated 443.1 '1"echnicil Data, ..... ........................................ 4.22 Prcwnstructirnt Conference.... _... _._...... .._.. .......'-.S Preliminary Mauers ..... .__.. _. __.,.. _' Preliminary Schedules . _. '_.fi Premises. Use of 6.16-6.1S Price. Change of Contract Price, Contract--defimition of.,,,.__........._......_...... 1.11 Progress Payment, Applications for... _..... _..,..... _...1 J? Progress Payment--remina¢c................................... 14.2 Progress schedule, CONTRACTORS ___..2,6 2.8,29- ....,..... 6.6, 6.29. 111.4, 1 i.2.1 Project--definitionot Project Representative-- B'NGINEBWq Status I)ming Construction 911 Project Representative, Resident --definition of 1.33 prompt payment he OWp.'P12..._ ......__. _....... 5-3 Ftoptrty Insurance-- Additicmal _. '.7 _aencrali 6-i. 10 Partial Utilization _ _. _5Is, 1410.'_ receipt and application of proceeds.,...... _...i. 12-� 13 Protection. Safetyand... _.... __. ._. __..._6.10-6.2I, 13_' Punch list .................................. .... .... .......,....,,14 I1 I:adioactive Material-- definlion of ...................... _........__.............. 1 32 ueneraW.5 OR'NER's responsibility for _. _. 5.10 Recommendation of Pri menl 14. .._.. _.... 4, 14.5. 14 13 Record Documents _ ..�... 6.19, 14A2 Records, procedures for maintaining _ '-_N Reference Points,,, . .... .... .. .. . .._ _.... ....4.4 Reference to Standards and Specifications of Technical Societies...._ ..... ................. ..... ..._.3.3 Regulmions- Laws and (or)_ __ _ 6,14 Rejecting Defsdive Work ..... ..... .... ..... ..... .... .._,..._..?.6 Related Work -- atSac ........................................... _....,_..,,7. 1-7.3 Performed prior to Shop Drawings and Samples submittals review... 6.'_5 Remedies, etnnulal vq,,,.,.. „174, 17.5 Removal or Correction ofDcjectirw Work, . 13. 11 rental agreements. OWNTbR approval required...,11.4. 5,3 replacement of LNGINBER by OWNLA_.__.. _...... S-2 Reporting and Resolving Discrepancies__._ .... ............... 2 s, 3.3.2, 6.14.2 Reports._.... and Drawings ..... .................. ........... ........ ...... a-' 1 and lests ON'NER'sresponsihllit\_ _. XA Resident and Project Representative-- Jefinilion of............__..,...___..___.__ __...... 1.33 provision fur_..... EKDC CENERM. COtyILrIONS 1910.811 %0 EDI110N1 cal CITY OF FORT COLLIN'S AIODTFlCATIO\51RF.\' W W+I Article or Paragraph Number kesident Superintendent, CON I RM1 OR's_. _ _6: Responsihi lilies-- CON'I'R.ACTOR's-in general LNGINLLR's-in general_ .. _. 9 Limitations on 9.13 UWNER's-in general ........ _.............. . S Retainag< .. __.._ _14.2 Reuse of Documents ..................... ....,.......3 7 Review by CO\7R.ACTOR- Shop Drawings and Samples Prior to Submittal ........................ 625 Review of Applications for Progress Payments .................................... 14.4-14.7 Right to an adjustment I I l7 Rights of WaY. ... 4.1 kayalties. Pment Fees and ... 6. L--, Safe Structural Loading 6.I8 Snfew-- and Protection _... _ _4.3.2, 6 10, 6.13.. _. _ _... 6 20-621. 7.2, 132 general .. ....................................... ....... 6.^_0-6.11 Representative, CONER4CiOR's.. _,,, _ .. Samples-- defnition of 1.34 general ............................ _...... _............ _ 6.24-625 Review by CONTPACTOk _._. ...,. 1 _.6.25 Review by CN'GF\TEER _.426. 6_27 related Work 628 submittal of 624.' submittal procedures 6,25 Schedule of progress 2.6, ' S-2.9, 6.6, _.. 6.29, 10.4, 15,11 Schedule of Shop Drawing and Sample SuMninals _ _'6. 2. 8-29, 6.24.6. 28 Schedule of Values .... .... ,.._................2 u, 2.%29, I4.1 Schedules -- Adherence to ............. ......... ............. ,....... ....... 15.2.1 Adjusting 66 Change of Contract Times 11,4 Initially Aeceptahle '_. ti. 9 Pielimma0' .... �,..2.6 ... _. Scope of Changes _...... _. U11 3-10A Subsurface Conditions _...._.. i.'_.I I Shop Drawings -- and Samples, general 614-628 Change Orders .0 Applications for Payments. and— .... ............ ................. ..... 9.7-9.9 definition of 1,35 ENGIN1HhR's approval of... . ENOMEEX, respore ihllity for review _,..._.. _.. .._... _. _..... �.7, 6.24-6,28 related Work - 6.25 review procedures. _ _2.5, 6.24-6 2S 1aa Article or Paragraph Number suhm iu al required.... _.............. _...... _............ _... 624 1 Submittal Procedures _. 625 use to approve sub'litulions,,,,.., ._ .p.7.3 Showm or Indicated 43 1 Site Access _..._. ... __,.. 7.2. 13.2 Site Cleanliness 6 17 Site. Visits to -- by aNGINTEI2_,. .„._._..__._._.. .... ..._.. __.9'. 13' by others... ...... . ....... .132 "special causes of loss" policy form. insurance 6 2 __.,. definition of 1 36 Speaifications— detina0on of 1 36 of Technical Societies, reference Io 3.3.1 precedence........ �.. ._. _..._ ;3..3 Standards and Specifications of Technical Societies •, �., .._ ..•,' 3 3 Starting Construction, MorC. ,2.1-2.8 Starting the Work __. , '4 Stop or Suspend Work -- by CONTRACTOR ... .._...., ....._ _.. ]S.S by OWM9'N................_....._.......,.... h. S, 13. I11. 15.1 Storage of materials and equipment 4 L. 7.= Structural Larding, Solely- ..... .... ...... ....... . ......... 61N SubconFractor-- C'oncerning._. definition of _.. _.. _. _ 1 37 delays Is i waivel ofrlghts__. Subeontractors--in general,, Sulxcntracts--required provisions.. _.... 5, I I. 6.11, 11 4 3, 5uhra inals— Applications for Payment _ _ _. _. 14 2 Maintenance and Operation Manuals,,,,,,,_. _,,.,14, C Procedures 621 Progress Schedules ................................... _.. 2.6, 19 Samples _..__... 624-6_18 Schedule of Values 2.6. 14.1 Schedule of Shop Drawings and Samples Su1an issions _... _. _. _.... _.'-.6. 2. Shop Drawings.. ... .. __. ... 624-6.25 Substantial Completitn— cenification o[____...........63n29, 14.8.1.1.9 definition of ......... _....._.. 1.38 Substitute Construction Methods a Procedures_.._.. 6,7.2 Substitutes and "Or Equal" Items,,,,,,,,,,,,,,, „... ., c 7 CONIMACfOR's Expense __. _ _.. 67. 1.3 ENGINENR'.s Evaluation............__ ..............._ 6. 73 "Or -Equal".._ ..... ...... .....__...__. ... 6.7.1 1 Substitute Construction Mcthods EJCUC e1PNElUL CUNUITION5191 D-8lI'1'JU EDIl10N1 wn1TV( FORT COI.LISS hfurIFICATIONS IRF-V 91991 :article or Paragraph Number or Procedures _........ _. _. ¢.7' Substitute Items.., _....,...,... _....... _...... _..,.. 6.7.1,2 Subsurface and Physical Conditions -- Drawings of. in or relaing lo,.._ ENGINEER's Review.. _... ..._. 4.24 general..,...... _... _,.... _............. . _, _.,.-4.2 Limited Reliance tx CONTRACTOR Author-izea .............................. ................. .9-2.2 Notice of Differing Subsurface or PhysicalConditions ......... ......... 2.3 Physical Cindioons 4.'.12 Passible Contract Documents Change„ ............. A 15 Possible Rice andTimes Adjustments 4 2.6 Reports and Drawings _ _ _ 4.2.1 Subsurface and. ..._ ............ .........�..., _..,.' Subsurface Conditions at the Site,,,,,, _. ., _, 9.2. IT Technical Data...__....,......._.,. ..__..... _....,....,.9 -'._ Supervision-- CONTRACTOR'sresponsibilip... _... 6.1 OWT'F.R shall not supervise_,. _.., 5.9 ENGINEER shall not supervise _... _. _....9 -. 9.13 2 Superintendence .... ........... ............ ......................... , 6.2 Superintendent. CON'I'K4C'I-OR's resident G._ Supplemental costs .............................................. 114 3 Supplementary Condilions-- definition of _ .....,,.1.39 principal references to 1 14 1.18, ?.'_. 2.7- 42. 4.3. 5.1, 5.3, 5A. 5.6-59, .. _.511, 6K 6, 13, 7. 4. S 11, 93, 9. 111 Supplementing Contract Documents„ ..,..... ,,,.„3.6 Supplier - definition of ............... _..... _......-............ ......I AO principal references to 3.7, 6.5. 6.A-6.11, 6,20- 1......................... ..... ,.... ...., 6_24, 9 13, 14 12 Waiver of Rights__ 6. 11 Surety -- consent to final payment 14.12, 14,14 ENG➢MER has no duty to 9,13 Notification of _..,,.111. 1, 111.5, I5.'_ qualiGcehon u[,,,,. I - _..,....,.. C. 1-5,3 Survival of Obligations ._.. 634 Suspend Work, OWNER May....... _. _..... _. 13.1 a 15,1 Suspension of Work and Termination- .-.... __. 15 CONTRACTOR May Stop Work or Terminate,..._._.____.._........_..__........ 15,5 OWNER May Suspend Work ...... ..... ...... ........ ..... 15,1 OWNER Mey l,ernlinate I __ _ _ 15.2-15,4 Taxes --Payment by CON'I'RAC-'I OR_... ........ _... §.15 Technical Data - Limited Reliance byCONTRACTOR„_. .4.2.2 Possible Rice and Times Adjustments 4 2.6 Reports of Differing Subsurface and Physical Conditions. sir 4?,3 Temporareconstructicm lacilitics,,,,,,,,,,,,,,,,,,, Article dA Paragraph N'umhcr 'ferm inanon.- byC'ONfRACTOR _. _._...__. .....__..__.... _. 15.5 by OWNfiR _.. A. X. 151-154 of ENGINTER's employment _._.._.__. _. _S_' Suspension of Work-in general, ..._............. I s Terms and Adjectives...__.....,...,.._.__......_.....,._...3A Tests and Inspections. - Access to the Work, by mhcry,,.,.,.._................ J3,2 CONTRACTOR'sresponsibllittes_. ....... 113 cost of 13.4 covering Work prior to ._. _ _. 136-117 Laws and Regulations (or) .............. ....... ........... 13.5 Notice of Defects OW NFR May Stop Work. ., ._ 13.10 OWNER's independent tesung „ 13A special. required by lrNGINE•ER timely notice required- ....._....._..................... 13.4 Uncovering the Work, at ENGINEER's requesi _._ _. ..13. 9-13.9 Times - Adjusting,_. Change of Contrac4.............. ._...... .....................12 Computation of _ _ 172 Contract 9"imes--definition oJ 1 12 day_. ____ .__.__.__._..........__._. 1.7„ Milestones Requirements -- appeals _. _... _. _ t)-III, 16 clarifications, claims and disputes9.11, 11.2, 12 Commencement of Contract Times 2.3 Reconstruction Conl2rence 2.x schedules _( 29, 6A3 Starting the Work._ ...........................__......., 3.4 'Title, Warranty of _ _ ,_. _.._ .14.1 Uncovering Work ,_...,,_.__.... ....................i......... .. 13.8-139 Underground Facilities, Physical Condtions-- definition of _. _ _. 1.41 Not Show, or indicated 43 7 protection of _ _, ,, 4.3, 6.]0 Shown or Indicated _._. _.__....... 9.3.1 Unit Rice Work -- claims ... _..__.... 11.93 definition of ................_.......................__.. _...1. 4'_ generall 1.9, 14.1. 14.5 Unit Prices-- generall1.3.1 Determination for ............................................." la l Ise of Remises 6. 1& 6 ................ IS, 6.3024 Utility Owners„ ,,. 6.13. 6.20. 7.1-7.3, 13,'_ Utilization, Partial 1.2S, 5.15. 6?0.2.4. 14.10 Value ofihe Work 11.3 Values, Schedule of 1.6. 2.5-?9, 14.1 E1CI C GENERAL COMM II ONS 19111.3(199(1 EDITIONI W OW OF FORT COLLINS MOI)MCATIONS IRSV 9,W) Variauons in Work --Minor Authorized _ ._. 6.25, 6.17, 9,5 Art isle or Paragraph Number Visits to Site --by ENGINEER, ...................... 92 Waiver of Claims —on Final Favm ent _...14,15 Waiver of Rights by insured parties 5 1 I, 6.11 Warranty and Guarantee. General --by CONTRACTOR _..,.___.., 63u Warranty of Title. CONTRACTOR'S . _.. _.,,....... _,. _. _.I4,3 Work -- Access to..,,,.,...,,_ 2 by others,_ _. _ _ _.. ....13 7 Changes in [h.. ___..... _........ _... _. _..._........... Continuing the. _... __... _. . .. g _..Ib - _.... _.._._.. R'_9 CON 'I'R.4C'fOR Nlap tx Stop Work or Terminate 15 5 Coordination of Cost ofihe. definition of,_.., .. __..,._...._.... neglectmd by CONTRACTOR......... _..L-03 _.... ._._. 13. 14 other Work __... _.._ _..... 7 OWNER May Stop Work 13 10 OWNER May Suspend Work ......... ....._.1>.In. I i I . Related. Work at Site ................_ _,.._._. 7 1-7.3 Starting the ..._... ..............."A Stopping tT CON J*RAC'ION IS 5 Stopping by OXVNF-H .. ....,...Is I-154 Variation and devintion authorized minor 3.6 Work Change Directive-- -- claims pursuant to definition of _.. _... 1.44 principal references to .. 3.9,3, Ill.l-Ill ^_ Written itten Am ondmcnt-- defmilion uf._. _. _.,.__...... 1.45 principal references to 1. ID 3.5, j. 111,15 12, 662, 6. s 2. 619. Io 1, 10. 4, ... _....................... 111. I2. 1. 1, 12.2, 14.72 Written Clarifications and Interpretations ............. .............. ...... ... 6 3.. YA, 9.11 Written Notice. Required— byCONTRACTOR _ _ 7.1. 9.10-9.1 I. _. _.. ..,_.. __......... 11 IA 11.', 1^_ 1 ...... by 11. 10. 4, 11.? 13, 14 xr 61CDC O NERAL CONOITTONS 19Ia.S (199(l FDI'nON) wI rli OF FORT COI.I.INS AI0DIFIC.4TONR I RRV 91991 (lhis page left blank intenti�mully) sn EXU GE'.'E0.AL CONIA iIONS 191,.a11990 FJHTIONI rt CITY OF FORT COLLINS W DIFICATtONS IRFV 9iw1 GENERAL CONDITIONS AITIICLN- 1--Dt:FINITIONti Wherever awed in These Gencral Conditions or in the odder Contract Docrimems the following terms have the meanincx inaliwled which are Applicable to both the singular aid plum] thereof. I .4ddenda--W1rau:n or graphic instruments issued prior to the opening of Bids which clarify. correct or change the Bidding Require-affiLs or the Contract Documents 1 'Moment -The written conaact Iveveen OIWNJLR oral CO?v'TRACTOR covering the W'ok to b, performed, other Contract Documents are attached to the :Wgreemmt and made a pan thereof as provided therein 13. tcphcanon far Po)msena-The form Accepted by L\GEsEER which is to be used by CONTRACTOR in tequeuing pregress or final payments and which is to he accompanied by such supporting documentation as is required by the Comm, or Documents. 1 4. ;lsbestos--Anv material that contains more than one foment asbestos and is friable or is releasing nsbestcs fibers into the air above current action let cis establlshcd by the United States OccurAnonnal Safety and flealth .Administration. 