HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 7044 MISCELLANEOUS STREET IMPROVEMENTSSERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set forth below, by and between THE
CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Connell Resources, Inc. hereinafter referred to as "Service Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by and
between the parties hereto as follows:
1. Services to be Performed.
a. This Agreement shall constitute the basic agreement between the parties for services for
7044 Miscellaneous Street Improvements. The conditions set forth herein shall apply to all services
performed by the Service Provider on behalf of the City and particularly described in Work Orders
agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is
attached hereto as Exhibit "A", consisting of one (1)page and incorporated herein by this reference,
shall include a description of the services to be performed, the location and time for performance,
the amount of payment, any materials to be supplied by the City and any other special
circumstances relating to the performance of services. No work order shall exceed $100,000.00.
The only services authorized under this agreement are those which are performed after receipt of
such Work Order, except in emergency circumstances where oral work requests may be issued.
Oral requests for emergency actions will be confirmed by issuance of a written Work Order within
two (2) working days.
b. The City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the general scope of the particular services
assigned and the Service Provider agrees to perform such changed services.
STD SA WO 2009 rev07/09
EXHIBIT "A"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
Connell Resources, Inc.
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Professional agrees to perform the services
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Professional
Services Agreement between the parties. In the
event of a conflict between or ambiguity in the
terms of the Professional Services Agreement
and this work order (including the attached
forms) the Professional Services Agreement
shall control.
The attached forms consisting of (_) pages
are hereby accepted and incorporated herein, by
this reference, and Notice to Proceed is hereby
given.
User Acceptance
City of Fort Collins
Date:
By:
Director of Purchasing and Risk Management
(over $60,000.00)
Date:
B. Sprinkler Assembly:
1. Flush lateral pipe before installing sprinkler assembly.
2. Provide per installation details at locations shown on drawings.
3. Locate spray bodies three inches (3") from adjacent walls, fences,
or edges of paved areas.
4. Install sprinklers perpendicular to finish grade.
5. Provide appropriate nozzle or adjust arc of coverage of each
sprinkler for best performance and uniform coverage.
6. Adjust radius of throw of each sprinkler for best performance and
uniform coverage.
C. Bubbler Assembly:
1. Flush lateral pipe before installing bubbler assembly.
2. Provide bubbler assembly per installation details at locations
shown or directed on drawings.
3.08 INSTALLATION OF DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals:
1. Flush mainline pipe before installing RCV assembly.
2. Locate as shown on drawings. Connect control wires to remote
control valve wires using wire connectors and waterproof sealant.
Provide connectors and sealant per manufacturer's
recommendations.
3. Provide only one RCV to valve box. Locate at least twelve inches
(12") from and align with nearby walls or edges of paved areas.
Group RCV assemblies together where practical. Align grouped
valve boxes in uniform patterns. Allow at least twelve inches
(12") between valve boxes. Brand controller letter and station
number on valve box lid in two-inch (2") high letters.
4. Arrange grouped valve boxes in rectangular patterns. Set RCV
assembly discharge pressure to 30 PSI.
B. Zone Control Valve Assembly: Provide where indicated on drawings.
Install at least twelve inches (12") from and align with adjacent walls or
edges of paved areas. Brand "ZCV" on valve box lid in two-inch (2") high
letters.
C. Drip Emitter Assembly:
1. Locate as shown on drawings and installation details.
2. Flush lateral pipe before installing emitter assembly.
3. Cut emitter outlet distribution tubing square.
4. Use tools manufactured, and techniques recommended, by emitter
manufacturer.
77
D. Flush Cap Assembly: Provide at end of each drip irrigation lateral pipe as
shown and directed on drawings and installation details. Install at least
twelve inches (12") from and align with adjacent walls or edges of paved
areas. Brand "FC" on valve box lid in two-inch (21 high letters.
3.09 INSTALLATION OF INDEPENDENT CONTROL SYSTEM COMPONENTS
A. Irrigation Controller Assembly:
1. Location of controller assembly as depicted on drawings is
approximate; Owner's Representative will determine exact site
location upon commencement of contract. Install controller
assembly and enclosure in accordance with controller
manufacturer recommendations.
2. Lightning protection: Drive full length of grounding rod into soil.
Space rod and grounding plate 20 feet apart in straight line away
from each controller group. Connect #6 AWG copper grounding
wire to rod using CADWELD connection. Install six-inch (6") round
valve box over each CADWELD connection and grounding plate
connection. Provide connection of grounding wire between
controllers in groups in accordance with controller manufacturer or
distributor's recommendations.
3. Coordinate installation of electrical service in accordance with
local codes. Provide primary surge protection arrestors on
.incoming power lines in accordance with controller manufacturer
recommendations.
4. Provide one valve output surge protection arrestor on each control
wire and one for common wire.
5. Connect control wires to corresponding controller terminal. Attach
wire markers to ends of control wires inside controller assembly
housing. Label wires with identification number (see drawings) of
remote control valve to which control wire is connected.
6. Provide combination switch/GFCI outlet in accordance with local
codes inside controller pedestal or assembly enclosure.
B. Low Voltage Control Wire:
1. Bundle control wires where two or more are in same trench.
Bundle with pipe wrapping tape spaced at ten -foot (10') intervals.
Do not tape wires together where contained within sleeving or
conduit.
2. Provide 24-inch excess length of wire in eight -inch (8") diameter
loop at each 90-degree change of direction, at both ends of
sleeves, and at 100-foot intervals along continuous runs of wiring.
Do not tape or tie wiring loop. Coil 30-inch length of wire within
each remote control valve box.
3. Install common ground wire and one control wire for each remote
control valve. Multiple valves on single control wire are not
W.
permitted.
4. If control wire must be spliced, make splice with wire connectors
and waterproof sealant, installed per manufacturer's instructions.
Locate splice in valve box that contains irrigation valve assembly,
or in separate standard rectangular valve box. Use same procedure
for connection to valves as for in -line splices.
5. Install wire parallel with and below mainline pipe unless noted
otherwise on plans.
3.10 INSTALLATION OF OTHER COMPONENTS
A. Tools and Spare Parts: Prior to Review at completion of construction,
supply to Owner operating keys, servicing tools, spare parts, test
equipment, and other items indicated in General Notes on the drawings.
B. Other Materials: Provide other materials or equipment shown on
drawings or installation details that are part of irrigation system, even
though items may not have been referenced in specifications.
3.11 PROJECT RECORD (AS -BUILT) DRAWINGS
A. Document changes to design. Maintain on -site and separate from documents
used for construction, one complete set of contract documents as Project
Documents. Keep documents current. Do not permanently cover work until accurate
"as -built" information is recorded.
B. Record pipe and wiring network alterations on a daily basis. Record work
that is installed differently than shown on construction drawings. Record
accurate reference dimensions, measured from at least two permanent
reference points, of each irrigation system valve, each backflow
prevention device, each controller assembly and other irrigation
components enclosed within valve box.
C. Obtain from Owner's Representative a reproducible mylar copy of
drawings prior to construction completion. Duplicate information
contained on project drawings maintained on -site using technical drafting
pen or CAD. Label each sheet "Record Drawing".
D. Turn over "Record Drawings" to Engineer. Completion of Record
Drawings is required prior to final construction review at completion of
irrigation system installation.
3.12 WINTERIZATION AND SPRING START-UP
A. Winterize irrigation system in fall following completion, or partial
completion, of irrigation system construction. Start-up irrigation system
79
in spring following completion, or partial completion, of irrigation system
construction. Repair any damage caused in improper winterization at no
additional cost to Owner. Coordinate winterization and start-up with
landscape maintenance personnel.
3.13 MAINTENANCE
A. Maintain irrigation system for a duration of 30 calendar days from formal
written acceptance by Owner's Representative. Make periodic
examinations and adjustments to irrigation system components in order
to achieve the most desirable application of water.
B. Following completion of Contractor's maintenance period, Owner will be
responsible for maintaining system in working order during remainder of
guarantee/warranty period, for performing necessary minor maintenance,
for trimming around sprinklers, for protecting against vandalism, and for
preventing damage after landscape maintenance operation.
3.14 CLEANUP
A. Remove from site machinery, tools, excess materials, and rubbish upon
completion of work.
END OF SECTION
:•
EXHIBIT B
BID TAB
7044 Miscellaneous Street Improvements
Bid Tab Addendum 1
l em #
Description
Q -tyUnit
Unit Cost
Total Cost
1202-09
202-01
202-02
202-03
202-04
202-OS
Remove pipe ADS-CMP-RCP-PVC-Cla Tile
Plug Existing Pipe; (12"-36")1
Remove Standard'rype 11 Vertical Curb
Remove Roll Over Curb And Sidewalk
Remove Cross an/Drivewa /A ron
30
137
100
150
400
50
100202-08
600
403
120
100
100
100
100
LF
EA
LF
LF
SF
SFf�,p
SY;
SY}�
SY
SF
SY
LF
LF
LF
LF
. ,9
r , 1�
,
:
�, . t,
. 7)
` 14.35
I,
L
?�
f) ,
i t�-
C,,
�;��� },
C, . ID
2,eq. C)6,
W 0co
µ
202-06
202-0.7
202-10
202-11
202-12
202-13
202-14
202-15
Remove Concrete Pavin&ILAvg Depth.
Remove As halt 8" Av >. De th•
Roto Mill 3"-4" As halt.
Profile Mill 0-311.
Remove Sidewalk 4"-6" Depth.
Remove Ri Ra .
Remove Fence Various Types.
Removal of Pavement Marking.
Saw Cutting Existing Asphalt.
Saw Cut Conc, 6" or Less in De th
202-16
Saw Cut Conc. More Than 6" Depth
In/L
f `'�
_�r�f , C)Cc,
202-17
202-18
Saw Cut As halt 6" or Less in Depth
Saw Cut Asphalt More Than 6" De th
100 _�
100
LF
In/L
F
24c,-[)
";0,
. (~>;>
203-01
203-02
203-03
203-04
203-05
203-06
203-07
203-08
203-09
203-10
Unclassified Excavation.
Embankment �CIP}. _ .1
Borrow Suitable Fill Material.
Load, Haul And Dispose.
Topsoil Stri in , Stockpiling, Placin ;
Muck Excavation.
Borrow ABC Class 5 or 6 CIP .
Borrow Fill R-25
Median Splash Block Shaping
Import Topsoil Screened
1 l 5
75
50
65
7$
50
50
50
500
50
CY
CY
CY
CY'>
Cy
Cy
Ton
Ton
SF
CY
4 , 0 u
'
22, 35
21, oo
1 �" 70
j. C
, , -
206-01
206-02
206-03
206-04
206-05
206-06
206-07
206-08
Structure Excavation
Structure Backfill On Site Fill
Back .fill Class 1
Backfi If Class 11
Haul And Leveling
Structure Backfill Flow Fill_
Filter material 1-1/2 " washed rock
Dewaterin Min. 2" pump size
50
50
50
50
50 'CY
50
50
3
Cy
CY
CY
CY
CY
Ton
Dav
27 Q0
i
j 150 00
710. vo
208-01
S'WMP Permit
I
I LS
j o " c:� p
208-002
Silt Fence Furnished And Installed
100
' LF
208-003
Straw Bales Weed Free Furnished And Installed
20
EA
208-004
Soil Retention Blanket
.
500
SF
p, E:�,
�?iC►C� oC>
208-005
20$-006
Erosion to 6" Diameter)50
Rock Sock
25
LF
LF
'? .
• � v
6)
i (_:gyp
i.
208-007
Sand.Bag
200
EA,.
208-008
Concrete Washout Structure
I
EA
6- 6- ]
-I 7—C;, 00
208-009
Storm Drain Inlet Protection
3
EA
2 j5 t�0
inSJ C.��
208-010
Stabilized Const. Entrance (70'x12')
1
EA
_%U, 00
'75D.CX)
208-011
Sediment Removal and Disposal
30
Cy
22,30
cx)
208-012
Erosion Control Supervisor
25
HR
tJ .
I
i
1
210-01
210-02
Adjust Valve Box _
dust Manhole Rin Cover
3
2
EAIb
EA
so
, o(;
9>
210-03
Modify.Manhole
2
EA
&t/, on 1
210-04
Relocate Fire Hydrant.
1
EA
2
210-05
Relocate Water Meter "
1
EA
'%
210-06
Relocate C.P. Test Station j
1
EA_
210-07
Irri ation Service 3/4"-I") j
2
EAR`
,
c �60,
210-08
Relocate Fence Various Types
100
LF
/14),W -
/12c).)
210-09
Relocate Mailbox
2
EA
8-7, 2)r,
304-01
Aggregate Base CL 5-6 CIP 6"
50
Ton
(� �f
304-02
Shouldering Base Class 5-6- 4in CIP
50 1
Ton
(�b 0()0 1
304-03
Patch Placement Base CL-5-6 6" CIP
50
Ton
306-01
Reconditioning 8")
50
Sy
C> 001
403-01
Asphalt Hand Patching --Grading S-100 (PG 64-
28) (2"-3" Depth)
3
�% 'Z� C,
C) b
403-02
Asphalt Hand Patching — Grading S-75 or S-100
PG 58-28 2"-3" De th
3
_Ton
Ton
1 2J, t 0'
aG",or,
403-03
Asphalt Hand Patching — Grading SG-75 or SG-
I00 PG 58-2$ 6"-10" Depth)
6
Ton
403-04
Hot Bituminous Pavement - Grading S-100 (PG
64-28 2"-3" Depth)
50
Ton
19.
403-05
Hot Bituminous Pavement - Grading 8-75 or S-
100 PG 58-28 2"-3" Depth)
50 E
Ton
��" C=^C.�
; ICJC�.C�
i 403-06
Hot Bituminous Pavement.- Grading SG-75 or
SG-100 PG58-28 3"-5"Depth)
50
Ton
Ct'
403-07
Asphalt Paver Leveling Course SG-75 or SG-100
PG58-28
25
i
Tan I
L 6 C=)
403-08
Asphalt Paver Patch - Grading S-100 (PG 64-28)
(3" Depth)25
Ton
l??C%
rJ
403-09
i
Asphalt Paver Patch SG-75 or SG-100 (PG58-
28) (3" Depth)
25 ;
Ton
i
��l%c' E
` G/t f,
Asphalt Paver Patch - Grading S-75 or
1--�
403-010
S-100 PG 58-28 3" Depth)
25
E Ton
i
;2,C�.
i
412-01
412-02
Concrete Pavement 10" — Class P
Concrete Pavement 8" -- Class P
75
175
SY
SY
3
:
i
420-01
Geotextile Stabilization Fabric
50
Sy
420-02
Geogrid Reinforcement
50
SY
S
420-03
Geotextile Paving Fabric
50
Sy
j1 A ��
���� vc)
506-01
1 Riprap
10
Ton
0
514-01
Bridge Rail
30
LF
/S",-aa
Z bpi
514-02
514-03
Bridge Rail Post
Masonry
4
50
EA
SF
�>U
r 6)
1-75, 00
60I -01
601-02
Concrete, Class D Box Culvert
Concrete, Class D %Nall
12
12
CY
CY
602-01
602-02
Reinforcing Steel
;Reinforcing Steel (Epoxy Coated)
i
500
500
LB
LB
, c ,�
62,5,
i
i
603-01
12" CMP
27
1 LF
603-02
603-03
12" CMP FES
24" CMP
2
30
EA
LF
�` -; 6Ca
'20
603-04
603-05
603-06
603-07
603-08
603-09
603-10
603-11
603-12
1 603-13
603-1.4
24" CMP FES
12" Class III RCP
15" Class III RCP
18" Class III RCP
21" Class III RCP
24" Class III RCP
27" Class III RCP
30" Class IIl RCP
36" Class III RCP
42"Class III RCP
12 RCP Class III FES
2
30
30
30
30
80
30
30
30
30
2
EA
LF��,FjC�
LF
LF
LF
LF
LF
LF
LF
LF
EA
:):2
0
,,"75'
i/ j, 40
- �, : yL�
55,
2,30
t : qs
0,7,r-9
c;o
pe)
)02,
.2 :2.clo
t' ;p �
1, 8 7: c-Y-)
2 Li 91 .5;0
&7 c:3c
603-15
603-16 1
603-17
603-18
603-19
603-20
15" RCP Class III FES
1.8" RCP Class III FES
21" RCP Class III FES 12
24" RCP Class III FES 12
27" RCP Class III FES
30" RCP Class III FES
2
2
2
2
EA
EA
EA
EA
EA
EA
Lf Ito, 5
-0',, !,c
(�� 35 j
5.74, ,
Rn�f/P �
3 `3 : / [7 1
`137 e,r>
p,2
. �;'7U
1�
_ } 30
603-21 :
603-22
36" RCP Class III FES
42" RCP Class III FES
2
2
EA '1
EA
4:U3; 00 '
6, C0
603-23
603-24
24"x 38" RCP
24"x 38RCP- FES
30L01.
2
EA
-7.5
y -12, 75 i
r.:)
:3 5 `:�
603-25
14" x23" RCP
30 LF
5L/-, /, j.�,'�u,c
is
603-26
14"a 23" RCP FES
2
j EA
(3;.(�
603-27
Trash Rack
2
EA
2 -� , {?
' (, l j j,
603-28
15" ADS N-12
30
LF
603-29
15" ADS FES
2
EA
i ..� •; �,
; SC
603-30
18" ADS Pipe N-12
30
I.,F�;(�
603-31
18" ADS FES
2
EA��.
603-32
24" ADS Pi eN-12
30
LF
,570,&0
606-33
24" ADS FES
2
EA
, �T)
e)6
603-34
603-35
36" ADS Pipe N-12
36" ADS FES -
30
2
LF
EA
c� �� �,�
�' Lc
n�5L4
603-36
603-37
4" PVC Irrigation Pie SCH-200
` 4" Sanitary Sewer Service SDR-35
30
30
LF
LF7p,C�Gl
603-38
603-39
6" Pvc SanitarySewer
8" Pvc Sanitary Sewer SDR-35
30
30
LF
LF
; G�L�
5;
;('
7,�,
603-40
Concrete Encasement
20
LF,
rjzj
603-41
Concrete Cut Off (a Is ditch crossing)
' 2
EA
t)C.�
603-42
Pipe Headwall
2
EA
603-43
4" Median Underdrain Pipe Perforated
30
LF
J
r A•�, D
603-44
4" .Median Underdrain Pipe Solid
30
LF
,00
603-45
4" Clean Out
2
EA
CIO
(Cl w), UL''
604-01
T e 3.Sin rle Inlet
.