1.5. Bid -The offer o proposal of the bidder submitted rm the prescribed farm setting forth the pnces for the Work to be performed. I6 Budding Dociaventc-The advertisement or invitation to Rid instructions to bidders the Hid formand the propw d Contract Lhuumems (including all Addenda issued pnor to teceipi ofBids) 1.7 Bidrbng Requirements --The advertisement or invitation to Bid instructions to bidcem and the. Bid form. 1.5. Bounds-Perfomtance and payment bonds and other instruments ofsecuraN 1 9. f'hange 01deu=A docmmem recommended by ENGINEER, which is signed by CONFRACfVR and OWNER and authorizes tar addition deletion or revision in the Work. or an adjustment in the Contract price m the Contract Times, issued on or after the Effective Date of the Agreement 1.10. Contract Documents -The ,Veement. Addenda (which pertain to the Contract Doeutnens). CONTRACTOR': Hid (including, documentation aceompanving the Bid and any purl Did doumenuulion s. hntined prior to the Notice of .Award) when attached as an eehibit to die Agro ment. the Notice to proceed, the Hands, these Gmeal Conditions, the Supplemcntary Condition. the Specifications and the Drawings as the FJ('Ik-6RNLlt11. roNDITIOAS 151 AF i t 9Ya F.JnmI �^❑lY OF FORT COLDNSMODIFICATIONS 1R 1dma, same are more specifically identified in the A6neemenL together with all Written Amendments. Change Orders Work Change Directives, Field Orders and F.NGINEE'R's wrtun imcrprecitions and clarifications issued pursuant to paragraphs 35, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement Shop Dmwirg subma mis approved Iwrsuam to paragraphs G 26 and 6 27 and the reports and drawings refenud to in paragraphs 421 and 4 2:2 are not Contract Document, I.11. Contract Price -The moneys payable by OWNER to CONTRACTOR for completion of the Wok in accordance with the Contract Documents as slated in the :Agrecnncm (subject to the provisions of paragraph 1191 in the case of ]snit Price Wok). I.12. Continuer Tins=fhe numbers of days or the dates stated in the Agreement (i) to achieve Substantial Complctiot and (ii)to complete the Work so that it s ready for him] p031ment As evidenced by UGCNEER's written recommendation of final payment in accordance with paragraph 14. 13. 1.13. COATRAMR--The person Cum or cogwratien with whom OWNER has entered into the Agreement 1 14 dalectme-An adjective which when modifying the word Work refers to Work that is un,arsih[fai)', faulty or deficient in that it does not conform to the Contend Documents, or does not meet the requirements of am inspect on, reference staid tell a approval referred to in the Contras Documents, or has been damaged prim to ENGINEER's recommendation of final payment (rimless responsibility to the prmectinn thecof has been assumed by OWNER al Substantial Completion in accodancc with pnmgreph 14F or 14, 11 it 1 IS Dmnangs- fln: drawings which show the scAN exicm and character of the Wort: to be furnished and performed by CON-rR.AC'I'OR and which have been prepared or approved by ENGINEER And are refaced to in the Contract Doctunems. Shop dkau�utgs are not Drawings as so defined. 1.16 Efjecime Dale of the :Ignemenl-T)e rhie indicated in the AgTcemmi on which it becomes effective. but if no such date is imlieated it means the date cra which the Agreement is signal and delivered by the iut of the two panics to sign and deliver. 1. 17hNWIVEE-R-file, person, firm or corporation named as such in the Agreement. 1.18. ENGINrERs Carm(loni-A person, Ilan or corporation having a contract with ENGINEER to furnish Yn'IIXS as ENICTNEEWs Independent prDfi ssiumi imucialc or consultant with respect to the Project and who is identified as such in the Supplememary Coalitions. 1.19. field Order --A unum order issued hNGINEER which orders minor changes in the W'orkn accordance with paragraph 9 % but which dos not involve a change in the Contract Pries or the Commit firrics. note that Section 01555 Traffic Regulation of the specifications addresses traffic control and work area safety items related to the project. Q. What is the Engineer's estimate for the project? A. The city typically does not provide the exact engineer's estimate but rather a range of cost they believe to be appropriate for the project. In this case, the cost estimate range is $450,000 to $550,000. Q. Please clarify what is expected through the Unclassified Excavation, Embankment, Muck Excavation and Haul and Disposal pay items. A. Unclassified Excavation: The Unclassified Excavation pay item is to include the contractor's cost to excavate the dam site to the lines and grades shown on the drawings. Monthly progress payments will be based on field measured quantities. The final payment of this item will be adjusted based on actual surveyed elevations and calculated volumes. Haul and Disposal: The Haul and Disposal pay item is to include the contractor's cost to load, haul and stockpile the excavated material to the designated stockpile location as shown on Exhibit 1 of the plans. The cost to load, haul and stockpile Muck Excavation material should also be included in this item. Embankment The Embankment pay item is to include the cost to place, moisture control and compact previously excavated material this is suitable for dam embankment. Muck Excavation: The Muck Excavation pay item is to include the contractor's costs to excavate muck material from the jobsite to the lines and grades shown on the drawings. This pay item does not include muck excavation that may be required to control water or dewater the site. This work shall be included in the Reservoir Dewatering pay item. This pay item also does not include muck excavation that may be required to stabilize the new intake or outlet structure or pipe trenches through or adjacent to, the dam. The cost to stabilize any pipe trenches or structural components of the project, shown on the drawings shall be included in the cost for those respective pay items. Q. Can Muck Excavation material be left on site? A. Yes. The muck excavated material can be left on site near the designated stockpile location. However, it must be separated from the main stockpile location by a minimum of 30-ft in any direction. 0. Can the miscellaneous removal items such as concrete rubble, trees and rip rap be left on site? A. No. These items must be removed from the site in their entirety. These items become the property of the Contractor and must be disposed of properly. The cost to remove, load, haul and dispose of these items shall be included in the appropriate removal items. 0. Will the city designate the trees to be removed and create a line item for payment? A. The city will designate the area of trees to be removed and will likely tag larger individual trees as part of this demarcation. However, the cost for tree removal will remain as part of the Landscape — Remove Vegetation and Small Trees pay item. The single tree greater than 12-inches in diameter will be marked for removal and paid under bid item no. 32 — Landscape — Tree Removal (> 12" Diameter). 1 20. General Reywrenrents-Sectiom of Division 1 of the Specifications. 1,21 11=)Natrs lFasre-'I'hc term Hazardous Waste shall have the misming provided in Section 1004 of the Solid Waste Disposal Art (42 USC Section 6903) as amended front time to time. 1.= a. Laws and Regulations: LmrK or Regulario s--Anv and all applicable laws, rules, regulations.. ordimnces, codes and orders of uny and all governmental bodies. agancies authorities am] courts having jurisdiction. 122.b. Legal llohdjis--shall be those huhdays observed by the Cin• of Fort Collins. 1 3. Lieru--Liens, charges, se uri y interests or encumtxanms upon real property or personal property. I._4. Afilesrone--A pruwipml event specified in the Corvract Documents relating to to intermedmte compldion daw or time prim to Substantial Completion of all the Work 1 '5_ Notice n)/'Award-.A wntten notice by OWNHR to the apparent sucxssful ladder staling that upon compliance M• the apparom successful bidder with the conditions lxccedent enumerated therein. within the time specified. OWNTER will sign and deliver the Agreement. 1.?6. Nolire to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) hying the date on which the Rmt6ia Time: will wrimenee to run and on which CObRR ACTOR shall shad to perform CONTRACTOR'S obligations under the Contract DavmenLs. 127 DO NFN-'The public hcdy or authonnt Corporation assoeintion- fin" or person with whom CONTRACTOR has entered imo the Agreement and for whom the Work is to he prow ided. 128. Partial ClnIkarion-Use by OWNER of a subsmmaally completed pan ot'tle Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion ofall the Work. 1.29. PCBs-Folychlorirated bipherrvls, 130. Perrrrleun--Penoleum, including code oil or any diction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Falinaheit and 14,7pounds per square inch shallow), such as oil. petroleum, fuel oiL oil sludge, oil refuse, gasoline, kerosene and oil mixed with "her non -Han rdous Urastes and crude ails 1,31. Project The total construction of which the Work to he provided under the Contract fiocuments may be the whole, or a part as indicated elsewhere in the Contract Documents. 13�.a Rmhoachve AdateHal-Source, special nuclear, or byproduct material ns defined by the Atomic Energy Act of EJaDC DF'QF.a.U. COhTAPO!YS 191 as 1199e FAh,,to e10TY OF FORT GDLUNS MODIFICAT1OM(2 410001 1`154 (42 USC Section 2011 el seq.) as amended from time to time. 1,32 b,_ Rqular 1i'orfiFrg flolrc-Rcetilar wgrkittyhpurs ar • defaced as 7 00mn to 6 00om ordeals otherwise specified in the General Requirements 1.33. Resident Project RepivaVatn•e-The authorized representative of LNGINEER who may be assigned to the site or am , pan thereof 1,34. Sonples-Phraical example; of materials. equipment, or workmanslm that art representative of some portion of the Work and which establish the standards by which such portion of the Work will he judged. 135 Shop Drarnngs--All drawings, dirgam,. illustrations, schedules and other dim or information whuh are specifically prepared of assembled bvv or for CONTRACTOR and submitted bv ('0 TFjVTCjR to illustriw some portion of the Work 1.36. Speeijrtalroro-Those portions of the Contract Documents consisting of written technical dct�- rrlions of materials equipment construction systems, standards and workmanship as applied to the Work and certain administrative Lkai Is applicable thcrao 1 37, Subcontmcrar--An hi di idutiL firm or corporation having a direct contract with CONT RAC'fOR or with arp• char Subcontrnctar for the pertonlance of a Fun of the Work at the site. 1.39. Subsrannal Conrplenon--The Work (or a specified pan ihereot) has progressed to the point where. in the opinion of ENGINEER as evidenced by ENGINEER:s definitive certificate of Substantial Completion It ors sufficiently complete. in aceordnrtcc with the Contract Document& so that the Work (or specified pan) can be utilized for the purposes for which it is intended, or if no such artibcale is muedh when the Work is complete and ready for final payment as evidenced by ENGENEER's w•ramat recommendation of Final payment in accordance with paragraph 14-13, The terms "substantially cumphete" and "substanua% completed" as applied to all or pan of the Work refer to Substantial Runpletion thereof. 139 Supplemeruam I andrtfom-The pan of the Conrad Documents which amends or supplements these General Conditions. 140 .Stgrplier-A mariuhctura, latriwtor, suppbu, distributor. materialman or vendor having a direct contracr with CONTRACTOR or with am• Subcontractor to furnish materials or equipment to be utworporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Ullowlirourd (ardines-AII pipelines conduits. ducts cables, w•trei manholes. vaults_ tarts tunnels or other well facilities or stmchmerda and any encasements containing such facilities which have been installed underground to furnish any of the following ser'iccs or materials. electricity, gases, steam, liquid petroleum products telephone ar other enmmuniwtinns. cable television sewage and drainage renornl, traffic or otlry control systems or water 1 4^_ Hell Pries Work —Work to be paid fin on the h sis of unit }vices 143 F1'oM---The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Ccmtmct Documents. Work includes and is the result of performing or furnishing labor and Furnishing and mcurpomting materials and cgmpmem into the eunsrruetion and perforating ce furnishing scrviecs and famishing documents all as required hy the Contract Documents. 1 44 flork Change Direcrive—A written directive to CONTRACTOR issued on or alto the Effective Time of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion or revision In the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed us provided in pamgraph4.2 or 4.3 or to emergencies under paragmph 6."_.3 A Work (range Directive will not change the Contract I'ri00 nr the contract Times but is cv drnce Char the panics expect that the change directed or documented by a Work Change Directive will he Incorporated m a sulacquenlly issued Change Order following negotiation by the Itmies as to its effect if any, en the Cornet Price or Cnntmct'I'lines se, provided in paragraph lit2 1 4S fDtpun. inre"'khenr—A wTlnen amendment of the Contract Documents, signed by OWNER and C'ONTRACI'OR on or sher the EtTedive Dam of the. Agreement and normally dealing, with the nonerginecrine or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELENIL ARI'NLATTERS Defiven, of Bonds: 2I. Men CON'FRAC'I'OR delivers the execued Agreements to OWNER CONTRACTOR shall also deliver to OWNER such Howes as CON "TRACTOR may he required to furnish in accordance with paragraph 5 1 Copies of Dnenments: OWNER shall bullish to CONTRACTOR up to ten copies (uness otherwise specified in the Supplementary Conditions) of dw Contract Documents as are reasornbiy necessary far the execution of the Work, Additional copies %i11 he turrished upon request at the cost ofrepreduclion, Conmrencemem ofC'om naet Tinter: Nnrfee in Prcme"d 1..3 1'Is Contract I Vocs will commerce m run on the thirtieth by after the Effective Dale of the Agreement or, FJC GENERAL CCNDITIONs 19 IOYl n"o P,AM1mr ee C1TYC•FFORTCC4Al NSMCOIFICA'nONSIR 476T)I if a Notice to ftoceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may tic given at any time within thirty days they the Ff ec4ve Dale of the .Agreemcnt-4 commence to run laterthanthe siedieth (tray after the day cif-laid-gfenin+ffrthrNtir:ielh-+LY-atle:v`.e- E:,i<t;.r-nmr efdK�tireen� ++t-whieFxvn�datrtisc&r1ic= Starring the N-ork.- 4. CONTRACTOR shall stun to perform the Work on the dale when the Contract Times commerce to run_ but no Work shall he done at the six poor in the date on which the Contract Times commence to run. Before Starting Constmetion: 5 Delore undertaking each pan of the work. CONTRACTOR shall cawfalll study and cmpu hre the Contract Documents and check and verify I.xnurenl figures shown dureon and all applicablc field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any l atllict ercr, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a nnnen Interpretation or char limb" from F.NUINEER betore pnxecduatgg with any Work affected therchy�, hrnvever. ('ON• TRACTOR shall not IM liable in 0\4'NER or ENGINEER for failure to relnn any conldid, error, ambiguity or dtsurrpaney in the Contract Docmnents, unlcxs CONTRACTOR knew or reraimbly should have known thereof - f. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements). CONTRACTOR shall submit to FNG WEER for review 261 a preliminary progress schedule indicating the times (numbers of days or dries) to, starting and completing the various stages of the Work, including anyhfdestoms speeifiel in the Contract Documents: 2.62 a preliminary schedule of Shop Drawing nrni Sample submittals which will list each required submittal aril the times lot submitt=. reviewing and processing such submittal, 2.6111 In no casc will a schedulebe ucee hoe which allems less than 21 calendar days fa each review by Engineer.- 163. \ praluumary schedule of values for all of the Work which will include quuuitics and prices of hems aggregating the ('wHmct Rice and will subdivide the Work into component pans in s,f cw, detail to serve as the basis for progress poyanents during construction. Such prices will vu:lude nn appropriate amount of overhead and profit applicable k each item of Work. 1T Before any Weak at the site is started. CONTRACTOR acid-(AlWiz.li shall eaefr deliver to the ether OWNER. with copies to Identified in the Supplementary Cavditi(rn EN'GfN certificates of insurance (and other evidence of insurance whiall—CMor of them or any .. A-r,- nil ...... redJ "anti reasoaahly -request remuested Iry OWNER) which CONTRACTOR and 'A`AAFIIERrspesa:YaRf,w is n:quired to purchose and maintain in accordance with rmregrnphs 5.1.-5.6 and Preconsrruntion Conference: ?.S. Withiniwemy daysafter the contract Times start to run but before any Week at the site is started a conference attended by CONTRACTOR ENGINEER and others as appropriate will be held to establish a working understanding umong the parties as to the Work and to discus. the schedules referred to in paragraph 26, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records InifWlyAcceptable Schedules: .'..'l. Unless otherwise provided in the Contract Documents. at least-len days before submission of the first before anv work at the site beams a comermee attended by C1ON'IRAC'1'OR ENGMBE'K and others as apIwvifxito desi ape ted by OWNER, will be held in review eeptibility to ENCINEER as provided below the schedules submitted in accordance with pamm��,rraph 36. and Ehvistog. l- General Reouv—.-enys. CONTRA(TOR shall have an ackhtiomi ten days to make corrections and adjustments and to complete and resubmit the schedules. No Progress payment shall he made to CONTRACTOR umrl the schedules arc submitted to and acceptable to TNGLtv-EER as provided below-. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to cumptelion within any specified Milestones and the Contract Times. hut such acceptance will neither impose on ENGINEER resporostbility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility ahoretor. CONTRACTOWs schedule of Shop Dawma and Sample submissions will he acceptable to ENGINEER as providing a workable arrangement for reviewine and processing the required .submintals CONTRACTOR's schedule of values will be acceptable to IVGWEER as to form and substance. Ali'l'I(' l,E 3-LONTR.\CI' DUCI rAR F.N'rs: 1N''M'Nr, .AMENDING, RbJJSE Intent 3.1. The Contract Documents comprise the entic agreement between OW-IM and CONTRACTOR concerning the Work_ The (7vntracl Documents are complementary: what is called for by me is as binding as if calledfor by all. The Contract Documents will he amsaued in accordance with the law of the place of the Project. 32. It is the intent of the Contract Docvmems to WDC GUNF.RAI. COMNTIODI IYID4 0"O F110110 uv OTY OF FORT COLLINS MODIFIC ATONS IREV 4C000) describe a functionally complete Reject (or part thereof) to he constructed in acuttdance with the Contract Ikw mlems. Any Woak, materials or equipment that may reasonably he inferred from the Contract Documents a from prnmilirg custom or trade usage as being required to produce the intended result will be furnished and performed whether or nor specifically called for. When words m phrases which have a well-known technical or aonstnuxion industry or trade ntemag are used to describe Work, materials or equipment sucdi words or phruses shall be interpreted in accordance with that meurirg. Clerifiuutiwu and imerprctatiom of the Contract Documents shall le issued by ENGINEER as provided in paragraph 9.4. 3.3, Reference to Standards and Specifications of Technical Societies, Reporting and RhSahing DswWancies: 3.3A Reference to sUndardn, specifications, manuals or codas ofany technical suciety, oreanization or assocuuiom tit to the Laws or Regulations of am govemmenlal authonty. whether such reference be specific or by implication shall mean the latest standard specififafictt, manual, code or Laws or Regulations in effectat the time of olicning of Bids (or, on the F.ITmtive Date of the Agreement if there were no Bids), except as may he othcnn:r specifically staled in the Contract Documents. 33. If, during the performance of the Work. CONTRACTOR discover; env conflict error, ambiguity or discrepancy within the Contract Documents or between the Contact Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such stanokad- specification manual or cook or of any instrucurm of any Supplier referred to in paragraph h. 5. CONTRACTOR shall report it to ENGINEER in smung at once, and, MINT RA('l-OR shall not proceed with the Work affected thereby (excepx in an emergency as audorized by paraynaph 6.23) omit an amendment or supplementto the Commet Documents has been issued by one of the methods indicated in pamgraph3.5 or 3.6. provided however, that CONTRACTOR shall me be liable to OWNER or ENGINEER for failure to report any such conflict. error- ambiguity or discrepancy unless coNTRAMOR knew or reasonably should have known thereof 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided he amendment or supplement thereto issued by one of the methods indicated m paragraph35 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, tunbiguity or discrepancy between the provisions of the Contract Dmumeras and: 3.33.1. the provisions of any such standard - specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents), a 3.3.3.=, the provisions of any such Laws ur Resulatmns applicable to the performance of the Work (unless such an MICIPrctation of the provisions of the (,nnimct Documents would result as violation of such Law or Regulmion). do prmislon of amsuch standard. specification, manual. code or instruction shall be effbetive to change the duties and responsibilities of OWNT-R- CONRACTOR cr ENGENEER or Env of their subcontractors, cmisulturim agents or employees from those set forth in the Contract Documents, nor shall it he effective in assign to OWNER, F.PIGINEER or am of ENGINEER's Conxuuhanke al`enls or employees any duty or authority to supervise or direct the tumishing or performance of the Work or any duty or authority it, undertake respursibihty inconsistent with the provisions of paragraph u 13 or any other provision of the Contract Documents 3 4 Whenever in the Contract Documents the terms "as ordered" "os directed", "as regiured" "as allowed" "as approved" ur terms of like eMct or import are used or the. admctives "reasonable", "viable", "aecepmhle". "proper" Or "satisfactory" or adjectives of like effect or import are used to describe a requirement direction, review or judgment of ENG1hEER as to the Work, it is intended that such requirementdirection review or judgment will he soldt' to evaluate, in general. the completed Work: to, wmphanee with the requirements of and information m the Contmet Documents and confiimmnce with the design wacePt of the completed Project as a functioning whole as shown Or udicated in the Contract Documents (unless ther, Is a specific statement indicating otherwise). The use of ant such term or adjective shall not be effective to assign It, LM NEER wary duly or authority to supervise or direct the furnishing or pertonnancc of flee \Yank or anv chav nr authonty to undertake responsibility contmry to- the prm'isiors of paragraph 9.13 Or any other provision of the Contract Documents. tmen ring and Suplalonenling Co,trac! Dccumenle 3 ± The Contract Documents may be marerded to Provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more Of the fnllrnving ways: 3,3 1. a formal Written AmendmcnL 3 t.l. a Change Order (pursuant to paragraph dud), or FJ(-r)C tiFT.'F,RAI. 1910411990 Fulionl w CITYOFFr RTCOWNSMCa)MCAnONS(REVa?O lI 3.5.3. a Work Change Directive (pursuant to paragraph I1).1). 3.e, In addition, the requirements of the Contra Or Documents may be supplemented, mid minor variations and devintions in the Work mav be aulharoted-_ in one or _ move of the totowing ways. 3.6 1 A Field Order (pursuant to paragraph o tl 3.61 ENGI1,1EER's approval of it Shop Drawing or Sample (pursuant to pmagraphs 6,?6 and 6 27). or 3.6.3. E:NGNEER's written interpretation or cholficatma (ptrrsuant to paragraph 9A ). Reuse afDnei menu: 3.7. CONTIL\CTOR and any Suboraincor a Supplier ox other person or orpruntron performing or fuimshint miv of the Work under a direct or irdaect rarttrtcl with OWNER 6) shall not havc or acquire am' title to or ownership rights in any of the Drmvinst Spec�eations or other documents (or copies of any thereof) prepared by or hearing the seal of l-NGIN EER ov ENGINEHR's Consultant, and (il)) shall raft reuse an, of such Drawings. Specifications. otha docuticris o topics on cAMSIOm Of the Project Or anv other project without written consent of OWNER grid ENGIN M and speoiGc written verifiuntion or adaptation by F IGMEFR ARTICLE A--AVAIlARILITY OF LENDS; SUBSURFACE AND f9RSICAL CONDITIONS; REFER .NCE PO1-NTS I milabili?v of Lands.' d 1. t;1141'ER shall thrush as indicated to the Compact fhcumemsi the lands upon which the Work is to be perforated, nghtwf-way and easements for access thereto, and such other lands which are designated for the use ofCOYrRACTOR Upcgh tmsenable written request, OWNER shall famish -CONTRACTOR with a correct OWTNER shall identify any encumbrances or restrictions not of gencml applivadon but specifically related rouse of lands sec furnished with which CONTRACTOR will have W comply in performing the Work. Easements for permanent structures or permanent chances in existing facilities will be obtained and paid for by OWNER urdcv Otherwise provided in the Cormier Documents. if CONTRACTOR and OWNER are wwblc to agree on entitlement to or the amoura Or eekru of Env adjustments in the Contract I'Me or the Contract 'Times as a reaadt of any delay in OWNRR's furnishing these lands, rightsof- way or casements- CONI'RAC 'I'OR may make a claim therefor as provided in Aiticfes 11 and I'. CON7RACTOR shall provide fur all additional lamps and access thereto that may he required for tempomry construction facilities or storage of materials :md equipment. 4..2. Subsurface and Pht'stcal Canrb'rians: 4 2.1. Repels and DrnNngs: Reference is made to the Supplementary Conditions for identification of •12.1.1 Subsurface Condiham: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilind by ENGINEER in preparing the Contract Documents:. and 4,2.1.2. Physical Conditions: 'I hose drawings of physical conchwu; in or relating, to evstine surtuce or subsurfam structure at or contiguous to the site !except Underfround Facilities) that have Lxen utilized ba ENGINEER in preparing the Contract Documents 4.2.2. Limited Reliance kv CONTBdC70R Audron_ed 7'echmcol Dana: CONI'R.ACfOR may rely upon the general accuracy of the "technical data" contained in such reports and drewinm but such repots and drawings arc not Comma Ika:umenis Such "retimical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data". COIN712ACTOR may not reh, upon a make any claim against OWNER, h\'<iINEER o any of LNGLNZLR's Consultants with tesped to. 4221 the completeness of such repay and drawings for CON7RACTOWs purposes. mcluchne. but net limited toany aspects of the means. methods. techniques. sequences and procedures of construction to he employed by CONTRACTOR and safew precautims and programs incident therctn, or 4 �.'__'. Other data, interpretations. opnionz and infatuation contained in such reports or shown or indicated in such drmvmgs or 42.2.3. any CONTRACTOR interpretation Of or conclusion dmwn from any "technical data" ur any such data. interpretations opinions or information. 4 2.3 Notice of Dl/(ernq Sub lnJaee or Phesrcal Condidcns: 11' CONTRACTOR believes that any subsurface or physical condition at ur contiguous to the site that is uncovered a revealed either: 32 3 L is of such a main as to establish that any "technical dam* on which CONTRACTOR entitled to rely as provided in paragraphs 4.2.1 and 4.12 is materially inaccurate. or 4.2.3.2 @ of such a nature as to requirea change in the Contract Documents. or 4'33 differs materially from that shown or WDC SEVERAL CONUT10NS 1910411990 F3tiao ee'r CTTY OF FORT C13LUNS MODTICAnCINS IRPV 4,20,m indicated in the Conuset Documents. or 4? 34. is of an unusual nature, and differs materially from conditions ordinarily tmcounwred and generally recognized as inherent in wak of the character provided for in the Contract Tbamn mts: then CONTRACTOR shall, gaumptly Litimedilitely after becumim, aware thereof and before further disturbing conditions alfected thereby Or performing any Work in connection therewith (etuept in an emergent; as pemnincd by paragraph6.11), notify OWNER and L-'NGINEER in writing about such condition. CION'TRACTOR shall not further disturb such conditions or perferttt any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 42A. E'A'UNEER's Rrrienv: T�GI iEER will prompt]), review the pertinent conditiom detennme the necessity of 0INNER's obtaining additional exploration cv tests with respect thereto and advise OWNER in writing (with a an to CONTRACTOR) of RMNTEER's Goslings and amclusiom. 425. Poenbfz Contract f)w:umenrs Change: If FNGINEER cnaludes that a change in the Contract Documents is required as a result ofa condition dot meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Oidei will be issued as provided in Article In to reflect and document the consequences of wch change 42.6. Poxsrbte %rice and Titres sleyutbuznis: An equitable adjustment in the Contract Price or in the Contract Times, or both. will be allowed to the extent that the existence of such unemcmd or revealed condition causes an increase or decrease in MNTRACMR's cost of, or time required for performance oC the NVork, subjed. however. to the following'. 4_' 6.1. such condition must meet anv one cm more of the categories descrilxd in paragraphs 4_23 1 through 4.23.4, inclusive, 42.6.2. a .hange in the Conlri a Documents purism; to paralraph 4.2.5 will not he an automatic authorization of nor a condition prcccdmt to entitlement to any such adjustment, 4263 with respect to work that is paid for on a Umi Price Basis an adjustment in Contract Price will be subject to the provisions of paragraphs 9,10 and 11.9. and 4264 CONTRACTOR shall not be entitled to any adjustment in the Contract Prec or Time`' if, CONTRACTOR knew of the existence of such conditions at the time CONI'RAMOR made a final commitment to OWNER in respect of Contract Price and Contma Titms by the submissiun of a bid or bcooming bound under a negotiated contract, or 4?.6A.2 the euttence of such condition could reasonabh have been disc iverad or revealed as a result of any examination, imesigation ecplorauon. cost or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prim It, CONTRACTOR's making such final crnnmitrncnk or 42.6.4.3. CONTRACTOR failed to give the written notice within the tune and as rcgtrired try paragraph 4 2.3. If OWNER and CONTRACTOR arc unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Prot or Contract Times, a than; ma_v be made therefor as provided in Articles I I and L. However. OWNER, FiNGI NEYR and LNGINTCR's Consultants shall not be liable to CONTRACTOR for am claims, costs, losses or damages sustained by CON I RAC'rOR on or in connection with am_, Other pmicel or anumfmied prajcCL 4.3. Physical Candilionc—Dndergmund Facilities: 4.3.1 Slma>r nr lnaGeoted: The information arad data shown Or indicated in Ole Contract Documents with respect to existing Underground Facilities at ar antiguous to the site is based on immanauOn and data furnished to OWNCR or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in do Supplcuremary Conditions editions 4 3.1.1 OWNFR and CNGINI+Ek .shall not Ix - responsible for the accuracy or completeness Jam such information or data, and 43.L2. The cost of all of the following will be included in the Contract Rice and CONTRACTOR shall have full responsibilily fur, ('i)reviewing and checking all such information and data, (it) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work: with the camera of such Underground Facilities during construction, and (ivithe safety and Protection of all such LIndengromui Facilities as provided in paragraph62r) and repairing any danmge thereto resulting from the Akork. 43.2 Not Shown or bubcated. if an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONI'RAC'I OR shall, pnml+rly immediately alter becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection Oorewith (except in an emergency as required by paragraph 623), identih' the owner of such Underground Facility mid FJCtk'(ihINFR,\I. (G'.Ta1TtOtvS 151mR (19911 R,hami w CITY OF FORT COWNS MODIFICATION'S 'REV 4]Omli give written notice W that owner and to OAANCR and H'NGINF,F,R, hNGINCER will promptly review the t lnderground 1-mality and determine the cxtcnn, if arw to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the TWIerground facility. If LNGLNCBR concludes that a change in the Comracl Docmnents is required a Work Change Directive or a Change Order will he issued as provided in Article I )t to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and prolcclion of such Undergruuncl Facility, as provided in aragraph 6,o. C'OWRACTOR shah may' be allowed an increase in the Contract Price or an extension of Or Contract Tunes or both. to the mom that they are attributable it, the exim ncc of rare Underground Facilav that was not shown or inlintted at the Contract Documents aril that CONTRACTOR did not know of and could not reasonably have been expected to be aware of oar IU have anticipated. HOMERamiCONTRACTOR are unable to agree on entttlement to ar the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR mar make a claim therefor as provided in Articles 1 I aril 17. HcAvcvcr. OUMh.R, CNGINSSR and F,NGINEIFR's Co rsaltams shall not Ir Imhlc to CONTRACIOR for any claims, casts, lows or damages ircuncd ov sustained by COINTR-NCTOR an or in corureciion with any other project or anticipated project Reference Points: 44 Ol4N'ER shall provide engineering surveys to establish reference points for construction which in h'NGIN65R's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall he responsible for laving at the Work shall prNcct and preserve the established reference points and shall make no changes m relocations without Or prior Millen approval of CANNER CONTRACTOR shall report to LNGINCLR whenever any reference point is tau or destroyed or requires relocation because of neacssary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professicmdly qualified personnel. 4.5. Asbestos, N.M. Petroleum, lla;grdous Il note or, RadioneNre AlateriaB 451_ OW—NMR shall be responsible for mry As ical s, PCBs, petroleum, Hamrdous Wasic or Radioactive Material uncovered or revealed at the site Which was not shown or indicated in Drawings or Specifications or idemihed in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the WWk at the site. OXVINER shall not be remonsble for any such materials brought to the site by CONTRACI'OR Suhcontractiom Suppliers n- anyone elm for whom CONI'RACI'OR is responsible W[nI��Nemrdeuseendirion-andf ^� in airy area iffeotad-thereby-(axroepa inanenrergercy OWNER-tatd ENGL`gEER--(and theteefier�-emfirm we' matte in .REER OWNER to retain qualified expert to-evaluate'sueh hamrdaus ronditianor-tako-correctiW riviolt if any. cONTRACTOR-shall not be required to re9lJme Wavk -1.3-3--1:^'�,.,..r-,.,.•-°i.`..-:.t-.,...h-�.ra..^-rv^.tim-netiee CONTRM-FOR does act agrae- to ra. a each work based an a neffienislile bitlief it is ` agree to - nesume wall Work under . eh - special ma:.; -- " , 'm:r-�;. (3S V :;' R;:.or�,r.=r-suuh-parirarwf the Work that mconnechn-with such-harardous ccr itiem or in wrch affeclel area in be Muted firm the Word: -If -OWNER and-CADNTRACTOR-cannot iidyus ertoiftitlantin(-onmakwnce orCreMt Times adjustment; ifany, in 6nn9au ftieeorCbtrgaet'I'imas Tones or others to e:cordaaae with Article 7 '♦,a--ra 44W-L ni Regulations OWNER shelf vdemrufy and hold harmless CONTRACT, sI Subcontractors, ENG24EEK ENGINEERr- C'onanllanls and dJc M. than the Work -itself). tsultinR- therefrom: -aid or misty from rnt-,rri�,aeozn-ap�y-ki''l5`^�^r^-^ or reveals) at thesite. FJCDC GFNF.R.9. CONTNT10bN 1910R (1990 Fthuo') i�.r dITY GF FVRT C'OL!!N'S Mi�DIfiGT1C�NS tREY Jn U�u11 kRiyTai7ftKJ =�Ati IZ�ti7igkYYf�gfNtJ Perfmniance, Payment and Other Bmaty, 5.1, CONTRACTOR .shall famish Pnlommnce and Payment Hands. each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bands shall remain in etrecl at least until one year after the date when final payment Ncomcs due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONI'RACI'OR shall also furnish such either Hands as arc required b)' die Supplamcrw)' Conditions. All Bends shall he in the farm prescribed by the Crntmet Documents except as provided otherwise by Laws or Regulations and shall be excomed by such sureties as we named in the current list of "Canpanes holding Cnuicsaes of .Authority as Acceptable Studies on Federal Bonds and as Acceptable Reinstating Companies' as published in Circular 570 (ameri by the Audit Stail: Bureau of Govermnern Fiancial Operations, U.S. Treasury Department All Bonds signed Iw an agent most be accompanied by a certified cepy of such agent's authority to act S' If the surety on nny Bond tarnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any pan of the Project is located or it ce ox%ro meet the requiremcriL of paragraph S 1. CONTRACTOR shall within ten days drcreaher sutmimte another Bond and wrely. both of whicft most be acceptable to OWl TNT:R 5.3. Licensed Sureties and In3wrar. CerrificnJes of lnsurewee: 3.1 All Bonds and insurance required by the Contract Documents to N purchased arm mamusmed by OWNER a CONTRACTOR shall be oblamed from surety or insurance companies that are doh keened W authorisd in thee jurisdiction in which the Project Is located to issue Bonds or insurance policies Ca the limits and covmr cs w required Such surer and insurance companies shall also meet such additional requirements and yueliLwuons as may be provided in the Supplementary Conditions. 53 7 CONTRACTOR shall deliver to OWNER with copies w each additional insured identified m the Supplementary Conditions, ceniGrntis of insurance (and other evidence of inwmnce requested by OWNER or any other additional invtaed) which CONTRACTOR is required to purchase and mainum in accordance with paragraph S.J. CJW'NBR shill additional iraured - dentiFad in the -Supplementary Fpnditiurv;;�vaurarwr-(read--Whir t ur-a e itmal-ir NdA-"FilM larngraphs t(s ad 7 hereof TR1 CTOR'.v Liahilih' In.wrance: 5 4 CON 'I"RAC'OR .hall purchase and maintain such Liability and other insurance as is appropriate for the lVdxk being performed and furnished and as will provide protection from claims set forth below which may arise nut of or result hand CON-1 RAM OR's performanw aril tuntishing of the Work and CONTRACTOR'S other obligations under the Contract Documents, whether it is to he pefformed or furnished by CONTRM'IOR any Subcontractor or Supplier, or be anyone directly or indirectly cmplmrd by any of than to perform a furnish Arty of the Wolk, or by anyone for whale acts um• of them may he hable: 54.1 clauns undo workers' amp;nsation disahility benefits and other similar employee benefit acts. 5.4.2. clauns for damages because of bodilyg" mlury, occupational sickness or disense, a death of CON'TRACTOR:s employees- 54.3. claims for damages because of bodily injury. sickness or disease, or death of any person other than CONTRACTOR'S employees 5.4.4 cletms lor- dmmnges insured by uusionar)� fury-li as a result 4.an i fan a snweiy o; (ij by arw personiced- as w result offema directly a' iwdiiamFy"I:Jered-t . CONTRI('TOR. or fii)by, MY other person to any other rerrson- 5.45. claims for damages other than to the Work, itself, because of inlui}' to nr destruction of tangible property wherever Incatcd, including loss of use resulting therefrom', and 5.4.6 claims for damages because of hoddy injury or death of any person or p'openy damage arising Out of the ownership, inamenance or use of any motor vehicle The policies of insurance a, ruryved by this paragraph SA to Is: purchased arid maintained shall. 5.4.7with respect to insurance required by paragraphs 5.43 through 5.4.6 inclusive and 5 fit, mclude as additional insureds (suhlect In erns• customary exclusion in respect of professional liability)_ OWNER. ENGINEER ENGLNEER's Consultants and any other persons oentities idenutied in the Supplementary Conditions. all of whom shall be listed as additional atsureds, and include coverage lot the respective officers and employees of all amh additional ursaueds, 5.4. N. include the specific averages and he tmtten for not less then the limits of liability provided in the Supplementary Cendrtions or required by Laws or Regulations, whichever is grater. 54.9. include canpleted oprmtions insurance; Fx•ocot;ra-xnl, rormtnons t r t nA n �a Fynmi w� (1N OF FORT C OLLItvS AIC{iIFlCA'OGNS IREv J ]UhJI S 4.10. include contractual hahility insurance .overing CONTRACI'OR's mdcmniry obligations under paragraphs 6.12, 6.16 and 631 through 633: 5.4.11 contain a provision era endorssmem that the coverage afforded will not be enrxelled, materially changed or renewal refused until at least thim day# prior written notice has been given ki CiWNGR and CONTRACTOR and to each other additional assured identified in the Supplementary Conditions to whom a certificate of utswunce has been issued (and the MnifiCRICs of insurance furnished by the CONTR UAM, pursuara to pamgraph5.3.=-will So provide): S 4.12 remain in ctrect at Lass, until final pAymant vxl al all lines therenfla when CONTRACTOR njae IV correcting• removuag or replacing &/eC %v Work m accordance with paragraph 13 12; and 54.13with respect to completed operations insurance. anal any insurance c(rverage written on a claims -made base, remain in elTmi fm at least Iwo years afler final pa5mem (and CONTRACTOR sFsll furnish OWNER and each other additional insured idcraified in the Supplementary Candioms to whom A erificate of insurance has been isvugd evidence satisfactory to MtMR and any Such additional insured of continuation of such insumilCe at final ps)mtent and uric year thcrearter). 01h1•FR's Liabibrt• Inwrnnce: i. In addition to insurance required to he provided h• CONTRACTOR under paragmph5.4" OW'?i13R. m ON;GER's option may punlwse and maintain at (i1VNER's cxpeo.Se OWNER', mcm ImIu in' insurance as will protect OWNER against claims which mav aril from operations under the C-omrac Documents.- Propene}Insurance: i! Ilnievs otherwise providad in the Supplementary Condiltwns•,- 0Wp1ER-sho11- purchase" mad m,mbun Property otsamrxrupon the Work at the -site in the amount eC-the-(nFl-rrpktetntmF-es,' iheF@Vf isutyeel_"Jd-"stwh -`.`- 41, Jnd CONTRACTOR; Auheontmeturx �fzNC N'E.FR GNGENTCs k'6 Canwltaos.nd reny Mbar "parsore sr entities Identified in the Supplementary"Caipciitiorls. -Ruh of whereto e erect krid shall be listedesenussurvd radditinlnl auurad, 5.62 he written -on, -w BauldW.A Risk ."ill ride- B s-walude-...--.en-far-rhysieaI less A lsewoek the tolkiwi% perils, -fry- lighttvng:-esterd.J cries„ge; _,ix{1.--aiazr3u#ivn-«nil-mxlw�un,;-m,sshirE rettlnquaRa_ ��..ap=— '_`-:----•evn1--dentelrtien dtxxfn.9(oradbv enfrwcatnmt of Lflws and Regulauons, slxeifnwlly reyutred by the -Supplementary Conditions, replacement of iAnv inwrad jmq erty (including hot not banited to -fear- and ._-dwwgas--of-eiVineer; find architects): _. d< er-et-gnnywr-laertien-fhativrLr sgreed-toin♦vri"tit by Ot __ rah ;ate 5G:5 beinuinieined-in eDem -until final payment is C�WnIE[L� CONTRICTOR-find ENGINEER-witft oral inswed- to whrn-a-certifiwle of insumrkro has been i.." e f a-3;—(-)Wa41:R-sgetl-twrahasz-and MR an Jv—hailei arwl1110619 per-oddi491101�faRGe as may he reelutred by the Supplementary ('.amlittons or }�nws-arxi-Rranlat - . OWNER; -CONTRACTOR Suboa ractors, ENGLNEER - ntiti,s rdenwtied in the-Supplenter" Condition, each of whorl is deemed to hereon-insurahlr imtrestAnd shali be lisleal as an imuredo-aM tional-irsumi 51, ,ill the lnnlvaes efinwrenoe And The oertifteetes or at -tire ally cherigeii or renewal retused until at least tinny days' prior ""ten rower has-been -given_ to..OWNER -_Aral whoenn a eerlifrcmte of inwmnoe has been issued and will ountrm wmver previsions- .in aocorifince with pawmph 5.11. 