2
EA
t'r, i�i
1 le� i. )
604-02
Type 3 Double Inlet
2
EA�?G
640-03
5'Type R Inlet
2
EA_;
�. c .3�:�,,=
•:
604-04
6 44-05
10' T - e R Inlet
15' Type R Inlet
2 'EA
2
EA
1_� , 7, (>v
] .- '7V 00
604-06
Combination Type 13 Inlet _
2
EA
5%j
rCg 1
604-07
COFC Single Inlet Area Inlet
2
EA
r •�)
604-08
604-09
4' Diameter Manhole.
5' Diameter Manhole
2
2
EA
EA
604-10
5' Diameter Manhole Drop
2
EA,�;<�
604-11
6' Diameter Manhole
2
EA
607-01 ,
Temporary Fence — Corral Fence
50
LF
7, 1)0
3 r., V0
607-02
Temporary Fence — Corral Panel & Screen
50
LF
601-03
Privacy Fence 8' Cedar
10U
LF
j (,�, � �3.
f
607-04
607-05
PrivacyFence 6' Cedar
2 Rail Split Fence
100
100
LF
LF
! I , '7 (
0
! 1
607-06
607-07
607-08
3 Railed Dowel Fence
4 Strand Barbed Wire Fence
Orange Safety Fence
100
100
100
LF
LF
LF
(w
608-01
60$-02
Concrete Sidewalk 4"
Concrete Sidewalk (6"
500
935
SF
SF
%� J�;
3
608-03
Concrete Access Ramps with Approved
Truncated Domes 6"
36
SF
"-
608-04 ;Concrete Drive Approach 8"
250 7,1
SF
, 7
Tall C�C�
El
608-05
Drive Over Curb and Sidewalk 6"
200
SF
�, rj
lip, p
608-06
Concrete Cross an and Apron (10")
390
SF
.5 7
608-07
Concrete Trickle Pan 4' wide x 8" thick
760
SF
�� G:�U
�f (ems: 40
608-08
Colored Concrete Bike Path (5" Fibermesh)
Yosemite Brown
1000
SF
_
3, fir, 6-CtD
608-09
Bus Sto2 Pad 8" _
500
SF
j1,
608-10
Pedestrian Refuge Island 6"
100
SF
, �l
(vC/,�? j
608-11
HiLb Early Concrete (24hr)
25
Cy
37, C�(�
608-12
Flowable Fill Concrete
( 50
Cy
609-01
Remove and Replace Concrete Curb and Gutter
100
LF
j 609 02
Vertical Curb and Gutter (30")
66
LF
609-03
1 Outfal l Curb and Gutter 18"
50
LF
-�, UGC
609-04
j Rollover Curb and Gutter
50
LF
609-05
Driveway Curb Cut
4
EA
"
1 609-06
Asphalt Curb
150
LF
610-01
Exposed Aggregate Concrete for Hardscape
Medians 4"
250
SF
610-02
Colored Patterned Concrete (Stamped) 6"
250
SF
610-03
Interlocking Sidewalk Pavers -Type 1
250
SF
lG�
619-01
6" D.I.P. Class 52 w/ Poly -Wrap
30
LF
�t1
619-02
6"x6" Tee
1
EA
U()
/ - : : C''C'
619-03
61 x6" Cross
1
EA ! 1
?j
, 7e)
619-04
6" 45 Degree Bend
1
EA
_619-05
619-06
6" Gate Valve And Box
6" Mega Lu s Restraints
1
2
EA,?,i..?r_�
EA
619-07
6"x2" Blow Off
1
EA
b 7 j• -�'p
e;,' , , ' b
619-08
8" D.I.P. Class 52 w/ Ploy -Wrap
30
LF
e7(), I-/E,'
619-09
81 x6" Tee
1
EA
- 6)
2-75 •- c,
619-10
8"x8" Cross -_
1
EA
."G; 4-l-,
- �-.; , �k)
619-11
i 619-12
8" 45 Degree Bend
8"x2" Blow Off
1
EA
619-13
8" PVC C-900 !
30
LF
619-14
8" Gate Valve And Box '
i
EA
j
619-15
8" Mega Lugs Restraints
2
EA
/0
R 61 j
619-16
Fire Hydrant
1
EA
(0Q-31
;7
619-17
6" Fire H dram Extension
1
EA
619-18
619-19
' 619-20
12" Fire Hydrant Extension
3/4" Copper Pie
3/4" CorpStop ;
1
30
1
EA
LF
EA
11, 6�c
619-21
3/4" Curb Stop
1
EA
4 9;
619-22
3/4" Meter Pit with 3/4" Yoke
I
EA
619-23
1 " Copper Pie
30
LF
; 20
619-24
1 " CorpStop
1
EA
61.9-25
1 "Curb Stop�,
`0 f
SE/, SZ
619-26
1 " Meter Pit with 3/4" Yoke
1 -
EA
619-27
1" Air Vac Assembly
1
EA
0, {
619-28
8" Gate Valve o en left w/ Valve Box
1
EA-
i 619-29
8" Gate Valve ..(open right) w/ Valve Box
I
EA
LV- -30
6I 9-34
16"x ] 6"x8" Tap in Saddle w/ T.B.
1
EA
_ `7�;�
619-31
8" Tapping Gate Valve w/ Valve Box_
1
EA
j 16,13)
l � t✓ti �,)
6 ] 9-32
;Jain to Existing8" Water Line
I
EA
;-3k72. •5c{
i 619-33
' 61�9-34
Join to Existing l2" Water Line
l
EA
Join to Existing 16" Water Line
I
EA
619-35
Join to Existing 24" Water Line
I
EA,
626-01
Mobilization
(See S ecification)
630-01
Traffic Control Supervisor
1
Da
630-02
Fla in
8
Hour
900-01
4" CL-200 PVC Main 4.5 cover
100
LP
900-02
6" CL-200 PVC Main 4.5 cover
100
i L1=
267,o •)
900-03
Cap Irrigation Line
2
EA
CO 1
7
904-04
S rinlaer Line install (Trenching and Backfil l
100
LF
900-05
Mainline PVC Class 200 ( 3" Welded)
100
LP
Z-q0- IL)«
900-06
Laterals PVC 200 2"-1 1/2"-1"
100
LI
900-07
Remote Control Gone Valves
2
EA
Z.C.
900-08
Isolation Gate Valves 2" Square Nut
2
EA
12`�/0.00
a X) >v
900-09
Valve Boxes E
2
900-10
Control System 18 Station
1
EA
Electric Control Wiring ( 5 Wires #14 need and
900-11
# 12 Common)140
LI~
/U
/ c) n c,
900-12 1
Gear Driven Rotor Heads Rainbird
2
EA
1 Z-
Material Costs
Cost plus C�
Cost plus
Total Base Bid
TOTAL IN
% for materials costing less than $500.00. Maximum allowed is 10%
% for materials costing $500.00 or more. Maximum allowed is 8%
Dt1
0
CONNELL RESOURCES, INC.
CONTRACTORS TIME AND MATERIAL
LABOR AND EQUIPMENT RATES
Effective March 1, 2009
All Rates are per hour except as noted
Minimum $600 mobilization fee on all moves
GRADING EQUIPMENT - Fueled & Maintained
Scraper 631 E
$190 00
Scraper 627E
$195.00
Scraper 623E
$165.00
Scraper 615C
$110.00
Scraper 613E
$110.00
Scraper 613C
$110.00
Blade 140G
$90.00
Blade 140H
$90.00
Blade 14H
$115.00
Road Reclaimer -Dirt
$135.00
Road Reclaimer - Asphalt
$190.00
930 Loader
S 135.00
972 Loader
$115.00
970 Loader
$116.00
966 Loader
$115.00
950 Loader
$95.00
938 Loader
$95.00
936 Loader
$90.00
IT 28 Loader
$90.00
John Deere 8650 with Disk
$90.00
John Deere Landscape Loader
$65.00
Skid Steer
$45.00
D-9 Cat Dozer
$185.00
D-8 Cat Dozer w/rippers
$155.00
D-6 Cat Dozer
$95.00
D-5 Cat Dozer
$85 00
D-4 Cat Dozer
$75 00
D-3 Cat Dozer
$65.00
Bobcat 250 Track Skid Steer
$55.00
EXCAVATION EQUIPMENT - Fueled & Maintained
Komatsu PC600
$170.00
Komatsu PC400
$146.00
Komatsu PC300
$120.00
Komatsu PC220
$105.00
Komatsu PC200
$95.00
Komatsu PC150
$80.00
Komatsu PC200 W/Attachment
$170.00
Cat 345 Excavator
$145.00
Rock
$225.00
$195.00
7
CONNELL RESOURCES, INC.
CONTRACTORS TIME AND MATERIAL
LABOR AND EQUIPMENT RATES
Effective March 1, 2009
All Rates are per hour except as noted
Minimum $500 mobilization fee on all moves
Cat 330 Excavator
$125.00
Cat 325 Excavator
$115.00
Cat 320 Excavator
$100.00
Cat M318 Wheel Excavator
$95.00
Cat 426 Backhoe
$70.00
Cat 416 Backhoe
$70.00
PUMPS
3"
$30.00
4„
$35.00
5„
$40.00
10"
$55.00
PAVING EQUIPMENT - Fueled & Maintained
Paving Machine Cat AP105513
$155.00
Paving Machine LeeBoy 8500
$80.00
Paving Machine Slaw Knox 4410
$125.00
Gilcrest 813 Pro Paver
$70.00
Roadtec RX700 Profiler
$525.00
Power Curber 150
$85.00
Johnson Street Sweeper
$95.00
Crew Truck & Tools
$200.00 Day
Tack
$3.00 Gal
Distributor Truck
$65.00
ROLLER EQUIPMENT - Fueled & Maintained
815E Sheepsfoot Compactor
$125.00
Ing Rand 122FB Compactor
$95.00
Rex 3-35 Compactor
$95.00
Dynapac CA151 Vibratory Roller
$70.00
Dynapac CA151 Compactor
$70.00
Cat CP323 Compactor
$50.00
Cat CP434 Smooth Drum
$70.00
Cat CB 334E
$50.00
Cat CB 224C
$50.00
Cat CB 225E
$50.00
Hypac 530A Rubber Roller
$50.00
Hyster C766 Roller
$75.00
Dynapac Roller,CC21,CC101,CC122
$45.00
Ing Rand OD32 Asphalt Roller
$45.00
>.quip rates 2069
E:3
CONNELL RESOURCES, INC.
CONTRACTORS TIME AND MATERIAL
LABOR AND EQUIPMENT RATES
Effective March 1, 2009
All Rates are per hour except as noted
Minimum $500 mobilization fee on all moves
MISCELLANEOUS
Broom
Asphalt Saw
Compressor& Tools
Pickup Truck & Tools
Fuel Truck
$40.00
$65.00
$280.00 Day
$20.00
$80.00
2. Changes in the Work. The City reserves the right to independently bid any services
rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this
Agreement shall obligate the City to have any particular service performed by the Service Provider.
3. Time of Commencement and Completion of Services The services to be performed
pursuant to this Agreement shall be initiated as specified by each written Work Order or oral
emergency service request. Oral emergency service requests will be acted upon without waiting for
a written Work Order. Time is of the essence.
4. Contract Period. This Agreement shall commence August 1st, 2009 and shall
continue in full force and effect until July 31, 2010, unless sooner terminated as herein provided. In
addition, at the option of the City, the Agreement may be extended for additional one year periods
not to exceed four (4) additional one year periods. Renewals and pricing changes shall be
negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the
Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall
be provided to the Service Provider and mailed no later than 90 days prior to contract end.
5. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
6. Early Termination by City/Notices. Notwithstanding the time periods contained
herein, the City may terminate this Agreement at any time without cause by providing written notice
of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following address:
STD SA WO 2009 rev07/09 2
CONNELL RESOURCES; INC.
CONTRACTORS TIME AND MATERIAL
LABOR AND EQUIPMENT RATES
Effective March 1, 2009
All Rates are per hour except as noted
Minimum $500 mobilization fee on all moves
LABOR
Straight TimF
Overtime$95
Project Site Manager with Pickup
00
$115 00
Supervisor with Pickup
$80 00
$100 00
Foreman - Pickup Truck with Tools
$70 00
$90.00
Operator - Blade
$46.00
$61.00
Operator - Lg Scraper,Loader, Dozer,Hoe
$43.00
$58.00
Operator - Sm Scraper,Loader, Dozer,Hoe
$40.00
$65.00
Operator - 815, Rex Compactors
$40.00
$55.00
Operator - Disk, Skid Steer
$35 00
$50 00
Operator - Paver, Screedman
$46.00
$61.00
Operator - Paving Rollers, Sweeper
$43 00
$58 00
Laborer - Asphalt
$38.00
$53.00
Grade Checker
$41.00
$56.00
Pipe Layer
$35.00
$50.00
Laborer
$32.00
$47.00
Field Mechanic
$46.00
$61.00
Oiler
$43.00
$58.00
Overtime will be added to the above prices for Weekend,
Holidays, and above 8 hours r
during the week. All units listed above will be an additional $15.00 per hour for overtime
TRUCKS - Fueled, Operated & Maintained
Tractor w/Low Boy
$125, 00
Tractor w/Rock Trailer
$85.00
Tractor w/Flow Boy
$85.00
Tractor wBelly Dump
$85.00
Tractor w/End Dump
$85.00
Truck and Pup
$85.00
Tandem Dump
$75.00
Cat D350 Rock Truck
$170 00
Cat 621 Water Wagon $150 00
Cat D25 Water Tanker $100 00
International Water Truck $85.00
GMC Water Truck $85.00
Overtime will be added to the above prices for Weekend, Holidays, and above 8 hours ,
during the week. All units listed above will be an additional $15.00 per hour for overtime
10
EXHIBIT C
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Service Provider shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after
ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement. The City, its officers, agents and employees shall
be named as additional insureds on the Service Provider's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's employees
engaged in work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $500,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a.
subcontractor, which liability is not covered by the subcontractor's insurance.
t
ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE
8/05/2009 )
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P 0 Box 270370
Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A: Travelers Insurance Company
Connell Resources, Inc. INSURER B: Pinnacol Assurance
7785 Highland Meadows Parkway INSURERC:
Fort Collins, CO 80528 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TR
R
TYPE Of INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
DATE (MMIDDfYYI
LIMITS
A
GENERAL LIABILITY
DTC04794N532
06101/09
06/01/10
EACH OCCURRENCE
$1 QQQ QQQ
MERCIAL GENERAL LIABILITY
XCLAIMS
TO
DAMAGE RfE.ENTED
$300 QQQ
4COM
MADE 51OCCUR
MED EXP (Any one person)
$1 O QQQ
PERSONAL & ADV INJURY
$1 QOO 000
X PD Ded:5,000
GENERAL AGGREGATE
$2 000 000
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s2,000,000
POLICY X JE OT LOC
A
AUTOMOBILE LIABILITY
X ANY AUTO
DT8104794NS32
06/01 /09
06/01/10
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
BODILY INJURY
(Per accident)
$
X Drive Other Car
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
A
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMS MADE
DTSMCUP4794N532
06/01/09
06/01/10
EACH OCCURRENCE
$10 000 000
AGGREGATE
$1 O 00Q 000
$
DEDUCTIBLE
$
X RETENTION $ 1Q QQQ
WORKERS COMPENSATION AND
4029651
06/01 /09
06/01/10
X WC STATUS DTH-
4ITB
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
ff yes, describe under
SPECIAL PROVISIONS below
NO
E.L. EACH ACCIDENT
$500,000
E.L. DISEASE - EA EMPLOYEE
$500000
E.L. DISEASE - POLICY LIMIT
$5OO OOO
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: 7044 Misc Street Improvements
The City, its officers, agents and employees are named as additional insured, but only as respects
liability arising out of work performed by the named insured (Excluding
Workers' Compensation). A waiver of subrogation applies.
City of Fort Collins
Financial Services - Purchasing
215 N Mason St, 2nd Floor
PO Box 580
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL �3Q_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
ACORD 25 (2001108) 1 of 2 #S470211/M447592 NIK O ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
AUUKU LO-J (1U IM51 2 of 2 #S470211/M447592
EXHIBIT D
SPECIAL PROVISIONS
PROJECT SPECIFICATIONS
CITY OF FORT COLLINS
CAPITOL PROJECTS
MISCELLANEOUS CONTRACT
The Colorado Division of Highways "Standard Specifications for Road and Bridge
Construction" (2005 or latest revision), except as revised herein, is hereby adopted as a
minimum standard of compliance for this project. The City of Fort Collins Storm Drainage
Construction Standards (or latest revision), Larimer County Urban Area Street Standards
latest revision and City of Fort Collins Work Area Traffic Control Handbook, shall also
serve as minimum standards of compliance for this project. They are not included in the
contract documents, but may be obtained at the appropriate City Departments. It shall be
the Contractor's responsibility to purchase and familiarize themselves with all of the
City Department Specifications and standard specifications in the above referenced
publications as well as any revisions to those specifications. These project
specifications, City Department specifications and CDOT standard specifications are
considered minimum standards for compliance on this project. In those instances where
the CDOT Standard Specifications conflict with the City specifications, the City
specifications shall govern. In those instances where the CDOT Standard Specifications
conflict with any of the provisions of the preceding Sections 00001 through 01750, General
Requirements, the preceding sections shall govern.
PROJECT STANDARD PROVISIONS
The Colorado Division of Highways "Standard Specifications for Road and Bridge
Construction" (2005 or latest revision), except as revised herein, is hereby adopted as a
minimum standard of compliance for this project. It shall be the contractors'
responsibility to obtain and familiarize themselves with all of the latest Standard
Special Provisions issued by CDOT and comply with said special provisions that
may be applicable to work done under this contract.
2
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 202
REMOVALS
Section 202 of the Standard Specifications is hereby revised for this project as
follows:
Subsection 202.01 is revised to include the following:
The Contractor shall remove and dispose of all concrete sidewalk, curb and gutter,
cross pans, driveways, inlets, irrigation structures, pipe, structures, asphalt, fence,
trees, retaining walls and any other obstructions that are designated for removal by
the Engineer. All such removals will be measured in the field, and quantities agreed
to by the Contractor and the Engineer.