5.'J. OWNER shill not be responsible fa purchasing and maintaining any pmlxrty insurance to prcird the interests of COWPACTOR. Suboontracurs or Others in loss within woh identified deductible rano rote w ill he home by CCENTR%CTl)R Subcantraotoror others suflerirg Any such -loss -add- if -eery of-themt-wishes PtONIty inwmnp: owerage-wf `,.» in .rI . . purchaseend nweintainitettlx purolnsereuwn experr:-e, IfkX)NTR+t=:fjoR reyuegs inwnlirm that other t+heies presided +w men ? e. _r_P_K ('hang, -Order -rr. ..Written -Amendment -.-_Aria to EKDf CF.NERM. COhTNT10N5 1510A (19Y0 F1lllan Ill w, it TY OF FORT COLUM MJDMi T10NS(REV 4100)i �ommbxeement - wTasng-adrv.^'-..^,.-�.�..�:,.�.-u." irsuranuo has F>nn praxxread by OWNER. 5.11, Wbi FwfRlghre.' policies paahased in nentrd ante with parugruphs S:G mal- 57 will pretera OWNER MNTRACTOR: Suk'rintrnctort ENGR4FER EdGMEERS Csrsullams ant all other perwr(sa.ntaws-iderNGed inctaers will hav<-no-rrr��IItta of reeOYety-agairstAnv of the tireuradca additional- insureds--drereurrder. OWNER and ' auouw each otherand their n respective efGLars, of a resulting (irasultants-and all other persons orenbties identified insure s or additional rrrbvreds umier such pMaies few waivers shall exierd to- the -rights that any (arty ranking :inch wsiver may have to the proceeds of inwrance held bv-OWNTiR Asuustee ,, otherwise Ed(iPrJEEli. -rearwnnrTr�-..�� them, rs--diseHo'st �nnPkryar them, fix - of use or -other oornequerawl lens eMerdnog beyond direct physical Mors- or denwge to OW^SER's Iroperw or the Work eiaused by ariswg 4E uto k ,hiaih,�-itrauttl*Oai Fi R and reanitin by any..per>lrartY--ircwrenoemrimaitred on the ccwnphyed -Arojeet or pent -,thereof by OWNER during....partial ---uttlimtion.--lwrsuam -- to purwantto paragraph 14 c or after fmal payment Any ininir rase P060' any !am, darnnge-er-rn . mlear�d go _ wrsequeetirl -loss--the trwrers will have no rigfas or rue - - R--Subcanueeturr', ififia, m im employees .,ti-, S%nwhar+ts-nand-tke-nfiiecss directors xmpinyres and agents of alj' orthem. Receipt and. Ipplirwden of Inwmnee Pr ocreth: 5.12. Any inswed loss under the policies of insurance rcyuirod hV paragraphs i 6 and 5.7 will be adjusted with OW'NTR and made payable to OWWOZ as 6dtrciary for the insureds as their imeresas may appear, subject to the requirxmerus of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money an received and shall distnhme it in acelvdarwe with such agreement as the parties in interest may reach. If nn other special agreement is reached the damaged Work shall be repaired w replaced the moneys so received applied on account thereof and the Work and the cost thereof" covered by an appropriate Change Order or Wriden Amendntcm. 5.13 OWTTLR as fiducianshall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall obiect in writing within fifteen days after the occurrence of loss to O NER's exercise of this power If such objection he made. OWNER as tiduciary shall make settlemem with the incurem in accordance with such agreement ns the panics in interest mmt reach. If no such agreement among the parties in interest is reached. OWNER as fiduciary shall adjust and settle the has with the insurers mat-d'-required-in writing by an parR• in raw proper ri i duties -gti�-the pahf+rr phedi>tnrancr-of such duthrs leeeptance of Batts and Insamnce. Option to Replace 14 If xithrr palmy (OWNER or CIDNIRA( IM) OWNER has am objection to the coverage afforded by or �r other prOeisions of the RAAA insurance required to IN, purchased and maintained by the ether-14M CONTRAM OR in accordance with Article 5 on the basis Of nwh-CO116felanec with the Contract Documents. the Objecting petty shall-sonolify the other party Ol4'NTR will notify CO\7RAr7QR in writup, within lea fifteen dasx after reoeipt delivery of tine certificates (w other ON KI rmer requested) to OWNER as required by ruragraph 3.7. OWNER mat G)NI TRACTOR -shall each pmvide to the Work. or of audit failure W maintain prim to any change in the required oe"Okee ly'ithcwk}rejudiae Lonny other right or remedy. the Other-portv' may -elect No Obtain equivalent mar ttaaNp ence-of the peaty who -cans tequirxd to provide such !'nntraoF Price ..dinghy. Partial I.'rtllpenn-Naperrl, Insunvrce: 5 I5. If OWNER finds it necessary to ozcupy or use a Portion or portions of tea Work prior to Subearaial FJC9X'Cll. AI.IbNDIT1QNNi9t04It99a FJaml car CITY OF FORT CC.WNs MCIDMCA'noxs nREV 4 �010 Completion of all the Work, such use or occupancy may Ir accomplished in accordance with pamgmph lid. Itl: provided that no such use or Occupancy shill con+menca before the insurers providing the properly insurance have neknowledgeJ notice thereof and in writing effected any chimes in coverage necessitated thereby The insurers fxoviding the property dturran:e shall consent b: cndorsehnent on the policy or policies, but the properh' insurance shall net be cancelled or permitted to lapse on account of am such partial use or occupam-y. ARTICLE 6-CONTRACTOR'S RESTONSTBILITI S Supenvsinn anrdSmpennteadorce: ri.l CONTRACTOR shall supnyhse, iropec and direct the Work competently and efficiently. <keating such attention thereto and applying such skills and evprlise as may be necessan to perronn the Work in accordance wComm 'Ithe Comd Doamtems. CONTRACTOR shall he solely responsible her the means methods techniques sequences and procedures of construction, but CON YRACfOR shall nor be responsible far the negligence of others in the desien or specification Of a specific means- method, rechnigque, segvi ar Procedure of construction which is shown Or indicated in and exptessly requital b3 the Comrzct Documents. CONTRACTOR shill be respon, ible to see that the completed Work complies accurately with the contmn Documents. 6^. CON 'I'RAC'1'OR shnll keep on the Work at all times during its progress a competent resident superintendent, who shall not he replaced without written nor cc to OWNER and ENGWLR uti Ecepl order enraordlmary encumstanccs. The superintendent will be CONTRACTOR's representative at the sire anal shall have authceny m act un behalf of CONTRACTOR. All enmmumeallons to the superintendent shall be as Mooting as if given to CONTRACTOR. Lrrbor. Materials and Equipment: 63, (:ON'fR-ACfC)k shall provide e,mpek.m. suitably' qualified pcmmncl to survey, lay out and construct the Walk ns required by the ('ontmct Ooeumcnts. ("()N7NAGTON shall at all limn maintain cool discipline and oiler at tx site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto. and exwlept as otherwise indicated in the Contract Documents. till Work at the .site shall be performed during regutm working hours and CONTRACTOR will not permit overtime work or the performance of Work ceh Saturalay. Sunday or any legal holiday without OWNER'S written consent given after prior written notice to ENGLNEER. C ONI'RACI'OR shill submit rzatusn to the hNGIN lililt no less than 48 hours in advance of airy Wwk to be performed w Satwdas•, .S'LMMN, Holidays w outside the egular RlV vk�ny 73aus __-_... 0. Can the dam be breached to install the outlet works and dewater the site? A. Yes. The dam can be breached at the location of the new outlet works. However, the Contractor is responsible for all construction dewatering, including permits as well as a stormwater management plan (SWMP) and permitting with the State of Colorado. The trench location excavated for the new outlet works must meet current OSHA requirements for trench safety. Upon completion of the outlet works installation, the Contractor must restore the dam to its original condition replacing the material in kind according to the Embankment specifications included in the contract documents. This work shall include "keying" in the embankment into the undisturbed dam cross section. The keyed embankment shall be a minimum of every 3 vertical feet and extending 4 feet into the dam cross section on either side of the trench. The Trench Backfill Specifications in Section 02320 are not applicable to this portion of the work and shall not be considered by the Contractor to be a valid approach to restoring the dam cross section. 0. Is excavation of the pipe trench material incidental to installation of the various pipe items included in the project? A. Yes. 0. Can the pipe trench (principal outlet) material be reused on site? A. Yes, if it is suitable and meets the specification section for Embankment. The Contractor shall reuse all suitable dam core fill material within the breached section to re-establish the design lines and grades. 0. Will the city provide the construction surveying and geotechnical testing? A. The city will provide the geotechnical testing through a standing contract with CTL Thompson. This work will be coordinated by our on -site resident engineer. Construction surveying needed to establish the lines and grades shown on the drawings is the Contractor's responsibility. This work is to include setting the survey monuments identified in the plans. Please refer to Section 01720. 0. What is the grade tolerance for dam earthwork? A. The final grade tolerance for all earthwork on the project shall be +/- 0.10 feet. This specification modifies Section 02315, Part 3.01 A. All structural components of the project including construction of the spillway sill must be built to within A" of the lines, grades and elevations shown on the plans. 0. What testing is required for the pipe work on the project? A. Please refer to Section 02615 for installation requirements for the 24-inch steel outlet pipe. The Contractor shall note that the 24" outlet pipe will include single lap welded joint or single weld butt joints. The joint welds will only be visually inspected by the resident engineer. The pipe shall be coated to prevent moisture corrosion and the Contractor shall provide for field joint repair after welding has been completed. Testing parameters shown below shall be completed prior to concrete encasement of either outlet pipe. The Contractor shall provide all personnel and equipment necessary to perform the hydrostatic test. This shall include water, taps, plugs, valves and/or blind flanges necessary to pressurize the pipeline. The pressure test shall occur over a 2 hour period where the pipeline must maintain a minimum pressure of 50 psi. The contractor shall provide a means of measuring the water lost over this time. The test will not be a continuous pressure test but rather a static test over the two hour period. 64, Unless otherwise specifird in the General contains a is followed by words reading that no like, Requirements. CONTRACTOR stall Banish and assume equivalent or "or -equal" Item or no suhstituvon is toll responsibility Far all materials, equipment, lalar, permitted other items of material or equipment or minsportation, consi action equipment and machinery, material or equipment of other Suppliers may he tools. appliances fuel power, light. hem, telephone, water, accepted by ENGINEER under the following sanitary facilities. temporary facilities and all otter circumstances Facilities and incidentals necessary far the furnishing. performance- testing. smrt-up and completion of the Work. 67.1.1. '17r4quol" If in ENUINHHR's sole discretion an item of material or equipment oat purchasing TRACTOR is funetionalhNd('� ' ..._._OT+CJR must comply with Ihr Ci1vk purefasiih .restrictions. A equal to that rcimed and sufficiently similar m that c f themutation 1 bile to re -ref - In In no charge in related Work will be required, it may offices of the Fdrdtasing and Risk Mareeemert be considered M' FNGINHHR as an "orKqual" Divisors or the City Clerk's other item, in which ww review and approval of the proposed item may, in EiNGINTEER's sole 04__Cement, It stllajoftt._ C (if Fort Collins discretion Is, accomplished without compliance Resolution Sl-hl rcgwre_ihat su)hphers text-ptoduars with some or all of the requireinents fin of cement or_j+(a�dlcys cgP[auut� cement N ccrufv tfral acceptance of proposed substitute items. the cement was not made in cgnent kIbis that bun 6.T12. Substitute Items: If in ENGINEER, solo hamrdousscaue as a, fuel: discretion an item of material a equippment proposed by CONTRACTOR does not qua IN as 6.s. All materials and equipment shall be of good an "ctt equal" item under subparagraph 6.7 1 I, it qquality and new. except as otherwise provided in the will be considered a proposed substitute item. Cahbact Documents, AE watrimues and guarantees CONTRACTOR shall submit sufficient specifically molted for by the Slimficatiore shall expressly information as provided heJow to allow runtothe benefit ofOWNER. If required by FNICINRER- ENGINEfiR to determine that the item of ntaterad CONTRACTOR shall famish satisfactory evidence or equipment proposed is essentially equivalent to (including reports of required tests) as u) the kind and that named and an acceptable Whilimte therefor. quality of materials and equipment All malerirds and The procedure for review by the E'NTGLNEER will equipment shall be applied, installed, concerted. etected, include Ili following as supplemented m the used cleaned and conditiemed in accordance with General Requirements and as ENGINEER may innruciioms of the applicable Supplier, except as otherwise decide Is approptmte under the circumstances. provided in the Contram Documents. Requests for review of proposrd substitute items of materiel or equipment will not be accepted by Progress Schedule: ENGUEER from anyor2 other than CONTRACfM If CON'IRAC'1'OR wishes to 6.6. CONTRACTOR shall ed icre to the progress furnish or use a substitute item of material or schedule established in accordance with paragraph 2 9 as it equipment, ('ON'IRACf OR shall first make may be adjusted from lime to time as provided below written application to EATGINEER for acceptance thereof, ccrutymg that the proposed sunstaute will 6.6.I. CONTRACTOR shall submit to ENOATEGR perform adequately the functions and achieve the for acceptance (to the exlenl indicated in results called for by tfie general design, be sinrdm paragraph?.9) proposed adjusmems in the progress in substance to that specified and be suited to the schedule that will not change the Contract Times (or same use air that specified The application will _k ilestcna) Such adjustments will confirm generally slate the extent if any, to which the evaluation to the progress schedule then in etTect and addtiottally and acceptance of the proposed substitute will will comply with env provisions of the General prejudice CONTRACTOR's achievement of Requirements applicable thereto. Substantial Completion on time. whether at not acceptance of the suhstiute for use in the Work (, 62. proposed adjuspnenrs in the pn�gress schedule will require 'a change in any of the Contract that will charge the Conuact Times (or Milestones) Documents (or in the provisions of any other shall be submitted in accordance with the requirements direct contract with OP�gT for work an the of paragraph l^_.I. Such adjustments may only Iv proirt) to adapt th design to the proposed made by a Change Order a Wntten :Amendment in substitute arc{ whether or not incorporation or use accordance with Article 12 of the substinne in connection with the Work is subject to rydymem of any license lee or royals. 6.7. Subsritures and "OrvEquul" Irenos: from All variations of the pr 4 substitute n that specified svll be idertt had in the application and zi 6 7.1. Whenever an item of material or equipment is available maimenance, repair and replacement specified or described in the Contract Doctanents by service wi11 be irul Bated The application will using the name of a propmenery item or the name of a also contain an itemimd estimate of all cams or particular Supplier, the spccification or description is credits that will resvlt directly a in ucetly from intended to establish the type, function and quality acceptance of such suhttitutc. including costs of required.. Unless the specification or description redesign and claims of other contractors affected EKDd:6F.NFA.V.CQNUT101Js 191"1199a F.a41iml I_' ,,'0W OF FORT C'OI.GNS MODIFICATIONS IREV 419001 b)• the resulting change. all of which will be considered by, ENGINEER in evnluanng the Irolnxed substiutc. ENGINEER may require C097kA(7[OR to furtvsh additional data about the proposed substitute. 6.7.1 3. CONMICTOR's Expense: All data to tx provided by CONE RACTOR in support of any Irgnosed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substi ine Cornrindtmr Weiln>t6 err Pr'oeedrns_ If a specific means, method technique, sequence or procedure of <'axtstruclitm is shown a indicated in and expm%I)required by the Contract Documents CONTRACTOR may furnish or utilize a substitute means. metfud, tcvhnique, sequence a procedure of construction acceptable to ENGINEER. CONTRACTOR shall subnil sufficient infivmavon to allow EN'GINLTR in ENCIN7EER's sole discretion. to determine that the substitute proposed is equivalent to that espressh called for by the Contract Documents The procedure for to iew by ENGINEER will be similar to that provided in subparagraph 6.7.1.2, 67.3. FngineeP.v Evaluanou ENGlNE1ik will Ix allowed a reasonable time within which to evaluate each prtT=l or submmal made pursunnl to paragraph, n, 7.1 : am] 6.7 2 LIVGINGER will be the sole judge of acceptability. NO "or -equal" or subslimic will he odet'ed. installed Or utilized without E•NGMEER's prior wimen acceptance which will he evidenced by either a Change Order or an approveJ Shop (hawing. (1VNE-R may, require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "orequal" or substitute. I-NGWEER will record time required My ENGTNEEk and ENGINTER's Consultants in evaluating .suhetitutes prcjn-d or submitted by CONTRACTOR puramnt to prographs 6,7.1 2 and 67.E and in making changes in the Contract Docurrirnts for in the provisions of any other direct contract with 0 wins for work on the Project) OcrasiorreJ thereby. Whether or not ENGINEER accepts a substitute item so proposed Or submitted by CONTRACTOR CONTRACTOR shall rei nburse OWNE1: for the charges of ENGINEER Aral ENGIN6ER's Consultants for evaluating each such proposed substitute item. 6.8. Concerning Subcontracton, Suppfien and omen: 6.S.1. CONTRACTOR shall not empltm any Subcontractor, Supplia (x Other person or organization (including those acceptable to OWNER and ENMT MJZ as indicated in paragraph 6.8.2), whether milially or as a sabsiaute, against whom OWNER or ENGINEER may have reasonable objectiai. CON] RACTOR shall not be required to employ any Suhcontrackw,, Supplia or Other person or uganimtion to furnish or perImm am, of the Weak against whom CONTRA(TOR has reasonable objection CONTRACTOR shall oerftxm not leas than 'ii pacem of the Work with its own forces (that is w'tlxmt suh on (npy 'rhe 2n ne a rqulrem• t shall lx understood to rcler_tq the Work the value of which totals not less than'(i percent of the Conuacl Rice 0 S:'_. If the -Sultttlememary -COaditiuns kidding Documents requre the ident.w of cennin Subcontractors. Suppliers or other persons ur ordgcvsnlions (including these who are to furnish the principal items of materials a equipment) to be submined m OWNER in &-orape of :ha Tp eihed dale prior to the Effective Datc of the Agttxment for acceptance by OWNER and ENGINMR.-end-"if rGGWTRry--.` aeanralaru`e—wiU*the--Ruppbmanlery--(-'eralli q *: OINNER's or ETiGfNTGER's acceptance (either in writing or In, failing to make wrinen objection thereto Ity the date indicated for acceptance or objection in the bidding documents or the Contact Documents) of anv-stxiit�ukaerttretavx; Supplier .�.-a,,• N-,�rsen-tx txgenimtion do identified stay IV reyokaal-on the '``� Jl-wAmit�n eea7+wble�u!•�"',.e.m.:—�.-a,,.,.--et-Yrioe-will-{te adWskvf-by-dse-diflarasee-tn-.�- ^^-�..ae.;,swed-kv such s. hstianion and nth appropriate Change Omer wi14 -brisntati"er-lYriRrtrrl1tndfflerrt-stgm+ "'d] cone imtc a condit_iun of the Contract requiring the. usp n( tI namctl whcoraractixc, suppliers or other fed or o(gatt 2arion m the lL'url, unleg prior written aplxnval is Obtained_ fromOWNT-k and LNGLNEER No acceptance by O NT.R cr ENGLNL•ER of any such Jubcontmelor, Supplier or other person or orisimmioon shall mMthule a waiver of any right of 614NER or ENGINEER to miject &Jacm•e 1Vork 69.1 CO:PfRAC'TOR shall be fully rrsponsible It, OWNER and ENGLN'EER tie all acts and omissaxu of the Sub:omrvctors, Suppliers and Other persons and cvganivtions performing ur (wTushi ng any of the Work under a direct or indirect contriul with CONTRACTOR just as CONTRACTOR is resyansiblc for CONTRACTOR's own acts and emissions. Nnthme in the Centrist Oocumoms :hall creole for the Fxt efn of any such Suhcontractx. Supplier or other person or organization any contractual . relationship between OWNTLlt or FNOTNF,RR and any such Subcontractor, Supplier a other person or organization nor shall it create any obligation on lIt- part of 01 WER or E'gGTNIEER to pay or to zee to the jxo m ti. of am moneys due nm• such Subcontractor, Supplier err other person or trgan=hOn except as may otherwise be required by lawsanl Rervlatinns (J1VNEk or ENGINEER ma_ furnish to any subcontractor, sunolier or Other arson cR M2111MIM evtdcxc of amrnmts 1Laid to CON "TRACTOR in accordance _with CON: r R A(7 OR'S "A}n+hcauore act payment" FJCt)POENF.R:11. CONDfnOhS 1 v 1 aR ❑ 9ao Fdli�rn 13 w!CITY OF FORT Ci MTeS Ft(raF1CAnOt;S iREy 1m111 6 9... CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organirdtioms perfmntng or firmishinr any of the Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such otter persons and organimtiom performing or furnishing any of the Work to communicate. with the ENOTNr12R through CONTRACTOR. 6, 10. The divisiuts and seutiom of the Specifieatiom and the identifications of any Drawings shall nor control CON7'RA.CI'OR in dividing the Work wrong Subcontractors or Suppliers or dclinrating the Work an he performed by any, specific trade. 6.11 .All Work peitcnned for CONTRACTOR be a Subcontractor or Supplier will be pursuing to an appropriate agreement between CONTRACTOR ant the Subcottrctor or Supplier which specifically binds the Subcontimtor or Supplier to the applicable terms and conditions of the Contract Documents fur the benefit of OWNER and LNGINLER. UtAeneveFxny-stwhegreemawt 1.Ail _ __ __ or ff W 8-is-1 atetea-:r_n add eviai-M aar-4-On-die"}reperty~nwtref—Irevided'- ri C'ONTR:AGI'OR and die Suheontmetor<a Supplier -will wives all rights-9r+mret-OWNER, CO ,GIN, �.F.>":cc".�,-r.•.,...wNams-and-elt--fahti additional insureds lot all Maws and carriages caused -by. rising -oat of orres thing from any of the purls covered 6y suc.hpoliciesnndanyaharpro�tmerry mwreraxappliwble to t e uire separate waiver (mats to be igned any by Submntraetor or e Patent Fees and Rarwrllies: 0.17. CONTRACTOR shall ivy all license fees and royalties and assume all costs incident to the use in the lerformance of the Work or de incorporation in the Work of any invention design process, product or device which L 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 t,NGINUR its use is subject to patent rights or copyrights calling for the payment ofany license fee or royalty to others, tie existence of such rights shall he disclosed be OW" SL•R at the Contract Documents. To the fullest extent permitted by Lasts and Regulations. CONTRACTOR shall indi m ufv and bold hardess OWNER, ENGINEER ENGrNEGR's Consultants and the officers, directors, employees, avents and other consultants of each and any ofthem from and against all claims, costa, losses and damages arising out of or raultrm from any infringement of Intent rights or copyrights incident to the use in the perfcmnancx of the Work or resulting Gum the incorporation in the Work of any invention. design procc-.s, product or device not specified in the Contract Documents 19 EICDC(iENRRM. CODIfAT10Na t51a. (195a F.e14an o- of T1' OF FuRT COLLISS UODffICATIONS (REV 41,),r)i Pemids: 6.13 Inlets otherwise lmavided in the Supplementary Conditions, CONTRACTOR stall obtain and pay for all alostrinmon permits and licertses. OWNER shall assist CONTRACTOR, when ne:essarv, in obtaining such permits and licenses. CONTRACTOR shall Ivy all governmental charges and inspection fees necessary for the prosecution of tie Work which are applicable at the time of opening of Pitts, or, if there are no Bids, on the Effective Dme of the Agreement. CONTRACTOR shall pay all charges of utility owners fur cwurections to the Work. and OWNER shall pay all Barges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Lawsand Regaladam: 6,14 1. CONTRACTOR sill give all ounces and «imply with all Laws and Regulations applicable to Furnishing and performance of the Work. Except where dhenvise expressly required by applicable Laws and Regulatiom, neither OWNER nor GNGINE,UR shall be responsible for monitoring COME RACI'OR's compliance with any Laws or Regulations. 6. 14.2 If CON I'RAC.'1'OR 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 hy. arising out of or resulting theref orri. however, it shall not he CONTRACTOR'S primary respcnsibiaty to make certain that the Specifications and Drawings :ere in accordamx with Laws and Regulations, but this shall nor relieve CONTRACTOR of CONTRACTOR'S obligations under paragraph 3.3.2. Taxes 6.15 CONTRACTOR shall pa) all sales, consumer, use and other similar taxes required to Lee paid by CONTRACTOR in accordance with the Laws and Rcgulntims of the place of the Protect which me applicable during the performance of the Work. 6,15,1. (W'NTR is exempt from Colorado State and local sales and use taxes on materials t< be permanently incorporated into the Lxoieet..Said taxes shall not he included in the Connect Price. CONTRACTOR most apple foi, and rece_ive,_a Certificate of Exemption from die Colorado peµartment of Revenue for consauaion materials to bez pliysi afy mixgipvratd into tlu. project_ This Cenifrgtuon of Leemphon_proyides that. the CONTRACTOR shall neither Ray nor include in firs Bid Sales and Us;_ Taxes car those building and constrvction materials Physically incorparated into the oroicia :Address. Colorado Dcgarrmmt_of Revenue State Ca ita 4rviex 1375 Sherman Street Oem•er. Colorado. Str_61 Sales and Use Tax. s_for the Slate of Colorado, lUepuorel Tmtrsuonat' n Dime "RTD) and 'rain Colorado counties pare collected by_ Ihe-_Slane of Colorado gnd_ore Included in the-CerUhcamon of Exemption. .all uspliwble Sales and Use Taxes [irwludity; Slate collected taxes), on anv items olhr blot construction and oullating m L I lied into th n col are m be Id 6v CYJN'1'R.4 "1'CJH and arc to included inn probe t bid Items I -se ofPremixe'v 6.16 CONTRACTOR shall confine construction equipmcra, the storage of nmten mis and egwpolori am] die eppemtreat of workers to the site and load and areas id.•ntified in and permitted by the Contract Ikmormts and Other land and areas permitted by Laws and Regulauons, righrs-of-wey, permits and easements, and shall net unreasonably encumber the premises with con=Uction equipment or other materials or equipment. CONTRA(-] OR stall asstate full responsibility for anv ohmage in any such land or arcs. or to the owner or occupant thereof or of mg• adlacera land Or areas resulting from the performance of the Work. Should any claim be made by am• such owner or occupant because of the jerfornand'c Of the NVork, COON HACTON shall promptly setae with such other party by negotiation or otherwise rlve esothe' claim by arbitration or other dispure resolution prmeeduag m tit Inv. CONTRACFOR shall, to the tulles extent permitted by Laws and Regulations• indemnity and hold hamadem O%VNFH. ENGINEER. FNC71*FF:H's Consultant aryl anyone directly o indirectly employed by any of them from and national all claims, costs losses and .L•rntagcs arising owl of or resulting from anv claim or axiom legal or equashlc, brought by any sueh Owner or occupant against OW`NTR ENGLN'EER or any her pan;. indemn lied hereunder to the extent caused by or lnsedl upon CONTRACTOR's performance of the Nark 6 17. During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACT OR shall remove all waste materials. ruhhish and debris from and about the premises as well as all tools, apphances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for (amupancy by OWNER at Substantial Completion of the Work CONTRACTOR shall restore to original condition all property net designated for allm, lion by the Contract Douuments. tie i 6. CONTRACTOR shall nut load nor permit any part of anv t ucturc to be Im&J in anv manner that will endanger the structure, nor shall CONTRACTOR subject any Fan of the Work or adjacent property M messes or ensures that will endanger it. Record Doeamml.Nr FCC GENF.RAL(pii lOt619j0A1I990EStimi v"!71Y GP FGRT C! �LLITS MODiFlCAT10N5 �aF' J'IOiNI� 6.19. CONTRACTOR shall maintain in a sale place at the site one record copy of all Dmwmgs. Speciliwuons. Addenda, Written Amendments, Change Orders. Work Change Directives, Ficld Orders and tvrinen interpretations and clarifications (issued pursuant to ptragmph 9 a) in grind order and ar amnull to show all changes made during construction These record documents together with all approved Samples and a coutterpun of all approved Slop Dmwin&s will be available to ENGINEER fur reference. Upon completion of the Work. and prior to release of final payment. )hex rcevrd dxumrnts. Samples and Shop Drawings will be dcllvcrai to FNGI iv EER fix OWNER Saft•1)' and Prortchon: 6'0 C'ONI RACTOR shall be responsible lit "mooning maGmairting and supervising all Glen precautions and programs in comreclax, with the Work. CONTRACTOR shell take all necessary precautitms fr the safetc oC and stall provide the noes: n protection to damage. injury or loss to'. 