Subsection 202.02 is revised to include the following:
Disposal Site - Materials designated for removal shall become property of the
Contractor, unless noted in the specifications or specified by the Engineer to be
salvaged or stockpiled. It shall be the Contractor's responsibility to obtain disposal
sites for all unusable material, which is removed.
Subsection 202.07 is revised to include the following:
Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and
straight vertical line. Pieces of concrete which, due to the Contractor's operations,
crack or break beyond the limits of construction, shall be saw cut, or removed to
the nearest joint, and removed and replaced at the Contractor's expense. The limit
of the repair will be determined by the Engineer. The initial saw cutting to remove
existing concrete and/or asphalt shall be considered incidental to the Work and
shall not be paid for separately under this item.
Removal of concrete, asphalt and/or obstructions as described in section 202.01
beyond the limits designated by the Engineer will be the responsibility of the
Contractor and will not be paid for under this section.
When saw cutting is requested by the City as a stand alone service, not associated
with removals or paving being done by the contractor, saw cutting will be paid for
separately based on the type of pavement and depth.
Subsection 202.11 is revised to include the following:
The Contractor and the Engineer shall field measure and agree upon the quantity to
be removed before the work commences. Should the Contractor fail to request the
Engineer to measure any work, the Contractor shall not be compensated for
materials that were not measured by the Engineer.
3
The accepted quantities will be paid for at the contract unit price. Saw cutting,
excavation, backfill, haul, disposal, and stockpiling of materials will not be
measured and paid for separately. This cost shall be included in the unit price for
each bid item in Section 202.
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ( ).
202-01 Remove pipe (ADS-CMP-RCP-PVC-CLAY TILE) — (LF)
202-02 Plug Existing Pipe (12"-36") — (EA)
202-03 Remove Vertical Curb — (LF)
202-04 Remove Roll Over Curb and Sidewalk — (LF)
202-05 Remove Crosspan/Driveway Apron — (SF)
202-06 Remove Concrete Paving 8" Avg. Depth — (SF)
202-07 Remove Asphalt 8" — (SY)
202-08 Roto Mill 3"-4" Asphalt — (SY)
202-09 Profile Mill 0"-3" — (SY)
202-10 Remove Sidewalk 4"-6" — (SF)
202-1 1 Remove Rip -Rap — (SY)
202-12 Remove Fence (Various Types) — (LF)
202-13 Removal of Pavement Markings — (LF)
202-14 Saw Cutting Existing Asphalt — (LF)
202-15 Saw Cut Existing Concrete 6" Thick or Less — (LF)
202-16 Saw Cut Existing Concrete More Than 6" thick — (in thickness/LF)
4
202-17 Saw Cut Existing Asphalt 6" Thick or Less — (LF)
202-18 Saw Cut Existing Asphalt More Than 6" thick — (in thickness/LF)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals and for doing all work involved in
removals and rotomilling, including excavation, backfill, haul and disposal, as
specified in these specifications, and as directed by the Engineer. All saw cutting
involved in removing the necessary items in order to complete the Work shall be
considered incidental to the Work and will not be paid for separately.
END OF SECTION
5
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
Subsection 203.02 is revised to include the following:
Unclassified Excavation — This shall consist of excavation of all materials on the
site to final grades, excluding the bid items listed in Section 202. Excavation of
unsuitable material will only be paid for if it is found to be unsuitable in its original
state. This item shall be measured from the plans and cross sections, and will be
paid for by the cubic yard. This item shall be paid according to plan quantity.
Embankment (Complete in Place) — All excavated material, except the material
being hauled and disposed, shall be placed as embankment and compacted, to final
grades, as specified in Section 203.07. The embankment quantity was not
adjusted to allow for shrinkage during compaction. This item will be measured from
the plans and cross sections and will be paid for by the cubic yard. This item will
be paid according to plan quantity.
Load, Haul and Disposal — This shall consist of loading, hauling and disposing of
any excess material or unsuitable fill material (Muck Excavation is not included in
this item). This item will be measured from the plans and cross sections and will be
paid for by the cubic yard. This item shall be paid according to plan quantity.
Topsoil - (stripping, stockpiling, placing) — All areas that have suitable topsoil
material shall be stripped to a depth of six inches (6"). This material shall be
stockpiled and placed after the final grades have been established. This item shall
include stripping existing vegetation, temporarily stockpiling, loading, hauling, and
placing topsoil material for back of walk and curb areas, parkway areas, and other
designated areas. This item shall be paid according to plan quantity.
Muck Excavation — This shall include excavation of unsuitable material, supplying
and placing Class 1 or 2 Structural Backfill, Pit Run or an approved fill,
recompacting material to finish grade, and haul and disposal of unsuitable material.
Muck -excavation of material from rain or weather damage will not be paid for and
is entirely the Contractor's responsibility. This item shall be measured in the field,
and will be paid for by the cubic yard.
Borrow - ABC Class 5 or 6 (Complete in Place) — This shall include supplying,
placing, and compacting aggregate base course as directed by the Engineer. This
item will be measured in the field and paid for by the ton. This item will not be paid
for as Embankment. Borrow material will only be used for fill if there is a shortage
of suitable material onsite and/or as directed by the Engineer and may be used
under sidewalks and median hardscaped areas.
C:
Service Provider City
Connell Resources, Inc. City of Fort Collins, City of Fort Collins, Purchasing
Attn: Mr. David E. Simpson Engineering PO Box 580
7785 Highland Meadows Attn: Randy Maizland Fort Collins, CO 80522
Parkway, Suite 100 PO Box 580
Fort Collins, CO 80528 Fort Collins, CO 80522
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the termination date, subject only to the satisfactory performance of the Service Provider's
obligations under this Agreement. Such payment shall be the Service Provider's sole right and
remedy for such termination.
7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price.
The actual amount of work to be performed will be stated on the individual Work Orders. The City
makes no guarantee as to the number of Work Orders that may be issued or the actual amount of
services which will in fact be requested.
8. Payments.
a. The City agrees to pay and the Service Provider agrees to accept as full payment
for all work done and all materials furnished and for all costs and expenses incurred in performance
of the work the sums set forth for the hourly labor rate and material costs, with markups, stated
within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of ten (10)
page[s], and incorporated herein by this reference.
Payment shall be made by the City only upon acceptance of the work by the City and upon
the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and
materials, and other costs incurred in connection with the performance of such work.
9. Liquidated Damages. OWNER and CONTRCTOR 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 the work order, plus any extensions thereof
STD SA WO 2009 rev07/09 3
Median Splash Block/Hardscape Shaping (Complete in Place) - The areas in the
medians beneath the exposed aggregate concrete shall be backfilled with suitable
onsite material approved by the Engineer. These areas shall be backfilled in lifts not
to exceed 6 inches (6") and compacted with a plate compactor or as directed by
the Engineer. This item will not be paid for as Embankment. This item will be
measured in the field and will be paid for by the square foot.
Potholing - The Contractor shall be responsible for locating electrical, gas, fiber
optic, cable, telephone, traffic signal conduit and other existing utility lines and
shall be performed every 100 lineal feet or as deemed necessary by the contractor.
All related work, including excavation, backfilling, shoring, labor and number of
hours will not be measured and paid for separately, but shall be included in the
work. Repair of damaged existing utility lines caused by the Contractor will be at
the Contractor's expense. These items will not be paid separately under items in
section 202, 210, 603, or 604.
Embankment and subgrade material shall be compacted to 95% of maximum
density at +/- 2% optimum moisture. Maximum density shall be determined by
ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk, and
driveways. Topsoil shall be compacted to 85% of maximum density at/or near
optimum moisture.
Excavation and Embankment will only be paid when a significant change in grade is
required, as determined by the Engineer. Minor cuts and fills shall be considered
incidental to the work, and shall not be paid separately under this section.
If unsuitable subgrade is encountered and the Engineer directs the Contractor to
over excavate the material, the Contractor shall use Aggregate Base Courses (Class
5 or 6), Class 1 or 2 Structural Backfill, Pit Run or an approved fill to backfill the
over excavated area if there is not any acceptable material onsite. This Work will
not be paid for separately but will be paid under the Muck Excavation item. The
proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Aggregate Base Coarse shall be 0.11.
After specified compaction has been obtained, the subgrade under the curb, gutter,
sidewalk, and pavement shall be proof -rolled with a heavily loaded rubber tired
roller, fully loaded water truck, or approved equal.
Those areas which produce a rut depth of over one-half (1/2) inch or which crack
the subgrade after pumping and rebounding shall be ripped, scarified, wetted or
dried if necessary, and recompacted to the requirements for density and
moisture at the
7
Contractor's expense. Where unsuitable material is encountered, the Engineer may
require the Contractor to remove the unsuitable materials and backfill to the
finished grade with approved material. The completed subgrade shall be proof -
rolled again after placement of approved material. This will be paid for at the
contract unit price for Muck Excavation.
The Contractor shall refer to the plans for regrading information. This work shall
include all excavation, embankment, and grading required to prepare these sites for
landscaping.
Subsection 203.04 is revised to include the following:
The excavations and embankments shall be finished to smooth and uniform
surfaces conforming to the typical sections specified. Variation from the subgrade
plan elevations specified shall not be more than 0.08 feet.
Subsection 203.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
203-01 Unclassified Excavation - (CY)
203-02 Embankment -CIP - (CY)
203-03 Borrow Suitable Fill Material - (CY)
203-04 Haul & Dispose - (CY)
203-05 Topsoil -(Stripping, stockpiling, placing) - (CY)
203-06 Muck Excavation - CIP - (CY)
203-07 Borrow ABC (Class 5 or 6) -CIP - (TON)
203-08 Borrow Fill R-25 - (CY)
203-09 Median Splash Block/Hardscape Shaping - CIP - (SF)
203-10 Import Topsoil (Screened) - (CY)
1
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work involved in
Unclassified Excavation, Embankment, Haul & Dispose, Topsoil (stripping,
stockpiling, placing), Muck Excavation, Borrow ABC and Median Hardscape
Shaping, including without limitation, haul, stockpiling, placing of material,
watering or drying soil, compaction, proof rolling, finish grading, and disposal of
unusable materials, as shown on the plans and as specified in these specifications,
and as directed by the Engineer.
END OF SECTION
9
REVISION OF SECTION 206
EXCAVATION AND BACKFILL FOR STRUCTURES
Section 206 of the. Standard Specifications is hereby revised as follows:
Subsection 206.03 is revised to include the following:
Structure Excavation — It is anticipated that unsuitable soils will be encountered for
the foundation of the box culvert. The excavation of the unsuitable material has
already been accounted for and will be paid for under the Muck Excavation item.
The Contractor is cautioned that construction equipment may cause the natural
soils to pump or deform while performing excavation work inside and on footings,
structural floor slabs, or other structure foundation areas.
Foundation materials which are: a) saturated by either surface or dewatering work
by the Contractor; b) frozen for any reason; or, c) 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 their expense.
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:
1. For over -excavations of two (2) inches or less, either: Backfill and compact with
approved granular materials; backfill with 1/2inch washed crushed rock; or fill with
concrete at the time of the appurtenant structure concrete pour.
2. For over -excavations greater than two (2) inches, backfill and compact with 1 %2 inch
washed crushed rock.
Structural Class I and If Backfill (On -site Fill) — Backfill, and fill within two feet (2')
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 three inches (3"). Material may be job excavated, but selectivity will be
required as determined by the Engineer. Refer to the Plans for job specific
requirements. Stockpiled material, other than topsoil from the excavation shall be
used for backfilling unless an impervious structural backfill is specified. The backfill
material shall consist of either clean on -site granular materials free of stones larger
than three inches (3") 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 eight -inch (8")
loose lifts within range of 2% above to 2% below the optimum moisture
10
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.
Structural Haul and Leveling — This shall consist of hauling and leveling of any
excess material or unsuitable fill material on site. This item will be measured from
the plans and cross sections and will be paid for by the cubic yard. This item shall
be paid according to plan quantity.
Structural Backfill flow fill — Backfill flow fill will be required around the foundation
and up to a height of two feet above the foundation.
Dewatering — This item shall include pumps, labor, equipment and any associated
costs to insure a dry work area. Also, a discharge pipe is to be installed and
removed to provide access for construction equipment. These combined items will
be paid for as a per day cost. 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.
Subsection 206.07 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
206-01 Structure Excavation — (CY)
206-02 Class I and II Structure Backfill (On -Site Fill) — (CY)
206-03 Structure Haul and Leveling — (CY)
206-04 Structure Backfill Flow Fill — (CY)
206-05 Filter Material (1 1/z " Washed Rock) — (TON)
206-06 Dewatering (min. 2" pump) — (DAY)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work involved in
Structural Excavation, Backfill, Haul & Leveling, Filter Material installation, and
Dewatering, including without limitation, haul, stockpiling, placing of material,
watering or drying soil, compaction, proof rolling, finish grading, and disposal of
unusable materials, as shown on the plans and as specified in these specifications,
and as directed by the Engineer.
END OF SECTION
11
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
Subsection 208.01 is revised to include the following:
On any work that results in disturbance of one acre or more of soil, the contractor
is required to obtain a State permit and approved Stormwater Management Plan
(SWMP) prior to starting work. The contractor is responsible for obtaining any
necessary permit(s) and full compliance with the requirements of said permits
including the appointment of an erosion control supervisor to provide regular
inspections required under the permit and keeps all necessary documentation as
required by the permit. The contractor will be paid a lump sum price to obtain any
necessary permit(s) and the appointed erosion control supervisor will be paid on an
hourly basis for inspections and documentation required by the SWMP permit. For
work with less than one acre of disturbance, the contractor shall install best
management practices (BMP's) as needed or as directed by the City Engineering
Inspector to prevent any sediment runoff or contamination from leaving the project
limits. Removal of sediment and contaminants from the site will be paid under line
item 208-1 1.
Subsection 208.05 is revised to include the following:
All Erosion Control Devices, Materials, and Techniques required to prevent damage
to the storm water facilities as outlined in the City of Fort Collins Standards will be
considered incidental to the work, and shall be included in the price. No
measurement for payment shall be made for maintenance of Erosion Control
devices. The tracking pad shown on the plans shall be included and considered
incidental to the work. This item will be paid for as a lump sum price to the
Contractor.
Working in or Crossing Watercourses and Wetlands — Construction vehicles should
be kept out of watercourses to the extent possible. Wherein channel -work is
necessary, precautions must be taken to stabilize the work area during
construction to minimize erosion control. The channel (including bed and banks)
must always be restabilized immediately after in -channel work is completed. Where
a live (wet) watercourse must be crossed by construction vehicles during
construction, a Temporary Stream Crossing must be provided for this purpose.
Subsection 208.07 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
12
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
208-001 SWMP Permit - (LS)
208-002 Silt Fence Furnished and Installed - (LF)
208-003 Straw Bales (Weed Free) Furnished and Installed - (EA)
208-004 Soil Retention Blanket - (SY)
208-005 Erosion Log (Min. 6" diameter) - (LF)
208-006 Rock Sock - (LF)
208-007 Sand Bag - (EA)
208-008 Concrete Washout Structure - (EA)
208-009 Storm Drain Inlet Protection - (EA)
208-010 Stabilized Construction Entrance (70' x 12') - (EA)
208-01 1 Sediment Removal and Disposal - (CY)
208-012 Erosion Control Supervisor - (HR)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work involved in
installing and maintaining erosion control, complete -in -place, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
13
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
Subsection 210.10 is revised to include the following:
Work contained in this Subsection shall meet the requirements of the current City
of Fort Collins Water Utilities Standard Construction Specifications or other
applicable water utility agency standard construction specifications.
The Contractor shall cooperate and coordinate with the City Water Utilities
Department or other applicable water utility when shutting off water to minimize
downtime to customers. The Contractor shall also coordinate work involving the
relocation of fire hydrants, water meters, curb stops, and water valves, and
lowering water and sewer service lines, and water lines. The Contractor shall
supply all materials required to complete the work that is not supplied by the City
or other applicable water utility, and these materials shall be included in the costs
of each item. This shall include, but not be limited to; new copper line and fittings,
new stop boxes, meter pits, excavation, backfill and compaction. New copper
fittings, stop boxes and meter pits will be required at each location.
All structures located in bituminous pavements to be surfaced shall be adjusted
prior to, or during paving operations.
All structures located within a concrete pavement shall be adjusted prior to opening
the roadway.
The Contractor shall perform all work needed to ensure that said structures can be
readily adjusted and shall have all necessary materials on hand prior to
commencing the work. The adjustments shall be made as noted below.
All structures shall be adjusted to be A ", + /- 1 /8" below the pavement surface.
The Contractor shall_ be responsible for immediately cleaning out all construction
materials that may fall into manholes, valve boxes or other structures during the
construction process. In the event that a structure was not properly adjusted (i.e.
too high or too low) or the structure was covered and not adjusted after the paving
operation, written notice will be given by the Engineer to the Contractor requiring
the Contractor to make the necessary adjustments within five (5) working days. In
the event that the structure is not adjusted Within said time frame; the Engineer
shall have the right to engage a third party to complete the work, and to withhold
the cost of such work from payments due the Contractor.
If a structure is adjusted prior to an overlay operation, the Contractor shall place
bituminous base material around the structure as directed by the Engineer to insure
that it will not be a hazard to vehicular traffic. This will be paid for under the bid
item for Asphalt Patching.
14
Adjust Valve Box — Valve boxes located within asphalt pavement shall be adjusted
by removing the existing pavement around the valve box, adjusting the valve by
turning it to the proper grade, trimming the existing asphalt by cutting vertical
edges, then spreading and mechanically compacting bituminous material of the
same grade and quality as the adjacent pavement.
If a valve box cannot be turned up, or can be turned up, but not sufficiently to
achieve the proper grade or if the top section of the valve box is in poor condition,
the Contractor shall excavate around the top section of the valve box and remove
and replace the top section with a longer section supplied by the Contractor. The
excavation shall then be back filled with flowable fill to the top of subgrade, and
then, material of the same grade and quality as the adjacent pavement shall be
placed.
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in
the opinion of the Engineer, the Contractor is negligent and breaks the valve box, the valve box
shall be replaced at the Contractor's expense. This item will be paid under Adjust Valve Box —
(EA).
Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement
shall be adjusted by removing an area of pavement with a minimum diameter one
foot W) larger than the structure (centered on the structure). This shall be done by
cutting vertical edges, adjusting the manhole by grouting concrete rings and/or
utilizing metal shims to raise the structure to the proper grade, then spreading and
mechanically compacting bituminous material of the same grade and quality as the
adjacent pavement.