6.20.1. all persons on the Work site or who env be affected by the Work; ,, 0.'. all the Work and materials and equipment to he incorporated therein whether in storage on of off the site, and b:o 3. other popery at the site or adfaccnt thereto. including trees, shrubs Imvra. walks, povemgnts. r(rnchvays. Nuctues tudilies and lrndngrouml Facilities not designated fur rzma•aL relocation or replacement in the course of cm ift ion. CONTRACTOR shall comply with all applicable Laws and Reactances of anv puhlic hodr having junsdiction for safety n of persoor propem� or to protect dtem Gant damage, injury err loss and shall crect and maimaln all necesctry Mleguards for such safety and prmemon CONTRACTOR shelf cattle owners of adjacent pmp:rty and of Underground Facilities and utiihv owners when poscection of the Work may affect Hamm, and shall corpemte with them in the protection, removal. wirt anion and replacement of their property. All damage. injury or lost to anv popern• wlered to in pamenaphs 6.2U.2 or 6_20.3 caused dreeily a indirectly, in whole or m part by CONTRACTOR. any Suhcnnmactor. Supplier or amp other person Or organintion dirmthv or indirectly employed by am of them to perform or furnish any of the Work cc anyonc for whose acts env of than may be liable. shill be rcmcdied by CONTRACTOR (except damage or - loss anrilwtable to the Inch of Drawings ce Spvcrications or to the acts or rim Via0ws of OWNER or ENGINEER or LNGFNL•L•P.'s Conati or anyone emploved by anv of them or anycme for whosc acts any of them may to liabl, and not attributable. directly or Indirectly, in whole or in part. I- the Pe o hall or negligencf CONTRACTOR or any Subcontractor. Supplier or other perstn or urganiration dirce ly or indveah, employed by any of them). CONTRACI OR's duties and respunsibiliu c fox the safety and protection of the Work shall continue until such time rice is all the Work completed and E.NGDTEER has issued a IS rwtice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is aceeprable (exceptos otherwise, .ucpressly provided in connection with Substantial Completion) 6.11. .Safay Relvesenrathve CONI'RA(TOR shall desigrmte a qualified and experienced safety reprewmative at the site whose ditties and responsibilities shall be the prevention of accidems and the maintaining and supervising of safety precautions and pna}ums. Na:ardCmistrunicnrion Progni 622 CONTRACTOR shall be responsible for atadmating am exchangeof material safeni dab aheam or other haiard c6munieation information required to be made available to or excharwcd berween or among employers at the site in accordance with Laws or Regulations. Gtrcrgencdcv 6 ^_3. In emergencies affecting the safety or protection of persons or tiro Worl: or prupcim at the site or adjacent thereto, CONTRACTOR without special instruction or authorization Provo ORNLR or ENGINEER, is ohligased to act to prevent threatened damnape, injure or loss_ CONTRACTOR shall give Ei,7GLNEF.R piompt wrinen notice if CONTRACIOR helicves that am, significant changes in the Work or variations from the Convect Documena love been caused thereby. If ENGINEER determines that A change in the Contract Documents is required because of the anion taken by CONTRACTOR in response to such an emergency. a Work Change Directive or Charge Order will be issued to dcx:ument the conscquenws of such anion 6.24. Shop Draa•ingsand Sampler,• 6,24. 1. CONTRACTOR stall submit Shop Drawings to ENGTNiR R for review and approval m accordance with the accepted schedule of Shop Drawirngs and Sample submittals (see paragraph 2.9). All submnaafs will be ideraified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will he complete with respect to quantities. dimensions, specified performance and design criterm. materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGTNF.'F.R to review the information for the limited fwrposes required by paragraph 6,26 6, 24.2. CONTRACTOR shall also submit Samples to INGINTUER 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 othcmm as RNOINEER may require to enablc ENGINEER to review the submittal for the limited EJCDCCF..d. A,M1.CONU`HoNS 1MIa4(1990F.titkT1) 16 wn7TYGFFCaTNLUNSMODOCAnC,NS(REV4/maal purposes required by parabn-aphti.26. The numbers of each Sample to be suhmated will he is specified in the Specifications. G2F,. Submittal Procedures: 615.1. Before subminurg each Shop Drawing or Sample. CONE RACI'OR shall have determined and verged. 6.25.1. I. all field measurements, quantities, dimensions, specified performance criteria. installation requirements, materials, catalog numbers and similar information with respect thereto. ( 2S.1 2. all materials with aspect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance ottire Work, and o15_13 all intimation relative to CONE RAC'TOR's sole responsibilities in respect of means methods, techniques, sequences and Iocedurs of construction and safety precautions and programs incident thereto C'ON"I'RAMOR shall also have reviewed and coordinated each Stop Dnwing or Sample with other Slop Drawings and Samples and with the requirements of the Work and the. Contract Documents. 62i.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CON "I'R.ACI'OR'a ohligations under the Contact Documents with respect to CONTRACTORS review and approval of that submittal 6.253. At the time of each submission, CONTRACTOR shall give LNGLNE6R specific written notice of such variations. if any, that the Shop Dmwine or Sample submitted may have from the requirements of the Contract Doeuaec= such notice to be in a written communication separate from the subri and, in addition. shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER I'm review and approval of each such variation. 626hNGINF.ER will review and approve Shop Drawings and Samples in accordance wait the schedule of Shop Drawings and Sample submittals reaped by MgGENGL•R as required by paragraph 20 GNGLNEER's review and approval will be only to determine tithe items awercd by the submittals will, tiller installation Or incorporation in the Work conform to the inormation given in the Contract Documents and be compatible with the design concept of the completed Project as a frmetioning whole as indicated bythe Contract Documents. ENGINEEWs review and approval will not extend to means, methods, techniqum sequences or prmccimi of construction (except where a particular meats, method, technique, sequence or procedure of canstruniun is specifically and expressly called for by the Contract Documents) or to safety. precaut"Its W programs incident thereto. The review and approval of a separate iwn as such will not indicate apprmal of the assembly in which the item function. CONTRACTOR shall make corrections required by ENGINEER and shall return the required number of "ected copies of Shop Dmwings and submit As required. new Samples for review and Approval, CONTRACTOR shall direct specific Attention in writing to revisions other than the corrections called fur lw LtiGINTER on previews submittals. 627, FNIH%bl-R's review and approval of Shop Drawings or Samples shall no rcheve CCLN'I R.AC•fOR from responsibility for any variation from the requirements of tle Contract Documents unless CONTRACTOR Ins in writing called ENOMr.F'R's anention to each such variation it the tune of submission as required by paragraph ti.2 i,1 and EN'GLN"EE2 has given wrm n Approval of each such variation by a specific written natation thereof incorporated In or aceompam V the Shop Drawing ar Sample approval-, nor will any approval by ENGLNEFR relieve CONTRACTOR from responsibility for camplying with tfa; requirements of paragraph 6. i. L 62F. Where a Slop Drawing nr Sample is required by the Contract LAIcumcnts or the schedule of Shop Drawing and Sample Submissions accepncd by FNOINkhr as recluued bi� limagrraphrp, any related Work ferlunned prier to ETNGIN-Enks review and approval of the peninent submittal will he at dr. sule expense and responsihthty of CONTRACTOR. Continuing the Rork: A^Q CONTRACTOR shall carry tin the 16ork and adhere to the progress schedule during all disputes or disagacrntents with 04VM>R. No Work shall he delayed or pn�tponed pending resolution of any disputes or disagreements except xs permitted by paragraph 1 S.i I r 2.s OWNER and CONTRACTOR may cownvise agree in writing 6-301 COVTR9CTOR's General rb"arran(t• and Gaaranlee.' 6.30.1. CONTRACTOR warrants and guarantees to OWMR, LNUINELK and E'GLNEER's Cortsulmrtts that all Work will he in accordance with the Contract Documents and will not be Aefeeive CON f RA(TOR's warranty and guarantee hereunder excludes defects or damage caused tw. 6.30.1.1. abuse. modification or improper malnlelnncc or operation he persons other than C'ONTRACTOfC Sulbeoaranors or Suppliers{ or 6.30.1.2, normal wear and fear under normal usage. 6.3Q2. CON'1'"(' J OR's obligation to perfe m and wmpletc the Work in Rccordlince with the Cormi n f ocuments shall he absolute. None of the following will consfume an acceptance of Work; that is not in F1CDC(iFNF.W1t.(Yl!Nf)iTIONT I9I0�II990FAncn, rvr QTY OF FORT COW NTT MODIFICATIONS IRE• J 20011) accordance with the Contract Documents or a release of CON'I"RACTOR's obligation to perform the Work in accordance with the Contact Documents. 6 3Q2.1. observations by ENGINEER; 6.311'.2. recommendation of any progress or final payment by FA10INhER, 0.31r_3. the immw of a c:atificak. Of Surs:mbid Comtpletidm or any payment by OWNER to CONTRACTOR under the Conhact )ncuments: d.i0.2 4 use or occupancy of the Work Or Any Ian thereof by OWNER; 63(12i any acceptance by OWNER or anv fadwe to do so, 630.2.6 am' review and Approval of a Strop Thawing or Sample submittal or the Issuance of a rwtiae of eccYplAbiliy' by &NGP.N'EER pumuam To paragraph 14. 13, 630.1.7any inspection, test o approval fly others: or 6.30' R. any correction of dt(eerrme Work by OWNER fnAvnrnijrdvtian. 631. To the fullest estem permitted by Lars end Regulations. CONTRACTOR shall indemnify' and hold harmless OWNER I:NGINEIiIT_ 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 amp damages (including, but not limited to, all fees and charges of engineers. irchrtects, at0.xneys and Other professionals and all nwrt or arbitration or Other dispute resolution casts) caused In Arising out of a resulting from the performance of the Work, pro\ Idol that any such claim, cost. loss or damage, it) is attributable to buddy injury, sickness, disctsc or death or to injury to a destruction Of Imigiblc property (other them the Work miclQ, including the loss of use rewltin_ therefrom. and (it) is caused in whole or in pun by any ncgligcnt act or omission of CONTRACTOR Any . uUhconnmcnr, any Supplier, any person or orvatumpon directly or indirectly employed by am of them to perform re Nrnish any of flu Work a' anvore for whose acts an, Of them may be liable, regardless 4 whether or net caused un pan by any negligertce or omission of a person or entity indemnified hereunder or whether, bob➢itv is imposed upon such indemnified party by Lucas aml Regulations regardlea Of the negligence of any such persem or enay. 641 In am and ell claims eganer OWNER orLNGL'N'EER or any of their respective consultants agent& officers, directors or enployocs by any employ« (or the sun ever or pgrsrual reproserdaryC of such employee) of CU1N'I'RACTOR, any SuttrontrAnor, any- Supplier, any person or orgaruzuion directly or indirectly employed by 17 any of them to perform or furnish any of the Work a anvone for whore nets any of them mny he liable. the indemrtfiration obligation under paragraph 6.31 shall not It limiacd in any way M' any limitation on the amount or type of damages, compeuns<mion or benefits payable by or Ca CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers compensation acts disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall na extend to fie liability of ENGINEER and ENGINEER's Comultums. officers, directors emplovees or agents caused by the profession I ne_ligenoc. errors or sun sswn slimy of them. Sunihnl ojobligations: 634. NI representations, indemnifications, warranties and guaramces mode in, required by or given in accordance with the Contract Doatmenis. as well as all continuing obligations indicated in the Contract Documents, will survive final payment completion and acceptance of the Work and terinsation or completion of the Agreement ARTICLE: 7--OTHER WORK Related Wark a Site., 7 1 OWNER may penom other work related to the Project at doe. site by OWNER's own forces or let other direct contracts Ih"efa which shall contain General Conditions similar to these. or have other work performed by mrllty owners. If the too that such other work is to he psrfcmed was not noted in the Contract Documems. thin: (i) written mice thereof will he given to CONTRACTOR prior to starling any such other work and (il)CONMACTOR may make a claim therefor as provided in Articles I 1 am1 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRA(TOR or requires additional time and the patties are unable to agree as to the wount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a pally to sudn a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OtMER's employees) proper and safe access; to the site and a rchmtble opportunity fa the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with thous, llnle'ss nthcrwew provided in the Contract Documents, CONTRACTOR shall do all cutting. fhhtimi and patching of the Work that may be required to male is several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting excavating or otherwise altiomig their work and will only cot a alter their work with the written ;aanscmt of E•N(;INI h3R and the others whose work will be afl'eetcd. I'he duties and responsibilities of CONTRACTOR urdcr this paragraph are for the hemefit of such utility owners and other contractors to the extent that there are comparable F.KDC GFNFR,IL CONfNTIONa l91aF a19wa Eaatim) IS rea rlil'GF FORT COLAAS MODtflI'ATIONS (REf'JnanOi provisions for the benefit of CONTRACTOR in said dnect contracts between OAVNEK and such utility owners and other contractors. 