When the manhole adjustment is complete, the slope of the top surface of the
manhole cover shall match the slope of the pavement in both the longitudinal and
traverse directions. Any manhole cover which is unstable or noisy under traffic
shall be replaced. This item will be paid under Adjust Manhole Ring/Cover - (EA).
Modify Manhole — Manholes located within existing asphalt pavement or subgrade shall be
adjusted by removing an area of pavement or subgrade with a minimum diameter two foot (2')
larger than the structure (centered on the structure). This shall be done by cutting vertical edges
in the pavement, if required, and excavating below the ground surface to the required barrel
seam needed to start the adjustment. The cone section shall be removed and additional
sections added or removed to obtain the plan finished elevation. All manhole sections shall be
cleaned and an approved gasket material applied prior to reassembly. This work shall be done in
accordance with the City of Fort Collins Standard Construction Specification for Sewer Mains.
The excavation shall be backfilled with on -site material and shall be mechanically compacted or
Flowable Fill used if directed by the Engineer. This item will be paid under Modify Manhole —
(EA). Flowable Fill will be paid under Section 608.
Flowable Fill — Shall be a Portland Cement Concrete Mix. The mix and use of
flowable fill shall conform to the Larimer County Urban Area Street Standards
Section 22.2.3(D). The maximum 28 day strength shall be 60 psi.
15
Fire Hydrants — The Contractor shall supply all materials required to complete the
Work. These materials shall be included in the cost for adjusting or relocating the
fire hydrants. The Contractor shall also include excavation, bedding, backfill and
compaction into his/her item cost. This Work will not be paid for separately under
any other item listed in these specifications. This item will be paid under Fire
Hydrant — (EA).
Water Meters — The relocation of water meters are shown on the plans. The
Engineer may also request meters to be relocated that are not shown on the plans.
The City of Fort Collins Water Utility or other applicable water utility will not
provide any materials to complete this Work. The Contractor shall notify the water
utility prior to performing this work. The Contractor shall supply all materials
required to complete the Work. This shall include, but not limited to, new copper
line and fittings, new stop box, complete meter pit assembly, excavation, bedding,
backfill and compaction into his/her item cost. This item will be paid under Water
Meter — (EA).
Cathodic Protection (C.P.) Test Station Relocation — The relocation of C. P. Test
Stations are shown on the plans. The Engineer may also request C. P. Test
Stations to be relocated that are not shown on the plans. The City of Fort Collins
Water Utility will provide the materials, perform the wire connections and extend
the wires to the new location. The Contractor shall notify the Owners Field
Representative on site prior to doing this work The Contractor shall locate the
existing test station wires, excavate the trench to the new location, backfill the
trench after the City Utility Crews are done with their work and set the City
supplied concrete pod, with the wires inside, to the finished grade. If the
Contractor pulls the existing test station wires off the connection at the water main
line, the Contractor shall be responsible to repair the test wires at the main line
under the direction of the City Utility Crews at the Contractors expense. This item
will be paid under Relocate C. P. Test Station — (EA).
Irrigation Service — There are irrigation service taps that will be made for irrigating
the medians on this project. The Contractor shall supply all materials required to
complete the Work. The City of Fort Collins Water Utility or other applicable water
utility will not provide any materials to complete this Work. This shall include, but
not limited to, tapping the existing water line at the designated location(s), new
copper line and fittings, new stop box, complete meter pit assembly, excavation,
bedding, backfill and compaction into his/her item cost. Service taps on City mains
larger than eight inches (8") will be made only under the direct supervision of the
City Utility or by the City Utilities Crews. The Contractor shall notify the water
utility prior to performing this work. This item will be paid under Irrigation Services
(3/4"-1 ") — (EA).
Traffic Signs — Prior to commencement of any construction that will affect traffic
signs of any type, the Contractor shall contact the City of Fort Collins Streets
Division and the City Project Inspector for removal of the signs. The COFC Streets
Division will remove these signs and reset all traffic signs upon project completion.
16
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 amount set forth in each Work Order.
10. City Representative. The City's representative will be shown on the specific Work
Order and shall make, within the scope of his or her authority, all necessary and proper decisions
with reference to the work requested. All requests concerning this Agreement shall be directed to
the City Representative.
11. Independent Contractor. It is agreed that in the performance of any services
hereunder, the Service Provider is an independent contractor responsible to the City only as to the
results to be obtained in the particular work assignment and to the extend that the work shall be
done in accordance with the terms, plans and specifications furnished by the City.
12. Personal Services. It is understood that the City enters into the Agreement based on
the special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the city.
13. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of
the services shall not be construed to operate as a waiver of any rights under the Agreement or of
any cause of action arising out of the performance of this Agreement.
14. Warranty.
a. Service Provider warrants that all work performed hereunder shall be performed with
the highest degree of competence and care in accordance with accepted standards for work of a
similar nature.
STD SA WO 2009 rev07/09 4
Subsection 210.13 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ( ).
210-01 Adjust Valve Box — (EA)
210-02 Adjust Manhole Ring/Cover — (EA)
210-03 Modify Manhole — (EA)
210-04 Relocate Fire Hydrant — (EA)
210-05 Relocate Water Meter — (EA)
210-06 Relocate C. P. Test Station — (EA)
210-07 Irrigation Service (3/4"-1 ") — (EA)
210-08 Relocate Fence (Various Types) — (LF)
210-09 Relocate Mailbox — (EA)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the Work
involved in adjusting structures, complete -in -place, including non -shrink backfill,
concrete, metal shims, bituminous materials, haul and disposal, excavation,
bedding material, backfill, and compaction as shown on the plans, as specified in
these specifications, and as directed by the Engineer.
END OF SECTION
17
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is revised as follows:
Subsection 304.01 is revised to include the following:
This work shall consist of placing six inches (6") of Aggregate Base Course (Class
5 or 6) over previously prepared pavement subgrade approved by the Engineer.
Aggregate Base Course will be used under the asphalt pavement section and shall
meet the requirements of Subsection 703.03.
The proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall
be 0.11
Subsection 304.06 is revised to include the following:
Aggregate Base Course shall be compacted to at least 95% of maximum density at or near
optimum moisture as determined by ASTM D698.
Subsection 304.07 is revised to include the following:
Aggregate Base Course will be measured by the ton at proper moisture. Quantity
will be adjusted accordingly if the moisture content is too high. Haul and water
necessary to bring mixture to optimum moisture will not be measured or paid for
separately, but shall be included in the price for Aggregate Base Course.
Soil sterilization shall be applied under all new asphalt paving and shall be
considered incidental to the work. Sterilization shall not be paid for separately
under this item.
Subsection 304.08 is revised to include the following:
The accepted quantities of Aggregate Base Course will be paid for at the contract
unit price per ton.
18
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
304-01 Aggregate Base Course (Class 5 or 6) 6" depth — (TON)
304-02 Shouldering Base (Class 5 or 6) 4" depth (CIP) — (TON)
304-03 Patch Placement Base (Class 5 or 6) 6" depth (CIP) — (TON)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals and for doing all work involved in
Aggregate Base Course including haul, sterilization, and water. The work will be
complete -in -place, as shown on the plans, as specified in these specifications, and
as directed by the Engineer.
END OF SECTION
19
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as
follows:
Subsection 306.02 is revised to include the following:
The top eight inches (8") of the entire subgrade, including fill areas, (curb, gutter
and sidewalk, and pavement areas) shall be reconditioned by scarifying and
recompacting. The subgrade shall be thoroughly mixed and dried or moistened to
full depth and compacted as specified in Section 203.07. The reconditioned
surface shall not vary above or below the lines and grades as staked by more than
0.04 foot under asphalt or concrete pavement or 0.08 foot under aggregate base
course. The surface shall be tested prior to application of any base course or
pavement. All defective work shall be corrected as directed by the Engineer. The
surface shall be protected and maintained until base course or pavement has been
placed. If the Contractor chooses to use roadbase as a fine grading material or a
material to mitigate over excavated or rain damaged areas this shall be entirely the
Contractor's cost and shall be considered incidental to the Work. The Contractor
shall be paid for reconditioning, if reconditioning has been attempted, and muck
excavation in the event that unsuitable material is encountered and removed at the
direction of the Engineer. It shall be at the Engineer's discretion to determine if the
Contractor has made a sufficient effort to control the moisture in the subgrade
material and made a reasonable effort to recondition the subgrade.
Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental
to the work. Sterilization shall not be paid for separately under this item.
Subsection 306.04 is revised to include the following:
The accepted quantities of Reconditioning will be paid for at the contract unit price
per square yard.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
306-01 Reconditioning (8") - (SY)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work involved in
Reconditioning, complete -in -place, including compaction, wetting or drying, and
finish grading, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
20
REVISION OF SECTION 401 & 703
PLANT MIX PAVEMENTS — GENERAL & AGGREGATES
Section 401 and 703 of the Standard Specifications is hereby revised as follows:
Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will
be considered by the Engineer. A job mix formula shall be determined by the
Contractor and submitted to the Engineer for approval a minimum of one week
prior to the beginning of construction for each proposed change. The Contractor
shall provide the Engineer with an asphalt mix design report from an independent
testing laboratory acceptable to the Engineer. The report shall state the Mix
properties, optimum oil content, job mix formula and recommended mixing and
placing temperatures. The costs for all job mix formulas shall be the responsibility
of the Contractor.
If the Contractor uses more than three (3) job mix formulas for a type of plant mix
pavement used, the City may charge the Contractor for testing and evaluation of
the mix designs, including the costs for calibration of a Nuclear Asphalt Oven.
For Superpave Mixes, delete Table 401-2 and replace with the following:
TARI F aOl -7
Grading
Test Procedure
Minimum Test
Sampling Frequency
Result
All Gradings
CP L-5109
80
One per 10, 000 metric tons
Method B
(10,000 tons) or fraction thereof
(minimum)
In subsection 401.02, delete the second, third, and fourth paragraphs and replace
with the following:
1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure
52(CP52-99), including a proposed job -mix gradation for each mixture required by the
Contract which shall be wholly within the Master Range Table, Tables 703-3A, B, and C,
before the tolerances shown in Table 401-1 are applied. The weight of lime shall be included
in the total weight of the material passing the 75 mm (No. 200) sieve. The restricted zone
boundaries shown for all gradings in Tables 703-3A, 703-36, and 703-3C are to be used as
guidelines in mix design development. However, the job -mix gradation is not required to pass
above or below the restricted zone boundaries.
21
2. The name of the refinery supplying the asphalt cement and the source of the
anti -stripping additive.
3. A sufficient quantity of each aggregate for the Department to perform the tests
specified in section 2.2.1
of CP52.
In subsection 401.02 delete Table 401-1, including the footnotes, .and replace with
the following:
.TABLE 401-1Bitumen Content ±0.3%
'Asphalt Recycling Agent ±0.2%
!Temperature of Mixture When Discharged from ± 10°C
'Mixer
;'Hot Bituminous Pavement - Item 403
"assing the 9.5 mm (3/g2) and larger sieves ± 6 %
'assing the the 4.75 mm (No. 4) and 2.36 mm ± 5%
No. 8) sieves ±4%
'assing the 600 mm (#30) sieve ±2%
'assing the 75 mm (#200) sieve
'When 100% passing is designated, there shall be no tolerance. When
90-100% passing is designated, 90% shall be the minimum; no tolerance
shall be used.
Delete Subsection 401.07 and replace with the following:
Plant mix pavement shall be placed only on properly prepared unfrozen surfaces
which are free of water, snow, and ice. The plant mix pavement shall be placed
only when both the air and surface temperatures equal or exceed the temperatures
specified in Table 401-3 and the Engineer determines that the weather conditions
permit the pavement to be properly placed and compacted.
Table 401-3
r10%;V1I1CIR 1 C1111
Compacted Layer
Thickness in
mm (inches)
<38 0 %2)
38 0 %2) - < 75 (3)
75 (3) or more
rature Urnixavons In "l.
Minimum Surface and Air
Temperature °C (IF)
Top
Layers
Layer
Below Top
Layer
15 (60)
10 (50)
10 (50)
5 (40)
7 (45)
2 (35)
Note: Air temperature is taken in the shade. Surface is defined as the existing
base on which the new pavement is to be placed.
If the temperature falls below the minimum air or surface temperatures, paving
shall stop.
22
The Contractor shall schedule the work so that no planed or recycled surface is left
without resurfacing for more than ten calendar days during the period specified in
Table 401-3A, below. The Contractor shall immediately place a temporary hot
bituminous pavement layer on any surface that has been planed or recycled and
can not be resurfaced in accordance with the above temperature requirements
within ten calendar days after being planed or recycled. The minimum thickness of
the temporary hot bituminous pavement layer shall be 50 mm (two inches). The
Contractor shall perform the quality control required to assure adequate quality of
the hot bituminous pavement used in the temporary layer. All applicable pavement
markings shall be applied to the temporary layer surface. The Contractor shall
maintain the temporary layer for the entire period that it is open to traffic.
Distress which affects the ride, safety, or serviceability of the temporary layer shall
be immediately corrected to the satisfaction of the Engineer. The temporary hot
bituminous pavement layer shall be removed when work resumes.
Table No. 401-3A
Periods Requiring Overlay of Treated Surfaces
Location by Elevation
Period During Which Planed or
Recycled Surfaces Must be Overlaid
within Ten Days
All areas below and including
October 1 to March 1
2100 m (7000 feet)
All areas above 2100 m (7000
September 5 to April 1
feet) up to and including 2600
m (8500 feet)
All areas above 2600 m (8500
August 20 to May 15
feet)
In Subsection 401.15, delete the third and fourth paragraphs (including table) and
replace with the following:
The minimum temperature of the mixture when discharged from the mixer and
when delivered for use shall be as shown in the following table:
Asphalt Grade
Minimum Mix
Discharge
Temperature, °C
(OF)
Minimum Delivered
Mix Temperature, °C
(OF)**
PG 58-28
135 (275)
113 (235)
PG 58-22
138 (280)
113 (235)
PG 64-22
143 (290)
113 (235)
AC-20
Rubberized
160 (320)
138 (280)
PG 76-28
160 (320)
138 (280)
PG 70-28
149 (300)
138 (280)
PG 64-28
149 (300)
138 (280)
PG 58-34
149 (300)
138 (280)
23
* The maximum mix discharge temperature shall not exceed the
minimum discharge temperature by more than 170C (30 (IF) .
* * Delivered mix temperature shall be measured behind the paver
screed.
Hot -mix asphalt mixture shall be produced at the lowest temperature within the
specified temperature range that produces a workable mix and provides for uniform
coating of aggregates (95% minimum in accordance with AASHTO T 195), and
that allows the required compaction to be achieved.
Subsection 401.16 is hereby revised to include the following:
The mixture shall be laid upon an approved surface, spread and struck off to
provide for drainage to the side(s) of the roadway with a minimum cross slope of
two percent (2%) or as directed by the Engineer.
In Subsection 401.17, first paragraph, delete the last two (2) sentences and
replace with the following:
When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG
64-22) or modified (PG 58-34), and the surface temperature falls below 85 °C (185
OF), no further compaction effort will be permitted unless approved. If the mixture
contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28)
and the surface temperature falls below 1 100C (230 IF), no further compaction
effort will be permitted unless approved.
Subsection 401.17 is hereby revised to include the following:
All pneumatic tire rubbers shall be equipped with rubber skirts.
In Subsection 703.04 delete Table 703-3 and replace with Tables 703-3A and B as
follows:
TABLE 703-3A
Master Range Table for Hot Bituminous Pavement (Grading S)
T Sieve
Size
Percent by�
Weight Passing
Square Mesh
Sieves
Restricted Zone Boundary
(Guideline)
Minimum
Maximum
37.5 mm (1'/Z")
25.0 mm (1 ")
100
19.0 mm (%")
90 - 100
I
!12.5mm(Y2
9.5 mm (3/$�)
24
4.75 mm (#4)
2.36 mm (#8)
23 - 49
34.6
34.6
`1.18 mm (#16)
22.3
28.3
600 mm (#30)
16.7
20.7
300 mm (#50)
13.7
13.7
1150 mm (#100)
75 mm (#200)
2-8
* These additional Form 43 Specification Screens will initially be established using
values from the As Used Gradation shown on the Design Mix.
TABLE 703-313
Master Range Table for Hot Bituminous Pavement (Grading SG)
Sieve
Size
Percent by
Weight Passing
Square Mesh
Sieves
Restricted Zone Boundary
(Guideline)
Minimum
Maximum
137.5 mm (1 %2 ")
100
r 25.0 mm (1 ")
90 - 100
19.0 m m (3/4 ")
12.5 mm (Y2
9.5 mm
4.75 mm (#4)
39.5
39.5
2.36 mm (#8)
19 - 45
26.8
30.8
1.18 mm (#16)
18.1
24.1
600 mm (#30)
13.6
17.6
300 mm (#50)
11.4
11.4
!150 mm (#100)
75 mm (#200)
1 - 7
* These additional Form 43 Specification Screens will initially be established using
values from the As Used Gradation shown on the Design Mix.
END OF SECTION
25
REVISION OF SECTION 403
HOT BITUMINOUS PAVEMENT
Section 403 of the Standard Specifications is hereby revised as follows:
Subsection 403.01 is revised to include the following:
Asphalt Patching — HBP Grading S & SG shall be used in locations as directed by the Engineer
These quantities will be restricted to small areas which require hand placement methods and
conventional paving equipment cannot be utilized.
Hot Bituminous Pavement — This shall consist of constructing one or more courses of HBP
Grading S & SG over existing pavement or subgrade surfaces previously prepared by the
contractor or City of Fort Collins Crews.
Subsection 403.02 is revised to include the following:
Laboratory Mix Design — Grading S & SG - The mix designs shall be prepared by an
independent laboratory acceptable to the Engineer and shall be submitted by the
Contractor to the Engineer for approval a minimum on one (1) month prior to the
beginning of paving for this project. The criteria for the mix design is as follows:
HBP Grading S & SG
ESAL's = To be determined by City of Fort. Collins based on
Location/Classification of roadway Binder : PG 64-22
Binder (Intersection Only) : PG 64-28
Designed according to the most recent set of SUPERPAVE
Specifications available.
See Table 403-1 on Next Page
A request made in writing by the Contractor for changes in the job mix formula will
be considered by the.Engineer.
The Contractor shall prepare a quality control plan outlining the steps taken to
minimize segregation of HBP. This plan shall be submitted to the Engineer and
approved prior to beginning the paving operations. When the Engineer determines
that segregation is unacceptable, the paving shall stop and the cause of
segregation shall be corrected before paving operations will be allowed to resume.
Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum
of 20% reclaimed material will be allowed for HBP Grading SG.
The Contractor shall construct the work such that all roadway pavement placed
prior to the time paving operations end for the year, shall be completed to the full
thickness required by the plans. The Contractor's Progress Schedule shall show the
methods to be used to comply with this requirement.
b. Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most suitable grade of their
respective kinds for their intended use, and all workmanship shall be acceptable to City.
C. Service Provider warrants all equipment, materials, labor and other work, provided
under this Agreement, except City -furnished materials, equipment and labor, against defects and
nonconformances in design, materials and workmanship/workwomanship for a period beginning
with the start of the work and ending twelve (12) months from and after final acceptance under the
Agreement, regardless whether the same were furnished or performed by Service Provider or by
any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or
nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by
Service Provider in a manner and at a time acceptable to City.
15. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default thereof.
16. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
17. Bindinq Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
STD SA WO 2009 rev07/09 5
The design mix for Grading S and SG shall conform to the following:
TABLE 403-1
Property
Test
Grading S
Grading SG
Grading SX
j
Method
Air Voids, percent at:
CPL
N (initial)
5115
> 11.0
> 11.0
> 11.0
N (design)
3.0 - 5.0
3.0 - 5.0
3.0 - 5.0
N (maximum)
> 2.0
> 2.0
> 2.0
Lab Compaction
CPL
(Revolutions):
5115
8
e
(a)
N (initial) (a)
100
100
(b)
N (design) (b)
158
158
(a)
f; N (maximum) (a)
a
Stability, minimum (a)
CPL
42
42
(a)
(for information)
5106
Aggregate Retained on
CP 45
60
60
60
j the 4.75 mm (No. 4)
!'
Sieve with at least two
Mechanically Induced
Fractured Faces, %
minimum
Accelerated Moisture
CPL
80
80
80
Susceptibility Tensile
5109
Strength Ratio (Lottman),
Method
minimum
B
Minimum Dry Split Tensile
CPL
205 (30)
205 (30)
205 (30)
Strength, kPa (psi)
5109
Method
B
Grade of Asphalt Cement
PG 58-28
PG 58-28
PG 58-28
Top Layer
Grade of Asphalt Cement
PG 58-28
PG 58-28
PG 58-28
Layers Below Top
Voids in the Mineral
CP 48
14.0
12.0
(a)
Aggregate (VMA) %
" minimum (a)
Voids Filled with Asphalt
Al MS-2
65 - 75
65 - 75
(a)
(VFA) % (a)
(a) Current CDOT Design Criteria
(b) Residential 50, Collector 75, Arterial 100
Note: AIMS-2 = Asphalt Institute. Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials
Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 mm (No.
4) sieve shall be approached with caution because of constructability
problems.
27
Subsection 403.03 is revised to include the following:
Regardless of the delivery temperature, the mixture shall not be placed for use on
the roadway at a temperature lower than 225degree F.
Emulsified Asphalt for tack coat shall be Grade CSS-1 h. The tack coat shall consist
of a 1:1 dilution (one (1) part emulsified asphalt to one (1) part water). The
application rate for tack coat shall be approximately 0.1 gallons per square yard.
The existing pavement shall be broomed and cleaned to be free of dirt, water,
vegetation and other deleterious matter immediately prior to commencing the
paving operation. Edges of the area to be patched shall be sawcut vertically, and
perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat
shall be placed against clean, vertical edges on all sides of the area to be patched.
Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not
exceeding three (3) inches. The minimum lift thickness for Grading SX shall be one
(1) inch and Grading S shall be (1 %) inch. HBP Grading SG shall be placed in equal
lifts not exceeding four (4) inches and the minimum lift thickness shall be three (3)
inches. Overlaying layers of Hot Bituminous Pavement shall not be placed until the
lower layer has cooled sufficiently to provide a stable material which will support
the equipment without rutting, shoving or moving in any manner. Tack coat shall
be placed between all lifts.
Subsection 403.04 shall include the following:
Hot Bituminous Pavement Grading SX, SG, and S, will be measured by the ton and
paid for at the Contract Unit Price for Asphalt Patching and Hot Bituminous
Pavement. Pavement cutting, excavation, subgrade preparation, haul and disposal,
bituminous materials, aggregate, asphalt cement, asphalt recycling agent,
additives, hydrated lime, and all other work necessary to complete each hot
bituminous pavement item will not be paid for separately but shall be included in
the unit price bid.
Load slips shall be consecutively numbered for each day and shall include batch
time.
Subsection 403.05 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
403-01 Asphalt Hand Patching — Grading S-100 (PG 64-28) (2"-3" Depth) — (TON)
403-02 Asphalt Hand Patching — Grading S-75 or S-100 (PG 58-28) (2"-3" Depth)
— (TON)
28
403-03 Asphalt Hand Patching — Grading SG-75 or SG-100 (PG 58-28) (6"- 10"
Depth) — (TON)
403-04 Hot Bituminous Pavement — Grading S-100 (PG 64-28) (2"-3" Depth) —
(TON)
403-05 Hot Bituminous Pavement — Grading S-75 or S-100 (PG 58-28) (2"-3"
Depth) — (TON)
403-06 Hot Bituminous Pavement — Grading SG-75 or SG-100 (PG 58-28) (3"-5"
Depth) — (TON)
403-07 Asphalt Paver Leveling Course — Grading SG-75 or SG-100 (PG 58-28) —
(TON)
403-08 Asphalt Paver Patch — Grading S-100 (PG 64-28) (3" Depth) — (TON)
403-09 Asphalt Paver Patch — Grading SG-100 (PG 58-28) (3" Depth) — (Ton)
403-10 Asphalt Paver Patch — Grading S-100 (PG 58-28) (3" Depth) — (TON)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in Hot Bituminous Pavement and Asphalt Patching, including pavement
cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling,
surface preparation, and bituminous materials, complete in -place, as shown on
these plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
29
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised as follows:
Subsection 412.03 is revised to include the following:
Concrete pavement shall conform to Class "P" concrete as specified in Subsections 601.02 and
601.03. Class "P" concrete shall have a minimum 28-day field compressive strength of 4200 psi
The Contractor shall submit a concrete mix design for Class "P" showing and
establishing the proportions of all the ingredients. The Contractor shall be
responsible for all subsequent adjustments necessary to produce the specified
concrete mix. The Contractor shall submit a new mix design based on the Class
"P" requirements when a change occurs in the type of cement, or sources of fly
ash, or aggregate. The contractor may delete Class F fly ash and also substitute
Size 67 aggregate in lieu of the larger aggregate blend for the Class "P" concrete
only upon the approval of the mix design submitted to the Engineer.
The Contractor shall also submit a mix design for High Early Concrete. This mix
shall have a minimum 24-hour field compressive strength of 3000 psi and a
minimum 28-day field compressive strength of 4200 psi. This item shall be paid for
by the cubic yard of concrete used. It shall include supplying, placing, curing and
texturing the high early concrete. Payment for the cost of using high early concrete
will be paid for by the cubic yard for the incremental increase in cost and will be
paid only when the Engineer requires use of high early concrete.
No concrete shall be placed until the applicable mix design and maturity
relationship has been submitted, reviewed and approved by the Engineer. Review
and approval of the mix designs by the Engineer will not constitute acceptance of
the concrete. Acceptance shall be based solely on the work conforming to the
specifications and on satisfactory test results of the concrete placed on this
project.
Subsection 412.12 is revised to include the following:
Immediately following the burlap drag finish, the surface shall be given an "astroturP' drag finish.
Materials used for final finish shall be of such texture and weight to produce a uniform texture
similar to a broom type finish. Drags shall be full width of the new pavement and maintained in
acceptable condition as specified for "astroturP' drag finish.
30
Subsection 412.13 is revised to include the following:
The Contractor shall saw joints early enough to control or limit random cracking but
not too early as to create chipping along the sawed joint. Saw cutting will not be
allowed between the hours of 9:00 p.m. and 6:00 a.m. unless approved by the
Engineer. Saw cutting joints shall be included in this work and will not be paid for
separately.
If the Contractor proposes variations from CDOT M Standards, it is requested that the Contractor
shall prepare a pavement joint and doweling layout for approval by the Engineer.
Subsection 412.17 is revised to include the following:
The concrete pavement smoothness shall meet the requirements of Category 4, Class I, as
shown in Table 412-1 for the Profilograph test.
Subsection 412.18 is revised to include the following:
Silicone joint sealant material: Concrete joints shall be sealed with an approved silicone joint
sealant material. A copy of the manufacturer's recommendations pertaining to the application of
the sealant shall be submitted to the Engineer for approval prior to the beginning of work, and
these recommendations shall be adhered to by the Contractor, with such exceptions as this
specification may require. The sealant material shall be applied into the joint using equipment
and techniques recommended by the joint sealant manufacturer. The Engineer may elect to
check for bonding or adherence to the sides of the joint. If the sealant does not bond to the joint,
the Contractor shall remove the joint sealant material and clean and reseal these joints in
accordance with the criteria outlined. Silicone joint sealing shall be included in this work and will
not be paid for separately.
Backer rod: Shall be a round, heat resistant material meeting the requirements set forth by the
joint sealant manufacturer. The Contractor shall submit the proposed material to the Engineer
for review and approval prior to use. The backer rod shall be placed in such a manner that the
grade for the proper depth of the sealant material is maintained. The depth of the sealant shall
be a maximum of inch.
31
The Contractor shall thoroughly clean the joint and adjacent pavement surface for a width of not
less than one inch (1 ") on each side of the joint of all scale, dirt, dust, residue, or any foreign
material that will prevent bonding of the joint sealant. This operation is to be accomplished by
immediately flushing the joints with water after sawing. The joints shall be sandblasted after they
have dried, just prior to sealing. After sandblasting, the joint shall be cleaned using compressed
air with .a minimum pressure of 100 psi. The sandblasting and air cleaning shall be performed on
the same day as the backer rod placement and joint sealant application. Sealant shall not
commence for a minimum of 24 hours after sawing or a weather event without approval of the
Engineer.
Subsection 412.24 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
412-01 Concrete Pavement (10") — (SY)
412-02 Concrete Pavement (8") — (SY)
The above prices and payment shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in placing concrete pavement, complete -in -place, including haul, concrete
materials, finishing the surface, saw cutting the joints, curing, placing dowels, and
sealing joints as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
32
REVISION OF SECTION 420
GEOSYNTHETICS
Section 420 of the Standard Specifications is hereby revised as follows:
Subsection 420.01 is revised to include the following:
This work shall consist of furnishing and installing geotextile and geogrid stabilization material
and geotextile paving fabric.
Subsection 420.02 is revised to include the following:
All geogrid or geotextile fabric shall be installed according to the manufacturer's
recommendations and as directed by the Engineer. The geotextile stabilization
fabric shall be Typar 3801 or approved equal. The geogrid reinforcement mat shall
be Tensar Structural Geogrid BX1100 or approved equal. The geotextile paving
fabric shall be as manufactured by Phillips Fibers Corporation, Hoechst Fibers
Industries, Amoco Fabrics Company, or an approved equal.
The tack coat to be applied to the road surface and/or to the Geotextile Paving
Fabric shall meet the following requirements:
Asphalt Cement AC-20
NOTE: Emulsified and/or Cutback Asphalt shall not be used as tack coat for
Geotextile Paving Fabric.
Surface preparation: The pavement to be repaired shall be cleaned and free of dirt,
dust, water and vegetation. Cracks shall be cleaned and filled in accordance with
"Revision of Section 403, Crack Sealing" of these Specifications if required. If the
crack filling materials contain volatiles, adequate curing time must be allowed prior
to placement of the fabric. The pavement must be cleared of all sharp or angular
protrusions.
Application of Tack Coat: The tack coat shall be applied at a rate in accordance
with the manufacturer's specifications (approximately 0.25 gal./sq. yd). Application
must be by a distributor. Temperature of the tack coat must be sufficiently high to
permit a uniform spray pattern. The maximum asphalt temperature shall be 300' F.
Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed
into the tack coat with a minimum of wrinkles.
If Geotextile Paving Fabric folds greater than one inch (1 ") occur, the Geotextile
Paving Fabric shall be slit and allowed to lie flat. Additional tack coat shall be
placed as required to insure fabric bonding.
If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the
fabric shall overlap said patched section a minimum of twelve (12) inches.
33
All joints shall overlap adjacent fabric approximately two to six (2-6) inches
Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction
of the paving to prevent edge pickup by the paver.
Additional tack coat shall be uniformly applied to the joints and overlaps to insure
bonding.
It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric
until the overlay is complete. If the Geotextile Paving Fabric begins to be picked up,
the Contractor shall immediately broadcast sand or hot mix asphalt over the area or
"skin" the Geotextile Paving Fabric with Hot Bituminous Pavement Grading S or
SX. Excess sand or hot mix shall be removed before paving. Sand used for this
purpose will not be measured and paid for separately under the terms of this
contract. Hot Bituminous Pavement Grading S or SX used for this purpose will be
measured and paid for at their respective contract unit prices per ton.
Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat
prior to commencing the paving operations. Paving operations shall be completed
the same day as the Geotextile Paving Fabric placement.
Subsection 420.09 is revised as follows:
The geotextile and geogrid stabilization fabric and geotextile paving fabric shall be
measured in the field and paid for by the square yard of material installed -
complete in place. The paving fabric shall include surface preparation and AC-20
tack coat.
Subsection 420.10 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
420-01 Geotextile Stabilization Fabric (SY)
420-02 Geogrid Reinforcement - (SY)
420-03 Geotextile Paving Fabric - (SY)
The above prices and payment shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in placing tack coat and Geotextile Paving Fabric, stabilization fabric,
including haul and bituminous materials, complete -in -place, as shown on the plans,
as specified in these specifications, and as directed by the Engineer.
END OF SECTION
34
REVISION OF SECTION 506
RIPRAP
Section 506 of the Standard Specifications is hereby revised as follows:
Subsection 506.01 is revised to include the following:
This work consists of the construction of riprap sections with riprap, Type II
bedding and covered with topsoil in accordance with these specifications and in
conformity with the lines and grades shown on the plans or established.
Subsection 506.02 is revised to include the following:
Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be
gray to blue gray in color or as approved by the Engineer. Pink riprap may be used
if it is buried and approved by the Engineer prior to placement.
Rock used for riprap shall be hard, durable, angular in shape and free from cracks,
over -burden, shale and organic matter. Thin, slab type stones, rounded stones and
flaking rock shall not be used. Removed concrete shall not be used for riprap
without specific written approval by the Engineer. Service records of the proposed
material will be considered by the Engineer in determining the acceptability of the
rock. Neither breadth nor thickness of a single stone shall be less than one-third
(1 /3) its length.
Bedding material shall conform to the specification for Type II Filter material as per
the City of Fort Collins Storm Drainage Design Criteria and Construction Standards
(Table 12-3) or CDOT Class A filter material (Section 703.09).
Subsection 506.03 is revised to include the following:
Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where
this is not possible, the underlying materials shall be compacted to 95% of maximum density as
determined by ASTM D 698. The bottom of the excavation shall have a uniform slope, be
reasonably smooth, free from mounds and windows and free of debris prior to placing the filter
material.
.Bedding material shall be placed on top of the subgrade material prior to riprap
installation at all locations of riprap sections shown on the plans. The layer shall be
shaped to provide the minimum thickness of bedding material as shown on the
details of the plans.
Riprap material shall be placed immediately after the bedding material is placed and
in a manner to provide a well -graded mass of stone with minimum voids. Riprap
may be machine -placed with sufficient handwork to minimize disturbance of the
bedding material layer. This material shall be placed to the required thickness and
grade shown on the details of the plans.
35
Topsoil material shall be used to backfill and bury the entire riprap bed area and
compacted to insure thorough settling of the topsoil within the rock voids. The top
three inches (3") of the topsoil shall be loosely placed. This material shall be placed
to the required thickness as shown on the details of the plans. The contractor shall
utilize, when appropriate, existing topsoil on site.
Subsection 506.04 is revised to include the following:
Riprap sections specified in the plans will be paid for at the contract unit price per
ton. The unit price bid shall include all costs associated with installation of the
bedding material, riprap and topsoil including excavating for the placement of these
materials, all materials, delivery, stockpiling and handling of the riprap.
Subsection 506.05 is revised to include the following:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
506-01 Riprap — (TON)
The above prices and payment shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for. doing all the work
involved in excavating, placing riprap, bedding and topsoil, complete -in -place,
including haul and stockpile of materials, handling of the riprap and finish grading of
the surface as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
36
representative, successors and assigns of said parties.
18. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers,
agents and employees against and from any and all actions, suits, claims, demands or liability of any
character whatsoever, brought or asserted for injuries to or death of any person or persons, or
damages to property arising out of, result from or occurring in connection with the performance of
any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
C. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an additional insured
under this Agreement of the type and with the limits specified within Exhibit "C", consisting of one (1)
page[s], attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the city.
19. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
20. Law/Severability. This Agreement shall be governed in all respect by the laws of the
State of Colorado. In the event any provision of this Agreement shall be held invalid or
unenforceable by any court of competent jurisdiction such holding shall not invalidate or render
unenforceable any other provision of this Agreement.
21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Service Provider represents and agrees that:
a. As of the date of this Agreement:
STD SA WO 2009 rev07/09 6
REVISION OF SECTION 514
PEDESTRIAN AND BIKEWAY RAILING
Section 514 of the Standard Specifications is hereby revised as follows:
Subsection 514.01 is revised to include the following:
The Bridge Rail, Bridge Rail Post and Masonry will follow the Larimer County Urban
Area Street Standards design figure 1 1-8, "Bridge Railing / Parapet Wall
Configuration Detail", dated April 1, 2007. This detail is attached at the end of the
contract specifications.
Subsection 514.07 is revised to include the following:
The Bridge Rail will be painted steel and measured by the linear foot from end to
end of the railing and will include both handrails. Separate payment will not be
made for each handrail. The Contractor is responsible for the layout and field
measurement prior to manufacturing.
The Bridge Rail Post will be measured as each and shall include fastening to the
Bridge Rail and the parapet wall, by methods approved by the Engineer.
The Masonry work will be measured by the square foot for placement of the brick
and/or stone on the face of the parapet wall. The Masonry work will also conform
to Section 704 (Masonry Units) of the Standard Specifications, and as directed by
the Engineer.
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
514-01 Bridge Rail — (LF)
514-02 Bridge Rail Post — (EA)
514-03 Masonry — (SF)
The above prices and payment shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work
involved, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
37
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised as follows:
Subsection 601.01 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Subsection 601.01 is revised to delete the following:
Applying an approved colored Structural Concrete Coating to them.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
601-01 Concrete, Class D (Box Culvert) - (CY)
601-02 Concrete, Class D (Wall) - (CY)
END OF SECTION
38
SECTION 602
REINFORCING STEEL
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
602-01 Reinforcing Steel - (LB)
602-03 Reinforcing Steel (Epoxy Coated) - (LB)
END OF SECTION
39
REVISION OF SECTION 603
CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised as follows:
Subsection 603.01 is revised to include the following:
This work shall consist of the construction and reconstruction of reinforced
concrete pipe, pipe encasement, pipe connections, and joint encasement in
accordance with the plans, specifications, and the City of Fort Collins Storm
Drainage Design Criteria and Construction Standards. It shall be the Contractor's
responsibility to purchase and familiarize themselves with these specifications. The
Contractor shall include in the Work Order all the necessary items to complete the
Work including but not limited to excavation, bedding, backfill, and compaction.
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
603-01 12" CMP — (LF)
603-02 12" CMP FES — (EA)
603-03 24" CMP — (LF)
603-04 24" CMP FES — (EA)
603-05 12" Class III RCP — (LF)
603-06 15" Class III RCP — (LF)
603-07 18" Class III RCP — (LF)
603-08 21 " Class III RCP — (LF)
603-09 24" Class III RCP — (LF)
603-10 27" Class III RCP — (LF)
603-1 1 30" Class III RCP — (LF)
603-12 36" Class III RCP — (LF)
6.03-13 42" Class III RCP — (LF)
40
603-14
12" Class III RCP FES — (EA)
603-15
15" Class III RCP FES — (EA)
603-16
18" Class III RCP FES — (EA)
603-17
21 " Class III RCP FES — (EA)
603-18
24" Class III RCP FES — (EA)
603-19
27" Class III RCP FES — (EA)
603-20
30" Class III RCP FES — (EA)
603-21
36" Class III RCP FES — (EA)
603-22
42" Class III RCP FES — (EA)
603-23
24" x 38" Class IV RCP — (LF)
603-24
24" x 38" Class IV RCP FES — (EA)
603-25
14" x 23" Class IV RCP — (LF)
603-26
14" x 23" Class IV RCP FES — (EA)
603-27
Trash Rack (Various Sizes) — (EA)
603-28
15" ADS N-12 — (LF)
603-29
15" ADS FES — (EA)
603-30
18" ADS N-12 — (LF)
603-31
18" ADS FES — (EA)
603-32
24" ADS N-12 — (LF)
603-33
24" ADS FES — (EA)
603-34
36" ADS N-12 — (LF)
603-35
36" ADS FES — (EA)
603-36
4" PVC Irrigation Pipe (SCH-200) — (LF)
603-37
4" Sanitary Sewer Service (SDR-35) — (LF)
41
603-38
6" PVC Sanitary Sewer (SDR-35) - (LF)
8" PVC Sanitary Sewer (SDR-35) - (LF)
603-39
Concrete Encasement - (EA)
603-40
Concrete Cut Off Walls (Ditch Xing) - (EA)
603-41
Pipe Headwall - (EA)
603-42
4" Median Underdrain Pipe Perforated - (LF)
603-43
4' Median Underdrain Pipe Solid - (LF)
603-44
4" Clean Out - (EA)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all Work involved
in installing pipe and encasing joints, complete in -place, as shown on the plans, as
specified in these specifications, and as directed by the Engineer. Concrete and/or
Asphalt patching will be paid for separately under the appropriate item.
END OF SECTION
42
REVISION OF SECTION 604
MANHOLES, INLETS, AND METER VAULTS
Section 604 of the Standard Specifications is hereby revised as follows:
Subsection 604.01 is revised to include the following:
This work shall consist of the construction of manholes, CDOT Type 'R' inlets, area inlets, and
providing and maintaining erosion control, in accordance with the plans, specifications, and the
City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the
Contractor's responsibility to purchase and familiarize themselves with these specifications. The
Contractor shall include the cost of excavation, backfill, compaction, installation and
maintenance of erosion control into each item listed in this section.
The Contractor shall clean all sediment caught in the storm sewer system due to
this project. The frequency of the cleaning shall be at the direction of the Engineer.
The Contractor will not be allowed to flush the pipes with water. All Erosion
Control Devices, Materials, and Techniques required to prevent damage to the
storm water facilities as outlined in the City of Fort Collins Standards will be
considered incidental to the Work, and shall be included in the price. No
measurement for payment shall be made for maintenance of Erosion Control
devices.
Subsection 604.02 is revised to include the following:
Proportioning shall conform to the requirements for Class B concrete as described
in Section 601.
Subsection 604.08 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
604-01 Type 3 Single Inlet (EA)
604-02 Type 3 Double Inlet (EA)
604-03 5' Type R Inlet (EA)
604-04 10' Type R-Inlet — (EA)
43
604-05 15' Type R-Inlet — (EA)
604-06 Combination Type 13 Inlet (EA)
604-07 COFC Single Inlet (Area Inlet) (EA)
604-08 4' Diameter Manhole (EA)
604-09 5' Diameter Manhole (EA)
604-10
5'
Diameter Manhole Drop (EA)
604-11
6'
Diameter Manhole (EA)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work involved in
constructing inlets, constructing manholes, and installing and maintaining erosion
control, complete -in -place, as specified in these specifications, and as directed by
the Engineer.
END OF SECTION
44
REVISION OF SECTION 607
FENCES
Section 607 of the Standard Specifications is hereby revised as follows:
Subsection 607.01 is revised to include the following:
Temporary Fence — This work shall consist of installing 'Corral Panels' with or
without Screen inserts ('Hog' panels) as directed by the engineer. The unit price for
Temporary Fence, per lineal foot, shall include the installation, maintenance during
the project and the removal of fence during the project. This means any fencing
that is damaged due to construction activities shall be repaired to the satisfaction
of the City Engineer at the Contractor's expense.
8' Privacy Fence — This work shall consist of constructing an 8' fence with
Premium cedar materials, including 4" X 4" posts 8 feet on center, 3 - 2" X 4"
rails per section and 1 " X 6" Dog-eared pickets.
6' Privacy Fence — This work shall consist of constructing a 6' fence with Premium
cedar materials, including 4" X 4" posts 8 feet on center, 3 - 2" X 4" rails per
section and 1 " X 6" Dog-eared pickets.
Orange Safety Fence - This work shall consist of installing orange safety fence to
create a safe work zone. The fence will remain in place until the contractor is
instructed to remove it by the City Engineer. It shall be the responsibility of the
Contractor to maintain this fence during the entire length of the project.
Subsection 607.04 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
607-01 Temporary Fence — Corral Fence (LF)
607-02 Temporary Fence — Corral Panel & Screen — (LF)
607-03 Privacy Fence 8' Cedar — (LF)
607-04 Privacy Fence 6' Cedar — (LF)
607-05 2 Rail Split Fence (LF)
607-06 3 Railed Dowel Fence — (LF)
45
607-07 4 Strand Barbed Wire Fence — (LF)
607-08 Orange Safety Fence — (LF)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all work listed
above: complete in place, as specified in these specifications, and as directed by
the Engineer.
END OF SECTION
M.
1. Service Provider does not knowingly employ or contract with an illegal
alien who will perform work under this Agreement; and
2. Service Provider will participate in either the e-Verify program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156,
108th Congress, as amended, administered by the United States Department of
Homeland Security (the "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a subcontractor that
knowingly employs or contracts with an illegal alien to perform work under this Agreement.
C. Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
d. If Service Provider obtains actual knowledge that a subcontractor performing
work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider
shall:
Notify such subcontractor and the City within three days that Service
Provider has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
2. Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor does not
cease employing or contracting with the illegal alien; except that Service Provider
shall not terminate the contract with the subcontractor if during such three days
the subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course of an investigation
that the Department undertakes or is undertaking pursuant to the authority established in
Subsection 8-17.5-102 (5), C.R.S.
f. If Service Provider violates any provision of this Agreement pertaining to the
duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this
STD SA WO 2009 rev07/09 7
REVISION OF SECTION 608
SIDEWALKS AND DECORATIVE CROSSWALKS
Section 608 of the Standard Specifications is hereby revised for this project as
follows:
Subsection 608.01 is revised to include the following:
This work shall consist of the construction of concrete sidewalks, pedestrian
access ramps, driveways, crosspans, and drive approaches, in accordance with the
plans and specifications. Required saw cutting will be incidental to the work and
will not be measured or paid for separately. The use of aggregate base material for
fine grading or over excavated areas will not be paid for separately; it is incidental
to the construction of the walk.
Subsection 608.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described
in Section 601 with the exception the minimum 28 day compressive strength shall
be 4500 psi.
The Contractor shall also submit a mix design for High Early Concrete. This mix
shall have a minimum 24-hour compressive strength of 3000 psi and a minimum
28-day compressive strength of 4500 psi. It shall include supplying, placing, curing
and texturing the high early concrete. The price shall apply to all Sections including
Section 412, 60.8 and 610. Payment for extra cost of using high early concrete will
be paid for by the cubic yard for the incremental increase in costs and will be paid
only when the Engineer requires use of high early.
Flowable Fill Concrete - also called Non -Shrink backfill or Unshrinkable Fill - shall
be a Portland Cement Concrete Mix. The cement shall conform to the Standard
Specifications for Portland Cement, ASTM C 150-85, Type 1/II. The minimum 24-
hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The
maximum aggregate size shall be one inch (1 "). The minimum slump shall be six
inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be
consolidated with a mechanical vibrator. Payment of using flowfill will be paid for
by the cubic yard and only when used as required by the Engineer.
Subsection 608.04 is revised to include the following:
Colored Concrete Bike Path (5" thick with Fibermesh) (Yosemite Brown) - The
colored concrete bike path shall be reinforced with fibermesh. The concrete used
shall be colored with two (2) lbs. of Davis Color No. 641, Yosemite Brown, or
equivalent, per sack of cement. The surface of the colored concrete shall be sealed
and protected from drying by applying a thin coat of Davis W-1000 Clear Cure and
Seal or approved equal.
47
Pedestrian Refuge Islands - will consist of hand forming and monolithically placing
concrete for the crosswalk area and outflow curb and gutter including the curb
head for the island nose and median. The monolithic refuge island shall be
constructed after the straight sections of median outflow curb and gutter are
placed on each side of the median. The crosswalk area shall be six inches (6")
thick. All labor, materials, equipment and incidentals required to construct this item
including the crosswalk, gutter portion and curb heads, complete -in -place, shall be
included in the unit price. This item will be measured in the field, and will be paid
for by the square foot (SF). The median hardscape/sp/ash block and the refuge
island nose hardscaping will be exposed aggregate concrete and will be paid for at
the contract unit price for Exposed Aggregate Concrete (Section 610).
Subsection 608.05 is revised to include the following:.
The following items: Concrete Driveway (6"), Sidewalk (6"), Sidewalk (4"), Access
Ramps with Truncated Domes (6"), Drive Approach (8"), Drive Over Curb and
Sidewalk (6"), Concrete Crosspan/Apron (10"), Concrete Trickle Pan (4' wide x 8"
thick), Colored Concrete Bike Path 5" Fibermesh and Yosemite Brown, and Bus
Stop Pad (8") will be measured by the square foot of finished flatwork. The price
for the Access Ramps (6") shall include the truncated domes as described in
section 610. Ramp area shall be measured from the back of the curb to the back of
the walk from point of curb return to point of curb return.
Subsection 608.06 is. revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
608-01 Concrete Sidewalk W') - (SF)
608-02 Concrete Sidewalk (6") - (SF)
608-03 Concrete Access Ramps with Approved Truncated Domes (6") - (SF)
608-04 Concrete Drive Approach (8") - (SF)
608-05 Drive Over Curb and Sidewalk (6") - (SF)
608-06 Concrete Crosspan and Apron (10") - (SF)
608-07 Concrete Trickle Pan (4' wide x 8" thick) - (SF)
608-08 Colored Concrete Bike Path (5" with Fibermesh) (Yosemite Brown) - (SF)
48
608-09 Bus Stop Pad (8") - (SF)
608-10 Pedestrian Refuge Island (6") - (EA)
608-11 High Early Concrete (24hr) - (CY)
608-12 Flowable Fill Concrete - (CY)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all work involved
in constructing concrete sidewalks, miscellaneous flatwork, access ramps, drive
approaches, and driveways, complete -in -place, including haul, concrete materials,
finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints
as shown on the plans, as specified in these specifications, and as directed by the
Engineer.
END OF SECTION
49
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised as follows:
Subsection 609.01 is revised to include the following:
This work shall consist of the construction of cast in. place vertical (6") curb and
gutter, (6") outfall curb and gutter (1-ft pan), and rollover curb in accordance with
the details and these specifications. The unit price bid per linear foot of curb and
gutter, no sidewalk, includes construction of curb and gutter sections, complete
and in place, measured along the flow line. Removal of curb and gutter is not
included in this section, but will be measured and paid separately as described in
Section 202.
It is the Contractor's responsibility to adequately protect their Work from damage
by weather, vandalism, or other causes until such time as it is accepted by the
City. If traffic control devices are used to protect the work, they shall not be paid
for separately, but shall be included in the work.
Subsection 609.02 is revised to include the following:
Proportioning shall conform to the requirements for Class "B" concrete as described
in Section 601 with the exception the minimum 28 day compressive strength shall
be 4500 psi.
Subsection 609.06 is revised to include the following:
Driveway Curb Cut — This work will consist of all form work and labor necessary to
install curb cuts for sidewalks crossings, driveways, etc. and will be paid for as
each.
Subsection 609.07 is revised to include the following:
The accepted quantity of curb and gutter will be paid for at the contract unit price
per linear foot.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
609-01 Remove and Replace Concrete Curb and Gutter — (LF)
609-0.2 Vertical Curb and Gutter (30") - (LF)
609-03 Outfall Curb and Gutter (18") - (LF)
50
609-04 Rollover Curb and Gutter — (LF)
609-05 Driveway Curb Cut — (EA)
609-06 Asphalt Curb — (LF)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all work involved
in constructing vertical curb and gutter, variable height curb and gutter, concrete
median curb, complete -in -place, including haul, concrete materials, finishing the
surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on
the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
51
REVISION OF SECTION 610
DECORATIVE CONCRETE
Section 610 of the Standard Specifications is hereby revised for this project to
include:
Subsection 610.01 is revised to include the following:
This work shall consist of the construction of stamped colored concrete, exposed
aggregate concrete, and installation of pavers using an epoxy adhesive on a four
inch W') concrete base in accordance with the plans and these specifications.
Subsection 610.02 is revised to include the following:
Colored Concrete Flatwork: Proportioning shall conform to the requirements for
Class "B" concrete as described in Section 601 with the exception the minimum
28 day compressive strength shall be 4500 psi.
Colored Concrete for Access Ramps shall not be paid for separately but shall be
included in the price for Access Ramps (6 ") - SF as described in Section 608 of
these specifications.
Truncated Domes for Access Ramps shall not be paid for separately but shall be
included in the price for Access Ramps (6 ") - SF as described in Section 608 of
these specifications.
The colored portion of the ramp may be constructed using one of two methods. (11
The ramp shall be poured monolithically and colored with Conspec - Dry Shake
Hardener - Conshake 600, or an approved equivalent. Or (2), the colored portion of
the ramp shall be poured separately using concrete colored with three (3) pounds
of Davis Color No. 1 1 17, "Tile Red", or an approved equivalent. The surface of the
colored concrete shall be sealed and protected from drying by applying a thin coat
of Davis W-1000 Clear Cure and Seal, or approved equal. Prior to construction of
the ramps a sample must be submitted showing the color and a minimum
penetration of 1 /8 inch of color. The sample must be approved by the Engineer.
Construction joints subjected to possible damage by water, as determined by the
Engineer, shall be widened, cleaned and sealed with an approved silicone joint
sealant material.
Exposed Aggregate Concrete: The Exposed Aggregate Concrete shall be Class
"EA" concrete integrally colored with 1 %Z lbs. of Davis Color No. 5237 "San Diego
Buff" per sack of cement. The surface of the Exposed Aggregate Concrete shall be
sealed and protected from drying by applying Davis W=1000 Clear Cure and Seal,
or approved equal. "San Diego Buff" shall be used for all exposed aggregate
concrete in the median.
Patterned Concrete (Stamped): This item will consist of furnishing Colored
52
Concrete 6" thickness and stamping to match existing stamped concrete in
repaired areas. The color will be determined by the Engineer.
Interlocking Sidewalk Pavers — Type 1: This item will consist of furnishing brick
pavers manufactured by the Pavestone Company, 9401 East 961h Avenue,
Henderson, Colorado, 80640, or engineer approved equal. Samples of the brick
pavers will be submitted to the City for approval prior to construction. The pavers
will conform to the following: Type ASTM C936-82 Hydraulically pressed concrete
of 8000 psi minimum, 28 day strength. The freeze/thaw requirements shall
conform to Section 8 of ASTM C-67-73. Air entrainment shall be 5%-7%. Moisture
content shall be 7%, and moisture absorption shall be at a maximum of 5%. The
model of the pavers shall be Holland and Double Holland. The nominal size of the
pavers shall be:
a. Type 1 Pavers: Holland 2 3/8"H x 4"W x 8"L
b. Type 2 Pavers: Double Holland, 2 3/8"H x 8"W x 8"L
C. Type 3 Pavers: Double Holland, 2 3/8"H x 8"W x 8"L
The pavers shall be placed according to plans. Each individual paver will be adhered
to a four inch (4") thick concrete base with a City approved epoxy.
Only experienced installers with a minimum of five (5) years prior experience in the
installation of pavers will be allowed for the paver placement.
Cutting, when necessary, shall be accomplished with a double bladed splitter or a
masonry saw. The saw shall be a "wet saw" type saw to inhibit dust when cutting
the pavers. Pavers shall be cut such that tight spaced joints are maintained.
The unit price for this line item shall include all work associated with placing the
brick pavers, including grading and compacting base, the four inch (4") concrete
base under the pavers, and epoxy. This item will be paid under Interlocking
Sidewalk Pavers, Type 1 (SF).
The Contractor shall supply a sample panel of the exposed aggregate concrete for
the Engineer's approval prior to the placement of any of the median concrete
hardscaping. The panel will be a minimum size of 5' x 5'. All samples provided
shall be considered incidental to the work and will not be paid for separately.
The unit price bid per square foot of exposed aggregate concrete shall include all
the Contractor's costs. The price bid shall include: saw cutting, furnishing and
installing steel dowel bars as required; forming; furnishing and placing the
concrete; finishing and edging the concrete surfaces; curing/sealing materials;
joints, joint materials and joint sealers; and all other related and necessary
materials, work, and equipment required to construct the Exposed Aggregate
Concrete in accordance with the Details and Specifications. All samples required
for testing shall be provided by the Contractor at no cost to the City.
53
It is the Contractor's responsibility to adequately protect their work from damage
by weather (including cold, heat, rain, wind), vandalism, or other causes until such
time as it is accepted by the City. If traffic control devices are used to protect the
work, they will not be paid for separately, but shall be included in the work.
Subsection 610.05 is revised to include the following:
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
610-01 Exposed Aggregate Concrete for Hardscape Medians (4") - (SF)
610-02 Colored Patterned Concrete (Stamped) (6") - (SF)
610-03 Interlocking Sidewalk Pavers - Type 1 - (SF)
The above prices and payments shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all work involved
in constructing colored concrete ramps and exposed aggregate concrete complete -
in -place, including curing, placing dowels, and sealing joints as shown on the plans,
as specified in these specifications, and as directed by the Engineer.
END OF SECTION
54
REVISION OF SECTION 619
WATER LINES
Section 619 of the Standard Specifications is hereby revised as follows:
Subsection 619.01 is revised to include the following:
COFC WATER LINE ITEMS
This work shall include installing ductile iron pipe (DIP), gate valves, tees, bends, tapping
saddles, plugs, reaction blocks and joining to existing lines and other items as shown on the
plans and as designated by the Engineer. This work shall meet the requirements of the current
City of Fort Collins Water Utilities Standard Construction Specifications. It shall be the
Contractors responsibility to purchase and familiarize themselves with these specifications.
All work associated with installing the water lines that is NOT itemized in the bid tab shall be
considered incidental to the work and will not be paid for separately. This includes, but is not
limited to excavating and backfilling, valve boxes, plugs, thrust blocks, bedding materials, poly -
wrap, chlorinating, pressure testing and all materials incidental to completing the installation and
connections to existing water lines.
?FCLWD WATER LINE ITEMS
This work shall include installing ductile iron pipe (DIP), gate valves, tees, bends, tapping
saddles, plugs, reaction blocks and joining to existing lines and other items as shown on the
plans and as designated by the Engineer. This work shall meet the requirements of the current
Fort Collins -Loveland Water District Standards. It shall be the Contractors responsibility to
purchase and familiarize themselves with these specifications.
All work associated with installing the water lines that is NOT itemized in the bid
tab shall be considered incidental to the work and will not be paid for separately.
This includes, but is not limited to excavating and backfilling, valve boxes, plugs,
thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and all
materials incidental -to completing the installation and connections to existing water
lines.
Irrigation Service — There are irrigation service taps that will be made for irrigating
the medians on this project. The Contractor shall supply all materials required to
55
complete the Work. The City of Fort Collins Water Utility or other applicable water
utility will not provide any materials to complete this Work. This shall include, but
not limited to, tapping the existing water line at the designated location(s), new
copper line and fittings, new stop box, complete meter pit assembly, excavation,
bedding, backfill and compaction into his/her item cost. Service taps on City mains
larger than eight inches (8") will be made only under the direct supervision of the
City Utility or by the City Utilities Crews. The Contractor shall notify the water
utility prior to performing this work. This item will be paid under Irrigation Services
(Size) - (EA).
Subsection 619.05 is revised as follows:
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
619-01 6" D.I.P. Class 52 w/ Poly -Wrap - (LF)
619-02 6"x6" Tee - (EA)
619-03 6"x6" Cross - (EA)
619-04 6" 45 Degree Bend - (EA)
619-05 6" Gate Valve and Box - (EA)
619-06 6" Mega Lugs Restraints - (EA).
619-07 6"x2" Blow Off - (EA)
619-08 8" D.I.P. Class 52 w/ Poly -Wrap - (EA)
619-09 8"x6" Tee - (EA)
619-10 8"x8" Cross - (EA)
619-11 8" 45 Degree Bend - (EA)
619-12 8"x2" Blow Off - (EA)
619-13 8" PVC C-900 - (EA)
619-14 8" Gate Valve and Box - (EA)
619-15 8" Mega Lugs Restraints - (EA)
619-16 Fire Hydrant - (EA)
-Ml
Agreement is so terminated, Service Provider shall be liable for actual and consequential
damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates
this provision of this Agreement and the City terminates the Agreement for such breach.
22. Amendment 54. To the extent that this Agreement may constitute a "sole source
government contract" within the meaning of Section 2(14.4) of Article XXVIII of the constitution of
the State of Colorado, about which the City makes no representation, Section 15 of said Article
XXVIII, which reads as follows, is hereby incorporated into this Agreement and made a part
hereof:
a. Section 15. Because of a presumption of impropriety between contributions to
any campaign and sole source government contracts, contract holders shall contractually agree,
for the duration of the contract and for two years thereafter, to cease making, causing to be
made, or inducing by any means, a contribution, directly or indirectly, on behalf of the contract
holder or on behalf of his or her immediate family member and for the benefit of any political
party or for the benefit of any candidate for any elected office of the state (of Colorado) or any of
its political subdivisions.
23. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit D, consisting of eighty (80) page[s],
attached hereto and incorporated herein by this reference.
STD SA WO 2009 rev07/09 8
619-17 6" Fire Hydrant Extension - (EA)
619-18 12" Fire Hydrant Extension - (EA)
619-19 3/4" Copper Pipe - (LF)
619-20
%"
Corp Stop -
(EA)
619-21
%"
Curb Stop -
(EA)
619-22 %" Meter Pit with %" Yoke - (EA)
619-23 1 " Copper Pipe - (LF)
619-24 1 " Corp Stop - (EA)
619-25 1 " Curb Stop - (EA)
619-26 1 " Meter Pit with %" Yoke - (EA)
619-27 1 " Air Vac Assembly - (EA)
619-28
8"
Gate Valve (open left) w/ Valve Box -
(EA)
619-29
8"
Gate Valve (open right) w/ Valve Box
- (EA)
619-30 16"x16"x8" Tapping Saddle w/ T.B.
619-31 8" Tapping Gate Valve w/ Valve Box
619-32 Join to Existing 8" Water Line - (EA)
619-33 Join to existing 12" Water Line - (EA)
619-34 Join to existing 16" Water Line - (EA)
619-35 Join to existing 24" Water Line - (EA)
The above prices and payment shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in installing ductile iron water pipe and valves, connecting to existing
water lines according to City of Fort Collins Water Utility Standards and FortCollins-
Loveland Water District Standards, complete -in -place, as shown on the plans, as
specified in these specifications, and as directed by the Engineer.
END OF SECTION
57
REVISION OF SECTION 626
MOBILIZATION
Section 626 of the Standard Specifications is hereby revised as follows:
Subsection 626.02 is revised to include the following:
When the contract amount total is $10,000 or less, payment to the contractor for
mobilization will be capped at $500. When the total contract amount exceeds
$10,000, the mobilization will be capped at 5% of the contract amount.
END OF SECTION
58
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised as follows:
Subsection 630.01 is revised to include the following:
The traffic control must be in conformance with The City of Fort Collins Work Area
Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of
Transportation), or applicable statutory requirements of authority having jurisdiction.
The accepted quantities will be paid for at the contract unit price.
Payment will be made under:
Pay Item and Pay Unit
The pay unit is denoted by ().
630-01 Traffic Control Management - (Day)
630-02 Flagging - (Hour)
END OF SECTION
59
SECTION 800 ESTIMATING
Where the preparation of an estimate or proposal for work is requested by the City
and the scope of work is generally defined, the cost for any site visits, field
measurements and estimate preparation shall not be paid for separately by the City
and will be considered incidental. Where the scope of work is not generally defined
and a request by the City is made which involves a significant degree of preliminary
design work and project management associated with the preparation of an
estimate, the City will compensate the contractor on an hourly basis for time spent in
the preparation of said estimate. Any payment for estimating must be agreed upon
between the contractor and the City prior to preparation of the estimate. The
contractor shall provide an hourly estimating cost with the equipment & operator cost
list required to be submitted with the bid under the Bid Schedule Section.
END OF SECTION
.E
SECTION 900 IRRIGATION
PART 1 - GENERAL
1.01 SCOPE
Provide labor, materials, supplies, equipment, tools, and transportation, and perform all
operations in connection with and reasonably incidental to the complete installation of the irrigation
system, and guarantee/warranty as shown on the drawings, the installation details, and as specified
herein. Items of work specifically included are:
A.
Procurement of applicable licenses, permits, and fees.
B.
Coordination of Utility Locates ("Call Before You Dig").
C.
Sleeving for irrigation pipe and wire.
D.
Connection of electrical power supply to irrigation control system.
E.
Preparation of Record Drawings.
F.
Winterization and Spring Start-up
G.
Maintenance period.
1.02 WORK NOT INCLUDED
Items of work specifically excluded or covered under other sections are:
A. Payment of development, plant investment, and other fees and permits
associated with purchase and installation of tap.
B. Demolition of existing irrigation components.
C. Excavation, installation, and backfill of tap into municipal water line.
D. Excavation, installation, and backfill of water meter and vault.
E. Provision of electrical power supply to the irrigation control system.
61
1.03 SUBMITTALS
A. Deliver four (4) copies of submittals to Owner's Representative within 10 working
days from date of Notice to Proceed. Furnish information in 3-ring binder with table
of contents and index sheet. Index sections for different components and label with
specification section number and name of component. Furnish submittals for
components on material list. Indicate which items are being supplied on catalog cut
sheets when multiple items are shown on one sheet. Owner's Representative.
Incomplete submittals will be returned without review.
B. Materials List: Include sleeving, pipe, fittings, mainline components,
sprinkler and bubbler components, drip irrigation components, control
system components, shop drawings and other components shown on
drawings and installation details or described herein. Include pipe sealant,
wire, wire connectors, ID tags, and other miscellaneous items. Quantities
of materials need not be included.
C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications,
and operating instructions for equipment shown on materials list.
D. Shop Drawings: Submit shop drawings called for in installation details.
Show products required for proper installation, their relative locations,
and critical dimensions. Note modifications to installation detail.
E. As -Built Drawings: Submit two (2) hard copies and one (1) digital copy of
final as -built drawings to the City. Digital copies shall be in a format as
acceptable to the Engineer prior to final submittal.
1.04 RULES AND REGULATIONS
A. Provide work and materials in accordance with latest edition of National
Electric Code, Uniform Plumbing Code as published by the Western
Plumbing Officials Association, and applicable laws, regulations and
codes of governing authorities.
B. When contract documents call for materials or construction of better
quality or larger size than required by above -mentioned rules and
regulations, provide quality and size required by contract documents.
C. If quantities are furnished either in specifications or on drawings,
quantities are furnished for information only. It is Contractor's
responsibility to determine actual quantities of material, equipment, and
supplies required by the project and to complete independent estimate of
quantities and wastage.
D.* Notify engineer in writing prior to construction about discrepancies
between contract documents and existing site conditions or
manufacturer's specific recommendations for use of their product.
62
E. Contractor is responsible for damage to site amenities during
construction. Replace damaged items with identical materials of equal
value to match existing conditions. Make replacements at no additional
cost to contract price.
1.05 TESTING
A. Schedule testing with Owner's Representative a minimum of five days in
advance of testing.
B. Mainline pipe jointed with rubber gaskets or threaded connections may
be subjected to pressure test at any time after partial completion of
backfill. Allow irrigation pipe jointed with solvent -welded PVC joints to
cure at least 24 hours before testing.
C. Subsections of mainline pipe may be tested independently, subject to
review of Irrigation Engineer.
D. Provide clean, clear water, pumps, labor, fittings, and equipment
necessary to conduct tests or retests.
E. Hydrostatic Pressure Test:
1. Subject mainline pipe to hydrostatic pressure equal to 140 PSI for
two hours. Test with mainline components installed.
2. Backfill to prevent pipe from moving under pressure. Expose
couplings and fittings.
3. Purge air from mainline pipe before test. Attach pressure gauge to
mainline pipe in test section.
4. Observe pressure loss on pressure gauge. If pressure loss is
greater than 5 PSI, identify reason for pressure loss. Replace
defective pipe, fitting, joint, valve, or appurtenance. Repeat test
until pressure loss is equal to or less than 5 PSI.
5. Visually inspect irrigation pipe for leakage and replace defective
pipe, fitting, joint, valve, or appurtenance. Repeat test until pipe
passes test.
6. . Cement or caulking to seal leaks is prohibited.
F. Volumetric Leakage Test:
1. Backfill to prevent pipe from moving under pressure. Expose
couplings and fittings.
2. Purge air from pipeline before test.
3. Subject mainline pipe to 140 PSI for two hours. Maintain constant
pressure.
4. Provide all necessary pumps, bypass piping, storage tanks,
meters, 3-inch test gauge, supply piping, and fittings in order to
63
properly perform testing.
5. Testing pump must provide a continuous 140-PSI pressure to the
mainline pipe. Allowable deviation in test pressure is 5-PSI during
test period. Restore test pressure to 140-PSI at end of test.
6. Water added to mainline pipe must be measured volumetrically to
nearest 0.10 gallons.
7. Use following table to determine maximum allowable volume lost
during test:
Leakage Allowable (Gallons per (100 Joints) / Hour)
Test Pressure (PSI
PIPE SIZE
(INCHES) 60 70 80 90 100 110 120 130 140
3" 0.31 0.3 1 0.3 0.3 1 0.4 0.4 0.4 0.46 0.4
4 6 8 1 3 4 8
Note: Allowable Leakage calculated using L = (ND\,P)/7400
Where: L = Allowable Leakage (gph)
N = Number of Joints
D = Nominal Diameter of Pipe (inches)
P = Average Test Pressure (psi)
8. Replace defective pipe, fitting, joint, valve, or appurtenance.
Repeat test until pipe passes test.
9. Cement or caulking to seal leaks is prohibited.
10. Contractor may sub -contract testing to pipeline testing company
approved by Owner.
G. Operational Test:
1. Activate each remote control valve in sequence from controller.
Provide either one additional personal with radio or use handheld
remote to activate remote control valves from controller. Manually
activating remote control valve using manual bleed mechanism at
remote control valve is not an acceptable method of activation.
Owner's Representative will visually observe operation, water
application patterns, and leakage.
2. Replace defective remote control valve, solenoid, wiring, or
appurtenance to correct operational deficiencies.
3. Replace, adjust, or move water emission devices to correct
operational or coverage deficiencies.
4. Replace defective pipe, fitting, joint, valve, sprinkler, or
appurtenance to correct leakage problems. Cement or caulking to
seal leaks is prohibited.
5. Repeat test(s) until each lateral passes all tests. Repeat tests,
replace components, and correct deficiencies at no additional cost
to Owner.
64
H. Control System Grounding:
1. Test for proper grounding of control system per manufacturer's
recommendations. Test results must meet or exceed
manufacturer's guidelines for acceptance.
2. Replace defective wire, grounding rods, grounding plates, or
appurtenances. Repeat test until manufacturer's guidelines are
met.
I. Testing Review:
1. Failure of initial testing review will require additional review.
Payment of costs, including travel expenses and site visits by
Owner's Representative, for additional reviews that may be
required due to non-compliance with the Construction Documents
will be Contractor's responsibility.
1.06 CONSTRUCTION REVIEW
The purpose of on -site reviews by Owner's Representative is to periodically observe work in
progress, Contractor's interpretation of construction documents, and to address questions with
regard to installation.
A. Schedule reviews for irrigation system layout or testing with Owner's
Representative as required by these specifications.
B. Impromptu reviews may occur at any time during project.
C. A review will occur at completion of irrigation system installation and
Project Record Drawing submittal.
1.07 GUARANTEE/WARRANTY AND REPLACEMENT
The purpose of guarantee/warranty is to ensure that Owner receives irrigation materials of
prime quality, installed and maintained in thorough and careful manner.
A. Guarantee/warranty irrigation materials, equipment, and workmanship
against defects for period of two years from formal written acceptance
by Owner's Representative. Fill and repair depressions. Restore
landscape, utilities, structures and site features damaged by settlement
of irrigation trenches or excavations. Repair damage to premises caused
by defective items. Make repairs within seven days of notification from
Owner's Representative.
65
B. Replace damaged items with identical materials and methods per
contract documents or applicable codes. Make replacements at no
additional cost to contract price.
C. Guarantee/warranty applies to originally installed materials and
equipment, and replacements made during guarantee/warranty period.
PART 2: MATERIALS
QUALITY
Use new materials without flaws or defects.
SUBSTITUTIONS
Use specified equipment, or pre -approved equal. Alternative equipment must
be approved by Engineer prior to bidding. Changes and associated
design costs to accommodate alternative equipment are Contractor's
responsibility.
Pipe sizes referenced in the construction documents are minimum sizes, and
may be increased at Contractor's option.
SLEEVING
Provide sleeve beneath hardscape for irrigation pipe where sleeving does not
exist. Provide separate sleeve beneath hardscape for wiring bundle.
Provide PVC Class 200 pipe with solvent welded joints for sleeving material
beneath hardscape for all new sleeving.
Sleeve sizing: A minimum of twice the nominal diameter of solvent -welded
pipe or wiring bundle, or as indicated on drawings.
Existing sleeving: Locate and utilize existing sleeving and wire conduit as
indicated on drawings.
PIPE AND FITTINGS
Mainline Pipe and Fittings:
Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National
Sanitation Foundation (NSF) approved pipe, extruded from
material meeting requirements of Cell Classification 12454-A or
12454-B, ASTM Standard D 1784, with integral belled end.
Use PVC Class 200, SDR-21, rated at 200 PSI, conforming to
dimensions and tolerances established by ASTM Standard
D2241. Use rubber-gasketed pipe equipped with factory
installed reinforced gaskets for mainline pipe with nominal
OF•FORTC�` �
G: • . tf
• EA = cn
�`O ®wo1
,*;�
ATTEST
S- �� C'_
Corporate Secretary
STD SA WO 2009 rev07/09
CITY OF FORT COLLINS, COLORADO
a municipal corporation
Bv(::;)� fi-"
Q-
7
mes B. O'Neill II, CPPO
Dire&of of Purchasing and Risk Management
Date: zi/ I
Connell Re urc s, Inc.
By: ^-•,
To Ism Al, C✓ .,ne,
Pri Name �
Title-'r.c
Corporate President or Vice President
Date:��
(Corporate Seal)
diameter 3-inches and larger. Use Gasketed pipe joints
conforming to "Laboratory Qualifying Tests" section of ASTM
D3139. Use gasket material conforming to ASTM F477. Use
Harco or approved equal rubber-gasketed deep bell ductile iron
fittings conforming to ASTM A-536 and ASTM F-477. Use
lubricant approved by pipe manufacturer.
Use solvent weld pipe.for mainline pipe with nominal diameter 2-1/2-
inches and less. Use Schedule 40, Type 1, PVC solvent weld
fittings conforming to ASTM Standards D2466 and D 1784. Use
primer approved by pipe manufacturer. Use solvent cement
conforming to ASTM Standard D2564.
Mainline pipe within sleeves: Use solvent weld pipe for mainline pipe
with nominal diameter 3-inches and smaller installed within
sleeves.
Lateral Pipe and Fittings:
Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National
Sanitation Foundation (NSF) approved pipe, extruded from
material meeting requirements of Cell Classification 12454-A or
12454-13, ASTM Standard D 1784, with integral belled end
suitable for solvent welding.
Use Class 160, SDR-26, rated at 160 PSI, conforming to dimensions
and tolerances established by ASTM Standard D2241. Use
solvent weld pipe for lateral pipe. Use Schedule 40, Type 1,
PVC solvent weld fittings conforming to ASTM Standards
D2466 and D 1784 for PVC
pipe. Use primer approved by pipe manufacturer. Solvent
cement to conform to ASTM Standard D2564, of type
approved by pipe manufacturer.
For drip irrigation laterals downstream of zone control valves, use UV
radiation resistant polyethylene pipe manufactured from Prime
Union Carbide G-resin 7510 Natural 7 manufactured by Union
Carbide or a Union Carbide Licensee with a minimum of 2-percent
carbon black. Use PVC/compression line fittings compatible
with drip lateral pipe. Use tubing stakes or landscape fabric
staples to hold above -ground pipe in place.
Specialized Pipe and Fittings:
Copper pipe: Use Type "V rigid pipe conforming to ASTM Standard
B88.
Use wrought copper or cast bronze fittings, soldered, flared
mechanical, or threaded joint per installation details or local code. Use a 95-
percent tin and 5-percent antimony solder.
67
Low Density Polyethylene Hose:
Use pipe specifically intended for use as flexible swing joint.
Inside diameter: 0.490+0.010 inch.
Wall thickness: 0.100+0.010 inch.
Color: Black.
Use spiral barb fittings supplied by same manufacturer as hose.
Use PVC Schedule 80 nipples and PVC Schedule 80 threaded fittings
for threaded pipe connections.
Joint sealant: Use non -hardening, nontoxic pipe thread sealant
formulated for use on threaded connections and approved by
pipe fitting or valve manufacturer.
Thrust Blocks:
Use 3,000 PSI concrete. Use commercially pre -mixed concrete unless
written approval is provided by Owner's Representative prior to
construction.
Use 2 mil plastic protective sheeting.
Use No. 4 Rebar.
Joint Restraint Harness:
Provide joint restraint harness components as recommended by pipe
and fitting manufacturer and in accordance with accepted industry
practices. For joint restraints on ductile iron pipe applications, use
restraint components constructed of 60-42-10 ductile iron conforming
to ASTM A536. For joint restraints on PVC pipe applications, use
restraint components constructed of 60-42-10 ductile iron conforming
to ASTM A536-80 and ASTM F1674-96.
Use bolts, nuts, retaining clamps, all -thread, or other joint restraint
harness materials which are zinc plated or galvanized.
Restrained Casing Spacers: Provide Ford Uni-Flange Restrained
Casings Spacers or equal. Use restrainer body and runner supports
constructed of high strength ductile iron meeting ASTM A536 and
grade 65-42-12. Use Connecting rods conforming to ASTM A242,
ANSI/AWWAC1 1 1 /A21 .1 1 . Use runners constructed of ultra high
molecular weight polymer.
MAINLINE COMPONENTS
Winterization Assembly: as presented in drawings and installation details.
Reduced Pressure Backflow Prevention Assembly: as presented in drawings
and installation details.
Pressure Reducing Master Valve Assembly: as presented in drawings and
m
installation details.
Isolation Gate Valve Assembly: as presented in drawings and installation
details
Quick Coupling Valve Assembly: as presented in drawings and installation details.
Air -Vacuum Relief Valve Assembly_ as presented in drawings and installation
details.
SPRINKLER AND BUBBLER IRRIGATION COMPONENTS
Remote Control Valve (RCV) Assembly for Sprinkler and Bubbler Laterals: as
presented in drawings and installation details.
Sprinkler Assembly: as presented in drawings and installation details.
Bubbler Assembly: as presented in drawings and installation details.
DRIP IRRIGATION COMPONENTS
Remote Control Valve (RCV) Assembly for Drip Laterals: as presented in
drawings and installation details.
Zone Control Valve Assembly: as presented in drawings and installation
_details.
Drip Emitter Assembly:
Use emitter device as presented in drawings and installation details.
Use flexible plastic distribution tubing to direct water from emitter
outlet to emission point. Use distribution tubing compatible with
emitters. Do not exceed five feet length between emitter and
distribution tubing outlet. Use tubing stakes to anchor
distribution tubing.
Flush Cap Assembly: as presented in drawings and installation details.
INDEPENDENT CONTROL SYSTEM COMPONENTS
Irrigation Controller Assembly:
As presented in drawings and installation details.
Lightning protection: Provide one 12"x36"x0.0625" ground plate, one
5/8"x10 foot copper clad UL listed grounding rod, 30 feet of #6 AWG
bare copper grounding wire, two 6-inch round valve boxes, and one
CADWELD connector at each satellite controller group.
Wire markers: Prenumbered or labeled with indelible nonfading ink,
made of permanent, nonfading material.
Switch/Outlet: Use 120 VAC, 15 amp combination switch/GFCI
outlet.
Irrigation Controller Assembly enclosure:
As presented conceptually in installation details.
Constructed of stainless steel with free -flow ventilation. Prepare shop
drawings to show exact placement of all components housed in
enclosure.
Low Voltage Control Wire:
Use American Wire Gauge (AWG) No. 14-1 solid copper, 600 volt,
Type OF or PE cable, UL approved for direct underground burial
for individual control wires and spare control wires from the
controller assembly to each remote control valve or stub -out
location. Use American Wire Gauge (AWG) No. 12-1 solid
copper, 600 volt, Type OF or PE cable, UL approved for direct
underground burial for common ground wire
and spare common wires from controller assembly to each
remote control valve or stub -out location.
Color: Use continuous color for wire jacket over entire length. Install
low voltage wires using the following color coding:
■ Controller "A" control wires: Red
■ Controller "A" common wire: White with red stripe
■ Controller "B" control wires: Brown
■ Controller "B" common wire: White with brown stripe
■ Spare control wires along wire routing from each controller:
Yellow with stripe matching control wire color
■ Spare common wires along wire routing from each
controller: White with yellow stripe
■ Splices: Use 3M DBY or 3M DBR wire connector with
waterproof sealant.
Electrical conduit: Use PVC Schedule 40 conduit conforming to
dimensions and tolerances established by ASTM Standard D-
1785. Use Schedule 40, Type 1, 'PVC solvent weld sweep
fittings for PVC conduit conforming to ASTM Standards D2466
and D 1784.
Warning tape: Inert plastic film highly resistant to alkalis, acids,
or other destructive chemical components likely to be
encountered in soils. Three inches wide, colored red, and
imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW."
All wire and tape will be incidental the installation of the
mainline.
70
OTHER COMPONENTS
Tools and Spare Parts: Furnish operating keys, servicing tools, test
equipment, spare parts and other items indicated in drawings and
specifications.
Other Materials: Provide other materials or equipment shown on drawings or
installation details that are part of irrigation system, even though items
may not have been referenced in specifications.
PART 3: EXECUTION
3.01 INSPECTIONS AND REVIEWS
A. Site Inspections:
1. Verify construction site conditions and note irregularities affecting
work of this section. Report irregularities in writing to Owner's
Representative prior to beginning work.
2. Commencement of work implies acceptance of existing site
conditions.
B. Utility Locates ("Call Before You Dig"):
1. Arrange and coordinate Utility Locates with local authorities prior
to construction.
2. Repair underground utilities that are damaged during construction.
Make repairs at no additional cost to contract price.
3.02 LAYOUT OF WORK
A. Stake out irrigation system. Items staked include: backflow preventer,
sprinklers, pipe, sleeves, control valves, air/vacuum relief valves,
controller assemblies and isolation valves.
B. Irrigation System Layout Review: Irrigation system layout review will
occur after staking has been completed. Notify Owner's Representative
one week in advance of review. Modifications will be identified by
Owner's Representative at this review.
C. Install irrigation components inside of project property lines.
3.03 EXCAVATION, TRENCHING, AND BACKFILLING
A. Excavate and install pipes at minimum cover indicated in drawings or
specifications. Excavate trenches at appropriate width for connections
and fittings.
B. Minimum cover (distance from top of pipe or control wire to finish
grade):
71
1. Mainline pipe: (24-inches) to top of pipe.
2. Electrical conduit: (24-inches) to top of pipe.
3. Control wire: 2-inch lateral offset from bottom of mainline pipe.
4. Lateral pipe to sprinklers and bubblers: (12-inches) to top of pipe.
5. Manifold pipe to drip system zone control valves: (12-inches) to
top of pipe.
6. Drip lateral pipe in turf downstream of drip system zone control
valves: (6-inches) to top of pipe.
7. Drip lateral pipe in planting beds downstream of drip system zone
control valves: Secure to finish grade with approved tubing stakes.
Install and test prior to installation of landscape fabric and mulch.
8. PVC UV radiation resistant lateral pipe: Secure to finish grade with
approved tubing stakes.
C. Maintain at least 10-feet clearance from centerline of trees.
D. PVC lateral pipes may not be pulled into soil. Piping must be installed in
open trench. Install pipe at burial depths listed above.
E. Backfill only after lines have been reviewed and tested.
F. Excavated material is generally satisfactory for backfill. Use backfill free
from rubbish, vegetable matter, and stones larger than 2-inches in
maximum diameter. Remove material not suitable for backfill. Use backfill
free of sharp objects next to pipe.
G. Backfill buried pipe and sleeves in either of the following manners:
Backfill trench by depositing backfill material equally on both sides
of pipe in 6-inch layers and compacting to density of surrounding
soil.
H. Backfill buried pipe and sleeves by depositing backfill material equally on
both sides of pipe in 6-inch layers and compacting each layer to 90
percent Standard Proctor Density, ASTM D698-78. Use of water for
compaction, "puddling", will not be permitted.
1. Enclose pipe and wiring beneath roadways and hardscapes in separate
sleeves. Minimum compaction of backfill for sleeves shall be 95 percent
Standard Proctor Density, ASTM D698-78. Use of water for compaction
around sleeves, "puddling", will not be permitted.
J. Dress backfilled areas to original grade.
K. Contact Owner's Representative for trench depth adjustments where
utilities conflict with irrigation trenching and pipe work.
72
3.04 SLEEVING AND BORING
a. Provide sleeving at depth that permits encased pipe or wiring to remain
at specified burial depth.
B. Trim existing sleeve ends twelve inches beyond edge of hardscape to
meeting grading requirements. Existing sleeve modification will be
considered incidental to installation of the irrigation system.
C. Bore for sleeves under obstructions that cannot be removed. Employ
equipment and methods designed for horizontal boring.
3.05 ASSEMBLING PIPE AND FITTINGS
A. General:
1. Keep pipe free from dirt and debris. Cut pipe ends square, debur
and clean as recommended by manufacturer.
2. Keep ends of assembled pipe capped. Remove caps only when
necessary to continue assembly.
3. Trenches may be curved to change direction or avoid obstructions
within limits of the curvature of pipe. Curvature results from
bending of pipe lengths. Do not exceed pipe and fitting
manufacturer's allowable deflection at joints. Minimum radius of
curvature and offset per 20-foot length of pipe -by -pipe size are
shown in following table.
SIZE
RADIUS
OFFSET PER
20' LENGTH
1 %2 "
25'
7'-8"
2"
25'
7' Q'1
2 %2"
100'
1'-1lit
3"
100'
1'-1 1 "
B. Mainline Pipe and Fittings:
1. Use only strap -type friction wrenches for threaded plastic pipe.
2. PVC Rubber-Gasketed Pipe (3" and Above):
a. Use pipe lubricant. Join pipe in manner recommended by
73
manufacturer and in accordance with accepted industry
practices.
3. PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in manner
recommended by manufacturer and in accordance with
accepted industry practices.
b. Cure for 30 minutes before handling and 24 hours before
allowing water in pipe.
C. Snake pipe from side to side within trench.
4. Fittings:
a. Use of cross type fittings is not permitted.
b. Do not strike ductile iron fittings with metallic tools.
Cushion blows with wood block or similar shock absorber.
C. Lateral Pipe and Fittings:
1. Use only strap -type friction wrenches for threaded plastic pipe.
2. PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in manner
recommended by manufacturer and in accordance with
accepted industry practices.
b. Cure for 30 minutes before handling and 24 hours before
pressurizing or installing with vibratory plow.
C. Snake pipe from side to side within trench.
3. UV Radiation Resistant Polyethylene Pipe:
a. Join pipe in manner recommended by manufacturer and in
accordance with accepted industry practices.
b. Snake pipe from side to side within trench. Do not
compress or crimp pipe with stake, staple or other
construction activity.
4. Fittings: Use of cross type fittings is not permitted.
D. Specialized Pipe and Fittings:
1. Copper Pipe:
a. Use flux and solder. Join pipe in manner recommended by
manufacturer and in accordance with local codes and
accepted industry practices.
74
b. Solder so that continuous bead shows around the joint
circumference.
Low Density Polyethylene Hose: Install hose and compatible
fittings in manner recommended by manufacturer and in
accordance with accepted industry practices.
2. PVC Threaded Connections:
a. Use only factory -formed threads. Field -cut threads are not
permitted.
b. Apply thread sealant in manner recommended by
component, pipe and sealant manufacturers and in
accordance with accepted industry practices.
C. Use plastic components with male threads and metal
components with female threads where connection is
plastic -to -metal. .
E. Thrust Blocks:
1. Use thrust blocks for fittings on pipe greater than or equal to
three-inch (3") diameter, or any diameter of rubber gasketed pipe.
2. Size, orient, and place cast -in -place concrete against undisturbed
soil as shown on installation details.
3. Wrap fitting or component with plastic to protect bolts, joint,
gasket and fitting from concrete. Do not bury fitting or component
in concrete.
4. Commercially delivered concrete requires a 3,000 PSI mix.
5. If pre -mix bags , are used, mix per manufacturer's
recommendations (maximum one gallon of water to 80-pound bag
of pre -mix).
6. Contractor is responsible for performing a slump test (minimum of
two -inches (2") to a maximum of four -inches (4")) if requested by
Owner's Representative.
F. Joint Restraint Harness:
1. Use on pipe greater than or equal to three-inch (3") diameter or
any diameter of rubber gasketed pipe. Use a joint restraint harness
wherever joints are not positively restrained by flanged fittings,
threaded fittings and/or thrust blocks.
2. Use a joint restraint harness with transition fittings between metal
and PVC pipe, where weak trench banks do not allow use of
thrust blocks, or where extra support is required to retain fitting or
joint.
3. Use restrained casing spacers for gasketed pipe routed through
sleeving. Install harness in the manner recommended by the
manufacturer and in accordance with accepted industry practices.
Install self -restraining casing spacers at all gasketed pipe bell joints
75
and every ten feet along the gasketed mainline pipe installed
through sleeving. Provide correct number and type of restraints
per manufacturer's requirements.
3.06 INSTALLATION OF MAINLINE COMPONENTS
A. Winterization Assembly: Provide where indicated on drawings. Brand
"WA" on valve box lid in two-inch (2") high letters.
B. Reduced Pressure Backflow Prevention Assembly: Provide where
indicated on the drawings. Provide assembly so that its elevation,
orientation, access, and drainage conform to manufacturer's
recommendations and applicable health codes. Provide enclosure as
indicated on drawings.
C. Pressure Reducing Master Valve Assembly: Provide where indicated on
drawings. Brand "MCV" on valve box lid in two-inch (2") high letters.
D. Isolation Gate Valve Assembly: Provide where indicated on drawings.
Install at Least twelve inches (12") from and align with adjacent walls or
edges of paved areas. Brand "GV" on valve box lid in two-inch (2") high
letters.
E. Quick Coupling Valve Assembly: Provide where indicated on drawings.
Brand "QC" on valve box lid in two-inch (2") high letters.
F. Air -Vacuum Relief Valve Assembly: Install where indicated on drawings or nearest
high point, not closer than two feet (2') from nearest fitting. Brand "AV" on valve box
lid in two-inch (2") high letters.
3.07 INSTALLATION OF SPRINKLER AND BUBBLER IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Sprinkler and Bubbler Laterals:
1. Flush mainline before installation of RCV assembly.
2. Provide where indicated on drawings. Use wire connectors and
waterproof sealant to connect control wires to remote control
valve wires. Provide connectors and sealant per manufacturer's
recommendations.
3. Provide only one RCV to a valve box. Locate valve box at least
twelve inches (12") from and align with nearby walls or edges of
paved areas. Group RCV assemblies together where practical.
Align grouped valve boxes in uniform patterns. Allow at least
twelve .inches (12") between valve boxes. Brand controller letter
and station number on valve box lid in two-inch (2") high letters.
4. Adjust RCV assembly to regulate downstream operating pressure.
5. Attach ID tag with controller station number to control wiring.
r7:