7.3. If the proper execution or results of any pan of CONTRACTOR's Work depends upon weak performed by others under this Article 7. CONTRACTOR shill inspcd such other work and promptly rejhon to LNGNEER in wrifing any relays defects a deficiencies in such other work that render it =available or unsuitable for the proper exeeation and results of CONTRACTOR's Work. CONTRAC'TOR's failure so to repro will corsamic an acceptance of such other work as fit and prop" for integration with CONTRACIOR's Work except fa latent or nonapparent dcfccts and defcencies at such other work. Coorrbnaianr 74 If OWNER contracts with others for the performance of other work on the Project at the site, dtc fnllmying will be set forth in Supplementary Condition.: 74.1. the person firm or corporation who will hive authority and responst ality for ccmdination of the activities among the various prime contractors will he identified: 7.4.] the specific matters to he entered by such authority and rasperosibility will be itemized. and 7.4.3the event of such awharity and responsibilities will he provided Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and regnnsihility in respect of'such coordination ,ARTICLE &-OWTYER'S RESPONSIBILITIES 8.1 Except as otherwise provided to these Cenral Condition. OWNER shall issue all communications to CONTRACTOR through ENGINEER S.'. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Commct Documents sh=hat of tho former F.Nf it NF.ER 8_9. OWNER shall furnish the data required of OAV'NPR under the Contract Documents prompth and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14 4 and 14. 13 R4. OAANER's duties in respect of providing lands and easements and Fe,dmg engineering surveys to establish ref"ena punts are set forth in paralmsphs 4.1 and 4.4 1'araemlph4.' refers to O\VNI,R's identifying and making available to CONTRACTOR copies of reports of explomtions and tests of subsurface conditions at to site and dmwines of physical conditions in existing structures at or contiguous to the site that have been utilized by ENG INEER in prerainng the Contract Documents. ureheaine and maintaining liabilityandproperty irsuranoe are set 1-4-paregrxphs-,'-Osaweli44 N G OWNER is obligated to cxacvG Change Orders is mdiemed in paragraph Ift J 8'.7. OlB]TR's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4 1, 8 In connection with ON'TJER's night to step W'Irk or suspend Work, sec yrareginpls 13.11'i and 15.1, Paragraph 15= deals with OWNER's right to write rate services of CO\TRACTOR under exrtain circumstances 8.9 The OWNER shall not supen'iw- direct or have cvintrol or autbcnity over, net be responsible tor. CO\TRACTOR'.s means, methridls, techniques .seeuences a procedures of caisWclion or the safety' precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laus and Regulations applicable to the furnishing or pperformance of the ll'or-L OWNER will not he respmsihlc for CONTNACTOR's molure it) perform or fumislt the Well, in accordance with the Contract Documents. a -Po F>Ntt>rER'w-3ak±ansiArLitj m-rzgwiat-Or+rndr:; 310." ,Asbevos, .PGDs,-petrokunl, lfnardous Wasm ts Radioadaive ?vNierials uramvered rr rrvralnl xt the site is sea forth In paragraph 4 5. 8.11. If and to the extent OWNER his agreed in burnish �j�rrc nit sHe - a•,e.ganaeryi ha _ xMde--Fe--snH.S^.�-wlia-lq,ts frond er "T, W r2SpiPaibiiiti'-�wi25pear4lRve,•.r ...�..i-..�. __-_t-fiarlh-Inih2 Supplementary. Conditions. ARTICLE 9—ENGLNEER'S STATUS DIWNC CONSTRUCTION (Jf1W/SR's Reprerentatire.. v I F,NGINHIR will he OW'NER's rcpnscraalive during the construction period. The duties and responsibilities and the limitations of authority of GNGIN.-EER as 011\ER's representative during mnstmaion are set Muth in the Contract Documents and stall not be extended without written consent of O\b'NTR and ENGINEER 1141, to Stine_ 92. F.NGINFER will make visas to the site at intervals appropriate to the various stages of construction as I?NG NEER deems necessary in order to observe as an cxperioneccl and qualified design professional the progress that has been made and the yualily of the various aspecta of CON7'RA(TOR's executed Work. Rased on information obtained during such visits and ohservaucns. ENGINFER will endeavor for the henetit of OWNER to determine. in general, if die Work is proceeding in accordance with the Contract Documents ENGMEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGLNEER's etTons will he duccied toward Providing for OWNER a Erealar degree of confidence that the cnmplelul Work will coNam generally to the Contract Documents. On the basis of such yisiL and of site obsen'ali rcc ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against &Perm" N'nrk. LN(iINF.'ER's visits and on -site obsentatiore ate subject to all the limitations on ENGIN'EER's authority and responsibility set forth it paragraph 9.11 and particularly, but trident limitation during a as a result of ENGINEETs on -site visits of otservauons of C0NT2\CT0R's Work ENGMTTEER will not suForvise, dish, control or hove authority met or he responsible for CONTItACTOWs means, methods. techniques. sequences or prt. dares of construction or the safety precautions and programs incident thereto. or for any failure of CONTRACI OR to comply with Laws and Regulations applicable to the furnAing Or performance of the Work Project Repraenrntive: 9; If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative tp assist ENGINTGR in providGng more conlmuous observation of the Work The responsibilities and authority and limitations thereon of any such Resident Projcct Representative and nssisumts will be as prcmided in paragraphs 93and 9.13 m^r----" ''meaaK, ('endin w of these Genmal Conditions. If ON'N7+R designates another Irpresenmtive or agent to represent OWNER at the site who is not F.'NGINEER's Consultant, agent or employee. the responsibilities and authority and limitations thereon oC such other person will be as Ixovided in th.: s,.i;f,lc;.,...,m:T-:z,A ierts paragraph 9 3 of these General Conditions ]fibs FNG[NEER furnishes a Resident Project Representative (RPR) a other asststanls. or if lbg r N^TER jesumat. a Rwo,watidu-e a agent allis provided in parragniph 03 of the General Corulii CSC guresentalives shall have the utlwnty and limitations as nravied in paragraph 9ll3 of the Geneml Cmilmons vtd:hall he subject to the (citw inn' 9,3 I_- The, Repfesenfative's_ dealing, in tantgrs pensioning to the nit -sire work wift m_general, he with the _ENGIN'LER_ani CONTRACTOR Dut the Ff(cleAleliyc ivdL kep the CjVI+;M R_Ixope.fly adv_isul about cash _mattes._ The Rermentative's dealings with subcontractors wdl only be through x With the _ Cull _ knowledge_. and aplroval of the CONTRACTOR 9.3.]. IAaics-and Ro;pOti1I:ahhcs. Rcrsgsrnanivc will 07'.1 schcda!¢ Rn new the n , e" FJ( O. N. . t. COxTa1TOhl'1510A 1199u F;Jtiau Io w = OF FORT COLLINS SIODMCA MNS BEd' a 3ita), schedule and other whedules Prepared by the CON-MAC'fOR and consult with the hNGINEF;R concerning acceptahilin. 0.3 21. Conferereos and Nlecting - Attend mectirg_wrth the CONTRACTOR such as p(ecormoictlon wirdlercriQc,, pyoI ess. meetings and, other _3ab ggifgcnqcs atnudl_prpare and cuculate copieti OEM inutes- of meetings. 9.32.3. Lia= 911.31. Serve m ENGINEERS liaison with CONTRACTOR, woduriz, txuwiwliv through CONTRACTOR'S superintendent to assist tlrg_CONTRACTOR; in urdergaridirg the Contract Documents. 032.3-1 Ass Lstinobtanirwifrom OWNER additional.. details_ or infotmatirny,. when reguirod for Proper esecution of the Work 11.3_+.3.3, Advise the ENGINEER and CONTRACTOR of the commenctmlmt of any Work, recmirine a Shop Drawing or mninle submission if the submission has not hen approved by tlx: ENGINE'RR y 3 1 a Revltw of Work_ Rejection of Detective lt'ork _Insf xuolrs mid Tms - 9 },241 Conducton_sne ob.gmilvts of the Work in pragritM it, assist the_ECGINTLR in detenninine Wis Mothat the ork cceding in accordance with the CAnnact Documeni. or has 9Cin damaxed, or does not. meet or the he 93243. Accamm�Y visiting mspcctnrs repremmin puhlic ry other agencies having turis licMion aver the ProICCL record the rent ILs of thoc inntictioms arid. rcpon to the FNGINFFR. 9.3.-i, Interpretation _ of _Contract Lkwuments. Report_to LNGLNELR when clarification: and at nir'etations of the Contract Documents are needed and uan9bit to LOhI RACfOR dmificabpn and mlerpreladnn of the Corarect Documents as issued by the FN(NNF.[i_R-. 9320. Modifications. Consider and cvaluate CONTRACTORS sug¢esuorts for RKDC PF.'"6'RN. COhTNTIO1vS 19lea ❑99a Fn6liuo -O uv❑NOFFORTC'OLLrhSblODMCAn(,NSIREVd90Va) mrdifnzlion in Dmwirres or Sxcifresucns and report these recommendations to F.N(rfNNF'R. Accurawle bIMPTHL to COM RACI OR ciccisiorts issued_fro the ENGINEER 9. 3.2 7. Records 9.3,_.73_Rceopf. _ .,, name addres�ses_and telephone _numbers of all COVFIZACTCjRS, subcontractors and Dolton smoliers of aluiphnhen and materinfa 5).3_.9 Renortc 43IS.1 Famish ENGINEER periodic TCOOIIs. as reauued. of the prOWM of the Work and of the COVI'RAC'TOR'S hvnphartce with tht..progress x'hedUle and .st3¢dule of shop Drawing and. stmplo submittals. 4.3' S'. Consult with TENGENEER in advance of scheduling muior test, inspections or start of inn+rtant phascs of the Work. 1 3_ DFan propnsed Chsnee Orders and Work Directive Chanel, obtainine tnckup material from the COJ,TR4CTOR and recommend to F.NGTNTFR_ Change O[dmr Work. Dtrective Changes -and field orders, 03:8,4. Report Immedmtehto ENGINEER and OWNTJ2 Lite occurrence of an, accident. 9.3.2.q. PaVmenr Requests. Revicw._h licab_ons f, ent withC'OI_I'RAC'f(& lot compliance wi_ the estgblisled procedure for their submission and forward with recornmeadation to LNG INLLR acting oarliculark the relationship of the payment requested m the schedule of vaares work coMpleted and material' and quiMent delivered at the a,R. but not inccaporated in. the 9.3,2_1Q Completion._ 912 WI 13efore T �N(iM-1;R issues a Ceitilaci of Substantial Coanpletjon, submit m CONTRACTOR a list of observed items liaiuin � correction onolefo Conduct final msoeulion in the 6 glair % of the ENGINEER O1WFR and Ct7�'VTR.ACTO$ arytt pparf. a_fu_ial bst_of items to he co rected or completed, 9.3.^.103. Otecve that all items an the final list _hmted olet completed and nrakc ENGINEER ccxtcrrtnng_accgpinrre_ 93.3. Limitation of Authority: The Representativ • shall nor 9_13 1. Authorir.•._ any _ deviations bran the Cnmrnet fhx:umencs or recent any su1>.stlute materials. or equipment unless autltonw I by the IT]GP.•1EER. . 933 _Etceed limitations of _CNGIN=E R'S authority asset forth in the Contact Documents. `+33.3 Undertake .my of the resnomibililies of the CONTRACTOR Subcontractor& or CON-IfR'W iOR'S sunenmendent 9 i3 4. Advise on or issue directions relative to or assume control Duct •ice its •n of the meaiv, methods, techniques, sequences or procedures_ for uinst[ucugn unless _such is speciLcall_y cm IN for in the Contract Documents. 9.39 5. Advise on or issue directions repsrhng_. or assume. control over safety precautions and nrotam5 to connections i& c Work_ 9.3.3.E AccM Shon_phawmgs or sampc submittals Front anyone other than the (-OVIRACTOR 9.3.3.7.:Authontt_ OWNERi a) occupy the Wak m_n'hole ormpan. - -- 933.8 Parliciparein_sy_ecialived_ Field _m knbomm totmP ests of iec'iicm conducted by others except - as.. specifi_atll_v _ aulhcirizni__ by _ the ENGINEER. C lariftcadans and Interpretadans: 9.4 ENGINEER will issue with rcasonable promptness well written clarification, or mterpreiatiots of the FJPIXCFTIF.RAL CON, MONN 191 atk 1i 99a Filth.. w al OFFORTCOIl MODn]CknONSIR '140P), requirements of the Contract Documents (in the form of Imiw'ings m otherwise) as HNGINEER may detemhme necascuy, which shall he consistent with die intent of and reasonably inferable from the Contract Damments. Such written clarifications aril interpretations will be binding on OWNER and CONTRACTOR 11 OWNER or CONE WTOR believes that a written clarification or interpretatirm justifies an adjtrstment in tic (:mtoct Price or tine Contract Tinter and die patties are unable to agree to the amount or eatem thereof, if any, OWNTER or CONTRACTOR may make a wrillen claim therefor as providedin Article I I or Article 12. Authori-ed I-bnations in W"k: 9.5. ENGINEER may authorize turner variations in die Work from the rcyuirements of the Contract Documents which do not involve an aeliusiment in the Contact Price or the Contract Times and are cornpodble with the design concept of the completed Project as a functioning whole as indicated he the Contract Documents These may be aee:omplisheil by a Field Order and will be bindiry; on OWNER and alw on CON -TRACTOR who shall perform the Work involved promptly. If OWNER er CONT RACTOR lielieves that a Field Oaderjustifies an adjustment in the Contact Priceor the Contract Timrs and the ponies are unable to agree as to the amount or Meat thereof. OWNER or CONTRACTOR rammake a written claim therefor a, provided in Article If or I_' Reiredng Defective 11•brk: 96 6NCINRLR will have authority' to disapprove ox reject Work which L•NGLVELR believes to be .kfecm-e. or that ENCUNPER believes will our produce a completed Project that conforms to the Cmim l Documents m that will prejudice the integrity of the design concept of the completed Project as a furctioning whole as indicated hw the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragrnph 1 i 9_. whether or nut the Work is fabricated, installed or completed. Shop Drawings, Change OrdersandPanments "7 In connection with ONGINEER's audairim as io Slop Drawings aril Samples, we paragraphs 6.'_4 Through 6.28 inclusive. 9.8 In connection with FNGINHER'a authority as to Change Orders, see .1rtides 10. 11, and 12. 44. In connection with ENGLU'LLR's authority, as w Applications for Nvire tt, we Aricle 14. Determinations for Unit Prices: 9_10_ ENGINEFIk will determine the actual quantities umd classifiwtcns of Unit, Price Work perf=cd by CON'fkAC'I'OR. FN(;M HR will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a w•nten decision thereon (!w reeconimendation of an Application